Loading...
HomeMy WebLinkAboutContract 49319 CITY SECRETARY - CONTRACT NO. FORTWORTH, Ci11(SECRETARY � `---�� �.�..- D.O.E. FILE CONTRACTOR'S BONDING CO. CONSTRUCTION'S COPY CLIENT DEPARTMENT CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF: CAPITAL IMPROVEMENTS at NORTHWEST COMMUNITY PARK PHASE II CITY PROJECT NO.: # CO2425 PREPARED FOR: THE CITY OF FORT WORTH, TEXAS Betsy Price David Cooke Mayor City Manager RECEIVED Richard Zavala Nt 212017 Director Park and Recreation Department CIV Of RY SECRo TM FUNDED BY: 2014 CIP Bond Program TPWD Local Park Grant Program PREPARED BY: The City of Fort Worth _ Park and Recreation Department Planning and Resource Management Division The Landscape Alliance .. 951 W.Pipeline Road Suite#410 Hurst, Texas 76053 p.817.589.8909 f.817.616.3344 OFFICIAL RECORD CITY SECRWAR'Y 2016 Fr.WORTH,Tx F1ORTWORTH® CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF: CAPITAL IMPROVEMENTS at NORTHWEST COMMUNITY PARK PHASE II CITY PROJECT NO.: # CO2425 PREPARED FOR: THE CITY OF FORT WORTH, TEXAS Betsy Price David Cooke Mayor City Manager Richard Zavala Director Park and Recreation Department FUNDED BY: 2014 CIP Bond Program TPWD Local Park Grant Program PREPARED BY: The City of Fort Worth Park and Recreation Department Planning and Resource Management Division The Landscape Alliance 951 W. Pipeline Road Suite #410 Hurst, Texas 76053 p.817.589.8909 f.817.616.3344 2016 00 00 00-1 TABLE OF CONTENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00 General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 1000 Seals Page 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 0041 13 Bid Bond 00 42 43 Bid Proposal Form/Unit Price 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 12 Bidder Qualification Statement 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 0132 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH Northwest Community Park—Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised December 2016 000000-2 TABLE OF CONTENTS Page 2 of 4 Listed here are Technical Specifications which are required by and/or have been modified by the Engineer/Landscape Architect specifically for this Project; and are hereby included in the Project's Contract Documents by reference; digital files can be viewed and/or downloaded from the City's Buzzsaw site at: htys://proj ectnoint.buzzsaw.com/client/fortworthgoviResourcesi 02%20- %20Con struction%20Documents/Specificati ons Hard copies of these Technical Specifications will be provided when the Project Contract Documents are finalized. Division 02 Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 Concrete 03 30 00 Cast-In-Place Concrete Division 12 Furnishings 12 93 43 Site Furnishings Division 26 Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition &)f Ejeetrieal System", 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 56 68 Exterior Athletic Lighting Division 31 Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 -1600 Gabiens 34 3700 Rip-a- Division 32 Exterior Improvements . L -32 0i 18 Tempej--atzy Asphalt Paving R@pair 3-? 0-i 229 Goff-c��Pzi�iarg IZc�r$$� 32 1123 Flexible Base Courses 32 1129 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 3212 16 Asphalt Paving 32 1-273 Asphalt Paving Gr-aek Gr-,,eSealants CITY OF FORT WORTH Northwest Community Park—Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised December 2016 000000-3 TABLE OF CONTENTS Page 3 of 4 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 14 16 4y"ek Unit Pavine 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings TSS (7 . Addfeifi ..:. � 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 �1 29 347. nees and . ace's 32 32 1.3 Cast iii P4.a6H Gone-@t@ RHtaini"ne A"r`l is 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding, and Sodding 32 92 23 Sodding 32 93 43 Trees and Shrubs Division 33 Utilities Bypass33 01 30 Sewer-and 1-Manhole Testing Pu ing d 3304 10 33861 11 r-,,,.._A.,;,,., r:,, t Test stations 3304 12 arci�s'iic.i=cem—ii=rH e. Pf'Hrcctioz$-System ^2 3. f1�1 2fl Ta,ro,t.,,« tRl.,t�.-s -4-104 50 Cleaning of Sewer-Mains 3305 10 Utility Trench Excavation,Embedment, and Backfill -1 85 12 347 at„r-Line T.,^ 13 05 13 F c , 3 16 Conerete ixatef tr tt 33 05 17 Crete Collafs 33-05 20 Auger Bering 33-05 21 ' wine!Lines Plate 333 85 22 Steel Casing Pipe 33 05 26 Utility Markers/Locators 33$5 30 T OVLt6pfCTf'-^1'stTi]'CtiL'ties 33 11 05 Bolts Nuts,and.G skets 33 j 1 1I Auct31e1r-on F-46jigs 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 3:3 1 1-14 Tau+ied steel Pipe aii-t F.ttia. 33-12 1-8 Water-Sefviees ' ineh to 2 ineh 33 s 11 1rafge Water-:M rs 33 12 20 Rtsilielit Seated gate Valve 33 12-21 A WSW A Rubber- Seated Butteffl ,tray..,,, 33 4225 C-0Bfl@et;l,„ to E*istieg Watef n,r,,;,,. 7 T. CITY OF FORT WORTH Northwest Community Park-Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised December 2016 000000-4 TABLE OF CONTENTS Page 4 of 4 -33 1240 Fife Hyd+ants 1 1? : —��yl�i� ck#3}riyi-i ctiE31xS. 33 1260 Siandafd Blow off Valve Assemb4-v '. 13 r - 3 i 1411, 2'2 .Z i 7t1 }�E.)1�v3i rye- 11or- y tDST(''l(7.-, •'ii �fclirrtit yrs a•e:E'T�TI'is' 3.. - i Polyvinyl Chler-mide(PVC-)Glesed Profile Gfavity SanitaB, Se"A,er-Pipe y h 3331 50 Sanitary Sewer Service Connections and Service Line 13 3i 70 Combination Air-Valve k - Sanitafy Sewer For-ee Mains i) i(..,.,,� c ) Gast--in Pl le@ (7o.newte Manlioj 33 39 30 Fiberglass s _ , Ge erete Storm Sewer-Pipe,`Gulve�s 1• 33-49 10 first-;n Plaee Manholes and junetion"Boxer -3 3 4920 rufb a„a Pr-op Trig+:, Division 34 Transportation -14 ,t r10 Tr-aAk Signaler . _ , 34 4' '.s......13----.-... g 34 41 16 Pedestfian Rybi:id sigffal 34 41 30 Aluminum Signs 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions (Geotechnical Report) GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR 01 60 00 Pfeduet Requir-eme*!�, END OF SECTION CITY OF FORT WORTH Northwest Community Park-Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised December 2016 D 0 0 0 ivision 00 General Conditions C-28267 C CERTIFICATE OF INTERESTED PARTIES FORM 1.295 1 of 1 Complete Nos. 1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-196923 Cole Construction, Inc. Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 04/24/2017 being filed. City of Fort Worth Date A knge : V T1 I r 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract CO#02425 Northwest Community Park Phase 11-Construction, Landscape, Irrigation 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Cole Construction,Inc. FORT WORTH,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,unde enalty of perjury,that .e above disclosure is true and correct. !nv PUB(i EILEEN BANKE My Commission Expires S'R a r April 14,2019 G�G��—^''a+�y Signa auth rized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE r, Sworn to and subscribed before me,by the said / Z P this the day of 20_ ,to certify which,witness my hand and seal of office. *S,Onater administering oath Printed name of officer administering oath Title of officer ad mi sterin o th Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0,883 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, June 6, 2017 REFERENCE NO.: C-28267 LOG NAME: 80NORTHWEST COMMUNITY PARK PHASE 11 - CONSTRUCTION CONTRACT SUBJECT: Authorize Execution of a Construction Contract with Cole Construction, Inc., in the Amount of $3,556,883.93 for Construction and Installation of Improvements at Northwest Community Park, Provide for Staff and Construction Contingency Costs in the Amount of$236,701.18 for a Total Construction Phase Cost of$3,793,585.11 and Adopt Appropriation Ordinance (2014 BOND PROGRAM) (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the amount of$541,600.00 in the 2014 Bond Program Fund; and 2. Authorize the execution of a construction contract with Cole Construction, Inc., in the amount of $3,556,883.93 for construction and installation of capital improvements at Northwest Community Park. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to appropriate and transfer$541,600.00 from the 2014 Bond Program, Proposition Two: Parks, Recreation, and Community Center Improvements, Athletic Field Development, Additional Athletic Fields in Fort Worth to the Northwest Community Park Phase II Capital Improvement Project and approve award and execution of a construction contract with Cole Construction, Inc., in the amount of$3,556,883.93 for the construction and installation of a competition-level ball field athletic complex at Northwest Community Park. On May 5, 2015, (M&C C-27285)the City Council authorized an Engineering Agreement with Gary P. Kutilek d/b/a The Landscape Alliance (City Secretary No. 46708), in the amount of$322,953.00, to develop and prepare design and construction documents for the competition-level ball field athletic complex at Northwest Community Park. On April 26, 2016, the City Manager's Office administratively executed Amendment No. 1 to City Secretary Contract No. 46708 in the amount of$14,950.00, thereby revising the total contract amount to $337,903.00. The amendment increased the project design scope to include; platting of the park, wastewater (sewer) design for a future restroom building, and subsurface investigations related to an existing petroleum pipeline running through the park. On February 9, 2017, the City Manager's Office administratively executed Amendment No. 2 to City Secretary Contract No. 46708 in the amount of$8,736.00, thereby revising the total contract amount to $346,639.00. The amendment increased the project design scope to include additional design of athletic field lighting solutions. Logname: 80NORTHWEST COMMUNITY PARK PHASE II - CONSTRUCTION CONTRACT Page I of 4 On April 28, 2017, Amendment No. 3 to City Secretary Contract No. 46708 in the amount of$4,775.89 was administratively executed, thereby revising the total contract amount to $351,414.89. The purpose of this amendment was to reimburse platting fees to the consultant, that were not originally included in the project scope. The project was advertised for bid on December 22, 2016, and December 29, 2016, in the Fort Worth Star-Telegram and on the City's website. On January 26, 2017 the following bids were received: Bidders Base Bid Totals Alternate Bid Totals_F Total Bid Cole Construction, Inc. $3,234,457.73 $322,426.20 $3,556,883.93 The Fain Group, Inc. $3,292,241.46 $3631420.79 F $3,655,662.25 Northrock Construction, LLC $3,704,165.81 $344,432.74 $4,048,598.55 C. Green Scaping, LP $3,649,166.80 [_ $467,085.00 $4,116,251.80 The Base Bid items include: four competition-level ball fields (two youth baseball, one adult baseball, one adult softball)with associated lighting, fencing, irrigation, a park access drive, concrete parking areas, and installation of onsite electrical and water utilities. Bid alternate items include scoreboards, security lighting, T-Ball backstops, bleachers, concrete trail, site furnishings, and solid sod in lieu of grass sprigging of the ball fields. It is recommended that the bid in the amount of$3,556,883.93 as submitted by Cole Construction, Inc., be approved for award of contract. With the addition of funding in the amount of$236,701.18, for associated construction administration, water and sanitary sewer service installation, asphalt paving, inspection, material testing, and change order contingency, the total estimated construction-phase amount is $3,793,585.11. The total project amount, including design phase costs, is $4,250,000.00. The 2014 Bond Program, Proposition 2, allocates $2,508,400.00 to develop a competition-level ball field athletic complex at Northwest Community Park, to include supporting infrastructure. On August 26, 2014, (Resolution No. 4350-08-2014)the City Council authorized the City Manager to apply for a Texas Parks and Wildlife Department (TPWD) Urban Outdoor Recreation Grant, in the amount of$1,000,000.00. The grant application was approved, and on August 16, 2016 the City entered into a Local Park Grant Program Project Agreement(City Secretary Contract No. 48089)with TPWD, for $1,000,000.00, to construct and install lighted ball fields, multi-purpose trail, roads, parking, and additional park improvements The 2014 Bond Program also allocated an amount of$1,841,600.00 within Proposition Two to facilitate the development of additional athletic fields and supporting infrastructure throughout the City in various public parks, including locations where city funds could be leveraged through agreements with other organizations, agencies, municipalities or school districts (collectively, Entities)to create expanded athletic opportunities or to improve accessibility. On October 14, 2014, (M&C G-18337)the City Council approved an allocation plan for the $1,841,600.00. This included $200,000.00, to be used in partnership with Fossil Creek Little League (FCLL), as a challenge grant match for cash donations and monetary grants received or committed to support the Northwest Community Park Project. The allocation plan also included $500,000.00 for a partnership with the Northwest Independent School District (NISD)for the development of athletic fields on property owned by the NISD. There was an amount of$41,600.00 included in the allocation plan to be used as contingency for advancing any one, or all, of the projects listed in the allocation plan. As per an MOU between the PARD and FCLL, there was a deadline of May 31, 2017 for the fundraising portion of the $200,000.00 challenge match. At the end of the fundraising time limit, Staff recommends Logname: 80NORTHWEST COMMUNITY PARK PHASE II- CONSTRUCTION CONTRACT Page 2 of 4 reassigning the remaining funding of the challenge match (if any)to the purpose of direct support of the Northwest Community Park Project. On April 10, 2017, the NISD notified the Park and Recreation Department that the NISD will instead expand the agricultural facilities on the proposed property. Staff recommends reassigning the $500,000.00, previously allocated for the NISD partnership, and the $41,600.00 contingency to the Northwest Community Park Phase II -Athletic Field Complex Project. Upon approval of this M&C, all appropriations and funding will be as summarized in the table below: Source M&C Current Proposed Total Appropriations Appropriations Appropriations 34014 -2014 Bond $2,708,400.00 $541,600.00 `3,250,000.00 Program 31002 -TPWD Grant G-18298 1 $1,000,000.00 1 $1,000,00_0.00 Total (— - $3,708,400.00 —,1 $541,600.00 $4,250,000.00 A portion of this project will include 2014 Bond Funds. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse General fund, in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election and the subsequent actions authorizing the approval of the issuance of public securities. (Ordinance No. 21241-05-2014). M/WBE OFFICE - Cole Construction Inc., is in compliance with the City's BDE Ordinance by committing to 13 percent MBE participation. The City's MBE goal on this project is 12 percent. The contract period is to be 180 calendar days. Construction is anticipated to commence in June 2017 with an estimated completion date in December 2017. An official completion/opening date would be in the late summer of 2018, to allow time for grass growth on the fields before use. The PARD Maintenance impact is expected to begin in December of 2017 and is estimated to be $10,208.00 in Fiscal Year 2017. Beginning in Fiscal Year 2018, the PARD Maintenance impact is anticipated to be $134,145.09 annually. There is no FF&E associated with this project scope. The estimated revenue to be generated in Fiscal Year 2018 is $3,500.00. Beginning Fiscal Year 2019, estimated annual revenue to be generated is $14,000.00. Northwest Community Park is located in COUNCIL DISTRICT 7. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, appropriations are available in the current capital budget for this construction contract, as appropriated, within the 2014 Bond Fund; and funds are available in the operating budget for the maintenance impact, as appropriated in the General Fund. FUND IDENTIFIERS (FIDs): TO FunDepartment ccoun Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2 Logname: 80NORTHWEST COMMUNITY PARK PHASE II- CONSTRUCTION CONTRACT Page 3 of 4 FROM Fund Department ccoun Project JProgram ctivity Budget Reference # moun ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Richard Zavala (5704) Additional Information Contact: David Creek (5744) ATTACHMENTS 1. 80NORTHWEST COMMUNITY PARK PHASEII 34014 BOND A017.docx (Public) 2. CO2425 - NWCP II - MandC - HB1295 -Cole Construction - 04262017.pdf (Public) 3. CO2425 - NWCP II - MandC - Location Map.pdf (Public) 4. CO2425 - NWCP II - MandC - MBE - Contract Compliance - 02202017.pdf (CFW Internal) 5. CO2425 - NWCP II - MandC - PARD Athletics Calculator.pdf (CFW Internal) 6. CO2425 - NWCP II - MandC - PARD Operations Calculator.pdf (CFW Internal) 7. CO2425 - NWCP II - MandC - PARD Trades Calculator.pdf (CFW Internal) 8. CO2425 - NWCP II - MandC - SAM - Cole Construction - 04212017.Pdf (CFW Internal) 9. MC FID ATTACHMENT NW Community Park Ph II.xlsx (CFW Internal) Logname: 80NORTHWEST COMMUNITY PARK PHASE II - CONSTRUCTION CONTRACT Page 4 of 4 0005 15-1 ADDENDA Page 1 of 4 1 SECTION 00 05 15 2 ADDENDA 3 4 ADDENDUM No.: 1 5 6 PROJECT NO./NAME: CO2425/Northwest Community Park—Phase II 7 8 ADDENDUM ISSUE DATE: January 13,2017 9 10 TO ALL BIDDERS: 11 12 This addendum is hereby made a part of the Contract Documents and is issued to clarify, modify, explain, 13 and/or correct the original project drawings and/or project contract book/specifications. Please attach this 14 addendum to your contract book/specifications. 15 16 CLARIFICATIONS: 17 18 1. Total project schedule is for 180 calendar days. All Base Bid Units and awarded Bid 19 Alternatives shall be completed within this time frame.Negotiation of additional days will occur 20 when necessary. 21 2. Locating existing utilities shall be considered ancillary to the bid. 22 3. Within the Park property area, any and all areas disturbed by construction shall be seeded per 23 specification 32 12 16. Seeding shall be ancillary to the line items associated with each 24 construction activity. 25 4. For questions regarding irrigation piping preparation,review the Technical Specifications, 26 Division 32. In particular review these sections; 27 a. Section 32 80 00—Irrigation(Sub-Section 3A.G. Piping System) 28 5. For questions regarding 3"or greater diameter waterline line preparation,review the Technical 29 Specifications, Division 33. In particular review these sections; 30 a. Section 33 05 10-Utility Trench Excavation, Embedment, and Backfill 31 b. Section 33 11 10 -Ductile Iron Pipe 32 c. Section 33 11 11 -Ductile Iron Fittings 33 6. Benches specified in the dugouts are to be as noted on the plans.Any changes to these benches 34 will be made as a change order to the contract. Submittals for the benches will be reviewed and 35 modified as needed. 36 7. Shade Structures will be removed from the bid proposal.No shade structures will be installed per 37 this contract. 38 8. There will be no water meter impact fees included in this contract. The contractor will be 39 informed of water line permitting procedures after opening of bids. 40 9. The Alternative Bid Item A-2, Cost of a Maintenance Contract(Per Year)for Maintaining 41 Ballfield Lighting(Option A Only)is for servicing athletic poles only, in case of emergency non- 42 natural outages. Consider the cost as an on-call service contract. 43 10. An Alternative Bid Item(A-21)for field sodding has been added. This sod will be of the same 44 grade/quality, as the base bid item for Hybrid Bermuda Grass Sprigs, or equal. See Specification 45 32 92 33 Sodding. 46 11. The original Bid Proposal had erroneous quantities. Please review,compare, and replace the 47 original Bid Proposal Form with the most current rendition. 48 49 50 CITY OF FORT WORTH Northwest Community Park—Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised July 1,2011 0005 15-2 ADDENDA Page 2 of 4 51 CONSTRUCTION PLAN SHEETS and ADDENDUM DRAWINGS 52 53 Construction Plan Sheets 54 55 1. Sheet L1.14 56 a. All notations regarding any irrigation line equal to or greater than 4"diameter as Class 57 200, shall now be regarded as Schedule 40 instead. 58 2. Sheet C1.01 59 a. This sheet has been revised to show the beginning of irrigation line and the end of 6" 60 utility water line. 61 b. Replace the original bid sheet with the revised copy dated 1/9/2017. 62 3. Sheet C1.03 63 a. This sheet has been revised to show the beginning of a 2"domestic waterline, and the 64 beginning of 6"irrigation and the end of 6"utility water line. 65 b. Replace the original bid sheet with the revised copy dated 1/9/2017. 66 4. Sheet C1.04 67 a. This sheet has been revised and now shows additional,rip rap between stations 11+00 to 68 12+00, encasement notes,and a 2"service location along the waterline. 69 b. Replace the original bid sheet with the revised copy dated 1/9/2017. 70 5. Sheets C1.01, C1.05,C1.08 71 a. The graphic scale read/shown as I"=40'-0"is incorrect. 72 b. The graphic scale should read as 1"=80'-0"when printed on a 24x36"sheet. 73 c. When printing to an 11x17 size page the scale will not be maintained. 74 6. Sheets C1.06, C1.07, 75 a. The graphic scale read/shown as 1"= 10'-0"is incorrect. 76 b. The graphic scale should read as 1"=20'-0"when printed on a 24x36" sheet. 77 c. When printing to an 11x17 size page the scale will not be maintained. 78 7. Sheets C1.11 79 a. The graphic scale read/shown as 1"=20'-0"is incorrect. 80 b. The graphic scale should read as 1"=40'-0"when printed on a 24x36" sheet. 81 c. When printing to an 11x17 size page the scale will not be maintained. 82 8. Sheets C1.12, C1.14 83 a. The graphic scale read/shown as 1"=20'-0"is incorrect. 84 b. The graphic scale should read as 1"=40'-0"when printed on a 24x36"sheet. 85 c. When printing to an 11x17 size page the scale will not be maintained. 86 9. Sheet S1.02 87 a. Include this note to the already listed notes: 88 i. 4. All line posts in backstops and fencing shall be Schedule 40. 89 10. Sheet E2.20 90 a. These additional notes (as required by PARD maintenance) shall be considered as 91 included: 92 i. Any 1"PVC conduit run where a 90 degree elbow is needed, shall use a 1"Rigid 93 Metal 90 degree elbow. 94 ii. Any parking area light pole at the end of a wiring run, shall provide an additional 95 stubout for future expansion. 96 iii. On each light pole where there is a 10 amp fuse,use an inline fuse(Mersen FEB- 97 11-11)on each hot leg. 98 iv. Any conduit that is exposed, shall be of rigid metal including service entrances. 99 v. Andy underground conduit bends of 45 degrees or greater, are to be of rigid 100 metal. CITY OF FORT WORTH Northwest Community Park—Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised July 1,2011 000515-3 ADDENDA Page 3 of 4 101 vi. Utilize a central photo eye and lighting contactor for all area lighting. Do not use 102 single photo eyes on each fixture. 103 11. Sheets E2.10, EA2.10,E3.10,EA3.10 104 a. These sheets have been revised to represent a different wiring layout for parking area 105 lighting. 106 b. Replace the original bid sheet with the revised copy dated 1/9/2017. 107 108 Addenda Drawings 109 110 1. Addenda Drawing#1 -Typical Thrust Blocking Detail 111 a. This drawing is now considered a part of the construction plans. 112 b. This drawing is to be used in conjunction with Sheet L1.15. 113 114 TECHNICAL SPECIFICATIONS 115 116 1. These specification sections have been added,modified, and/or revised and uploaded to Buzzsaw 117 in pdf form(unless noted otherwise). Please download and replace where necessary. 118 119 a. 00 00 00 Table of Contents 120 a. The Table of Contents has been updated to represent the changes 121 noted in this addendum. 122 b. 00 05 15 Addenda 123 a. This addendum shall be placed in order with other contract 124 documents. 125 c. 00 11 13 Invitation to Bidders 126 a. Under Document Examination and Procurements additional 127 contractor information is being required(FORM 1295). 128 d. 00 42 43 Bid Proposal Form 129 a. The Bid Proposal Form has been modified and revised,replace 130 the originally supplied Bid Proposal Form as necessary to 131 accurately bid this project. 132 b. The Bid Proposal Form is available in Microsoft Excel Format, it 133 is titled: CO2425—NWCP II—Addendum Z -00 42 43—Bid 134 Proposal Form—011320I7.x1s,and is located in the Bid 135 Documents Package Folder/Addenda/Addendum 1/... 136 e. 32 80 00 Irrigation 137 a. Under sub-section 2.113 Fittings: add this note; 138 i. `Fittings for Schedule 40 mainline shall be HARCO 139 ductile iron fittings by the Harrington Corporation,P.O. 140 Box 10335,Lynchburg,VA 24506,phone: 804-845- 141 7095,www.harcofittings.com,or an approved equal' 142 f. 32 92 23 Sodding 143 a. This specification has been added to the contract documents. 144 145 146 147 148 149 150 151 CITY OF FORT WORTH Northwest Community Park—Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised July 1,2011 000515-4 ADDENDA Page 4 of 4 152 END OF ADDENDUM#1 153 154 Release Date: January 13,2017 155 156 Bid Opening Date: January 19,2017 157 158 *Acknowledge the receipt of his ddendum 1 within section 00 4100 Bid Form. 159 160 Released By: 161 B an Lyness, 162 CityNRp resen ive/Project Manage 163 164 END OF SECTION CITY OF FORT WORTH Northwest Community Park—Phase 11 STANDARD CONSTRUCTION:SPECIFICATION DOCUMENTS 90112425 Revised July 1,2011, 0005 15-1 ADDENDA Page 1 of 2 1 SECTION 00 05 15 2 ADDENDA 3 4 ADDENDUM No.: 2 5 6 PROJECT NO./NAME: CO2425/Northwest Community Park—Phase II 7 8 ADDENDUM ISSUE DATE: January 17,2017 9 10 TO ALL BIDDERS: 11 12 This addendum is hereby made a part of the Contract Documents and is issued to clarify,modify, explain, 13 and/or correct the original project drawings and/or project contract book/specifications.Please attach this 14 addendum to your contract book/specifications. 15 16 CLARIFICATIONS: 17 18 1. The notarized Certificate of Interested Parties Form 1295 required per the Invitation to Bidders, 19 Document Examination and Procurements, should be included with the Bid Documents submitted 20 on or before January 19, 2017 at 1:30 PM. 21 2. Addendum 1 issued a Bid Proposal that had erroneous quantities.Please review, compare,and 22 replace CO2425—NWCP II—Addendum l -00 42 43 Bid Proposal Form—01132017.x1s,with 23 the most current Bid Proposal Form,CO2425—NWCP II—Addendum 2 -00 42 43 Bid 24 Proposal Form—01172017.x1s. 25 3. There have been several questions regarding bleachers and pavement for them. The following 26 statements should make clear the intent for bleacher installation. 27 a. Pavement for the Bleacher Stands is included in the base bid items for each field, and 28 there is an alternative line item for additional pavement if need be. 29 b. 27' and/or 21' Bleacher stands are not a base bid item. 30 c. There is an Alternative Bid Item(A-10) for 27' Bleacher Stands. 31 d. Though listed on the plans,there is no intent to install 21' Bleacher Stands. 32 4. There will be 3 -4"OD Fence posts at the end of all 6' and 8' fence line runs. All line posts that 33 fall between these 3-4"end posts will be 3.5"OD. See attached for a representation of intent. 34 Please note that the drawing is not to scale,and quantities are not accurate. 35 a. Fence posts will be as noted on sheet S1.01. 36 b. Where there is a gate, a 6-5/8"gate post will substitute for 14"post. 37 5. An Alternative Bid Item(A-22) for a TPWD Temporary construction sign has been added. Please 38 review the attached Addenda drawing for layout and dimensions. 39 40 41 CONSTRUCTION PLAN SHEETS and ADDENDUM DRAWINGS 42 43 Construction Plan Sheets 44 45 1. There are no corrections to be made to any plan sheets per this Addendum 2. 46 47 Addenda Drawings 48 49 1. Addenda Drawing#4—Fencing post layout exhibit 50 2. Addenda Drawing#5—TPWD Temporary Project Sign. CITY OF FORT WORTH Northwest Community Park—Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised July 1,2011 000515-2 ADDENDA Page2 of 2 51 52 TECHNICAL SPECIFICATIONS 53' 54 1. These specification sections have been added,modified,and/or revised and uploaded to Buzzsaw 55 in pdf form(unless noted otherwise).Please download and replace where necessary. 56 57 a. 00 05 15 Addenda 58 a. This addendum shall be placed in order with other contract 59 documents. 60 b. 00 42 43 Bid Proposal Form 61 a. The Bid Proposal Form has been modified and revised,replace 62 the originally supplied Bid Proposal Form as necessary to 63 accurately bid this project. 64 b. The Bid Proposal Form is available in Microsoft Excel Format,it 65 is titled:CO2425 NWCP H-Addendum 2-00 42 43 Bid 66 Proposal Form-01172017.x1sx,and is located in the Bid 67 Documents Package Folder/Addenda/Addendum 2/... 68 69 END OF ADDENDUM#2 70 71 Release Date: January 17,2017 72 73 Bid Opening Date: January 19,2017 74 75 *Acknowledge the receipt dendum 1 within s tiqd 00 00 Bid Form. 76 77 Released By: 78 -.0ifRoon Lyness 79 /Project Manager 80 81 END OF SECTION CITY of FORT WORTH NoHhwest Community Park—Phase If STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #002425 Revised July 1,2011 000515-1 ADDENDA. Page 1 of I 1 SECTION 00 05 15 2 ADDENDA 3 4 ADDENDUM No.: 3 5 6 PROJECT NO./NAME: 002425/Northwest Community Park—Phase R 7 8 ADDENDUM ISSUE DATE: January 19,2017 9 10 TO ALL BIDDERS: 11. 12 This addendum is hereby made a part of the Contract Documents and is issued to clarify,modify,explain, 13 and/or correct the original project drawings and/or project contract book/specifications.Please attach this 14 addendum to your contract book/specifications. 15 16 CLARIFICATIONS: 17 18 1. The Bid Opening is being postponed until January 261,,2017.All bids must be received by 1:30 19 PM the day of Bid Opening. 20 2. The youth baseball fields,adult baseball field,and adult softball field will have 6"of imported 21 topsoil.All other areas requiring topsoil will be graded using onsite topsoil. 22 3. There will be a 4'Addendum issued to address the proposed utility work within the public right- 23 of-way. 24 25 TECIINICAL SPECIFICATIONS 26 27 1. These specification sections have been added,modified,and/or revised and uploaded to Buzzsaw 28 in pdf form(unless noted otherwise).Please download and replace where necessary. 29 30 a. 00 11 13 Invitation to Bidders 31 a. Under Advertisement Dates the Bid Opening Date has been 32 changed/updated to January 261,2017 @ 2:00 PM. 33 34 END OF ADDENDUM#3 35 36 Release Date: January 19 2017 37 38 Bid Opening Date: January 26,2017 39 40 *Acknowledge the receipt o dendum 1 within seSWou 0 41 00 Bid Form. 41 42 Released By: 43 B ynes , PojeCit44 Act Manager 45 46 END OF SECTION CITY OF FORT WORTH Northwest Community Park—Phaae II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised July 1,2011 000515-1 ADDENDA Page 1 of 3 1 SECTION 00 0515 2 ADDENDA 3 4 ADDENDUM No.: 4 5 6 PROJECT NO./NAME: CO2425/Northwest Community Park—Phase II 7 8 ADDENDUM ISSUE DATE: January 24,2017 9 10 TO ALL BIDDERS: 11 12 This addendum is hereby made a part of the Contract Documents and is issued to clarify,modify,explain, 13 and/or correct the original project drawings and/or project contract book/specifications. Please attach this 14 addendum to your contract book/specifications. 15 16 CLARIFICATIONS: 17 18 1. The Bid Opening is January 26"',2017.All bids must be received by 1:30 PM the day of Bid 19 Opening. 20 2. There have been changes made to the irrigation notes and irrigation equipment detailed on plan 21 sheets L1.14 and L1.15. Please refer to the changes described by note in this Addendum 4. 22 a. No plan sheets have been revised that show these changes,nor will revised plans be 23 supplied before the bid opening. 24 b. For Motorola and Arad pricing contact Matt Swor,Longhorn Pipe Inc.,214-882-8731. 25 3. There have been changes made to the utility requirements shown/planned on sheets,C1.01, 26 C 1.02,C 1.03,C 1.04,and CG 1.00.Please refer to the changes described by note in this 27 Addendum 4. 28 a. No plan sheets have been revised that show these changes, nor will revised plans be 29 supplied before the bid opening. 30 31 CONSTRUCTION PLAN SHEETS and ADDENDUM DRAWINGS 32 33 Construction Plan Sheets 34 35 1. Sheet L 1.14 36 a. The callout marking the Controller IS-R3A-RU-SS 36 Station AC IRRINET—M 37 Controller,shall now be invalid. 38 i. Controller IS-A3A-IPU-RN-SS IRRINET-ACE 48/16IP/TPC communications 39 with remote UHF radio in green stainless steel pedestal with surge protection 40 (ACE unit),shall now be the required irrigation controller. 41 ii. Add that the IS-GSM-M GSM modem is to be installed inside the ACE unit. 42 1. Interspec will/should install the modem into the controller. 43 iii. Refer to Addenda Drawing#6,attached to this Addendum 4. 44 b. Delete the notation for(1)Rainbird 300-BPE Master Valve 45 i. Replace this with an IS-BM-30-AC-10 meter,Arad 3"AC, 1=10. 46 ii. The Arad meter requires 4-414 OF cables using a different color from field 47 wiring. 48 2. Sheet L 1.15 49 a. The detail shown of the Controller IS-R3A-RU-SS 36 Station AC IRRINET M 50 Controller,shall now be invalid. CITY OF FORT WORTH Northwest Community Park—Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #002425 Revised July 1,2011 000515-2 ADDENDA Page 2 of 3 51 i. Replace with Addenda Drawing 46,attached to this Addendum 4. 52 3. Sheet C 1.01 53 a. All water utility work in the r.o.w. and in the sewer easement is now removed from this 54 project bid. 55 4. Sheet C1.02 56 a. The work and material shown for the proposed manhole(Sta. 1+00.00),and the proposed 57 150 LF of 8"wastewater connection to/and the proposed manhole(Sta. 1+46.40)is now 58 removed from this project bid. 59 b. The work and material for the 218 LF of 8"wasterwater connection and the proposed 60 manhole(Sta. 2+95.23)are now considered and listed as alternative bid items. 61 5. Sheet C 1.03 62 a. All required work and materials for water utility installation in the r.o.w. is now removed 63 from this project bid. 64 6. Sheet C 1.04 65 a. All required work and materials for water utility installation in the no.w. is now removed 66 from this project bid. 67 7. Sheet CG 1.00 68 a. Be advised,not all notes shown on this plan sheet are applicable. 69 70 Addenda Drawings 71 72 1. Addenda Drawing#6—IRRInet ACE 73 a. This drawing is now considered a part of the construction plans. 74 b. This drawing is to be used in conjunction with Sheet L1.15. 75 76 TECHNICAL SPECIFICATIONS 77 78 1. These specification sections have been added,modified,and/or revised and uploaded to Buzzsaw 79 in pdf form(unless noted otherwise). Please download and replace where necessary. 80 81 a. 00 00 00 Table of Contents 82 a. The Table of Contents has been updated to represent the changes 83 noted in this addendum. 84 b. 00 42 43 Bid Proposal Form 85 a. The Bid Proposal Form has been modified and revised,replace 86 the originally supplied Bid Proposal Form as necessary to 87 accurately bid this project. 88 b. The Bid Proposal Form is available in Microsoft Excel Format,it 89 is titled: CO2425—NWCP H—Addendum 4-00 42 43 Bid 90 Proposal Form—01242017.x1s,and is located in the Bid 91 Documents Package Folder/Addenda/Addendum I/... 92 93 END OF ADDENDUM#4 94 95 Release Date: January 24,2017 96 97 Bid Opening Date: January 26,2017 98 99 *Acknowledge the receipt of this Addendum 1 within section 00 4100 Bid Form. 100 101 CITY OF FORT WORTH Northwest Community Park—Phase/J STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4CO2425 Revised July 1,2011 000515-3' ADDENDA Page 3 of 3 102 Released By: 103 an Lyness, 104 City Represent 've/Project Manager 105 106 END OF SECTION CITY OF FORT WORTH Northwest Commwury Park—Ame 11 sTANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #002925 Revised July 1,201-1 000000-1 SEALS PAGE Page l of l SECTION 00 00 00 0� SEALSPAGE <� Landscape Architect: � ;K Gary Kutilek, RLA The Landscape Alliance %P 625 PGO 951 W. Pipeline Rd TF' Suite 410 Hurst,TX 76053 Civil Engineer: ��t�\\\��ZI221 O F Wade A. Brooks,PE �P.• '' �y l� CP&Y, Inc. 115 W. 7" Street * ' Suite 1500 WADE A. BROOKS Fort Worth,TX 76102 / �r o 86206 TBPE Registration: #F-1741 ,+ 0,� CENS...' �l SS�.........•� Structural Engineer: _ �a���-° ,�b ilk,/ONAL s a t„ H.G. Doyle,JR., PE CP&Y, Inc. f .,>A. ........."-e. .......... 115 W. 7th Street r &. ;�. Suite 1500 f................ ....._ . :` -; Fort Worth,TX 76102 ; <Xe�/ TBPE Registration:4F-1741 fiA Biu Electrical Engineer: James S. Ruse, PE Summit Consultants, Inc. 1300 Summit Avenue ,rte'~ ',� Suite 500 *��•'•O�•T�' Fort Worth,TX 76102 s. r• TBPE Registration:4--207 'fes•• •fffffffffifffff.fffff •••• / SAES S. • •.ffffffffffffffflfffffiff•=.fff' 10270�3 ,� sf int l CITY OF FORT WORTH Northwest Communrt}Park Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1.2011 i 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 5 RECEIPT OF BIDS 6 Sealed bids for the construction of Capital Improvements at Northwest Community Park—Phase II will 7 be received,until 1:30 P.M. CST,Thursday,JANUARY 19th,2017,by the City of Fort Worth 8 Purchasing Office: 9 10 City of Fort Worth 11 Purchasing Division 12 1000 Throckmorton Street 13 Fort Worth,Texas 76102 14 15 Bids will be opened publicly and read aloud at 2:00 P.M. CST,Thursday,JANUARY 19th,2017, 16 within City Council Chambers. 17 18 GENERAL DESCRIPTION OF WORK 19 The work will consist of the following(approximately): 20 21 • installation of underground utilities (water& sewer w/manholes) 22 • site demolition,excavation,grading,paving,fencing,lighting,and irrigation for the 23 installation of competition level athletic ballfield complex; 24 ■ 2 youth baseball fields 25 ■ 1 adult baseball field 26 ■ 1 adult softball field 27 • excavation,grading,and installation of 28 ■ 2 T-ball areas and backstops 29 ■ 1 multipurpose practice field 30 • excavation,grading,and installation of a park drive and parking areas 31 ■ 24' wide gravel drive(per geotechnical recommendations) 32 ■ 2 concrete parking areas (per geotechnical recommendations) 33 • installation of soft nature trail and concrete picnic areas 34 • installation of trees and seeding 35 36 QUALIFICATION 37 The improvements included in this project must be performed by a contractor who is qualified by the City 38 at the time of bid opening. The procedures for qualification are outlined in the Section 00 2113— 39 INSTRUCTIONS TO BIDDERS. 40 41 DOCUMENT EXAMINATION AND PROCUREMENTS 42 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort 43 Worth's Purchasing Division website at http://www.fortworth og v.org_/i)urchasing/and clicking on the 44 Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may 45 be downloaded,viewed, and printed by interested contractors and/or suppliers. The contractor is 46 required to fill out and notarize the Certificate of Interested Parties Form 1295 and the form must 47 be submitted to the Project Manager before the contract will be presented to the City Council.The 48 form can be obtained at: https://www.ethics.state.tx.us/tec/1295-Info.htm 49 50 CITY OF FORT WORTH Northwest Community Park-Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised July 1,2011 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 ADVERTISEMENT DATES 2 3 1"Advertisement Date: DECEMBER 22°d,2016 4 5 2°d Advertisement Date: DECEMBER 29°d,2016 6 7 Pre-Bid Conference Date: JANUARY 4th,2017 8 9 Bid Opening Date: JANUARY 26th,2017 @ 2:00 PM 10 (All bids must be received by 1:30 PM the day of Bid Opening) 11 12 PRE-BID CONFERENCE 13 A pre-bid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO BIDDERS at 14 the following location, date, and time: 15 16 DATE: WEDNESDAY,JANUARY 4th,2017 17 18 TIME: 10:00 AM 19 20 PLACE: 4200 South Freeway,Suite 2200 21 Fort Worth,TX 76115 22 23 LOCATION: Park and Recreation Department—Conference Room#1 24 Parks and Community Services Department offices are located on the 2°d floor of 25 the La Gran Plaza Shopping Center.Enter the South East entrance (near the bus 26 stop round about),then take the stairs/elevator to the 2°d floor, Suite 2200 is the first 27 public entrance on the right hand side of the hallway. 28 29 INQUIRIES 30 All inquiries relative to this procurement should be addressed to the following: 31 32 Attn: Bryan Lyness,RLA 33 City of Fort Worth 34 Park and Recreation Department 35 4200 South Freeway,Suite 2200 36 Fort Worth,TX 76115 37 38 Email: bryan.lyness@fortworthtexas.gov 39 40 Phone: 817-392-5781 41 42 FUNDING 43 Any contract awarded under this INVITATION TO BIDDERS is to be funded from revenues generated 44 from the 2014 Capital Improvement Bond Program and by grants from the Texas Parks and Wildlife 45 Department Local Park Grant Program, and dedicated by internal funding to the work under this 46 INVITATION TO BIDDERS. 47 48 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 49 City reserves the right to waive irregularities and to accept or reject bids. 50 51 END OF SECTION CITY OF FORT WORTH Northwest Community Park-Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised July 1,2011 0021 13-l INSTRUCTIONS TO BIDDERS Page l of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 00- 6 GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings 9 indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm,partnership,company,association,or corporation acting directly 12 through a duly authorized representative, submitting a bid for performing the work 13 contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm,partnership, company, association, or corporation 16 acting directly through a duly authorized representative, submitting a bid for performing the 17 work contemplated under the Contract Documents whose principal place of business is not 18 in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City(on the 21 basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose 29 of obtaining Bids for the Work and do not authorize or confer a license or grant for any other 30 use. 31 32 3. Prime Bidder Qualification Requirements 33 34 3.1. The City will evaluate all submitted bids based on criteria and qualifications. 00 45 12 35 Bidder Qualification Statement is to be submitted and received by the Parks and Community 36 Service Department Project Manager no later than 5:00 P.M., five(2)City business days after 37 the bid opening date,exclusive of the bid opening date. 38 39 3.1.I.The Prime Bidder, as general contractor or sub-contractor,must demonstrate similar project 40 scope experience on three(3)projects within the last three (3)years. All subcontractors 41 intended for use on this project shall also demonstrate similar project scope experience 42 necessary to successfully perform on their respective portion of work on this project. 43 3.1.2.The Prime Bidder must provide a list the surety company(s)which issued bonds for projects 44 listed above. Additionally,the Prime bidder shall list the surety company intended for use 45 on this project. 46 3.1.3.The Prime Bidder must submit a current certified financial statement prepared by an 47 independent Certified Public Accountant. 48 49 3.2. The City reserves the right to reject any or all bids and waive any or all formalities. 50 The City will award one contract with a combination of base bids and/or alternates which is most 51 advantageous to the City. CITY OF FORT WORTH Northwest Community Park-Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised May 27,2015(PACS) 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 3.3. Additional requirements for qualification may be required within various sections of the Contract 3 Documents. 4 5 4. Examination of Bidding and Contract Documents,Other Related Data, and Site 6 7 4.1. Before submitting a Bid, each Bidder shall: 8 9 4.1.1.Examine and carefully study the Contract Documents and other related data identified in the 10 Bidding Documents (including "technical data" referred to in Paragraph 4.2.below).No 11 information given by City or any representative of the City other than that contained in the 12 Contract Documents and officially promulgated addenda thereto, shall be binding upon the 13 City. 14 15 4.1.2.Visit the site to become familiar with and satisfy Bidder as to the general,local and site 16 conditions that may affect cost,progress,performance or furnishing of the Work. 17 18 4.1.3.Consider federal, state and local Laws and Regulations that may affect cost,progress, 19 performance or furnishing of the Work. 20 21 4.1.4.Be advised, City, in aeeefdanee with Title 3.11 ef the GiN41 Rights Aet of 1964, 78 Staf. 252, 22 42 U.S.G. 2000d to 2000a 4 and Title no Code ofFede...,t Reg- lmieas Do...,,-4ne f 23 ,Nendiser-ifninatien in Feder-ally 24 ,hereby 25 natifies all bidders that it will affiFnwively insur-e that in any sefitr-aet entered ia4e pufsua-at 26 to this advertisement,minority business ill be a&Fded full oppeftunity to 27 submit bids in Fespense to this invitationand;A411 "At be disefifftina4ed against a 29 30 4.1.5.Study all: (i)reports of explorations and tests of subsurface conditions at or contiguous to 31 the Site and all drawings of physical conditions relating to existing surface or subsurface 32 structures at the Site (except Underground Facilities)that have been identified in the 33 Contract Documents as containing reliable "technical data" and(ii)reports and drawings of 34 Hazardous Environmental Conditions, if any,at the Site that have been identified in the 35 Contract Documents as containing reliable "technical data." 36 37 4.1.6.Be advised that the Contract Documents on file with the City shall constitute all of the 38 information which the City will furnish. All additional information and data which the City 39 will supply after promulgation of the formal Contract Documents shall be issued in the form 40 of written addenda and shall become part of the Contract Documents just as though such 41 addenda were actually written into the original Contract Documents.No information given 42 by the City other than that contained in the Contract Documents and officially promulgated 43 addenda thereto, shall be binding upon the City. 44 CITY OF FORT WORTH Northwest Community Park-Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised May 27,2015(PACS) 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.7.Perform independent research, investigations, tests,borings,and such other means as may 2 be necessary to gain a complete knowledge of the conditions which will be encountered 3 during the construction of the project. On request, City may provide each Bidder access to 4 the site to conduct such examinations, investigations,explorations,tests and studies as each 5 Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up 6 and restore the site to its former conditions upon completion of such explorations, 7 investigations,tests and studies. 8 9 4.1.8.Determine the difficulties of the Work and all attending circumstances affecting the cost of 10 doing the Work,time required for its completion, and obtain all information required to 11 make a proposal. Bidders shall rely exclusively and solely upon their own estimates, 12 investigation,research, tests, explorations, and other data which are necessary for full and 13 complete information upon which the proposal is to be based. It is understood that the 14 submission of a proposal is prima-facie evidence that the Bidder has made the investigation, 15 examinations and tests herein required. Claims for additional compensation due to 16 variations between conditions actually encountered in construction and as indicated in the 17 Contract Documents will not be allowed. 18 19 4.1.9.Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the 20 Contract Documents and such other related documents. The Contractor shall not take 21 advantage of any gross error or omission in the Contract Documents, and the City shall be 22 permitted to make such corrections or interpretations as may be deemed necessary for 23 fulfillment of the intent of the Contract Documents. 24 25 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 26 27 4.2.1.Those reports of explorations and tests of subsurface conditions at or contiguous to the site 28 which have been utilized by City in preparation of the Contract Documents. The logs of 29 Soil Borings,if any,on the plans are for general information only.Neither the City nor the 30 Engineer guarantees that the data shown is representative of conditions which actually exist. 31 32 4.2.2.Those drawings of physical conditions in or relating to existing surface and subsurface 33 structures(except Underground Facilities)which are at or contiguous to the site that have 34 been utilized by City in preparation of the Contract Documents. 35 36 4.2.3.Copies of such reports and drawings will be made available by City to any Bidder on 37 request. Those reports and drawings may not be part of the Contract Documents,but the 38 "technical data" contained therein upon which Bidder is entitled to rely as provided in 39 Paragraph 4.02. of the General Conditions has been identified and established in Paragraph 40 SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or 41 conclusion drawn from any "technical data" or any other data, interpretations, opinions or 42 information. 43 CITY OF FORT WORTH Northwest Community Park-Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised May 27,2015(PACS) 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder(i)that 2 Bidder has complied with every requirement of this Paragraph 4,(ii)that without exception the 3 Bid is premised upon performing and furnishing the Work required by the Contract Documents 4 and applying the specific means,methods,techniques, sequences or procedures of construction 5 (if any)that may be shown or indicated or expressly required by the Contract Documents, (iii) 6 that Bidder has given City written notice of all conflicts,errors, ambiguities and discrepancies in 7 the Contract Documents and the written resolutions thereof by City are acceptable to Bidder,and 8 when said conflicts,etc.,have not been resolved through the interpretations by City as described 9 in Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate and 10 convey understanding of all terms and conditions for performing and furnishing the Work. 11 12 4.4. The provisions of this Paragraph 4,inclusive, do not apply to Asbestos,Polychlorinated 13 biphenyls(PCBs),Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 14 4.06., of the General Conditions,unless specifically identified in the Contract Documents. 15 16 5. Availability of Lands for Work,Etc. 17 18 5.1. The lands upon which the Work is to be performed,rights-of-way and easements for access 19 thereto and other lands designated for use by Contractor in performing the Work are identified in 20 the Contract Documents. All additional lands and access thereto required for temporary 21 construction facilities, construction equipment or storage of materials and equipment to be 22 incorporated in the Work are to be obtained and paid for by Contractor. Easements for 23 permanent structures or permanent changes in existing facilities are to be obtained and paid for 24 by City unless otherwise provided in the Contract Documents. 25 26 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in 27 Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-of-way, 28 easements, and/or permits are not obtained,the City reserves the right to cancel the award of 29 contract at any time before the Bidder begins any construction work on the project. 30 31 5.3. The Bidder shall be prepared to commence construction without all executed right-of-way, 32 easements,and/or permits, and shall submit a schedule to the City of how construction will 33 proceed in the other areas of the project that do not require permits and/or easements. 34 35 36 37 38 39 40 41 42 43 44 45 46 6. Interpretations and Addenda 47 CITY OF FORT WORTH Northwest Community Park-Phase 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised May 27,2015(PACS) 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in 2 writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions received after this 3 day may not be responded to. Interpretations or clarifications considered necessary by City in 4 response to such questions will be issued by Addenda delivered to all parties recorded by City as 5 having received the Bidding Documents. Only questions answered by formal written Addenda 6 will be binding. Oral and other interpretations or clarifications will be without legal effect. 7 8 Address questions to: 9 10 City of Fort Worth 11 Park and Recreation Department 12 4200 South Freeway,Suite 2200 13 Fort Worth,TX 76115-1499 14 15 Attn: Bryan Lyness 16 Email: bryan.lyness@fortworthtexas.gov 17 Phone: (817)392-5781 18 Fax: (817)392-5724 19 20 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 21 22 6.3. Addenda or clarifications may be posted via Buzzsaw at: 23 http://fortworthtexas.gov/purchasing/ 24 25 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 26 INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. 27 Bidders are encouraged to attend and participate in the conference. City will transmit to all 28 prospective Bidders of record such Addenda as City considers necessary in response to questions 29 arising at the conference. Oral statements may not be relied upon and will not be binding or 30 legally effective. 31 32 7. Bid Security 33 34 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five(5) 35 percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the 36 requirements of Paragraphs 5.01 of the General Conditions. 37 38 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have 39 been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement 40 within 10 days after the Notice of Award, City may consider Bidder to be in default,rescind the 41 Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be 42 City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City 43 believes to have a reasonable chance of receiving the award will be retained by City until final 44 contract execution. 45 46 8. Contract Times 47 The number of days within which, or the dates by which,Milestones are to be achieved in accordance 48 with the General Requirements and the Work is to be completed and ready for Final Acceptance is set 49 forth in the Agreement or incorporated therein by reference to the attached Bid Form. 50 CITY OF FORT WORTH Northwest Community Park-Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised May 27,2015(PACS) 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 9. Liquidated Damages 2 Provisions for liquidated damages are set forth in the Agreement. 3 4 10. Substitute and "Or-Equal" Items 5 The Contract, if awarded,will be on the basis of materials and equipment described in the Bidding 6 Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated 7 or specified in the Bidding Documents that a"substitute" or "or-equal' item of material or equipment 8 may be furnished or used by Contractor if acceptable to City,application for such acceptance will not 9 be considered by City until after the Effective Date of the Agreement. The procedure for submission 10 of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 11 6.05B., and 6.05C., of the General Conditions and is supplemented in Section 0125 00 of the General 12 Requirements. 13 14 11. Subcontractors, Suppliers and Others 15 16 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011 17 (as amended),the City has goals for the participation of minority business and/or small 18 business enterprises in City contracts. A copy of the Ordinance can be obtained from the 19 Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, 20 Subcontractor/Supplier Utilization Form,Prime Contractor Waiver Form and/or Good Faith 21 Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms 22 including documentation must be received by the City no later than 2:00 P.M. CST,on the 23 second business days after the bid opening date. The Bidder shall obtain a receipt from the 24 City as evidence the documentation was received. Failure to comply shall render the bid as 25 non-responsive. 26 27 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person or 28 organization against whom Contractor has reasonable objection. 29 30 12. Bid Form 31 32 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained 33 from the City. 34 35 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in 36 ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A 37 Bid price shall be indicated for each Bid item, alternative,and unit price item listed therein. 38 In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" 39 may be entered. Bidder shall state the prices,written in ink in both words and numerals,for 40 which the Bidder proposes to do the work contemplated or furnish materials required. All 41 prices shall be written legibly. In case of discrepancy between price in written words and the 42 price in written numerals, the price in written words shall govern. 43 44 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice- 45 president or other corporate officer accompanied by evidence of authority to sign. The 46 corporate seal shall be affixed. The corporate address and state of incorporation shall be 47 shown below the signature. 48 CITY OF FORT WORTH Northwest Community Park-Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised May 27,2015(PACS) 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, 2 whose title must appear under the signature accompanied by evidence of authority to sign. 3 The official address of the partnership shall be shown below the signature. 4 5 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member 6 and accompanied by evidence of authority to sign. The state of formation of the firm and the 7 official address of the firm shall be shown. 8 9 12.6. Bids by individuals shall show the Bidder's name and official address. 10 11 12.7. Bids by joint ventures shall be executed by each joint venture participant in the manner 12 indicated on the Bid Form. The official address(es)of the joint venture shall be shown. 13 14 12.8. All names shall be typed or printed in ink below the signature. 15 16 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which 17 shall be filled in on the Bid Form. 18 19 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid 20 shall be shown. 21 22 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall 23 be provided in accordance with Section 00 43 37—Vendor Compliance to State Law Non 24 Resident Bidder. 25 26 13. Submission of Bids 27 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents,at the 28 time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City 29 Manager of the City, and shall be enclosed in an opaque sealed envelope,marked with the City 30 Project Number,Project title,the name and address of Bidder,and accompanied by the Bid security 31 and other required documents. If the Bid is sent through the mail or other delivery system,the sealed 32 envelope shall be enclosed in a separate envelope with the notation"BID ENCLOSED" on the face of 33 it. 34 35 14. Modification and Withdrawal of Bids 36 37 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 38 withdrawn prior to the time set for bid opening. A request for withdrawal must be made in 39 writing by an appropriate document duly executed in the manner that a Bid must be executed 40 and delivered to the place where Bids are to be submitted at any time prior to the opening of 41 Bids. After all Bids not requested for withdrawal are opened and publicly read aloud,the Bids 42 for which a withdrawal request has been properly filed may,at the option of the City,be 43 returned unopened. 44 45 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set 46 for the closing of Bid receipt. 47 CITY OF FORT WORTH Northwest Community Park-Phase H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised May 27,2015(PACS) 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 15. Opening of Bids 2 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract 3 of the amounts of the base Bids and major alternates(if any)will be made available to Bidders after 4 the opening of Bids. 5 6 16. Bids to Remain Subject to Acceptance 7 All Bids will remain subject to acceptance for the time period specified for Notice of Award and 8 execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole 9 discretion,release any Bid and nullify the Bid security prior to that date. 10 11 17. Evaluation of Bids and Award of Contract 12 13 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to 14 reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids and to reject 15 the Bid of any Bidder if City believes that it would not be in the best interest of the Project to 16 make an award to that Bidder,whether because the Bid is not responsive or the Bidder is 17 unqualified or of doubtful financial ability or fails to meet any other pertinent standard or 18 criteria established by City. City also reserves the right to waive informalities not involving 19 price,contract time or changes in the Work with the Successful Bidder. Discrepancies 20 between the multiplication of units of Work and unit prices will be resolved in favor of the 21 unit prices. Discrepancies between the indicated sum of any column of figures and the 22 correct sum thereof will be resolved in favor of the correct sum. Discrepancies between 23 words and figures will be resolved in favor of the words. 24 25 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among 26 the Bidders, Bidder is an interested party to any litigation against City, City or Bidder 27 may have a claim against the other or be engaged in litigation, Bidder is in arrears on any 28 existing contract or has defaulted on a previous contract,Bidder has performed a prior 29 contract in an unsatisfactory manner, or Bidder has uncompleted work which in the 30 judgment of the City will prevent or hinder the prompt completion of additional work if 31 awarded. 32 33 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other 34 persons and organizations proposed for those portions of the Work as to which the identity of 35 Subcontractors, Suppliers,and other persons and organizations must be submitted as provided 36 in the Contract Documents or upon the request of the City. City also may consider the 37 operating costs,maintenance requirements,performance data and guarantees of major items 38 of materials and equipment proposed for incorporation in the Work when such data is 39 required to be submitted prior to the Notice of Award. 40 41 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of 42 any Bid and to establish the responsibility, qualifications,and financial ability of Bidders, 43 proposed Subcontractors, and Suppliers and other persons and organizations to perform and 44 furnish the Work in accordance with the Contract Documents to City's satisfaction within the 45 prescribed time. 46 47 17.4. Contractor shall perform with his own organization,work of a value not less than 35%of the 48 value embraced on the Contract,unless otherwise approved by the City. 49 CITY OF FORT WORTH Northwest Community Park-Phase 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised May 27,2015(PACS) 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive 2 Bidder whose evaluation by City indicates that the award will be in the best interests of the 3 City. 4 5 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award contract to a 6 Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid 7 submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder 8 would be required to underbid a Nonresident Bidder to obtain a comparable contract in the 9 state in which the nonresident's principal place of business is located. 10 11 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be 12 awarded, City will award the Contract within 90 days after the day of the Bid opening unless 13 extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon 14 the contractor award a Notice of Award will be issued by the City. 15 16 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 17 18 18. Signing of Agreement 19 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required 20 number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign 21 and deliver the required number of counterparts of the Agreement to City with the required Bonds, 22 Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully 23 signed counterpart to Contractor. 24 25 END OF SECTION CITY OF FORT WORTH Northwest Community Park-Phase!! STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised May 27,2015(PACS) 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror, or respondent(hereinafter also referred to as"you")to a City of Fort Worth(also 5 referred to as"City")procurement are required to complete Conflict of Interest Questionnaire (the 6 attached CIQ Form)and Local Government Officer Conflicts Disclosure Statement(the attached CIS 7 Form)below pursuant to state law. This affidavit will certify that the Bidder has on file with the City 8 Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be 9 downloaded from the website links provided below. 10 11 http://www.ethi.cs.state.tx.us/forms/CIQ.i)df 12 13 http://www.ethics.state.tx.us/forms/CIS.pdf 14 15 0 IQ Form is on file with City Secretary 16 17 CIQ Form is being provided to the City Secretary 18 19 E] CIS Form is on File with City Secretary 20 21 ] CIS Form is being provided to the City Secretary 22 23 BIDDE 24 l A� 25 ��N� by: Kee) f� Tlholp:r=:� r 26 Company ( 1 se Print) 27 28 ��'` �. Signatureee-, 29 Address 30 31 G���a'Ci Title: 1A 32 City/State/Zip (Please Print) 33 34 END OF SECTION CITY OF FORT WORTH Northwest Community Park-Phase!! STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised March 27,2012 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO 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. IJ Name of'venddoor who has a business relationship with local governmental entity. 2 ❑ Check this box if you are filing an update to a previou ly 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.) 2-1 Name of local government officer about whom the information is being disclosed. /A- Naifie of dficer 4 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 CIO as necessary. 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 vend E] Yes No w, 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 No 5 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. s 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 ' Section 176.003(a)(2) excluding gifts described in Section 176.003(a-1). 7 4� Z XT of ven d ' business with the govern ental entity I Da Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 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 Lag., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Dan has a business relationship as defined by Section 176.001(1*with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnalre must be food with the records administrator of the local governmental entity not later R16C than the 71h business day after the date the vendor becomes aware of facts that require the statement 10 be C E/t��� filed. See Section 176.006(a-1),Local Government Code. j1W 21. A vendor commits an offense if the vendor knowingly violates Section 176.006,Local Government Code.A d1Y offense under this section Is a misdemeanor. ]}/ jJ Name of vendor who has a business relationship with local governmental entity. ;7 Z'�L 0 AI 61- lFrf—� Check this box B you are filing an update to a previou ly 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. IAJ of Chicer 4 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)(2XA). Also describe any family relationship with the local govemment officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Forth CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable i X*me, other than investment income,from the ve 0 Yes 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 No />q' 5 Describe each employment p yment 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. 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 ' Section 176.003(a)(2) ,excluding gifts described in Section 176.003(a-1). 7 S' a of ven business with the Bove ental entity Form provided y Texas Ethics Commission www.ethlcs.state.tx.us Revised 11/302015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code§176.001(1-a):'Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer,described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176,Local Government Code. 1 Name of Local Government Officer 2 Office Held 3 Name of vendor descri by Sections 17 .001(7)and 1 .003(a), Local vernment Code 4 Description of the na re d extent of e h employ nt or other bu ness r lationship and each family relationship with vendor named ' item . -21 List gifts accept d by the loc govern ent off er and any f ily member, i a lue of the gifts accepted from vendor na ed in item 3 ceeds 100 du ng the 12- ed by Section 176.003(a)(2)(B). Date Gift Acc ted De cripti of Gift Date Gift Ac pled crip on of Gift Date Gift A epted D i tion of Gi ( ach additional forms as necessary) 6 AFFIDAWT Iovt ear under penalty of perjury that the above statement i true and correct. I acknowledge the disclosure applies to each family member (as defin d by Section 176.001(2), Local ernment Code)of this local government officer. I also knowledge that this statement rs the 12-month period described by Section 176.003(a 2)(B),Local Government Code. Signature of Local Government Officer AFFIX NOTARY STAMP 1 SEAL ABOVE Sworn to and subscribed before me,by the said this the day Of 20 ,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A"local government officer"is defined as a member of the governing body of a local governmental entity;a director,superintendent, administrator,president,or other person designated as the executive officer of a local governmental entity;or an agent of a local governmental entity who exercises discretion in the planning,recommending,selecting,or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m.on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3.Name of vendor described by Sections 176.001(7)and 176.003(a),Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an 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),Local Government Code;b)has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B),Local Government Code;or c)has a family relationship with the local government officer as defined by Section 176.001(2-a), Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code,and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a), Local Government Code. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds$100. List gifts accepted during the 12-month period(described by Section 176.003(a)(2)(B), Local Government-Code)by the local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed$100 in value. 6.Affidavit. Signature of local government officer. Local Government Code§176.001(2-a): "Family relationship" means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity,as those terms are defined by Subchapter B,Chapter 573,Government Code. Local Government Code§176.003(a)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income,that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A"local government officer"is defined as a member of the governing body of a local governmental entity;a director,superintendent, administrator,president,or other person designated as the executive officer of a local governmental entity;or an agent of a local governmental entity who exercises discretion in the planning, recommending,selecting,or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m.on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3.Name of vendor described by Sections 176.001(7)and 176.003(a),Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an 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), Local Government Code;b) has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B),Local Government Code;or c) has a family relationship with the local government officer as defined by Section 176.001(2-a), Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code,and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a), Local Government Code. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds$100. List gifts accepted during the 12-month period(described by Section 176.003(a)(2)(B), Local Government�Code)by the local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed$100 in value. 6.Affidavit. Signature of local government officer. Local Government Code 6176.001(2-a): "Family relationship" means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity,as those terms are defined by Subchapter B,Chapter 573,Government Code. Local Government Code&176.003(a)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income,that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 00 41 00-1 BID FORM Page 1 of 4 1 SECTION 00 4100 2 BID FORM 3 4 TO: The Purchasing Manager 5 c/o: The Purchasing Division 6 1000 Throckmorton Street 7 City of Fort Worth,Texas 76102 8 9 FOR: NORTHWEST COMMUNITY PARK-PHASE II 10 ATHLETIC COMPLEX(BALLFIELD)INSTALLATION 11 12 PROJECT NO.: CO2425 13 14 UNITS/SECTIONS: UNIT 1: SITE DEMOLITION,EXCAVATION,PREPARATION, 15 GRADING AND PAVING 16 17 UNIT 2: UTILITIES 18 19 UNIT 3: BALLFIELDS 20 21 UNIT 4: NON-BALLFIELD PARK AMENITIES 22 23 UNIT Al: ADDITIONAL BALLFIELD AND PARK AMENITIES 24 25 UNIT A2: CHANGE ORDER ALLOWANCE 26 27 1. Enter Into Agreement 28 29 The undersigned Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with City 30 in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated 31 in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in 32 accordance with the other terms and conditions of the Contract Documents. 33 34 2. BIDDER Acknowledgements and Certification 35 36 2.1 In submitting this Bid,Bidder accepts all of the terms and conditions of the INVITATION TO 37 BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with 38 the disposition of Bid Bond. 39 40 2.2 Bidder is aware of all costs to provide the required insurance,will do so pending contract award, 41 and will provide a valid insurance certificate meeting all requirements within 14 days of 42 notification of award. 43 44 2.3 Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any 45 undisclosed individual or entity and is not submitted in conformity with any collusive agreement 46 or rules of any group,association,organization,or corporation. 47 48 2.4 Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or 49 sham Bid. 50 51 2.5 Bidder has not solicited or induced any individual or entity to refrain from bidding. CITY OF FORT WORTH Northwest Community Park-Phase H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised July 1,2011 004100-2 BID FORM Page 2 of 4 1 2 2.6 Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for 3 the Contract. For the purposes of this Paragraph: 4 5 a. "corrupt practice" means the offering,giving, receiving, or soliciting of anything of value 6 likely to influence the action of a public official in the bidding process. 7 8 b. "fraudulent practice" means an intentional misrepresentation of facts made(a)to 9 influence the bidding process to the detriment of City(b)to establish Bid prices at 10 artificial non-competitive levels,or(c)to deprive City of the benefits of free and open 11 competition. 12 13 c. "collusive practice" means a scheme or arrangement between two or more Bidders,with 14 or without the knowledge of the City,a purpose of which is to establish Bid prices at 15 artificial,non-competitive levels. 16 17 d. "coercive practice" means harming or threatening to harm,directly or indirectly,persons 18 or their property to influence their participation in the bidding process or affect the 19 execution of the Contract. 20 21 3. Type of Work 22 23 The Bidder acknowledges that the following work types must be performed only by qualified contractors 24 and subcontractors: 25 26 a. EXCAVATION AND GRADING 27 b. SITE DEMOLITION(PAVING AND TREES) 28 c. UNDERGROUND UTILITY,PAVEMENT,BALLFIELD FENCING,AND PARK 29 EQUIPMENT INSTALLATION 30 d. IRRIGATION AND LANDSCAPE INSTALLATION 31 32 4. Time of Completion 33 34 4.1 The work will be complete for Final Acceptance within 270 calendar days after the date when 35 the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 36 37 4.1.1 Contract will follow a planned work schedule.All work described will commence 38 and be completed within 180 calendar days,90 days are to be added for growth time 39 of grass on ballfields. No additional payment will be considered for such 40 interruptions, delays,re-mobilization,or any other activities related to this 41 coordination. There will be no public access during all phases of construction. 42 43 4.2 Bidder accepts the provisions of the Agreement as to liquidate damages in the event of failure to 44 complete the Work(and/or achievement of Milestones)within the times specified in the 45 Agreement. 46 47 5. Attached to this Bid 48 49 The following documents are attached to and made a part of this Bid Form: 50 51 a. Conflict of Interest Affidavit, Section 00 35 13 CITY OF FORT WORTH Northwest Community Park-Phase H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised July 1,2011 004100-3 BID FORM Page 3 of 4 1 2 b. This Bid Form, Section 00 41 00 3 4 c. Bid Proposal Form, Section 00 42 43 5 6 d. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of 7 Paragraph 5.01 of the General Conditions. 8 9 e. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 10 11 f. MBE Forms(optional at time of bid,required within 3 business days of bid opening) 12 13 g. Bidder Qualification Statement, Section 00 45 12 14 15 h. Any additional documents that may be required by Section 12 of the Instructions to 16 Bidders 17 18 6. Total Bid Amount 19 20 6.1 Bidder will complete the Work in accordance with the Contract Documents for the following bid 21 amount. In the space provided below, please enter the total bid amount for this project. Only this 22 figure will be read publicly by the City at the bid opening. 23 24 6.2 It is understood and agreed by the Bidder in signing this proposal that the total bid amount 25 entered below is subject to verification and/or modification by multiplying the unit bid prices for 26 each pay item by the respective estimated quantities shown in this proposal and then totaling all 27 of the extended amounts. 28 29 6.3 Evaluation of Bid and Alternate Bid Items: r L Z3 31 Total Base Bid 3, Z`''{{. 7 1 -7 �I 32 33 Total Alternates Bid it'-1 0 34 '73 35 Total Bid 36 CITY OF FORT WORTH Northwest Community Park-Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised July 1,2011 004100-4 BID FORM Page 4 of 4 1 7. Bid Submittal 2 3 This Bid is submitted on 1. 06. 17 (Month,Day, Year)by the entity named below. 4 5 Respectfully submitted, Receipt is 6 r- acknowledged of the Initial 7 offfollowing Addenda 8 Addendum No. 1 9 By: Addendum No. 2 10 (Signatur Addendum No. 3 11 1 1 Addendum No. 4 13 1�Vti... � L...��'y� .p Addendum No. 5 14 (Printed Name) 15 16 17 Title: 18 19 20 Company: CkL- 21 22 23 Address: 225 4 26 27 28 29 3 311 32 State of Incorporation: 33 34 &),,JJ-- •• ,, 35 Email: /' e (nijr-cau, came k-.cps(. w 36 q37 38 Phone: X317- 4,3L- 39 40 END OF SECTION CITY OF FORT WORTH Northwest Community Park-Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised July 1,2011 004113-1 BID BOND Page 1 of 1 1 SECTION 00 4113 2 BID BOND 3 4 KNOW ALL BY THESE PRESENTS: 5 6 That we, 7 8 /(Surety ompany Name) 9 hereinafter called the Principal,and 10 11 Name) 12 a corporation of firm duly authorized to transact surety busin in the ate of Texas,hereinafter called 13 the Surety,are held and firmly bound unto the City,hereinaft alle he Obligee,in the sum of 14 15 and /100 Dollars 16 17 ($ .00)the payment of which sum will nd t made and the said Principal and 18 the said Surety,bind ourselves,our heirs,executors, a strat rs, cessors and assigns,jointly and 19 severally,firm by these presents. 20 21 WHEREAS,the Principal has bmi a oposa p orm work for the following project of 22 the Obligee,identified as:NORTHWE UN A -PHASE II(#CO2425) 23 24 NOW,THEREFORE,if the Ob l all award th Contract for the foregoing project to the 25 Principal, and the Principal shall satisfy a equire s and conditions required for the execution of the 26 Contract and shall enter into the C trac n w 'n h the Obligee in accordance with the terms of such 27 proposal, then this bond shalLbe n voi I e Principal fails to execute such Contract in 28 accordance with the terms o uosal 'Is to satisfy all requirements and conditions required for 29 the execution of the Contract In rda nc with the proposal this bond shall become the property of the 30 Obligee,without recourse of t incipa or Surety,not to exceed the penalty hereof,and shall be 31 used to compensate Obli e e d c etween Principal's Total Bid Amount and the next 32 selected Bidd 's Tota oun� 33 34 Signed this of ,2016. 35 36 37 By: 38 Principal;( rany\ame) 39 40 41 (Signa a and Title of Principal Representative) 42 43 By: /48 ty Name nature of Attorney-of-Fact) Power of Attorney(Surety)for Attorney-of-Fact Impressed Surety Seal Only 51 END OF SECTION CITY OF FORT WORTH Northwest Community Park-Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised June 27,2011 Document A31OTM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: ,(,'.ante, legal.vta/us and address) (,'.ante, Iegal statrts and principal place r fhuvi,tess) Cole Construction, Inc. RLI Insurance Company This document has important 10315 Alta Vista Road 9025 N. Lindbergh Drive legal consequences.Consultation Keller, TX 76248 Peoria, IL 61615 with an attorney is encouraged with respect to its completion or OWNER: modification. L,Vame,legal status and address) Any singular reference to City of Fort Worth Contractor,Surety,Owner or other party shall be considered plural where applicable. Fort Worth, TX BOND AMOUNT: $ 5% Five Percent of Amount Bid PROJECT: (Name,location or address and Project nrtmher if a►{t) Northwest Community Park - Phase II The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owncr in accordance with the terms of such bid,and eives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof.or(2)pays to the 0%vner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlbnn(lie work covered by said bid,then this obligation shall be null and void,otherwise to remain in full lbrce and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which lite Owner may accept the bid.Waiver ol'notice by the Surely shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specilied in the bid documents,and the Ovaier and Contmclor shall obtain the Surety s consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid ton Contractor,the temt Contractor in this Bond shall be deemed to be Subcontractor and the term Owncr shall be deemed to be Contractor. When this Rand has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bund conflicting with said statutory or legal requirement shall be deemed deleted herelront and provisions conlitmling to such statutory or other legal requirement shall be deemed incorporated herein.When so famished,the intent is that this Bond shall be construed as a statutory bond and not its a coni nion,iaiv bond. Signed an)$a01L- (Witness) d this 19th day of January, 2017 • Cole Constr cion, Ing. (Principa (Seal,, it .) \„11t11bffJl,l RLI Insuraaae Company � �cF.co`' _``�-. '•.Flo-, �_, '1'�.J�-- (.Sure Sert1J=�:•�roRgr� (Il'inrestiy once etrane SEAL {= By: ( e)Jack M. o ley Attorney-in-Fact ' ••-• • ''• ttJtfl iJflhfi'•4 S-0054/AS 8110 ® RLI Surety POWER OF ATTORNEY RL 9025 N.Lindbergh Dr.I Peoria,IL 61615 Phone:(800)645-2402 1 Fax:(309)689-2036 RLI Insurance Company www.rlicorp.com Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company,an Illinois corporation,does hereby make,constitute and appoint: Steven R.Foster,Marie Perryman,Jack M.Crowley.Renee A.Folkerts,jointly or severally in the City of Addison , State of Texas its true and lawful Agent and Attorney in Fact,with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds provided the bond penalty does not exceed Twenty Five Million Dollars($25,000,000.00). The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company,and now in force to-wit: "All bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 15th day of September 2015 RLI Insurance Company ',,`r�JApNCE C0�A SPORA AL By: SE Barton W.Davis Vice President State Of Illinois 411"ItI101 SS County of Peoria CERTIFICATE On this 15th day of September 2015 before me, a Notary I, the undersigned officer of RLI Insurance Company, a stock Public, personally appeared Barton W. Davis who being by me duly corporation of the State of Illinois,do hereby certify that the attached sworn, acknowledged that he signed the above Power of Attorney as the Power of Attorney is in full force and effect and is irrevocable; and aforesaid officer of the RLI Insurance Company and acknowledged said furthermore, that the Resolution of the Company as set forth in the instrument to be the voluntary act and deed of said corporation. Power of Attorney, is now in force. In testimony whereof, I have here��� set my hand and the seal of the RLI Insurance Company � this_! hday of__I�W I-7 By: P.C, Jacque e M.Bockler Notary Public RLI Insurance Company "OFFiCiAL SEAL" Iy/T�/Jl� NU fARV V Al. 'sraBe of JACQUELINE M.BOCKLER By: COMMISSION EXPIRES011UMB Barton W.Davis Vice President 4224953020212 A0058514 00 42 43-1 BID PROPOSAL IofIt � •''�� SECTION 00 42 43 - ' % p� BID PROPOSAL fi��v� OBidder: Cole Construction Inc. UNIT PRICE BID Bidder's Application Bid Proposal Item Information Bidder's Proposal ItemSpec. Unit of Bid Description of Bid Item Section Unit Price Bid value No. No. Measure Quantity BASE BID UNIT 1 - SITE DEMOLITION, EXCAVATION, PREPARATION, GRADING AND PAVING U1-1 Temporary CFW Project Sign 01 58 13 LS 1 $600.00 $600.00 U1-2 Storm Water Pollution Prevention Plans and 0157 13 LS 1 $800.00 $800.00 Permits U1-3 Erosion Control measures,per plans and 31 25 00 LS 1 $7,400.00 $7,400.00 specifications,complete in place U1-4 Installation of Construction Entrance,per plans 31 25 00 LS 1 $1,200.00 $1,200.00 andspecifications,complete in lace U1-5 Site Demolition and Removal of Existing Trees 32 93 43 LS 1 $28,000.00 $28,000.00 and vegetation,as referenced on plans U1-6 Construction Staking 0171 23 LS 1 j $14,600.00 $14,600.00 U1-7 Site Excavation,Preparation,and Grading,as 0241 13 LS 1 $26,000.00 $26,000.00 referenced on plans U1-8 Unclassified Site Excavation,Preparation,and 31 23 16 LS 1 $654,944.00 $654,944.00 Grading,complete in place Installation of Temporary 24'Wide Park Drive U1-9 (6" depth Rolled TX-DOT Flexbase,TYPE A, 03 30 00 SY 1,767 $9.00 $15,903.00 Grades 1 or 2 Item 247per plans U1-10 Installation of Temporary Asphalt Driveway LS 1 $21,000.00 $21,000.00 Approach(includes subbase and RCP) Installation of Permanent 24'Wide Park Drive U1-11 (8" depth Rolled TX-DOT Flexbase,TYPE A, 03 30 00 SY 2,287 $12.00 $27,444.00 Grades 1 or 2 Item 247per plans U1-12 Installation of Reinforced Concrete Parking 03 30 00 SY 6,491 $48.00 $311,568.00 Areas complete in place U1-13 Installation of Reinforced Concrete Curbs at 32 1320 SF 230 $8.00 $1,840.00 Parkin Islands U1-14 Installation of Barrier Free Ramps(per plans) 32 1320 EA1 $1,540.00 $1,540.00 com Tete in lace BASE BID-UNIT 1 - GRADING AND PAVING-TOTAL: $1,112,839.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northwest Community Park-Phase H Revised January 20,2012 #CO2425 00 42 43-2 BID PROPOSAL 2ofII SECTION 00 42 43 BID PROPOSAL Bid Proposal Item Information Bidder's Proposal Item Spec. Unit of Bid Description of Bid Item Sectio No. No Measure Quantity n Unit Price Bid value BASE BID UNIT 2 - UTILITIES 7 T� Installation of 4�R 35 PVC A astemater LF 244 U2-2 1-2 8" Tro.,,a inn for Wastewater--Pipe(,nifi,.r-eyed) IF 24-8 U2-3 Trench Safety and Shoring LF 150 $12.00 $1,800.00 T r (8'Peep—ameteror- EA 2 __5 Drop Eennestien EA 47 8" rnnn PVC .,tor Pipe.yi: ptletilo 7TH �x LF 369 r.st„ll G-9-006_n 9nn PVC Water Pipe...;th riue fi o U2_7 LF 360 U2-8 Install 2" Sch 40 PVC Water Pipe LF 1�,3c110 $8.00 $10,480.00 Tr T� ..f Water Trane inr ter Pipe(ua4..pF&yeE1) LF 369 U219 LF 360 Rere&Case 16" Steel Casing pipe 1/2;.,..1, �� L� 4-28 U2 12 Treaek Safiaty Sheeting and Shoring LF X29 U2 13 instal!6"Gatevalves and box EA 2 U2 T14 Install 16" Tapping-Sleeve, o'valve >r,box E-A 3 7 T15 lastall 2"Water Service E-A 3 U2-16 Provide Utility Marking EA 5 $240.00 $1,200.00 77� instal!(`...neetie to Existing 16" Wa4@r N4ai. EA 47 TT T� install Glass"B" !`,...rete 1rneasement BASE BID - UNIT 2 - UTILITIES - TOTAL: $13,480.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northwest Community Park-Phase H Revised January 20,2012 #CO2425 00 42 43-3 BID PROPOSAL 3of11 SECTION 00 42 43 BID PROPOSAL Bid Proposal Item Information Bidder's Proposal Item Description of Bid Item Sect on Unit of Bid Unit Price Bid value No. No. Measure Quantity BASE BID UNIT 3 - BALLFIELDS YOUTH BASEBALL FIELD (#1) U3-1 Install 25'Backstop LF 85 $388.00 $32,980.00 U3-2 Install 10'Fencing LF 160 $58.00 $9,280.00 U3-3 Install 8'Fencing LF 120 $48.00 $5,760.00 U3-4 Install 6'Fencing LF 400 $42.00 $16,800.00 U3-5 Install Concrete Bleacher/Dugout Paving SF 4,350 $5.70 $24,795.00 U3-6 Install Dugout Benches EA 4 $3,000.00 $12,000.00 U3-7 Install Dugout Covers EA 2 $2,800.00 $5,600.00 U3-8 Install Scorer's Table EA 1 $1,200.00 $1,200.00 U3-9 Install Foul Poles EA 2 $4,000.00 $8,000.00 Tr T10 install Pedestrian-Raving SF 48-10 $0.00 U3-11 Install Clay Infield CY 370 $92.00 $34,040.00 U3-12 Install Outfield Topsoil CY 740 $32.60 $24,124.00 U3-13 Install Field Irrigation SF 39,948 $0.65 $25,966.20 U3-14 Install Grass Sprigs SF 39,948 $0.18 $7,190.64 SUBTOTAL: $207,735.84 (this unit continued on next sheet) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northwest Community Park-Phase 11 Revised January 20,2012 #CO2425 00 42 43-4 BID PROPOSAL 4ofII SECTION 00 42 43 BID PROPOSAL Bid Proposal Item Information Bidder's Proposal Item Spec. Unit of Bid No. Description of Bid Item SNo n Measure QuantityUnit Price Bid value BASE BID UNIT 3 - BALLFIELDS (continued) YOUTH BASEBALL FIELD (#2) U3-15 Install 25'Backstop LF 85 $388.00 $32,980.00 U3-16 Install 10'Fencing LF 160 $58.00 $9,280.00 U3-17 Install 8'Fencing LF 120 $48.00 $5,760.00 U3-18 Install 6'Fencing LF 400 $42.00 $16,800.00 U3-19 Install Concrete Bleacher/Dugout Paving SF 4,350 $5.70 $24,795.00 U3-20 Install Dugout Benches EA 4 $3,000.00 $12,000.00 U3-21 Install Dugout Covers EA 2 $2,800.00 $5,600.00 U3-22 Install Scorer's Table EA 1 $1,200.00 $1,200.00 U3-23 Install Foul Poles EA 2 $4,000.00 $8,000.00 U3 24 instal Pedestrian Pm4ng SF 4-840 $0.00 U3-25 Install Clay Infield CY 370 $92.00 $34,040.00 U3-26 Install Outfield Topsoil CY 740 $32.60 $24,124.00 U3-27 Install Field Irrigation SF 39,948 $0.65 $25,966.20 U3-28 lInstall Grass Sprigs SF 39,948 $0.18 $7,190.64 SUBTOTAL: $207,735.84 (this unit continued on next sheet) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northwest Community Park-Phase II Revised January 20,20I2 #CO2425 00 42 43-5 BID PROPOSAL 5of11 SECTION 00 42 43 BID PROPOSAL Bid Proposal Item Information Bidder's Proposal ItemI Sec.Description of Bid Item Section Unit r Bid Unit Price Bid value No. No. Measure Quantity BASE BID UNIT 3 - BALLFIELDS (continued) ADULT BASEBALL FIELD U3-29 Install 25'Backstop LF 85 $388.00 $32,980.00 U3-30 Install 10'Fencing LF 160 $58.00 $9,280.00 U3-31 Install 8'Fencing LF 1,100 $48.00 $52,800.00 U3-32 Install Concrete Bleacher/Dugout Paving SF 4,500 $5.70 $25,650.00 U3-33 Install Dugout Benches EA 4 $3,000.00 $12,000.00 U3-34 Install Dugout Covers EA 2 $2,800.00 $5,600.00 U3-35 Install Scorer's Table EA 1 $1,200.00 $1,200.00 U3-36 Install Foul Poles EA 2 $4,000.00 $8,000.00 U3 SF 1,7-69 $0.00 $0.00 U3-38 Install Clay Infield CY 410 $92.00 $37,720.00 U3-39 Install Outfield Topsoil CY 1,700 $32.60 $55,420.00 U3-40 Install Field Irrigation SF 90,771 $0.65 $59,000.83 U3-41 Install Grass Sprigs SF 90,771 $0.18 $16,338.78 SUBTOTAL: $315,989.61 (this unit continued on next sheet) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northwest Community Park-Phase H Revised January 20,2012 #CO2425 00 42 43-6 BID PROPOSAL 6ofII SECTION 00 42 43 BID PROPOSAL Bid Proposal Item Information Bidder's Proposal Item Spec. Unit of Bid No. Description of Bid Item Section Measure Quantity Unit Price Bid value BASE BID UNIT 3 - BALLFIELDS (continued) ADULT SOFTBALL FIELD U3-42 Install 25'Backstop LF 85 $388.00 $32,980.00 U3-43 Install 10'Fencing LF 160 $58.00 $9,280.00 U3-44 Install 8'Fencing LF 900 $48.00 $43,200.00 U3-45 Install Concrete Bleacher/Dugout Paving SF 2,675 $5.70 $15,247.50 U3-46 Install Dugout Benches EA 4 $3,000.00 $12,000.00 U3-47 Install Dugout Covers EA 2 $2,800.00 $5,600.00 U3-48 Install Scorer's Table EA 1 $1,200.00 $1,200.00 U3-49 Install Foul Poles EA 2 $4,000.00 $8,000.00 T 3 50 SF 4-,7H9 $0.00 $0.00 U3-51 Install Clay Infield CY 235 $92.00 $21,620.00 U3-52 Install Outfield Topsoil CY 1,200 $32.60 $39,120.00 U3-53 Install Field Irrigation SF 64,218 $0.65 $41,741.70 U3-54 Install Grass Sprigs SF 64,218 $0.18 $11,559.24 SUBTOTAL: $241,548.44 Install Ballfield Lighting Option A U3-55 w/Aluminum Conductors (4 Fields with 60, LS 1 $920,000.00 $920,000.00 70, and 80 ft.poles) BASE BID-UNIT 3 -BALLFIELDS TOTAL: $1,893,009.73 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northwest Community Park-Phase H Revised January 20,2012 #CO2425 00 42 43-7 BID PROPOSAL 7ofII SECTION 00 42 43 BID PROPOSAL Bid Proposal Item Information Bidder's Proposal Item Description of Bid Item Sect o No. No Measure Quantityn Unit of Bid Unit Price Bid value BASE BID UNIT 4 - NON-BALLFIELD PARK AMENITIES U4-1 Install Site Pedestrian Paving SF 16,900 $5.56 $93,964.00 U4-2 Install Temporary Irrigation for Grass LS 1 $46,600.00 $46,600.00 Establishment U4.3 Install Site Hydromulch Grass SF 766,000 $0.09 $68,940.00 U4-4 Install 6'wide solid sod wearing strip along SF 12,500 $0.45 $5,625.00 1paving(perplans) BASE BID-UNIT U4-NON-BALLFIELD PARK AMENITIES-TOTAL: $215,129.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northwest Community Park-Phase 77 Revised January 20,2012 #CO2425 00 42 43-8 BID PROPOSAL 8ofII SECTION 00 42 43 BID PROPOSAL Bid Proposal Item Information Bidder's Proposal Item Spec. Unit of Bid Description of Bid Item Sectio No. No Measure lQuantityln Unit Price Bid value BID ALTERNATIVE UNIT Al -ADDITIONAL BALLFIELD AND PARK AMENITIES *UPO, QTBD=Unit Price Only,Quantity To Be Determined Increase in Cost for Copper Conductors in lieu A-1 of Aluminum Connectors for U3-55 Ballfield LS 1 $9,800.00 $9,800.00 Lighting Option A A-2 Cost of a Maintenance Contract(Per Year)for LS 1 $3,000.00 $3,000.00 Maintaining Ballfield Lighting(Option A Only) Ballfield Lighting Option B w/Aluminum A-3 Conductors(4 fields with 60 ft poles)(In lieu of LS 1 $994,988.00 $994,988.00 U3-55 Ballfield Lighting Option A Increase in Cost for Copper Conductors in lieu A-4 of Aluminum Connectors for A-3 Ballfield LS 1 $1,900.00 $1,900.00 Lighting Option B A-5 Install Electronic Ballfield Scoreboards(UPO, EA 1 $60,000.00 $60,000.00 LInstall 4"Asphalt Top Course on Permament S 2,287 $41.00 $93,767.00 Park Drive per plans Install Park Drive Light Standards w/WiringEA 1 $6,000.00 $6,000.00 UPO TBDInstall T-Ball Backstops(UPO,QTBD) EA 1 $3,200.00 $3,200.00 Istall additional 5"pedestrian paving(UPO, SF 1 $5.70 $5.70 Istall additional 27'Bleacher Stand(UPO, EA 1 $18,000.00 $18,000.00 €44 47 - - r-I Install Soccer Goals(UPO,QTBD) EA 1 $11,800.00 $11,800.00 Tree Installation(No Delivery,Place and Plant LS 1 $7,200.00 $7,200.00 Irrigation to Trees(UPO,QTBD) LS 1 $5,200.00 $5,200.00 Install Picnic Tables(UPO,QTBD) EA 1 $5,200.00 $5,200.00 Install Post&CableFence with Gate LS 1 $14,600.00 $14,600.00 (this unit continued on next sheet) Subtotal(This Sheet) $1,234,660.70 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northwest Community Park-Phase II Revised January 20,2012 #CO2425 00 42 43-9 BID PROPOSAL 9ofII SECTION 00 42 43 BID PROPOSAL Bid Proposal Item Information Bidder's Proposal Item Spec. Unit of Bid No Description of Bid Item Section Measure Quantity Unit Price Bid value BID ALTERNATIVE UNIT Al -ADDITIONAL BALLFIELD AND PARK AMENITIES continued *UPO, QTBD=Unit Price Only,Quantity To Be Determined A-18 Install 6'wide Soft Surface Nature Trail SF 7560 $4.00 $30,240.00 A-19 Install 5" Concrete Paved Overlook w/Benches LS 1 4000 $4,000.00 A-20 Install 6'Benches(UPO,QTBD) EA 1 2800 $2,800.00 A-21 Install Solid Sod in lieu of sprigs on ballfields SF 1 0.3 $0.30 UPO, TBD A-22 Temporary TPWD Construction Sign(installed) LS 1 600 $600.00 A-23 Trench Safety and Shoring(UPO,QTBD) LF 1 12 $12.00 A-24 8" Trenching for Wastewater Pipe(unimproved) LF 1 28 $28.00 O TBD A-25 Installation of 8" SDR-35 PVC Wastewater LF 1 26 $26.00 Pipe UPO TBD A-26 Install 4'Diameter Manhole(8'Deep or Less) EA 1 7800 $7,800.00 PO,QTBD 31D ALTERNATIVES-UNIT Al-ADDITIONAL BALLFIELD AND PARK AMENITIES-TOTAL $1,280,167.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northwest Community Park-Phase II Revised January 20,2012 #CO2425 00 42 43-10 BID PROPOSAL 10 of 11 SECTION 00 42 43 BID PROPOSAL Bid Proposal Item Information Bidder's Proposal ItemE: Description of Bid Item Sect on Unit of Bid Unit Price Bid value No. No. Measure IQ uantity BID ALTERNATIVE UNIT A2 - CHANGE ORDER ALLOWANCE A-1 Change Order Allowance NA L.S. 1 $2,500.00 $2,500.00 A-2 Change Order Allowance NA L.S. 1 $2,500.00 $2,500.00 A-3 Change Order Allowance NA L.S. 1 $5,000.00 $5,000.00 A-4 Change Order Allowance NA L.S. 1 $5,000.00 $5,000.00 A-5 Change Order Allowance NA L.S. 1 $7,500.00 $7,500.00 A-6 Change Order Allowance NA L.S. 1 $7,500.00 $7,500.00 A-7 Change Order Allowance NA L.S. 1 $10,000.00 $10,000.00 A-8 Change Order Allowance NA L.S. 1 $10,000.00 $10,000.00 BID ALTERNATIVE-UNIT A2- Change Order Allowance-TOTAL: $50,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northwest Community Park-Phase H Revised January 20,2012 #CO2425 00 42 43-11 BID PROPOSAL 11 of 11 SECTION 00 42 43 BID PROPOSAL Bidder: Cole Construction Inc. UNIT PRICE BID Bidder's Proposal BID PROPOSAL SUMMARY BASE BID UNIT 1 - SITE DEMOLITION,EXCAVATION, PREPARATION, $1,112,839.00 GRADING AND PAVING UNIT 2 -UTILITIES $13,480.00 UNIT 3 - BALLFIELDS $1,893,009.73 UNIT 4 - NON-BALLFIELD PARK AMENITIES $215,129.00 Base Bid Total: $3,234,457.73 BID ALTERNATIVES UNIT Al -ADDITIONAL BALLFIELD AND PARK AMENITIES $1,280,167.00 UNIT A2 - CHANGE ORDER ALLOWANCE $50,000.00 Bid Alternative Total: $1,330,167.00 Grand Total: $4,564,624.73 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northwest Community Park-Phase H Revised January 20,2012 9002425 0043 37-1 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Page 1 of 1 1 SECTION 00 43 37 2 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER 3 4 Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. 5 This law provides that, in order to be awarded a contract as low bidder,nonresident bidders (out-of-state 6 contractors whose corporate offices or principal place of business are outside the State of Texas)bid 7 projects for construction, improvements, supplies or services in Texas at an amount lower that the lowest 8 Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a 9 nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal 10 place of business is located. 11 12 The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to 13 meet specification. The failure of nonresident bidders to do so will automatically disqualify that bidder. 14 Resident bidders must check the box in Section B. 15 16 A. Nonresident bidders in the State of _ IVIA ,our principal place of business, are 17 required to be —%(percent)lower th n resident bidders by State Law.A copy of the 18 statute is attached. 19 ` 20 Nonresident bidders in the State of _ ,our principal place of business, are not 21 required to underbid resident bidders. 22 23 B. The principal place of bu ' ess of our company or our parent company or majority owner is 24 in the State of Texas. 25 26 BIDDER:27 ? 28 Thorn 29 Company Comp epresen ive: P s rint Name) 31 103 Y"& 32 Address n ture 33 34 IU P 35 City/State/Zip Title: (Please Print) 36 37 Jr 38 Date: 39 40 END OF SECTION CITY OF FORT WORTH Northwest Community Park-Phase It STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised June 27,2011 0045 12-1 BIDDER QUALIFICATION STATEMENT Page 1 of 4 1 SECTION 00 4512 • 2 BIDDER QUALIFICATION STATEMENT 3 4 Firm Name: Date Organized: 5 6 ❑ PARTNERSHIP ❑ CORPORATION 7 8 Address: 9 1 10 City: State: Zi�� 11 v 12 Telephone Number: Fax Number: 13 14 Number of years in business under present name: 15 16 Former name(s)of organization: 17 18 19 20 21 22 CLASSIFICATION: ❑General ❑Building JEEllectrical ❑Plumbing ElHVAC 23 24 [:1Utilities E]Earthw kng ❑Other 25 26 27 28 LIST A MINIMUM OF THREE SIMIL PLETED PROJECTS WITHIN LAST THREE YEARS 29 30 31 PROJECT NAME AND LOCATI 32 33 NAME/TELEPHONE NUMBE OWNER 34 35 NAME/TELEPHONE OF SURETY 36 37 AMOUNT OF CONTRA 38 39 COMPLETION DAT 40 41 SCOPE OF WO DESCRIPTION 42 43 44 45 46 47 48 49 50 CITY OF FORT WORTH Northwest Community Park-Phase H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised August 17,2012 004512-2 BIDDER QUALIFICATION STATEMENT Page 2 of 4 1 PROJECT NAME AND LOCATION 2 3 NAME/TELEPHONE NUMBER OF OWNER 4 5 NAME/TELEPHONE NUMBER OF SURETY 6 7 AMOUNT OF CONTRACT 8 9 COMPLETION DATE 10 11 SCOPE OF WORK DESCRIPTION 12 13 14 15 16 17 18 PROJECT NAME AND LOCATION 19 20 NAME/TELEPHONE NUMBER OF OWNER 21 22 NAME/TELEPHONE NUMBER OF SURETY 23 24 AMOUNT OF CONTRACT 25 26 COMPLETION DATE 27 28 SCOPE OF WORK DESCRIPTION 29 30 31 32 33 34 35 PROJECT NAME AND LOCATION 36 37 NAME/TELEPHONE NUMBER OF OWNER 38 39 NAME/TELEPHONE NUMBER OF SURETY 40 41 AMOUNT OF CONTRACT 42 43 COMPLETION DATE 44 45 SCOPE OF WORK DESCRIPTION 46 47 48 49 50 51 CITY OF FORT WORTH Northwest Community Park-Phase// STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised August 17,2012 004512-3 BIDDER QUALIFICATION STATEMENT Page 3 of 4 1 PROJECT NAME AND LOCATION 2 3 NAME/TELEPHONE NUMBER OF OWNER 4 5 NAME/TELEPHONE NUMBER OF SURETY 6 7 AMOUNT OF CONTRACT 8 9 COMPLETION DATE 10 11 SCOPE OF WORK DESCRIPTION 12 13 14 15 16 17 18 2. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE: 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 CITY OF FORT WORTH Northwest Community Park-Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised August 17,2012 0045 12-4 BIDDER QUALIFICATION STATEMENT Page 4 of 4 1 3. LIST ALL LABOR SUBCONTRACTORS(attach additional pages as needed) 2 3 SUBCONTRACTOR NAME 4 5 TRADE 6 7 PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER 8 9 A. 10 11 B 12 13 C. 14 15 SUBCONTRACTOR NAME 16 17 TRADE 18 19 PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER 20 21 A. 22 23 B 24 25 C. 26 27 SUBCONTRACTOR NAME 28 29 TRADE 30 31 PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER 32 33 A. 34 35 B 36 37 C. 38 39 SUBCONTRACTOR NAME 40 41 TRADE 42 43 PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER 44 45 A. 46 47 B 48 49 C. 50 51 CITY OF FORT WORTH Northwest Community Park-Phase II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #CO2425 Revised August 17,2012 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A305 Contractor's Qualification Statement 1986 EDITION This form is approved and recommended by The American Institute of Architects(AIA)and The Associated General Contractors ofAmerica(AGC)for use in evaluating the qualifications of contractors.No endorsement of the submitting parry or verification of the information is made by the AlA or AGC. The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED TO: City of Fort Worth,Texas Attn: Purchasing/Park&rec Address: 1000 Throckmorton St, Ft. Worth Texas SUBMITTED BY: TADD VINSON = V 1 ,Zb'17 NAME: COLE CONSTRUCTION, INC.) X Corporation (ALSO DBA: SPRINKLE N' SPROUT,INC.) ADDRESS: 10315 Alta Vista Rd,Fort Worth TX 76244 PRINCIPAL OFFICE: Same NAME OF PROJECT: Northwest Community Park Phase II Athletic Ballfields TYPE OF WORK(file separate form for each Classification of Work): X General Construction HVAC Plumbing —X—Electrical X Other: Landscape & Irrigation Work Copyright 1964,1969,1979,©1986 by The American Institute of Architects,1735 New York Avenue,N.W.,Washing ton,D.C. 20006.Reproduction of the material herein or substantial quotation of its provisions without written permission of the AIA violates the copyright laws of the United States and will be subject to legal prosecution. AIA DOCUMENT A305•CONTRACTORS QUALIFICATION STATEMENT• 1986 EDITION•ALA®•© 1986 THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVENUE,NW.,WASHINGTON,D.C.20006 A305-1 9861 ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 31 Years 1.2 How many years has your organization been in business under its present business name? 9 years (as Cole Construction, Inc.) 22 Years (as Sprinkle `N Sprout Irrigation/Landscape, Inc.) 1.2.1 Under what other or former names has your organization operated? Sprinkle `N Sprout Irrigation/Landscape, Inc. 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation: March 1985 1.3.2 State of incorporation: Texas 1.3.3 President's name: Kenneth Thorne 1.3.4 Vice-president's name(s): Kenneth Thorne 1.3.5 Secretary's name: Kenneth Thorne 1.3.6 Treasurer's name: Kenneth Thorne 1.4 If your organization is a partnership, answer the following: 1.4.1 Date of organization: 1.4.2 Type of partnership (if applicable): 1.4.3 Name(s) of general partner(s): 1.5 If your organization is individually owned, answer the following: 1.5.1 Date of organization: 1.5.2 Name of owner: AIA DOCUMENT A305•CONTRACTOR'S QUALIFICATION STATEMENT• 1986 EDITION•AIA•C 1986 THE AMERICAN INSTITUTE OF ARCHITECTS,1735 NEW YORK AVENUE,NW.,WASHINGTON,DC.20006 A305- 19862 305- 19862