HomeMy WebLinkAboutContract 62606CONTRACT
FOR
THE CONSTRUCTION OF
SECURITY LIGHTING IMPROVEMENTS AT:
21 PARK SITES
City Project No.
104773 & 104774
Mattie Parker David Cooke
Mayor City Manager
Richard Zavala
Director, Park & Recreation Department
Michael A Owen
City Engineer, Transportation and Public Works Department
Prepared for
The City of Fort Worth
GENERAL CAPITAL PROJECTS FUNDS
AMERICAN RESCUE PLAN ACT FUNDS
April 2024
SEALS PAGE
SECURITY LIGHTING IMPROVEMENTS AT:
21 PARK SITES
City Praject No.
104773 & 104774
� ��F �
���� ' �
,��';.••• S
' * • � �. 'k
* � �tr
...................
..... R. TIM YAGGI f
..��o�o ' •, �;�
it�;�i��°•'�.f
�h`��oivp,� E��'
12-06-2023
YAGGI ENGINEERING, INC.
Texas Registration #F-9622
� � � �
Cit of FortWorth
Y
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Page 1 of 3
SECTION 00 00 00
TABLE OF CONTENTS
nivisinn 00 - (�eneral Conditions
Date
00 OS 10 Ma or and CoLulcil Communication 12/10/2024
00 OS 15 Addenda 07/16/2024
00 11 13 Invitation to Bidders 02/08/2024
00 21 13 Instructions to Bidders O1/17/2024
00 35 13 Conflict of Interest Statement 11/09/2017
00 41 00 Bid Form 09/30/2021
00 42 43 Pro osal Form 09/30/2021
00 43 13 Bid Bond 11/09/2017
00 43 37 Vendor Com liance to State Law Nonresident Biddet• 09/30/2021
00 45 11 Bidders ualifications 03/11/2022
00 45 13 ualification A lication 03/11/2022
00 45 26 Contractor Com liance with Workers' Com ensation Law 07/O1/2011
00 45 40 Business E ui Goal 10/27/2021
00 52 43 A reement 1 2/0 812 0 2 3
00 61 13 Performance Bond 12/08/2023
00 61 14 Pa ment Bond 12/08/2023
00 61 19 Maintenance Bond 12/08/2023
00 61 25 Certificate of Insurance 07/O1/2011
00 72 00 General Conditions 08/23/2021
00 73 00 Su lementar Conditions 10/06/2023
Division O1 - General Re uirements Date
O1 11 00 Summar of Work 12/20/2012
O1 25 00 Substitution Procedures 07/O1/2011
O1 31 19 Preconstruction Meetin 08/17/2012
O1 31 20 Pro'ect Meetin s 07/O1/2011
O1 32 16 Constrtiction Scl�edule � 10/06/2023
O1 32 16.1 Construction Schedule - Baseline Exam le 08/13/2021
O1 32 16.2 Construction Schedule - Pro ress Exam le 08/13/2021
Ol 32 16.3 Construction Schedule Pro ress Narrative 08/13/2021
O1 32 33 Preconstruction Video 07/O1/2011
O1 33 00 Submittals 12/20/2012
O1 45 23 Testin and Ins ection Services 03/09/2020
01 50 00 Tem ora Facilities and Controls 07/O1/2011
O1 58 13 Tem orai Pro'ect Si na e 07/O1/2011
01 58 13.1 Pro�ect Desi nation Si ti
O1 60 00 Product Re uirements 03/09/2020
O1 66 00 Product Stora e and Handlin Re uirements 07/O1/2011
O1 70 00 Mobilization and Remobilization 11/22/2016
O1 71 23 Construction Stakin and Surve 02/14/2018
Ol 74 23 Cleanin 07/O1/2011
O1 77 19 Closeout Re uirements 03/22/2021
O1 7$ 39 Pro'ect Record Documents 07/O1/2011
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Project No. 104773, 104774
Revised October 6, 2023
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 3
Technical Specifications which have been modi�ed by the Engineer specifcally for this
Project; hard copies are included in the Project's Contract Documents.
Division 02 - Existing Conditions
02 41 13 Selective Site Demolition
02 41 14 Utili RemovaVAbandorunent
02 41 15 Pavin� Removal
Division 03 - Concrete
Da te
03/11 /2022
12/20/2012
12/20/2012
Date
03 30 00 Cast-In-Place Concrete 03/11/2022
03 34 13 Controlled Low Stren th Material CLSM 12/20/2012
03 34 16 Concrete Base Material for Trench Re air 12/20/2012
03 80 00 Modifications to Existin Concrete Structures 12/20/2012
Division 26 - Electrical Date
26 OS 00 Common Work Results for Electrical 03/11/2022
26 OS 10 Demolition for Electrical S stems 12/20/2012
26 OS 19 Low-Volta e Electrical Power Conductors and Cables
26 OS 26 Groundin and Bondin for Electrical S stems
26 OS 29 Su orts for Electrical S stems
26 OS 33 Racewa s and Boxes for Electrical S stems 12/20/2012
26 OS 43 Under round Ducts and Racewa s for Electrical S stems 07/O1/2011
26 OS 53 Identification for Electrical S stems
26 28 13 Fuses
26 56 68 Exterior Li htin
Division 32 - Exterior Im
Division 35 -
350001
35 00 02
35 00 03
35 00 04
�ppendix
General Conditioi7s A�
Bid Documents Packa�
Prevailing Wage Rates
Prevailin� Wa�e Rates
Folder Contents Checklist
�eavy & Highway Construction
�ommercial Construction Proiec
END OF SECTION
ects
Date
Date
07/O 1 /2011
06/17/2019
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Project No. 104773, 104774
Revised October 6, 2023
City of Fort Worth,
Mayor and
Texas
Council Communication
DATE: 12/10/24 M&C FILE NUMBER: M&C 24-1142
LOG NAME: 80SECURITY LIGHTING IMP AT 21 PARK SITES
SUBJECT
(CD 4, CD 6, CD 7, CD 8, CD 9 and CD 11) Approve Allocation of American Rescue Plan Act State and Local Fiscal Recovery Funds in the
Amount of $1,035,000.00, Authorize Execution of a Contract with Hotwire Electric Inc, in the Amount of $851,650.00 for the FY22 Park Security
Lighting Projects, Adopt Appropriation Ordinance; and Amend the Fiscal Years 2025-2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Approve the allocation of American Rescue Plan Act, Subtitle M(Coronavirus State and Local Fisca! Recovery Funds) in an amount up to
$1,035,000.00 in support of ARPA Security Lighting Improvements at 21 Park Site Project;
2. Authorize Execution of a Contract with Hotwire Electric Inc. in the Amount of $851,650.00 for the two FY22 Park Security Lighting Projects
(City Project No. 104773, 104774);
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grants Cap Projects Federal Fund in
the amount of $1,035,000.00, transferred from the Grants Operating Federal Fund, for the purpose of funding the ARPA Security Lighting
Improvements at 21 Park Site Project; and
4. Amend the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to allocate American Rescue Plan Act (ARPA) State and Local Fiscal Recovery
Funds (SLFRF) in the amount of $1,035,000.00 and authorize the execution of a construction contract with Hotwire Electric Inc. in the amount of
$851,650.00 for the security lighting improvements at 21 park site project. The improvements will include the installation of security lighting at all 21
park sites.
On July 13, 2023, the City administratively authorized an engineering agreement (CSC.No. 59858) with Yaggi Engineering, Inc, in the amount of
$95,000.00 for design, and preparation of construction documents for the securiiy lighting improvements at 21 park sites.
This project was advertised for bid on June 20 and 27, 2024 in the Fort Worth Star-Telegram. On August 1, 2024, the following bids were received
and tabulated.
BIDDERS � BASE BID �
Hotwire Electric Inc. $851,650.00
Bean Electrical LLC $956,222.00 �
Base bid improvements include the following: demolition, installation of new concrete light pole footings at 21 park sites, installation of solar power
light poles at thirteen (13) park locations and installation of grid power light poles at eight (8) park locations.
Contract time is 90 calendar days and construction is anticipated to commence in March 2025 and be completed by June 2025.
Allocation of ARPA Subtitle M Funding
ARPA Section 9901, Subsection 603(c)(1)(A) provides funding to support initiatives for communities disproportionately impacted by the COVID
pandemic. Responding to the negative health and economic impacts of the coronavirus pandemic is a specifically identified use of ARPA dollars.
Treasury Department guidance specifically notes that these Fiscal Recovery Funds can be deployed for a broad range of uses to mitigate the
effects of COVID-19 on local residents and accelerate the community's recovery from the pandemic. Per U.S. Treasury guidelines, all general
ARPA funds must be fully obligated by December 31, 2024 and fully expended by December 31, 2026.
The following chart reflects the current status for allocation of the City's ARPA funding under Subtitle M and incorporates each ARPA M&C on the
December 10, 2024, Councii Agenda:
STATUS AMOUNT M&C
Total GFW
ARPA �173,745,090.00 21-0445 362021 AMERICAN RESCUE PLAN
Subtitle M
Funding
Allocations
Approved $6,000,000.00 21-0794 25ARPA-VFW TDG
To-Date
Allocations
Approved $1,000,000.00 21-080513ARPA-ADMINISTRATION
To-Date
Allocations 21-0810 17ARPA ALLOCATIONS EVANS & ROSEDALE
Approved $4,245,533.00 REDEVELOPMENT
To-Date
Allocations
Approved $2,400,000.00 21-0811 17ARPA ALLOCATIONS UNTHSC TECHSTARS
To-Date
Allocations 21-081419ARPA ALLOCATIONS TO HOUSING AND HUMAN
Approved $10,100,000.00 SERVICES PROJECTS
To-Date
Allocations
Approved 3,000,000.00 21-0809 19ARPA ALLOCATION CDFI FRIENDLY AMERICA
TaDate
Allocations
Approved $300,000.00 21-0820 25ARPA-WRMC MURAL PLAQUES
To-Date
Allocations
Approved $6,400,000.00 21-0935 21ARPA-PEG FUNDING-FUTURE CITY HALL
TaDate
Allocations
Approved $8,000,000.00 21-0908 23ARPA-VACCINATIONS AND TESTING
To-Date
Allocations
Approved $4,560,000.00 21-0913 25ARPA-PED\\\\\\\\\\\\\\\ CAPITAUU\\\\\\\\\\\\ RESTORE
TaDate
Allocations 21-0934 21ARPA-FWCC EXPANSION FUNDING & PROJECT
Approved $52,000,000.00 MANAGEMENT
To-Date
Allocations
Approved $3,000,000.00 22-0268 17ARPA CENTER FOR TRANSFORMING LIVES
TaDate
Summary of ARPA Allocations To-Date
pprovedJ $5,000,000.00 22-0270 19ARPA ALLOCATION FOR PERMANEN
o-Date SUPPORTIVE HOUSIN�
Ilocations 22-0368 04ARPANEIGHBORHOOD WIFI CARE
pproved $7,091,047.00 RATIFICATION/ARPA ALLOCATIO
o-Date
Ilocations
pproved $3,595,000.00 22-0366 04ARPA INFRASTRUGTURE PROGRAI
,pproved $3,675,00O.00I 22-0367 04ARPA CYBERSECURITY PROGRAM
aDate
,Ilocations 22_0789 MMA INFRASTRUCTURE — STREETLIGHTS &
,pproved $16,000,000.00 PEDESTRIAN SAFETY
o-Date
,Ilocations 22_0789 MMA INFRASTRUCTURE — COBB & HIGHLAND
,pproved $2,500,000.00 HILLS PARKS
o-Date
,Ilocations
,ppraved $3,200,000.00 22-0789 TARRANT AREA FOOD BANK FACILITY
aDate
,Ilocations 22-0789 POLICE AND FIRE COVID WORKER'S
,pproved $2,000,000.00 COMPENSATION CLAIMS
o-Date
pproviedS�$1,458,372.00 22-0789 POLICE COVID HEALTH EXPENDITURES
o-Date
o-Date
aDate
$750,000.00�� 22-0789 VISIT FORT WORTH SPEGIAL EVENT FUND
$4,411,080.00I 22-0789 UNITED WAY ONE SECOND COLLABORATIVE
$8,000,000.00 22-0789 DEEPLY AFFORDABLE HOUSING
INFRASTRUCTURE & DRAINAGE
$1,500,000.00 22-0789 FORT WORTH ZOO ROAD REPAIR, EROSION
CONTROL,BROADBAND
$200,000.00 22'0789 TX WESLEYAN ON-CAMPUS PUBLIC UTILITY
RELOCATION
$1,925,000.00 22-0789 WILL ROGERS MC AIR HANDLER REPLACEMENT
$5,950,000.00 22'0789 WILL ROGERS MC CONCOURSE, LOBBY AND
RESTROOM UPDATES
$2.00� 23-0284 ARPA FWTC INNOVATION PARTNERSHIP
$50,000.00�� 23-0518 60WSTAMUS I
Approved �$100,00O.00I ARPA\\\ CENTRAL\\\ MULTIMODAU\\ MOBILITY�\\ HU
TaDate
Reclaimed 23-06C
Allocations -�4,216,902.00 ARPAU\ CENTRAL\\1 MULTIMODAU\\ MOBILITY\\\ HU
Allocations 23-0925 RFP 22-0146 BROADBAND ENHANCEMENTS C
Approved $4,500,000.00 ��
TaDate
$596,275.00�) 24-0180 WSTAM
TaDate � �� (
Allocations 24-0458 20201NT IMPROV N. BEACH ST/WESTERN CENTER
Approved $515,000.00 BLVD APPROPRIATION
TaDate
Reclaimed _�5,207,163.00 24-0459 13UPDATE AMERICAN RESCUE PLAN
Allocations ALLOCATIONS
Aliocations 24-0496 21 MEADOWBROOK GOLF COURSE MAINTENANCE
Approved $2,020,500.00 FACILITY
To-Date
Aliocations 24-0567 201NTERMODAL PKWY CONSTRUCTION
Approved $1,000,000.00 CONTRACT
To-Date
Pending $2�307,939.00 20ARPA NON-REV TRANSPORTATION ALLOCATIONS
Allocations
Reclaimed _�1,288,733.00 13ARPA COBB PARK RECLAIM AND IMPACT FEE
Allocations ALLOCATIONS
Allocations
Approved $1,504,959.00 2020ARPA NON-REV TRANSPORTATION ALLOCATIONS
To-Date
Allocations
Approved $567,000.00 04ARPA\ NEIGHBORHOOD\ WIFI\ AND\ INFRASTRUCTURE
To-Date
Pending $183.00 04ARPA INFRASTRUCTURE
Aliocations
Pending �1,035,000.00 80SECURITY LIGHTING IMP AT 21 PARK SITES (This M&C)
Allocations
� $0.00) Unallocated Balance
The security lighting improvements at 21 Park sites is estimated to increase the departmenYs annual maintenance by $13,116.50 beginning in
FY2025.
The Business Equity Division placed a 10.06% business equity goal on this solicitation/contract. Hotwire Electric Inc., has agreed/committed to
utilize 10.06% business equity subcontractor participation for the scope af work, meeting the City's Business Equity Ordinance. Any changes in
subcontractors will be reviewed by the Business Equity Division.
This project is located in the foilowing COUNCIL DISTRICTS CD 4, CD 6, CD 7, CD 8, CD 9, and CD 11.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that upon approval of the recommendation(s), funds are available in the current operating budget, as previously
appropriated, in the General Capital Projects Funds and upon the approval of the recommendations, funds will be available, as appropriated, in
the Grant Cap Projects Federal Fund. Prior to an expenditure being incurred, the Park & Recreation Department has the responsibility to validate
the availability of funds. This is a reimbursement grant.
Submitted for City Manager's Office by: Jesica L. McEachern 5804
Originating Business Unit Head: Richard Zavala 5704
Additional Information Contact: Joel McElhany 5745
, , ' , p
ADDENDUM #1
Security Lighting Improvements at: 21 Park Sites
City project No. 104773 & 104774
July �6, 2024
TO ALL BIDDERS:
Please attach to your specifications. This addendum is hereby made a part of the
Contract Documents and is issued to extend the bid receipt date.
RE: Bonfire Bid Opening
Due to a system error, bids for the Security Lighting Improvement at 21 Park Sites
project were not opened or read aloud on July 18, 2024. Bids will be received and read
aloud on August 1, 2024 at 2:00 p.m.
END OF ADDENDUM #1
Bid Opening Date: August 1, 2024
Acknowledge the receipt of this Addendum on your Proposal.
C��/_Fo
G��Gl1 ��?/''
gy: ��
Carlos M. Gonzalez, Project Manager
Release Date: July 16, 2024
00 11 13
INVITATION TO BIDDERS
Page 1 of 3
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of Security Lighting Improvements at 21 Park Sites
("Project") will be received by the City of Fort Worth via the Procurement Portal
httns.//fortworthtexas.bonfirehub.com/portaU?tab=openOpportunities, under the
respective Project unti12:00 P.M. CST, Thursday, July 18, 2024.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City
Council Chambers.
Your submissions must be uploaded, finalized and submitted prior to the Project's posted due
date. The City strongly recommends allowing sufficient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/response
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate tiine in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
https://fortworthtexas.bonfirehub.com{portal/?tab=openOpportunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non-responsive. No late bids/proposals sliall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
If, upon being opeued, a submission is unreadable to the degree that material conformance to the
requirements ofthe procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platfortn
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
Far technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en-
us
Contact ti�e Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-$010.
CITY OP FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDA2D CONSTRUCTION SPECIFICATION DOCUMENT Project No. 104773, 104774
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following: Install new security lighting poles,
fixtures, and associated electrical system.
QUALIFICATION
The improvements included in this project must be performed by a contractor who is qualified by
the City. The procedures for qualification are outlined in the Section 00 21 13 —
INSTRUCTIONS TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREM�NTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective
Pro�ect. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOppartunities, under the respective
Proj ect.
PREBID CONFERENCE — Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: July 2, 2024
TIME: 10: 00 am
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
FUNDING
CITY OF PORT WORTH Security Lighting Unprovements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIPICATION DOCUMGNT Project No. 104773, 104774
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from
revenues generated from General Capital Projects F�mding and reserved by the City for the
Proj ect.
ADVERTISEMENT DATES
lst Advertisement June 20, 202=�
2nd Advertisement June 27, 2024
END OF SECTION
CtTY OF PORT WORTH Security Lighting Improvements at 2l Park Sites:
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENT Project No. 104773, 104774
Revised 2/08/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page i of 9
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
1. Defined Terms
l.l. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS ha�e the
meanings indicated below which a�•e applicable to both the singular and plural thereof.
1.2.1. Bidder: Any persan, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly autharized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.23. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting fram the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. The City reserves the right to require any pre-qualified contractor who is the apparent
low bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating and assessing the ability of the apparent low bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City CounciL
3.2. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 104773, 104774
Revised/[Jpdated i/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereta, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the ariginal
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.6. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 104773, 104774
Revised/(Jpdated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
4.1.7. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations; and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima-facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.9.Indicate their intent to bid by selecting "yes" in the Procurement Portal under
the Intent to Bid section. You must indicate your intent to bid to be able to
submit a bid to the City.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification
of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.23. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4.Standard insurance requirements, coverages and limits.
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 104773, 104774
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resalutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City electrically through the Vendor Discussions section under the respective Project via
the Procurement Portal.
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 104773, 104774
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2
p.m., the Monday prior to the Bid opening. Questions received after this day may not be
responded to. Interpretations or clarifications considered necessary by City in response
to such questions will be issued by Addenda. Only questions answered by formal
written Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities
6.4. A prebid conference may be held at the time and place indicated in the Advertisement
ar INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
CITY OF FORT WORTH Security Lig6ting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 104773, ] 04774
Revised(Clpdated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
10. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a"substihrte" or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.05A., 6.OSB. and 6.OSC. of the General
Conditions and is supplemented in Section O1 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
1 l.l. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non-responsive.
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-11-2020), codified at:
https://codelibrarv.amlegal.com/codeslftwortl�/latest/ftworth tx/0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasanable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
12.2. All blanks on the Bid Form must be campleted and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
123. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder"s name and official address.
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 104773, 104774
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form,
provided with the Bidding Documents, prior to the time indicated in the Advertisement or
INVITATION TO BIDDERS.
14. Withdrawal of Bids
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?taU=openOpportunities.
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereaf will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 104773, 104�74
Revised/[Jpdated i/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequalification requirements, City rnay consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions af the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
173. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, propased Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own arganization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 104773, 104774
Revised/Updated I/17/24
QO 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
18. Signing of Agreement
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 104773, 104�74
Revised/Updated 1/17/24
S�CT(ON 00 35 13
Ct7NFLICT OF IN'fF_REST STATEMENT
CiQ Form does nat apply
GIQ Form is on file wi#h City Secretary
CIQ Form is being provided to the City Secretary
CIS Form does not apply
CIS Form is on File with City Secrefary
CIS Form is being provided to the City Secretary
Each bidd�r, offeror or respondent (hereinafter referred ta as "Yau°) ta a City of Fort Warfh prc,curement
may be required to complste a Cortfiict af Interest Questionnaire (the attached CfQ Farm) and/or a Local
Gavern�nent Officer Ganflicts Qisclosure Statement (fhe attaci7ed CIS Form) pursuant tc� state (aw. You
are urged to consult with counsel regarding the applicability of these fprms to your campany.
The referenced fo�ms rnay be dawnioaded from the links provided belaw.
http://vtinvw.ethics.state.tx. us/formslClQ.pdf
http:llwww.ethics.state.tx.uslforms/CIS. pdf
�
u
u
L�!
U
U
..-
Company Name Here
Address Here
Address Here or Space
City, State Zip Code Here
END OF SECTtON
�
t.iCi '3:'i �i;3
[iiC.i f'C7R?JS
i':3r�E: 1 n( 9
�
1/��� �-/�.� �s
By: Printed ame Here
Signature:
Title: �1d�2��"— Title Here
CIiY 4F FORT WOft7M
STANDARD CONSTRUC710N SC'GCIFICAT'ION DqCUML"N7S Secu�iry lic�h6i7g ImpravemerHs at 2 t Park Sites:
Fnrm Revised 2017U09 Praject Nn. 1w773, tila774
i�._
�
t
€
z
TO: Ti�e Purchasing Manager
cto: The Purchasing Divisian
1000 7hrockmorton SUeet
City of Fort Worth, 7exas 76102
FOR:
City P�oject No,: 104773 & 164774
s�criaN oo a� o0
Blq FORM
0+� r„14fl
BID PGRAh
P,aq3 7 xf d
SECURITY LIGHTING IMPROVENIENTS AT:
21 PARK SITES
Units/Sections; UNIT 1 BASE BlD ITEMS - KRISTI JEAN BURBACH PARK
UNIT 2 BASE B!d ITEMS - SUMMERBROOK PARK
UNIT 3 BASE BEd ITEMS - SUtv►MERFIELDS PARK
UNIT 4 BASE BED ITEMS - CP HADLEY PARK
UNIT 5 BASE B!D ITEMS - CREEK8IDE PARK
UNIT 6 BASE BID ITEMS - SOUTFi MEADOWS PARK
UNIT 7 BASE BlD ITEMS - WESTCREEK PARK
UNIT 8 BASE BID ITEMS - LASATER PARK
UNlT 9 BASE BID ITEMS - SUNDANGE SPRWGS PARK
UNIT 10 BASE BED ITEMS - WIIIOWCREEK PARK
UNIT 11 BASE B[D ITEMS - TA�LOCK PARK
UNIT 12 BASE BID ITEMS - GLENWOOD PARK
UNIT 13 BASE BID ITEMS - KRAUSS BAKER PARK
UNIT 14 BASE BID ITEMS - LITTLE PEOPLE PARK
UNIT 15 BASE BID ITEMS - FAIRMOUNT PARK
UNIT 16 BASE BID ITEMS - SPRINGDALE PARK
UNIT 17 BASE B!D ITEMS - FORT WOOF dOG PARK
• UNIT 18 BASE BID ITEMS - ENGLEWOQD PARK
UNIT 19 BASE BfD ITEMS - MEADOWOOD PARK
UNfT 20 BASE BID ITEMS - OAKtAND LAKE PARK
UNIT 21 BASE BID ITEMS - LOUELIA BALES BAKER PARK
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditio�s
of the Contract Documents.
2. BI€3pER Acknowiedgements and Certiflication
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO 81DDERS �nd
lNSTRUCTlQNS TO BIDDERS, including without fimitation those dealing with the dispositio�� of Bid Bond.
2.2. Bidder is avrare of all costs to provide the required insurance, wif) do sa pending contract award, and tivi11
provide a valid insurance certificate meeting all requirements wifhin 14 days af notification of award,
2.3. Bidder certi�es ihat this Bid is genuine and not made in ihe interest of or on behalf of any undisclosed
individual or entity and is not sufnnittad in conformity with any coliusive agreemeni ar rules af any c�raup,
associa(ion, organir.ation, ar cornoratinn.
��
ciry as ror�r �No+�rrt
STtil�lD�,Rp C4tJS7RtJG71QN SP��IFICAfii�7N OaCtlFA�67TS
Fwm Revisad 242117�J30
Snaunly LlflhUn� Impm��mants s�4 2i P�rR Sit�s:
Pro;a4y N�, tOJ773, 10477.1
0� A 4 60
E�ID FOF!/,
a�.;ezara
2.4. Bidder has not ciirectly ar indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited o� induced any individual or entify ta refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, coii�sive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public officiaf in the bidding process.
b. "fraudulent practice" means an intentiona) misrepresentation of facts rnade (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-campetitive
levels, or {c) to deprlve City of the benefits of free and open competitian.
c. "collusive practice" means a scheme or arrangement between two or more 6idders, with or
without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-
competitive levels.
d. "caercive practice" means harming or threatening to harm, directly or indirectly, persans or their
property to influence iheir participation in the bidding process or affect the execution of the �
Contract.
3. Prequalification
The Bidder acknowledges that the foilowing v�ork types must be performed only by prequalified cont�actors and
subcontractors:
a. Site cfearing and demolition with minimum site disturbance
b. Concrete paving
c. Instaliation of playg�ound & site fumiture
d. Site grading
d. Instailation of site lighting
4. Time of Complet"ron
4.1. The Wark wiil be comp(ete for Final Acceptance within 150 Gal. days aRer ihe date when the
the Contract Time commences to run as provided in Paragraph 2.03 nf the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as io liquidated damages in the event af failure to campiete
the Work {andlor achievement of Milestones} wiihin the times specified in tha Agreement.
5. Attached to this Bid
7he foliowing documents are attached to and made a part of this Bid:
a. This Ciid Form, Section 00 41 00
b. Required Bid Dond, Seckion 00 A3 13 issued t>y a surety meoting tl�e requiraments af P���graph
5.41 of the Genarai Ca�ditinns.
ciry or• rrsRr woRrri
STWaDkRO GCSNSTR�JCTI�N SPECIFIGA7'IOtJ DOGl1MF�NTS
6arm F?evised 2421Q'Ja0
$,rcmftp Giqhpng Improv+�m�rrts at 21 Ra�k Sites
Prajeci Na. 1Od77�. 1 M77a
r'
'�
��
�_. _
c. proposai Form, Seclion QO 42 43
OA�t Ob
21D FCrP.l,S
Pa�o 3 cf 4
d. Vendar Campiiance to State law Non Resident Bidder, Section 00 43 37
e. MtNBE Forms (optianal at time of bid)
f. Qualification Statement, Section d0 45 12
g. Conflict of Interest Affidavit, Section 00 3513
*If necessary, CIQ ar, CIS forms are to be provided directiy to City Secretary
h. Any additional documents ihat may be required by Section 12 of the Instructions to Bidders
�
�
6. Totai Bid Amount
6.1. Bidder will campiete the Work in accordance with fhe Gantract Documents for the foAowing bid amounE. in
the space provided below, please e�ter the totaf bid amount for this project. Only this figure wilf be read
publiciy by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amouni entered below is
subject to verification andlor modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling aif of the extended amounts.
5.3. Evaluation of Alternate Bid items <use this if applicable, othenvise delete�
Total Base Bid "$a"�d"� � s�� jj' ��i
ClTY OF FORT WORTH
$T1�h10ARD CONSTRUCTION SPECIFICATIQN DOCUFdENTS
F°tm Ftevissd 20210930
Security Ughiinc� Improvements at 21 Park Sites:
ProJect No.104773, i0477A
00 4 i 00
�sio Fo�zra
Pago n ot b
7. B'td Submittal �i�� � (�
�
This 6id is submitted an Manth C��y, Year ' ; by the entily named be(ow.
Respectfuily bmitted, Receipt is ecknovfiedged of the �n�t���
fallowin Addenda:
gy: �` �_„__ Addendum No. 1:
(Sig ature} Addendum No. 2:
������ �� �� '. Addendum No. 3:
mfed-Name H�re Addendum No. 4:
� , , ��� ,
(Printed Name)
Title: Title Nere , ; �f�j/LE'I'
Gompany: Company Name Here �j �1��-��Z�,%%/�lC �if%C. Corporate Seal: ���
Address: Address Here �j � �� �ll3�p '
Address Here or Space ,4���.�� `�+ 7���
City, Stata 2ip Cade Hgredl .
r��S
State of incorporation: Stat� Here . ,
Emaii: YourEmailAddressLLFiere ���`-""lt�/%'i° ��t[i��.Ge�i+'1
Phone..YourPhonehlumber:Here �`�-�a8 �d�y
END OF SEGT[ON
0
�
CITY pF FQR7 U/4RTH �;�„u�i�Y �(qh�ln�i Imprnvam�nts at 21 Pm�K Silea:
S TANDARq GflNSTRUC7tqh1 Sp�CiF�GA'[It�N pQGUPACtd7S ProJuci No, t04773, 1Q477q
Fwm Rav4.ed 20210fl3tl
�
r�� �r �;
rxFa r�v�,sa[.
Yege 1 ot a
a
, �'`;
s�crioN oo az Qs
PROPOSALFORM
.. : r
Project Iicm Infumialion
lkscnpuan
BASE BIDS
IINiT 1 BASE BID {TEMS - KRIST{ JEAN BURBACH PARK - SHEET E1
Bidd�r's Application
i3iclG'cr'S t'rnpasal
[f�� Un�t Price i3id Value
C'(TY OF F08T S6't1kT[f S:cu+ny Ligt�ur; lae{uo�ertzeaiG at'� Pad 5��.�s�
SxAhUhNtafOaST7tUC17QNSi'GCIFCC:A'fitlNl)llf.tJrIGN)fi � t'�o�alAulaJ't)�.IPtT%a
fqmr Hcv��.n12421M)Q
1
°. �
UN�T 1 KRI5TI JEAN BURBACH PARK BASE BID TOTAL���LQQQJ
T
UNI7 2 BASE BlD tTEMS - SUMMERBROOK PARK - SHEET E2
� UN17 2 SUMMERBROOK PARK BASE BED TOTAL( � j^-,�
�—T�
UNIT 3 BASE BtD ITEMS - SUMMERFIELDS PARK - SHEET E3
UNIT 3 SUMMERFIELDS PARK BASE BtD 70'fAl(���9�_f
SECTIOM 00 42 d3
PROPOSALFORM
� � w *
r
P�ojcct ttcm fnCnrmatfon
fhscnptwn
UNIT 4 BASE BID ITEMS - CP HADLEY PARK - SHEET E4
tfik3it
1'S!D PRrYV65 hL
pen� a of 9
Bidder's Application
F3id�lcrs I'topnsnl
p�� Unit Pnce [3�d Value
Xa
�
�
UNET 5 BASE Bid 17EMS - CREEKSIDE PARK - SHEEF E5
UNIT 6 BASE BID ITEMS - SOUTH MEADOWS PARfC - SHEET E6
f1'i1'O!'FUH'C 1.'GRTtI
S"tAti17AR1) ("[1:;ti7ktlG'A[7P! fit'CC'IPICA�IYt)tY Oi1CUp�lsti iS
I'nsm Eer:_�x�3 20IlMS :
5rcuntv ta��x�s:u: L•np�u:enxntx at � i Mml S��cs�
lloycc��a 1U37J_iRi73.i
�
�, � ��
`�r�`�'"'�.
UNIT 4 CP HAE}LEY PARK BASE 8I0 TOTAL�
UNIT 5 CREEKSIDE PARK BASE BtD 70TAL(—T''T�
���� J�
UNfT G SOUTH MEADOWS PARK BASE 81D T07AL��
L,E.t2 d➢ . .
r;�r� raoro��,�e.
Pa�t 3 ���f R �
sECTroN oo az as
PROPOSALFORM
�
s r
� /
Projcct Ilcm Difornmtmn
Btdhst Item
ro [�,-s����u��
UNIT 7 BASE BtD 17EMS - WESTCREEK PARK - SWEET E7
Bidder`s App[icat�on
I3idder s Proposal
��a —_____
�,,,,,,,... Ilnrt Pricc f3ici Valve
� �
��r..
�J�r:
�...�'7-,.;'
c:�zv����t�zrxrwota'ru s<zuti�t-r�1��,a,;i�,�- �,„,,,�m.�r,��s:�,-3
STAT1UhR17i�NbiNIJt,TiC}NSNECIbILAT1�tdF)OCIJhikNIS t�r,�rxtNa 1W77},IW'�'1a
r��n, n�,�axastv��A
UNiT 7 WESTCREEK PARK BASE Bip TOTAL "2(-7. A�—'j
--�^-t�f-`�-"ti`--'
UNIT 8 BASE BID lTEMS - LASATER PARK - SHEET E8
UNET 8 LASA7ER PARK BASE 81D TOTAL�
UNIT 9 BASE BID ITEMS - SUNDANCE SPRING5 PARK - SHEET E9
UNIT �J SUNDANGB SPRINGS pARK BASE 01D TOTAI�� ���
�:,
�
;� �::,
ft(bl�RLtPOCAI.
N��a 3 of g
SECTION 00 42 43
PROPOSALFORM
� r i �.
�
Pra�eat Item tnC�nnaunrt
E3idhst Rcm Dcscnpuan
No
UNIT 10 BASE BID ITEMS - WILLOWCREEK PARK - SHEET E1Q
UN(T 11 BASE BID ITEMS - TADIOCK PARK - SHEET E11
Bidder's Application
�rad�r� r��ti��=7�
��� Unit Pncc f3id Valuc
CITY OY f�[F„C 4Vf)ATYi
St"hb'Ufiltt! 1:Of:S(KUCt(O:YSPti('1TICA"f ION t)CH'U?�iC:t4fS Sec�w�6 L�i:.Otu�fi LnFxuveWu�ne a7 «! f`azk Si�ex
IVee��� �p. IP7T11. IOi77J
i'csra� Stcs��cJ L�:IG770
UNIT 10 WILLOWCREEK PARK BASE BID TUTAL� Q�Q�
� UNIT 1 t TADIOCK PARK 9ASE BID TOTAL��_Y��
:
UNIT 12 BASE BIO ITEMS - GLENWOdD PARK - SHEET E'C2
UNIT i2 GLENWOOD PARK BASE BIP'1'07AL�`?'?�- ��
� �'ry
r,r.t,s; nt
(Sib PRQYC�tAt.
Pa�c4n{3
secr�oN on az aa
PROPO5AL FOF2M
71a1 • : * ' : _��
i'�ojrct ttem infannauan
Ixscuptmn
�
UNIT 13 BASE Bld tTEMS - KRAUSS BAKER PARK - SHEBT E13
E MNtr aa �aSF etD ITEM3 - LtTTLE PEOPLE PARK - SHEET E14
UNIT 15 BASE 81D ITEMS • FAIRMOUNT PARK - SHEET E15
'i • � � � �
f3idAcrs Proposai
tlnit Prioe Bid Valuc
cnv c�r t<�s=.'r woe37t sr«<an• ���n��„� t���uti.�4n<���, u�,i r,sa s,t�x
srAr.ns�ai>cor:sraucno;+srf.cinchru�vnacuaazr�rs �,t,,�;�,;r,. �oat��.�aa7�a
��tv'tn iLS+iaai 2�i�ff3i0
if
UNIT 13 KRAUSS BAKER PARK BASE BID TOTALr_: ' AD�
Tr7—
UNIT 14 LI'fTLE PEOPLE PARK BASE 61D TOTAL�
UNIF i5 FA{RMOUNT PARK BASE 6Ip iOTAL ���
�
�,=,.z�-:�
zsirs ��scr,r�cra,kr.
p��e,«fx
SECTION 00 42 A3
PROP05ALFORM
r . �+ �
�
Prajcct i�em tnformatwn
pasciipuon
'i i•' a �� . 1
Baddars t'ropasai
ilnit F�nce f3ii! Value
.. . _ ._ _._ .___._ ....,.,..�....,, � c onott _ cNFF7 E16
.....r .-, �. cc o�n rrceec _ cntzr wnc)F �OG PARK - SHEET E77
�
,". �
UNIT 18 BASH BEQ ITEMS - ENGLEWOOD PARK - SHEET E18
�: �
<a ry o� rcarsr u�ouni
.STRFtpA1tA Cq?�$TKtfC! ION 9P[CII'ICATIbN OQCIIMPNIS
Furm H<�.7xd :t7? I�I"90
ti��mty C�gtum,� IuyuF�ormsatc at 21 F'ul, Snca.
14njyyt �o. IUi7Z.1. IP{7T3
UNI716 SPRINGDALE PARK BASE BID TOiAL� 2'� �J
'�'77
UNIT 17 fORT WQOF DdG PARK BASE BlD TOTALE_7' �/�
UNIT 18 ENGLEWOQD PARK BASE 61D TOTAL���
�
SECTION 00 42 43
PROPOSALFORM
" C �
Projcct I�¢m Infonnaum�
bescription
�
�
UNIT i9 BASE B(D ITEM5 - MEADOWOOD PARK - SHEET Et9
UNIT 20 BASE BID ITEM5 - dAKLAND LAKE PARK - SHEET E20
UNIT 21 BASE BID ITEMS - LOUELLA BALES BAKER PARK - SHEET E21
c�ry o� Fauv� woxn�
b7+tP117AHt) Cf7tiS7�Rt!CTII]N SPHCIFlCdTlQN CH7Cli3fliftt 9
funn F.m:Md 3021MS4
C+7 i? #7
FSID PrRCiFi),`rAi
P.+rr i �t R
: sr- � •• •
rsrda�r5 r�o�$ai
Umt Priec I3id Valae
Sccuuty l�gA�ntg (nguu��mm^nts u� ? t Pu1 Snrs
Cn;m Ko IUi7?'s, tW'!7d
UNI719 MEADOWOOD PARK BASE BID TOTAL��ri�
UNIT 20 OAKLAND LAKE PARK BASE BlD TOTAl �{ j,.,..�,,,--j
•—�.-,f��,.�_,
UNi121 LOUEI.LA BALES t3AKER PARK BASE BfD TOTAL��`La!
�,sz��
flID PiibFK15A[.
Cege R e�.F3
SECTION 00 42 43
PROPOSALFORM
�� .. . �
r
Pro�cct {Icm Informauon
Ckscnptinn
B!D SUMMARY
BASE BIDS
�� i Y r7M� sr,tt7 u�oA:r Ii
.`i'IhJ�'4)hNI! ('U{s ��(tit,t ilOh3 *�I•7���'il't(:,ill�l,`.IItK'tfs.t?_:d15
r.:a�, t�a•.�,se �zo7�a;�co
Bidder's Apptication
Biddets Praposai
Un�t f'rica Cttd Valuc
Sss'�: t� I. �.3� m�; lu;�. � _...� xt 11 1'a,l 5�:rz
Pns�a;tti;� 1:�577f.19�1i74
�
�
�
BASE BI�S TOTAL��
litil) OI� S1sC'1'lON ���r "` ��
00 43 13
81p BONb
Page t of 2
SECTION OQ 43 13
BID B4ND
KN4W AL� BY THESE PRESENTS: +�•
That we, Cole Construction, Inc. , known as
"Bidder" herein and RLI Insurance Company a corporate surety
duly authorized to do business in the State of Texas, knawn as "Surety" herein, are held and firmly bound unto the City
of Fort Worth, a municipai corporaiion created pursuant to the (aws of Texas, known as °City" herein, in the penal sum
of five percent (5%} of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum we(I and iruly to be made, we bind ourselves, our heirs, executors,
administratars, successors and assigns, jointly and severaliy, firmiy by these presents.
WHEREAS, the Principal has submitted a bid ar proposal to perfarm Work for the fallowing project
designated as Lake Worth Trail - Phase 1C
NOW, 7HEREFORE, the condition of this obligation is such that if the City shall award
the Contraci for the fo�egoing project to the Principai, and the Principal shali satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the
ierms of such same, then this obligation shall be and become nul! and void. If, however, the Principal fails to execute
such Contract in accordance with the terms of same or faiis to satisfy ail requirements and conditions required for the
execution nf fhe Contract, this bond shall become tne property of the CiYy, without recourse of the Principal and/or
Surety, not to exceed the penalty hereof, and shali be used to compensate City for the difference between Principal's
total bid amount and the next selected bidder's total bid amaunt.
PROVIDED FURTHER, ihat if any legal action be filed on this Bond, venue shall lie in Tarrant County,
Texas or the United States Disfrict Court for the Northem District of Texas, Fort Worth Division.
IN WITNESS WHEREOF, the Principai and the Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the 14th day of November , 2024.
PRWCIPAL:
Co(e Construction, Inc.
BY: „_ .�--�'".�___-_
. Slg� .,,,_
AT?EST: ��-�`"
'f �c.c..o�a �G(�t�t,ko � CAV
Witness as �inci ! Name and itle
CITY OF PORT WORTFt
3FANOARD CONSTRUCTION SPECIFICA710N dOCUMENTS
Form Revised 20171109 00 41 00_00 43 13_00 42 43 00 43 37 00 45 12 OQ 35 13_Bid Proposal Workbook-iC.xls
00 43 13
BID BOND
Page 2 of 2
�`', � � �.�
� GpRPORqTF•:
SEAL
� ess as to ty
Attach Power of Attorney (Surety) for Attorney-in-Fact
Address: 10315 Alta Vista Rd
Fort Worth, TX 76244
SURETY:
RLf tnsurance Company
BY:
ignatur
Holly Clevenger, Attomey-in-Fact
Name and Title
Address: 9025 N. Lindbergh Drive
Pearia tL 61615
Telephone Number: 309-692-1000
`tVote: If signed by an affcer of the Surety Company, there must be an file a certified extract from fhe by lews
showing that this person has autharity to sign such abligation. If Surety's physicai address is different from
its mailing address, both must be provided. The date of the bond shatl not be prior to the date the Contract is
awarded.
END OF SECTION
CITY OF FORT WORTH
STANDARC! CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20171169 Op q1 QO_00 4313_60 42 43 00 43 37_00 45 12 DO 35 13_Bld P�oposal Workbook-1C.xis
Document A3'1 Q�� -- 201 Q
Coniarms with The Ar�terican Institute ofArcbitects AtA Document 310
+� � � i 1
CONTRAGTQR:
,l,1�'cnne, legtt(sltrlttir uftd rtdd��,�j
Cole Constructian, Inc.
10315 Aita Vista Rd
Fort Worth, TX 76244
owN�R:
,t,'1'an�4. le�a/statrrs nutlnrldrt:ss)
City of Fort Worth
1 QO Fort Worth Trl
Fart Worth, -rx �s�a�
BC)ND AMOUNT: $ �%
SURETY:
,/.'4'c»uc, legal.�a,rt�.< <r►��nri,��rf�«trt�,�� , jhucrnest)
RLI Insurance Company
9025 N. Lindbergh Drive
Peoria, fL 61615
This document has important
(ega! consequences. Consultation
with an attorney is encouraged
with respect to its comptetion or
cnodificatioq.
An}r sin9ular reference to
Contractor, Surety, Chvner or
other party sha0 be considered
plura! where appiicabfe.
Five Percent of Amount Bid
PROJEC7:
{,i'anre. locat�ottoratltfres� nrtcll'�ajectnuntG�r, ijnutj
Lake Worih Trail Phase 1C
Thc Contractor and Surcty arc bound to tfio O«�ncr in tl�c an�aunt sct forth abovc, Cor tFtc pc�ymcnt of n6ich thc Contractor artd Suroty bind
tl�croscl��cs, i6ci� hcirs, axautors, ad�iSinislcators, succcssors and �ssigns, jointfy and scvcratty, as procidcd licrciu. Tt�c conditions of this
Boed are such 1(mt ifthe p�vncr �cccpts tha bid afthc Coniractor �cithin thc timc spccificd in thc bid docuntcr�is, or ntitlrin suclr Iimc pc�iod
as tttar bc agmcd io h} ihc V«7ur and Contracior, aud tlic Contrsctor cithcr (I ) cntcrs into a contcact «�ith ti�c U�vncr in accordaitcc �r•itl�
thc tcnns of such bid, and gi�•cs such boi�d or borxds as ma} bc speciticd in tlic biddi�ig or Contract Docurz�cnts, �viti� o surch admittcd in
ihc jurisdiction of thc !'rojcct and otliernisc acccptablc to thc ���»cr, Cor thc fa�dtfut perfonuancc of suctt Contract n�td fa� thc prornpt
payment of laborand material ti�n:isi�cd in d�e prosccution iGereof, OC (Z� �R}S f0 fI1C U��71CT IIIC dtL�CfCttCC, 110I EQ CXCCCd iEiC Att10G11� Of
tl�is �ond, Uct���ccn tGc amauut spccilicd in said bid and sucG larecr amoant for �afiicl� thc U��YTcr nza� in good faitli co�itract �eitli anod�cr
party tci rrerti>ntt lite ilitrk cn►•ercd hy �id biJ, tiieii Uiix ohligulion sitait hn nuli and t��iJ, o�henvi� ta rrnruin in lidl ti�rcn unci ell�ct. 77i�
Surety herehy ��mi��es an}• ne>ticC ut'an agreemenl E�eUo�eCn ttte n��roer nnd Contructor t�> extend t(�e lime in �vliich the l�tivner nru� uccept tfre
h1J. VirO1�CP <tl�lltlltCC �r (I!C Stltrt�• shatt nnt u�ply tu uny ecte�itiion e�cerding �ixt} ��0� tJIIVti fIt llt6 St�LCC1;:11C �C�Y111fI (ItC (1t11C I()r
QCC6j'�qI1CC U�� bltiti SPCCIItCtl Itl (�1t �.11(j lit1Cl11iiCI1l5i,- �n(i l�iC �i1�71CrIItif� CU11IP.lCftTf ti�laT� UfflStlli ((tC.St1tC1}�ti CUlltiCllt iUC ttlt G�lCtttitt)1) �1C}t1T�(�
xixty (tb) du}•s.
If ttiis Bond is issucd in conncction i��i�h a suhconirsator's bid to;► ContraUor. t1�c tann Contractor ii� tltis Bond slml! bc dccnud to bc
Si�bcontractor and tltc �crni �a�ncr stia!! bo dccmcd to bc Controctor.
4t'hen ihis 13ott� has been tun�isheci tc> compty ��yth u statuteiry� ar uther tega! reyuin;meitt in the (ix:atinn of the PmjecG uny pn��i>inn in
tlu� 13urtd c:rollicting ieith sstid statulm}• or tegal reyuirentent slttt2l bc deemeJ Jeleted lteraY�nm and �rorisic�ns cu�►1'tirnii►te tu suclt
titatutc�n• ar other tegxt reyuirement shail t� deemed incorpe�rated liercin. Wl�en sci Iitmisl�edr tlic intent is that d�is t3onJ xtial! bct comtnred
as u stntutun• banJ ttnd nof :cs a ct�mmc�n tutv bcmJ.
Sizncd and sca(cd zis 14th da}• of Novemb
�
!" css)
���
t71'itrtt.e.�)
er, 2024
Cole Construction, lnc.
fPri�rcip�lJ (Scrnl)
-----''
By:
. �.o ..._
�����1G�.�+i�
Rl:! Insurance Company ; �5. _�;
(bi�m j (5e<i!)�¢ w� ��s+eart�r� ��
By: SLAL
�Tir ) ot !ev ef' Attorne in-Fact �i .. .... _ .�
S•00541AS 8/10
,�� , , , � , . ; � r . _�
RLI Insurance Company
Contractors Bonding and tnsurance Campany
9025 N. Lindbcr�h Dr. Pcoria. IL G16t5
Phone: 800-1r4S-24b2
F#ond No.Bid Bond
KnoMv Al! Men hy These Presents:
That this Powcr of Attorney is nnt i�alid or in cffect unless attached ta the bond which it autharizes, but may be detachecl by tE�e
apprc�ving officer if desered.
That tliis Po+ver of Attamey n�ay be cf%c:tive anci given to cither or both of 12L1 (nsarance Company and Contractors Bonding and
tnsurance Company, rcquircd for thc applicabtc bond.
i'hat RLi lnsurance Company and/nr Contractors Bonding and insurancc Company, cach (Ilinois corporatians (as applicablc},
cach anEhorizcd and liccnsccl tn dc� busincss in all statcs and thc Llistrict af Calumbia do hcrcby makc, constitutc and appoint:
Holly Clevenger in �hc City of Dallas , State �f TX ,
it's truc and lawful Abcnt and Atfamcy i�i Fact, n�ith full po�vcr anci authnrity hcreby confcrrcd u�n hin�.�hcr ta sign, exccutc,
ackno�ti�tcdgc and dclivcr fnr and on its bchalf as Surcty, in gcncral, any ancl al( bc>nds and ui�cicrtakings iEl an amctunt not ta c�cc�d
Seventy Fivc Millian Dollars (�75,000,000) for any single ahiigatian, and specifically for thc following dcscribed bc�nd.
Principal: Cole Construction, Inc.
Obligec: City of Fort Worth
Rl.l tnsurance Campany and Cantractors Banding and (nsuranec Campany, a4 applicahle, ha��c each furtl�cr certificct that the
followin� is a true and exact cc►py oF a Resolution adopteti by dye [3oard of Uirect<�rs of eaci� such co►poration, and now in force.
ta-wit:
__._ ____.._�_ _ ._._.__.__ ..__.._._
"Alt bonds, policies, undcrtakings, Porti•ers af Attorney or ather obti�;utions of the Carparghon shall be ezrcuted in the
car��arate name af ihe Corporutian h}• the President, Secretar��, ant� Assistant Sccretary�, Treusurer, or anti� Vice Fresident,
or by sach other amccrs as the Qoard af Directors ma�• autharizc. The President, any Vice Presideot� Serretar�•, anF�
Assistune 5ecretan•. ar thc'I'rcasurer ma�� appoint Attornevs in �`uct or Agcnts ��fio shall have authorit�• io issuc bands,
policies or undertakings in the name of thc Corporation. The cornorute seul9s not neeessary for the validity of anF' bonds,
�olicirs, updertakings, Pa�ti�ers of Attorney or r�ther pbligations of the Corporation. The signature of any� surh oflicer and
the cnrpnratc seai may bc printed b�� facsimitc ar ot6er efectroaic imagc."
_ _. _ . ..._ __ ._ _,._
tN WITNFSS WHk�,R�(7t�, RLI lnsurancr Campan;�� ancU�r Cantractors Bonding and Insurancc Campanv. as applicablc, have
caused these presents ta be executed by its respective Sr. Vice F'resi�ient �r�ith its cor�or<►te seal a#fixed this 24th day af
_ .►��ntia� �Q�4
Statc of'Ohio
Count}� �f Cuyahu�a
� �l�'i�j `,;, �,u�xorr
��c -�^�^,�y— � Nocary PuDist
j���..,.,�.; 5sate rN On2o
°�� f �� i µy Car+m. Evpires
,y;'w d Sesxnber 22. 1025
RLt insurancr Compan�°
Contractors �3andin� and [nsurancc Companr•
.� t
r,, ,, .�
t%'.��--- �, u_�-��..
Eric Rai.tdins
Sr. �'ice I'reside�it
C6;ItTfFtCATE
C7n this 24th dny of__ Jantiary , 2024 , twforc me, a'�tc�tary !, tlre: uncfersigned oflicrr of RL( tnsuranee Company andlor
Public. persanally appcarcd Eric ft•�� tins , �vha Contr�tcti�rs Sonding and Insur�nce Companr•, da herrby certity
bring by me ctuly sw��orn, acknowledzed thaC he signed thr abare Po�ver ot� that the attached i�owcr of Attonicy is itt fulf li�ttc and elTect and is
rltteamey a.: the al'on�id at�c�� af thG RLF tnsurance Compan�� ancUoe ircevex;,xble; and furthennore, that the ttesc�tution of lh� Com}nny ais
Contractars t3onding and Insurancc Company, and acknnwirdged said set forth in the Po�ver of Attomcy, is no�v irr farce. In testimany
insfnrnienC CU be thc soluntary act ancl deed f said cnrporntion. ��=hercot; 1 havc harcuntu sct my hand arrct thc se,el of ihe RI.t
� [nsurancr Compan�� attcUc>r CuntrurEors Bonding and tnsurancr
�Y: •�,� `�' ��-- Compan�' ihis 14th ��y t3f November 3024
lill r�. Scatt _. �
.. J�ANC6�4�.. �cGnh S �,.
a ,�, ,�° `�"'
, ��NFfirq D :.��riYGR� f .
,.'.Ty, "� . ,+
' 4 .e. �,-
� E. ��t f ;.� E 11 fi-
°_�•. �
,'<t�i:io}s ���':����a
� SS
No��ry Public Eti-i insuranec Company �
Cantrartors 8anding and losurancr Cam{iany
E3�': --- d—Ylt' ""il f✓ F i �' 1""
1ef1iey ic Corpprate Secrct.iry
Al1pAi ! ��l
'� Rl,l Insurancc Company
P.O. F3n� 3967 Peoria, IL G 1612-3967
Phonc:3Q9-692-1000 rwc:369-683-1b(0
TEXAS
�PORTANT NO'I"YCE
To obkain information or make a complaint:
T'�xa� P'olicyholder l�Iotice
TEXA.S
t�,VISO YMPORTANTE
Para obtener informacion o pua presentar una queja:
You may cal! 1RLI Insurance Company's totl free telephone Usted puede Itamar al numero de telefono gratuita de RLI
number %r information or to make a complaint at 8Qd-645-2402. Insurattce Company para obtener inforrnacion o para presentar
una queja al 800-645-2402.
You may alsa write to RL! Insurance Company at:
Usted tambien puede escribir a RLI Insurance Company:
9025 N.Lindbergh Drive
Peoria, IL 61 G I 5
FAX # 309-G83-1610
Yau may contact the Texas Depar6nent of Insurance to abtain
information on companies, coverages, rights or eomptaints at
i-800-252-3439
You may also write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX �8714-9104
F� Number: (512) 490-! U07
Web: www.tdi.texas.gov
E-maiL• ConsumerProtection(a7tdi.texas �ov
PREMIUM OR CLAIM DISPUTES:
Shauld you have a dispute conceming your nremium or about a
claim, you shou[d contact the ageni first. If the dispute is t�oi
resolved, you may contact the Texas Department of Insurance.
ATTACH THiS NOTICE TO YOUR POLICY:
This notice is for information anty and does not become a part or
condition olthe attached document.
9025 N. Lindbergh Drive
Peoria, IL G1615
FAX # ;09-G83-1610
Usted puede comunicarse con el Departamento de Seguros de
7'exas para obtener informacion sobre companias, coberturas,
derechos o quejas al I-800-252-3439
Usted puede escribir at Departamento de Seguros de Texas a:
P.O. Box 249104
Austin, TX 78714-'I(04
Fax Number: {512) 490-1007
Sitio web: www.tdi.texas.eov
E-mail: ConsumerFrotection(a��tdi.texas.eov
DISPUTAS FQR PRIMAS DE SEGUROS O
RECLAMACIONES:
Si tiene una disputa relacionada con su prima de seguro o con
reclamacion, usted debe comunicarse con el agente primero. Si la
disputa no es resueIta, puede comunicarse con el Departamento de
Seguros de Texas.
ADJUNTE ESTE AViS4 A SU POLIZA:
Este aviso es solamente para propositos infom�ativos y no se
convierte et� parte o en condicion def documenta adjunto.
tIW 1042-5 (08/1 S} M4241815
POWER UF ATTORNEY
RLI Insurance Cornpany
Contractors Banding and Insurance Company
9025 N. Lindbergh Dr. Peoria, TL 61 G 15
Phone: 800-645-2402
X"now AIl Mer; by These Presents:
'T'hat this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be cietached by the
approving officer if desired.
That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois cozporation, (separateiy and
together, the "Company") da hereby make, canstitate and appaint:
Jack M. Crowlev, Deborah Enelish Luke J Nolan Jr Daphne Massey Julie M Decker Joshua Sanford Brendan Fletcher Laurie Pflug,
Hollv ClevenEer, iointiv or severallY
in the City of DaIlas , State of Texas its hve and lawful Agent(s) and Attomey(s) in Fact, with
full power and authority hereby conferred, to sign, execute, acknowledge and deliver €or and on its behalf as Surety, in general, any and all
bonds and undertakings in an amount not to exceed _ Twentv Five Millinn Dollars
( S25.dOQ.00Q.00 ) for any single obligation.
The acknowiedgment and executian of such bond by the said Attorney ir� Fact shatl be as binding upon the Company as if such bond had been
executed and acknowledged by the regulariy elected officers of the Company.
RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the
foIlowing is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to-wit:
"A1) bonds, policies, undertakings, Powers of Attomey or other obiigatrons af the corporation shail 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 nat necessary for the validity of any bonds, poIicies, undertakings, Powers of Attorney or ather obligations of the corporation. The
signature of any such officer and the corporate seal may be printed by facsimile."
IN WITNESS WHEREOF, the RLI Insurance Company and/or Contraetors Banding and Insurance Company, as applicable, have
caused these presents to be executed by its respective Vice President with its corporate seal affixed this 19th day of
Sevtember , 2022. .
State of Illinois
County of Peoria
�,�,s�„����,,,,,,,,
' ``Oa�Q:pG AND:�,SG9.,''.
''pQ°i. � GaPPOqq�' ��9•y� ��
F` .c+=
' 6' SEAL •�,s�
;yaJ. .T�, =
��� �L41NOi5
� n�,nO•�••``•
SS
`i` „�,ur�iun,,,� RI.I Tnsurance Company
�SJ�p.NC� C�`o,� ContracEors Bonding and Insurance Campany
l� �.�' '. �Ay�'-�.
'��ORPORqfE,�; �� /�� �
_r". � W .y�
.SEAL. - g''� 4
Barton W. Davis Vice President
�'`�.�� C f �N 0��'+�'�``\`,
CERTIFICATE
On this 14th day of September , 2 22 , before me, a Notary
Pablic, personally appeared _ Barton W. Davis , who being by me duly
sworn, aclrnowledged that he signed ihe above Power of Attorney as the
aforesaid officer of the RLl Insuranee Company and/or Cpntraetors
Bonding attd Insurance Company and acknowledged said instrmnent to be
the voluntary act and deed of said corporation.
sy: C.�N-� , �-�CkYt�"
Catherine D. Glover Notary Pubtic
CATHEPoNE D. QLQVE� .
o�cu�. s�.
� ltdary Pudic - 8dte W IN
�a MY � �
Merch 21 2p24
I, the undersigned officer of RLI Insurance Company and/or
Contractors Bonding and Insurance Campany, do hereby certify
that the aitached Power of Attorney is in full force and effect and is
irrevocable; and furthermore, thaf the Resolution of the Company as
set forth in the Power of Attorney, is now in force. ln testimony
whereof, I have hereunto set my hand and the seal of the RLI
Insurancc Company andlor Contractors Bonding and Insurancc
Compattp this 14th day of November , 2024 .
RLI lasurance Cumpany
Contractors Bonding and lnsurance Company
By: �--,�t�-i� '.✓ �JG'►``.
Jeffrey ic Corporate Secretary
J11�f95.iq1021I
AoosxDr9
bG 49 3'1
VENp(iR COt�iPLfANCE TO 5iA?E LAYJ
PsyR i ot t
�
SECTEON 00 43 37
�.tEIVDOR COMPLIANCE TO STATC IJ�W NON RESIGENT BIDD�R
Texas Government Code Cf�apter 2252 was adopted for the award of confracts Eo nonresident bidders. This law
provides that, in order ta be �warded a contract as low bidder, nanresident bidders (out-pf-state contractors
whose corparate offices ar principal place of uusiness are outside the State af Texas) bi�i projects for canstruction,
imp�ovements, supplies or services in Texas at an amount lower than the lowest iexas reside�# k�idder by the
same amount that a Texas resident bidder woufd be required to underbid a nonresident bidder in order ta obtain a
comparab(e cantract in the State which the nonresidenPs principal place of business is located.
The appropriate btanks in Sectio� A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will autamatically disqualify that bidder. Resident bidders
must check the box in Section B.
A. Nonresident bidders in the State of State Here or Blank' , our principal place of business,
are required to be °Jo Hare percent lower than resident bidders by State Law. A copy af the
statute is attached.
Nonresidenf bidders in the State of State Her� or Blank' , our principal place of business,
are not required to underbid resident bidders.
� aiooEa:
l;.M1�D OI�� SL:C'1'IC?N
�
cirr o� �aRr�r�aarfi
STNNDARD CONSTRUC71bM SP@CIPICA710fJ UOCUt�CNTS
Forrn Revisad 24210930
B. The principal piace of business of r company or our paeent company or majarity owner is
in the Staie of Texas.
��v,�r ����s
By: Printed Name ere
(Sig ature}
Title: Tit�e Here QGI��?E/�
aat�: _. �-'�0 � �—
Sacunty l�,�f�tine� Improvetnents nt 21 Park 5nes<
Project Na. 1�3TTJ. tWT74
004511-1
BIDDERS QUALIFICATIONS
Page 1 of 3
2
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
SECTION 00 45 11
BIDDERS QUALIFICATIONS
1. Summary. A Bidder or their designated subcontractors are required to be qualified or
have applied for qualification by the City for the work types requiring qualification
prior to submitting bids. To be considered for award of contract the Bidder must submit
Section 00 45 12, QUALIFICATION STATEMENT for the wark type(s) listed with
their Bid. Any contractor or subcontractor who is not qualified for tl�e work type(s) listed
must submit Section 00 45 13, QUALIFICATION APPLICATION in accordance with
the requirements below. The information must be submitted seven (7) days after the
date of the opening of bids. Subcontractors must follow the same timelines as contractors
for obtaining qualification review. Bidders or Subcontractors who are not qualified at
the time bids are opened and reviewed may cause the bid to be rejected.
The qualification process will establish a bid limit based on a technical evaluation and
financial analysis of the contractor. For example, a contractor wishing to submit bids on
projects to be apened on the 7th of April must file the information by the 31 st day of March
in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's
Qualification Application, the following must accompany the submission.
a. A complete set of audited or reviewed financial statements.
(1) Classified Balance Sheet
(2) Income Statement
(3) Statement of Cash Flows
(4) Statement of Retained Earnings
(5) Notes to the Financial Statements, if any
b. A certified copy of the firm's organizational documents (Corporate Charter, Articles
of Incorporation, Articles of Organization, Certificate of Formation, LLC
Regulations, and Certificate of Limited Partnership Agreement).
c. A completed Bidder Qualification Application.
(1) The iirm's Texas Taxpayer ldentification Number as issued by the Texas
Comptroller of Public Accounts. To obtain a Texas T�payer ldentifcation
number visit the Texas Comptroller of Public Accounts online at the
following web address www.window.state.tx.us/taxpermit/ and fill out the
application to apply for your Texas tax ID.
(2) The firm's e-mail address and fax number.
(3) The firm's DIJNS number as issued by Dun & Bradstreet. This number
is used by the City for required reporting on Federal Aid projects. The DIJNS
number may be obtained at www.dnb.com.
d. Resumes reflecting the construction experience of the principles of the firm for firms
submitting their initial qualification. These resumes should include the size aild
scope of the work performed.
e. Other information as requested by the City.
45 2. Qualification Requirements
46 a. Financial Statements. Financial statement submission must be provided in
47 accordance with the following:
48 (1) The City requires that the original Financial Statement or a certified copy
49 be submitted fo►• consideration.
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS Project No. 104773, 104774
Revised March l l. 2022
00 45 11 - 2
BIDDERS QUALIFICAT[ONS
Page 2 of 3
1
2
3
4
9
10
11
12
13
14
15
16
17
18
19
20
21
z2
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
(2) To be satisfactory, the financial statements must be audited or reviewed
by an independent, certified public accounting firm registered and in
good standing in any state. Current Texas statues also require that
accounting firrns performing audits ar reviews on business entities within
the State of Texas be properly licensed or registered with the Texas State
Board of Public Accountancy.
(3) The accounting firm should state in the audit report or review whether
the contractor is an individual, carporation, or limited liability company.
(4) Financial Statements must be presented in U.S. dollars at the current rate
of exchange of the Balance Sheet date.
(5) The City will not recognize any certified public accountant as
independent who is not, in fact, independent.
(6) The accountant's opinion on the financial statements of the contracting
company should state that the audit or review has been conducted in
accordance with auditing standards generally accepted in the United
States of America. This must be stated in the accounting firm's opinion.
It should: (1) express an unqualified opinion, or (2) express a qualified
opinion on the statements taken as a whole.
(7) The City reserves the right to require a new statement at any time.
(8) The financial statement must be prepared as of the last day of any month,
not more than one year old and must be on file with the City 16 months
thereafter, in accordance with Paragraph 1.
(9) The City will determine a contractor's bidding capacity for the purposes
of awarding contracts. Bidding capacity is determined by multiplying the
positive net working capital (working capital = current assets — current
liabilities) by a factor of 10. Only those statements reflecting a positive
net working capital position will be considered satisfactory for
qualification purposes.
(10) In the case that a bidding date falls within the time a new financial
statement is being prepared, the previous statement shall be updated with
proper verification.
b. Bidder Qualification Application. A Bidder Qualification Application must be
submitted along with audited or reviewed financial statements by firms wishing to be
eligible to bid on all classes of construction and maintenance projects. Incomplete
Applications will be rejected.
(1) In those schedules where there is nothing to report, the notation of
"None" or "N/A" should be inserted.
(2) A minimum of five (5) references af related work must be provided.
(3) Submission of an equipment schedule which indicates equipment under
the control of the Contractor and which is related to the type of work for
which the Contactor is seeking qualification. The schedule must
include the manufacturer, model and general cornmon description of
each piece of equipment. Abbreviations or means of describing
equipment other than provided above will not be accepted.
46 3. Eligibility for Award of Contract
47 a. The City shall be the sole judge as to a contractor's qualification.
48 b. The City may reject, suspend, or modify any qualification for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issue a letter as to the status of the qualification approval.
C1TY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS Project No. 104773, 104774
Revised March 11, 2022
00 45 11 - 3
BIDDERS QUALIFICATIONS
Page 3 of 3
1 d. If a contractor has a valid quali�cation letter, tlie contractor will be eligible to
2 perform the qualified work types until the expiration date stated in the letter.
$ END OF SECTION
CITY OF FORT WORTH Securiry Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Project No. 104773, 104774
Revised March I i, 2022
1 � 1 �
�
Date of Balance Sheet
SECTION 00 4513
BIDDER QUALIFICATION APPLICATION
� "/ � �vo�--�/
Mark only one:
�fD� lrt%1�� %Lr�c�'�'�C ��JC�
Name under which you wish to qualify
Post Office Box
City .
Individual
Limited Pai�tnership
General Partnership
Corporation 5-'Go/Zl�
Limited Liability Company
State Zip Code
�' %S � ��? -��.�� ����� 7;`�' %l��G� �
Street Address (required) City State Zip Code
(�lj �a''���4���% f ) /7�7` �'�f1� ��i�JC � C'c3>y7
Telephone Fax Email
� � �
Texas Taxpayer ldentification No.
Federal Employers Identification No.
DUNS No. (if applicable)
INCLUDE THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS WITH BID IN
SEPARATE ENVELOPE:
AND MARK THE ENVELOPE: "BIDDER QUALIFICATION APPLICATION"
CITY OF FORT WORTH Securily Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUi�1ENTS Project No. ]04773, 104774
Revised March 11, 2022
00 45 13 - 2
BIDDER QUALIFICATION APPLICATION
Page 2 of 9
BUSINESS CLASSIFICATION
T'he following should be completed in order that we may properly classify your firm:
(Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is
checked)
��as fewer than 100 employees
anci/or
�Has less than $6,000,000.00 in annual gross receipts
OR
� Does nat meet the criteria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
The classifcation of your firm as a smalt or large business is not a factor in determining eligibility to
become qualified.
MAJOR WORK CATEGORIES
Water Department
Augur Boring - 24-inch diameter casing and less
Augur IIoring - Greater than 24-inch diameter casing and greater
Tunneling — 36-Inches — 60 —inches, and 350 LF or less
Tunneling - 36-Inches — 60 —inches, and greater than 350 LF
Tunneling — 66" and greater, 350 LF and greater
Tunne(ing — 66" and greater, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smaller
Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
Water Transmission, Development, 24-inches and smaller
Water Transmission, Urban/Renewal, 24-inches and smaller
Water Transmission, Development, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission, Development, All Sizes
Water Transmission, Urban/Renewal, All Sizes
Sewer Bypass Pumping, 18-inches and smaller
Sewer Bypass Pumping, 18-inches — 36-inches
Sewer Bypass Pumping 42-inches and larger
CCTV, 8-inches and srnaller
CCTV, 12-inches and smaller
CCTV, 18-inches and smailer
CCTV, 24-inches and srnaller
CCTV, 42-inches and smaller
CCTV, 48-inches and smaller
CITY OF FORT WORTH Securiry Lighting Improvements at21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION Project No. D477� D477F
DOCUbfENTS Revised March ti, 2022
004513-3
BIDI�ER QUALIFICATION APPLICATION
Page 3 of 9
MAJOR WORK CATEGORIES, CONTINUED
Sewer CIPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inches and smaller
Sewer CIPP, All Sizes
Sewer Collection System, Development, 8-inches and smaller
Sewer Collection Systern, Urban/Renewal, 8-inches and smaller
Sewer Collection System, Development, 12-inches and smaller
Sewer Collection System, Urban/Renewal, 12-inches and smaller
Sewer Interceptors, Development, 24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and srnaller
Sewer Interceptors, Development, 42-inches and smaller
Sewer Interceptors, Urban/Renewal, 42-inches and smaller
Sewer Interceptors, Development, 48-inches and smaller
Sewer Interceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches and smalter
Sewer Pipe Enlargement, All Sizes
Sewer Cleaning , 24-inches and smaller
Sewer Cleaning , 42-inches and smaller
Sewer Cleaning , All Sizes
Sewer Cleaning, 8-inches and smaller
Sewer Cleaning, 12-inches and smaller
Sewer Siphons 12-inches or less
Sewer Siphons 24-inches or less
Sewer Siphons 42-inches or less
Sewer Siphons All Sizes
Transportation Public Works
Asphalt Paving Construction/Reconstruction (LESS T'i�1N 15,000 square yards)
Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
Asphalt Paving Heavy Maintenance ([JNDER $1,000,000)
Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,OOQ syuare yards)
Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)
Sports Lighting / Parking Lot Lighting / Security Lighting
CITY OF FORT WORTH Securiry Lighting Improvements at 21 Pnrk Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.104773, 104774
Revised March i l, 2022
00 45 13 - 4
HIDDER QUALIFICA'fION APPLICATION
Page 4 of 9
2. How many years has your organization been in business as a general contractor under your present
name? %'S '�/�!�_�j
i �
List previous business names: %�a
3. How many years of experience in �/�PG�i�1CC� ( construction work has your organization
had:
(a) As a General Contractor: �� (b) As a Sub-Contractor:��_
4. *What projects has your organization completed in Texas and elsewhere?
CLASS LOCATION NAME AND DETAILED
CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO
AMOUNT WORK COMPLETED STATE WHOM YOU REFER
r�r.�
%'Gt l'x
r
! 7�,�tt� I j I�A/'�/ I�otr�rG���l� ,�Tr I L'r�N��' Sot,�/1����. ���i� ���c�
�� p/ i,�ec c7c�t�ri�7 � t3�d�' ��'�nce5S�c�v7.
S.Have you ever failed to complete any work awarded to you? J� p
If so, where and why?
6.Has any o�cer or owner ofyour organization ever been an officer of another organization that faited to
complete a contract? � ��
If so, state the name of the individua(, other organization and reason.
7. Has any officer or owner of youc organization ever failed to complete a coniract executed in his/her
name? ��
CITY OF FORT WORTH Security Lighting ImprovemeNs at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 104773, 104774
Revised March I1, 2022
1. List equipment you do not own but which is available by renting
004513-5
BIDDER QUALIFICATION APPLICATION
Page 5 of 9
If so, state the name of the individual, name of owner and reason.
� �
8. In what other lines of business are you financially interested? ��[i/ // �i �� N 5 �
ti- - � _e _ _ ; .�
9. Have you ever performed any work for the City? /�'S
If so, when and to whom do you refer?_ � 1'�"'-,�/I �r /l�/ /� /��GGr �/`(�1>l�3ll 5' �-�1�'/1,,�I�1r��
1- t�orKec� �,���`��°t f ��'fZ ¢ �ec- l ��5v�����/. �j Pvrts �i�/i�. �
10. State names and detailed addresses of all producers from whom you have purchased principal
materials during the last three years.
. � ClFY.�i/C.
11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship
to this person or fiim.
12. What is the construction experience of the principal individuals in your organization?
PRESENT MAGNITUDE
POSITION OR 'Y��RS OP AND TYPE OF IN WHAT
NAME OFFICE EXi'EItTEI�10E WORK CAPACITY
,
! � r� _ ij'�rl�"~ s r�3f��'` " �LJl'�l�l�!`C'f�i �"' /�, .l;
�, f _
ttC' ,�-•
13. If any owner, o�cer, director, or stockholder of your firm is an employee of the City, or shares the
same household with a City employee, please list the name of the City employee and the relationship. In
addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or
director who does not live in the same household but who receives care and assistance fi•om that person as
a direct result of a documented medica� condition. This includes foster children or those related by
adoption or
r n
'GilQ /�%
CITY OF FORT WORTH Security Lighting Improvemeuts at 2 L Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 10 4773, 10 477 4
Revised Mamh L 2, 2022
00 45 13 - 6
BIDDER QUALIFICAT[ON APPL[CATION
F'age 6 of 9
CORPORATION BLOCK PARTNERSHIP BLOCK
If a corporation: ��� ..._...--- If a partnership:
Date of Incorporation ,. C State of Organization
�
Charter/File No. ��� 3 5 Date of organization
President ��I� �. f�� � � 1 S Is partnership general, limited, or registered limited
�� �'�' liability partnership?
Vice Presidents
File No. (if Limited
Partnership)
General Partners/Officers
Secretary Limited Partners (if applicable)
Treasurer
LINIITED LIABILITY COMPANY BLOCK
If a corporation: .
State of Incorporation r���l ��`C i��i�
Date of organization Q• �
File No. (� � Z1 r ap r_' 3� Individuals authorized to sign for Partnership
Offi ers or Managers (with titles, if any)
/ 1 N_ � 1't �� �/l4 — /�) r� �
, . �� �� i,�,� •-
Except for limited partners, the individuais listed in the blocks above are presumed to have iuit
signature authority for your firm unless otherwise advised. Should you wis6 to grant signature
authority for additional individuals, please attach a certified copy of the corporate resotution,
corporate minutes, partnership agreement, power of attorney or other legal documentation which
grants this authority.
CITY OF FORT WORTH Security Lighting Improvements at 21 Park 3ites:
STANDARD CONSTRUCTION SPECIFICATION Project No. 104773, 104774
DOCUMENTS Revised March 1 t, 2022
00 45 13 - 7
BIDDERQUALIFICATION APPLICATION
Page � of 9
14. Equipment
� 3 �v�c �I v�
TOTAL
BALANCESHEET
ITEM QUANTITY ITEM DESCRIPTION VALUE
1 FF� �aC��. �t��u�:,�c S�S� `� _� a�n
. T � �
2 � 7
�.-� � I '%-i`c � /e' r �
3 — --..._— d� � '�!`t2 /u ����--l-� _ .
`� � ��? (` . ,
5 ' -G�` � �:
6 l fi � ?�' ' �ll�r 7�(���-
� �C�v� J . � u. �n°
g 2�,�n � L �a_ � /�P r: l . n
9 � . �Cc � r !1-
10 �Yl Dli.t ���»G ' i. ` �f} )
11
12 � ' �-�l�C S
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
Various-
TOTAL ��
��mi�ar rypes ot equipment may be iumpea togetner. it your t�rm nas more inan .su rypes oi equipment,
you may show these 30 types and show the remainder as "various". The City, by allowing you to show
onty 30 types oiequipment, reserves the right to request a complete, detailed list of all yottr equipment.
The equipment list is a representation of equipment under the conlrol of the firm and which is related to
the type of work for which the firm is seeking qualification. In the description include, the manufacturer,
model, and general common description of each.
CITY OF FORT WORTH Security Lightinglmprovements at 21 Park Sites:
STANDARD CODiSTRUCTION SPECIFICATION DOCUMENTS Project No.104773/,104774
Revised Nlarch i l 2022
004513-8
BIDDER QUALIFICATION APPLICATION
Page 8 of 9
THIS PAGE INTENTIONALLY LEFT BLANK
CITY OF FORT WORTH Security LigF�ting Improvements at 21 Park Sites:
ST AND ARD CONSTRUCTION SPECIPICATION DOCUMENTS Project No. 104173, 104774
Revised b4arcli 11, 2022
00 45 13 - 9
BIDDER PREQUALIFICATION APPLICATION
Page 9 of 9
SIDDER QUALIFICATION AFFIDAVIT
STATE OF T �/X `�i
COUNTY OF _—=��,y��,�
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the
entity herein first named, as of the date herein first given; that this statement is for the express purpose of
inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who
prepared the balance sheet accompanying this report as well as any depositoiy, vendor or any other
agency herein named is hereby authorized to supply each party with any information, while this statement
is in force, ecessary to verify said statement.
LS being duly sworn, deposes and says that
he/she is the ' of �(4?��?�F 1,�(�" / 1('_, the entity
described in and whtch executed the foregoing staternent that elshe is familiar with the books of the said
entity showing its financial condition; that the foregoing financial statement taken fi•om the books of the
said entity as of the date thereof and that the answers to the questions of the foregoing Bidder
Qualification Application are correct and �rue as of the date of this affidavit.
Firm Name: �����//�� 1.�G�Gi�/C iNG.
Signature: ���"�/
..�,..,... _ _ �
Sworn to be ore me t is ` _ ,"� Y P�- CARALIN WARWICK 3
.s.��NL�y�a� of _�...�e����?���, . �¢R �e1� -
/ _*; �� Notary puhlic, State of 9exas
// *€
// j- /� 'N���y� Comm. ExpiFes a7/14l20z5
� �J� ` '�����F OF �.�° Notary Ip 13321315-5
1„� .
Notary Public
Notary Public must not be an afficer, director, or stockholder or relative thereof.
CITY OP FORT WORTH 3ecurity Lighting Improvemenis at 21 Park Sites:
ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 10478, 1047i3
Revised March 1l, 2022
� � � ,
KEV) N h�IAN KS, p1NN E{�
� - .
817-228-?_044
Hot-W ire@live.com
� 4757 FM 3136 Aivarado, Tx 76009
NotWireElectricTx.com
�:� �� �►"�
PROFESSIONAL
• Electrica! System Design and
Installation
m Project Management and Supervision
a Troubleshooting and Maintenance
a Compliance with Electrical Codes and
5afety Standards
� Energy-Efficient Lighting Solutions
a Infrared Panei Scanning and
Preventative Maintenance
. ,� �, � . .
o TEXAS MASTER ELECTRICtAN
LICENSE: i43?15
� ELECTRICAL CONTRACTOR
l.ICENSE: 26936
; . �
Experienced and resuits-driven Master Electi�ician with over 30
years in the inclustry, speci7lizing in commercial and industri�l
e(ectrica) installations, repairs, and maintenance. Proven firacl<
record in managing and executing (arge-scale electrica! projects
for public parks, RV facilities, and automotive dealerships. Adept
at delivering high-qualifiy worlc within dead{ines and ensuring
compliance with safety standards.
. . � , � , , ; .. .
r
BAILEY LAKE PARK, BURLESON, TX
Scope of Work: � 2016 - 2016
• Managed the installation of parking lot lighting
0 Executed the complete electrical installatian for the
restrooi�n and concession building
@ Ensured compiiance with loca! electrical codes and
optimized the lighting design for eneryy effiiciency and
safety
BARTLETT PARK, BURLESOFJ,TX
Scope of Wor4c � 2014 - 2015
• Led the demolition of existing baseball field lighting
e Oversaw the installation of new parl<ing lot lighting
0 Supervised the electrical instailafiion for the eoncession
building, ensuring the project met all techr�ical and
safety requirements
CtTY OF FLOWERPv10U1VD, TX RV PARK
Scope of Work: � 2016- 2017
o Directed the installation of new electrical pan�is �tnd
power feecls to RV sites and cabins
• Coardinated with city o�cials to ensure the project
adhered to regulations
0 Provided reliable electricai service for the park's
infrastructure
HOTWIRE ELECTRIC INC.
K E V I N H A N K S, O W N E R
G4NTACT
� 817-228-2044
� Hot-WireQa liv�.com
O 4757 FM 3136 Alvarado, i"x 76009
OHotWireElectricTx.com
REFERENCE
o BUDDY NORRI5, NEMA 3 ELECTRIC
(469j 777-0389
• GREG FIREBAUGH,
DEAN CONSTRUCTION
(972) 291-7153
• ADAM KING, �OHNSON
COUNTY SHERIFF
(817) 240-5447
o PETER BENITEZ, AUTONATION
(305) 498-1101
LA JOHN, LESSEN-JPMC
•(214) 527-8381
• NAICS- 238210
SU M MARY
Experienced and results-driven Master Electrician with over 30
years in the industry, specializing in commercial and industrial
electrical installations, repairs, and maintenance. Proven track
record in managing and executing large-scale electrical projects
for public parks, RV facilities, and automotive dealerships. Adept
at delivering high-quality work within deadlines and ensuring
compliance with safety standards.
PROFESSI4NAL EXPERIENCE
•
AUTONATIOtJ DEALERSHIPS
DALLAS-FORT WORTH METROPLEX
Scope of Work: � 2009 - Present
• Provided comprehensive electrical system service and
maintenance for all Autonation dealerships in the DFW
area for the past 15 years.
• Responsibilities included troubleshaoting, repairs, and
upgrades to lighting systems
o Ensuring minimal downtime and maintaining
operational efficiency
��� �V�il� ��������
REVIEWED FlNANCIAL �TATEMEh1T5
Ai� t�
ACCC)UN`iANT'S REVIEW REP�RT .
FOR TNE 12T" Mt�NTH PER[OD
ENDIf�IG DECEi�BER 31, 2023 -
t�rr�p�r��3ct I��y I'�i��a Ai�rt�strort�, CPR
7�C N. C�ovc� �tr���d
C�t'���7+�virtt�, 'I`X %GC);i 1
i
€
0
����� i°i�f������i�� �.»f �
� 206 N. pov� Roa�l, Gi�apavina,l7( 7G051
017�527�5981 ��aigc�p�ige�cG��a�n�,��m
ACCOUNTANT'S R�;V[�W ItL['�R`r
�.«�t,�� is��,, �oz�
U��mers of T-Iot Wire Efectric, LLC
LLC which camprise the
I ht�ve revietyed the accoriipflnyii�g firzanaial `staternents ofI-�ot Wire Electric, ,
bAiance sheet As of December 31, 2024, und the rel�ted statement of incarne, for the 12 months then
ended. A revicw includes primarily applyin� Analyticnl procedures to awners' financial data and
making inquiries of comp�ny owncrs. A review is substantially less in scope,than an audit, the
objective of �vlvch is ttie expression of an opinion regarding the"financiat statemcnts as a whole.
Aceordingly, I cla not express such an opinion.
1Vlanagemenf's ltesponsibility for the FinAncial5tatements
Owners are responsibie for the preparution nnd fair presentation of these financial statements in
accordance wit1Y acoaunting principles generally accepted in the United States ofAmerica; this
includes tl�e design, implementation, and maintenance of internnl control relevant io the preparation
and fair presentation of financittl stuteiiients t�iat are free from rriaterial misstaternent whether due to
fraud or error.
Accountr�nt's Itesponsibility ' `
My responsibility is to condueY the review enga�ement in accordance with StAtements on Standards for
Accaunting and Review Services promulgated by the Accounting and Review Services Committee af
the ATCPA. Tliose standards require me to perform procectures to obtain limited assurance as a bnsis
for reportin� whether I am aware of any mAterihl rnadi�calions thnt should be mt�de to ttrc finrtncial
statements far thcm to be in accordance with Aceounting principles generally accepted in the United
States of Americu. I believe that the results of my procedures provide A reasonAble b�sis for rny
canclusion.
Accounts�nt's Canclusion
13ased on my reviews, I am not awarc of any mFzterial madi�cations that sliould be macle to the
acc;ompanying �ryai�cial statenlents iti ord�r for thetn to be ii� nceordance with ticcc�uutin�; Z>rincipl�s
��nerally accepte�l in the United 5tntes oI'A�neric ,
�—�-
�1__......__.. ..
,� L��t'r.' ��' '�' /�
�..� . �G� �
I':�i�� Ai-mstrr�n�;, C,crliiied I'ublic Acct�iuilr�ni
'T� I,icer�:,� Number, OSO� 1 G
/�u�ust 15, 2Q?�t
, � �
�
_ _ a :��� � ������
��t��tc�* �Ptc�L-
.�_ _________.. __.._,_ _.._.___...._____.__.�.__._.___
605 000
CUCCettg ASs�ts: Checking, Savings, Mv�stment & Retirement Accounts � �
Materiat lnventory:
Totat Currer�t Assets
$30,000 '
$sss,000
$84,136
$68,716
$118,710
$65,OOQ
$171,880
$11,065
$33,262
$�,00a
$32,300
$51,322
$2,000,000
$2,648,411
$3,2a9,411
Work Shop 1
Work 5hop 2
John DeerSktdsteer
John DeerTractor
Work Trucks
Tratters
Long Term Assets: other Equtpment
office Equtpment
5matt Toots
Land imprnvements
Rea( Estate awned
Net Ftxed Assets Tatal
Totat Assets
���� Credlt Cards Payablc
Liabilixie�'
Totat Ltahllftles
$28,017
�za,oi7
�
���(�« 12atainoci Enrnin�s
Current year IncomQ
Owner Ristributians
' Total Equity: .�
Tatat l.iability
Arrd Equity:
$195,fi6B
$1E�1,6�F5
�ssz,�aa
$37,823
$65,840
�
r-��-�---�
i�or wi�� c��cri��c
r�rtor-i�� � �oss srA��cn��nr�r
Janu�ry �., 20�3 thrau�h Dec�mb�r 39., 2023
ENCOME
TQTAL SALES $ 617,895.00
� 617,$95.00
COST OF Gt30DS SOCD
MATERIALS
EQUIPMENT RENTAL
OUTSIdE SERVICES
�aoss �ao�ir
EXPENSES
$ 188,523.00
$ 22,955.Q0
$ 15,474.00
$ 226,952.00
$ 390,943.00
AUTO EXPEN5ES $ 24,47$.00
DEPR�CIA710N $ 53,586.00
GENERAL OPERATIN6 EXPENSES $ 12,242.00
INSURRNCE $ 6,237.00
INTEREST $ 16,380.00
LEGAI ANb PROFESSIONAL SERVICES $ 505.00
O�FICE EXPENSES $ 2,370.06
OWNER 5AlARY $ 50,000.00
TELEPHOPIE/INTERNETSERVICE $ 6,535.00
-�pL� $ 2,368.00
7RA5H%DUMPSTER SERVIC� $ 4,806.00
TRAVEL/CONFERENCE EXPEN5E5 $ 22,364.00
UIV(FdRM5/WORK CLOTHING $ 4,4Z7.OQ
70iAL CXPENS�S $ 206,i�J$.OD
N1G7lNCOIVIE � :184,&d5.00
t�«viaw4�i i��ln;u�cirrt St��tarnr.ijts
�
.��. ....__ __. _._ _.__�.w,� __ . _ ..-�-�------ra
��t�71FI�ATE !J� FAi�M�TI()N
QF
HOTWI(�C ELCCTf�fC INC.
(Under #he Texas Busin�ss Organizatians Coda)
n��ric�� i
ENTITY NAME AND 7YPE
,
7he name af the corporation is Motwire Electric ING . The corporation is a for-prafit corporation.
ARTICLE U
PRINCIPAL PLACE O� eUSINESS
7he principal plece of business of the corporation is 4757 FM 3136, alvarado, TX 76009.
AR7fCLE Iil ._
_ _ .. : REGISTERED A��NT ; ; ; ' `,
The name and address of the initiat registered agent, an individual resident, is Kevin Wayne Hanks. The
business address of the registered agent and the registered office address is 4757 FM 3136, alvarado,
7X 76009.
ARTICLE IV
PURPOSE
7he purpase for whioh the carporation is formed is for the transection af any and all lawful business far
v�hich a for-profit corporation may be arganized under the Texas Business Organizations Code.
ARTICLE V
AUiHORIZED SHARES
The corporation is authorized to issue a total number of on� hundred {100) shares, common shares with
no nar value.
AR7ICLE VI
ORGANMZER
it7e name and ad�iress of the organizer(s) is:
� kevi� wayne t�anks ai 4757 FM 3�3t3, alvaradn, `fX iG000
AR'1"IGt_f� VII
CI='(=�G1`fV�NGSS OI� (�It.INC3
Articias of I��c�r�r�rat(��t (I��:v, 193C�f,75£1} � � '1 / 2
�
i
�
T'I�is docun�ent becnmes eftective when th� dacument is filed by the searetary of state.
' ARTICLC Vllt
DURATION
The period of duration of the corporatian is perpetual.
The undersigned affirms ihat the person designated as rec�istered agent has consented ta the
appoiniment. The undersigned signs this document subject to the penaities imposed by faw for the
submission of a' materially" false or fraudulent instrument and certifies under penalty of perjury that the
undersigned is authorized to execute the filing instrument.
Dated this 15 day of August, 2024.
�� � kevin wayne hanks
Signature�o rgan�zer � Name of Organizer
i
Articirss of tncrrr�c�rtttiort {I��v. �i331�f7:i47) � � 2/ 2
,I
I
I
1
. -�-� ,,..�,�: ,�i.,.,
� _ _._. . ._. r _ _ : . _ . _ .. .., -
, ._._ ....._...ti ._
' ._.,. _, �,.,._ ____ ........ 't.. -' - ... __ . _,. . .. . .._. .. . .
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
1 SECTION 00 45 26
2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW .
3
4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
5 provides worker's compensation insurance coverage for all of its employees employed on City
6 Project No. 104773 and 104774. Contractor further certifies that, pursuant to Texas Labor Code,
7 Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of
8 compliance with worker's compensation coverage.
9
10 CONTRACTOR:
��
12
13
14
15
1G
17
18
19
20
21
��1� �:�P�=a�-�--o,��c.
Company
�7s,� ��r 3r.� �
Address
City/State/Zip
By: � s __
lease Print
r
Signature: �
Title: (/ !„//,�t,�✓''
� (Please Print)
22 THE STATE OF TEXAS
23
24 COUNTY OF TARRANT
25
26
27
28
29
30
31
32
33
34
35
36
37
otary�ubi"ic in and �or the State of T
38
, ���"�;,, EVELYN D. NEUMEYER
39 END OF SECTION `,.;��a� P�,,,
_*�� �*= Notary Public, 5tate of Texas
40 �;►a.!�'y.�,.w � COmm. E�cpires Of+-17-2028
�''�°;oF„�� Notary ID 134948672
BEFO ME, the clersigned authority, on this day personally appeared
-` ���_ _, known to me to be the person whose name is
sub c ibed to the foreg mg instrument, and acknowledged to me that he/she executed the sarne as
the act and deed of �� // %" j;�-�'�.��`'� f,� �'. for the purposes and
consideration therem expressed and in the capacity therein stated.
GIVEN LINDER MY HAND AND SEAL OF OFFICE this,:�� � b d,a,X,of
,— , 2o2y i- i� / //
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 104773, 104774
Revised July i, 201 I
00 45 40 - I
Business Equity Goal
Page 1 of 2
1 SECTION 00 45 40
2. Business Equity Goal
3 APPLICATION OF POLICY
4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.
5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises
6 (M/WBEs).
7
8 POLICY STATEMENT
9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations
11 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
12 2020 (codified at: https://codelibra .r�gal.com/codeslftworth/latest/ftworth tx/0-0-0-22593) apply to
13 this bid.
14
15 BUSINESS EQUITY PROJECT GOAL
16 The City's Business Equity goal on this project is 10.06% of the total bid value of the contract (Base bid
17 applies to Parks and Community Services).
18
19 METHODS TO COMPLY WITH THE GOAL
20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the
22 ordinance through one of the following methods: 1. Commercially useful services performed by a
23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business
25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6.
26 Prime contractor Waiver documentation.
27
28
29
30
31
32
33
SUBMITTAL OF REQUIRED DOCUMENTATION
Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall
EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or
Department Designee. Documents are to be received no later than 2:00 p.m., on the third City
business day after the bid opening date, exclusive of the bid opening date.
34 The Offeror must submit one or more of the following documents:
35 l. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;
36 2. Good Faith Effort Form and Utitization Form, including supporting documentation, if
37 participation is less than stated goal, or no Business Equity participation is accomplished;
38 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
39 all subcontracting/supplier opportunities; or
40 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor-
41 Protege participation.
42
43 These forms can be found at:
44 Business Equity Utilization Form and Letter of Intent
45 htt ��s://apps.fortworthtexas. o� v/ProjectResources/ResourcesP/60 - MWBE/Business Equitv Utilization
46 Form DVIN 2022 220324.pdf
47
48
49
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 104773, 104774
Revised October 27. 2021
004540-2
Business Equity Goal
Page 2 of 2
1 Letter of Intent
2 https�//apps fortworthtexas og v/ProjectResources/ResourcesP/60 - MWBElLetter of Intent DVIN
3 2021.pdf
4
5
6
7
8
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
�i�l
31
Business Equity Good Faith Effort Form
https•//a�ps fortworthteYas o� v/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort
Form_DVIN 2022.pdf
Business Equity Prime Contractor Waiver Form
https•//a�ps fortworthtexas �ov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
Waiver-220313.pdf
Business Equity Joint Venture Form
https�//a�ps fortworthtexas o� v/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint
Venture_220225.pdf
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL
RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID
REJECTED.
FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR OTHERWISE
COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-
RESPONSIVE THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS
AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.
For Questions, Please Contact The Business Equity Division of the Department of Diversity and
Inclusion at (817) 392-2674.
END OF SECTION
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 104773, 104774
Revised October 27. 2021
00 52 43 - 1
Agreement
Page I of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on December I0, 2024, is made by and between the City of Fort
Worth, a Texas home rule inunicipality, acting by and through its duly authorized City Manager,
("City"), and Hotwire Electric, Inc. authorized to do business in Texas, acting by and through its
duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as
Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
SECURITYLIGHTINGIMPROVEMENTSAT: 21 PARKSITES
City Project No. 104773, & 104774
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of Ei,�lit Hundrecl Fiftv-One T{aousand, Six Hundred
F� Dollars (�85I.650.00). Contract price may be adjusted by change orders duly authorized by
the Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work shall be complete for Final Acceptance within ISO Calendar days after the date
when the Contract Time commences to run, as provided in Paragraph 2.02 of the General
Conditions, plus any extension thereof allowed in accardance with Article 12 of the General
Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City Seve►i Huizdrecl
Seventv-Five Dollars ($775.00) for each day that expires after the time specified in
Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance.
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENT Project No. 104773, 104774
Revised December 8, 2023
005243-2
Agreement
Page 2 of 6
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
L This Agreement.
Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
3) Prequalification Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
£ Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
i. MBE and/or SBE Utilization Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
af the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifcally intended to onerate
and be effective even if it is alle�ed or proven that all or some of the dama�es bein�
sou�ht were caused, in whole or in part, bV anv act, omission or negli�ence of the city.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
CITY OF PORT WORTH Security Lighting Lnprovements at 21 Park Sites:
STANDA2D CONSTRUCTION SPECIFICATION DOCUMENT Project No. 104773, 104774
Revised December 8, 2023
005243-3
Agreement
Page 3 of 6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specificallv intended to onerate and be effective even if it is alle�ed or proven that all
or some of the dama�es bein� sou�ht were caused, in whole or in part, bv anv act,
omission or ne�li�ence of the city.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non-appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPGCIFICATION DOCUMENT Project No. 104773, ]04774
Revised December 8, 2023
005243-4
Agreement
Page 4 of 6
7.8
Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more fiill time-employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifies that Contractor's signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does nat
boycott Israel; and (2) will not boycott Israel during the term of the contract.
7.9
Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2276 of the Texas Govermnent
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more, which will be paid wholly or partly from public funds of the City,
with a company (with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will
not boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor's signature provides written verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds
of the City, with a company (with 10 or more full-time employees) unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor's signature
provides written verification to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
CITY OF PORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIPICATION DOCUMENT Project No. ]04773, 104774
Revised December 8, 2023
005243-5
Agreement
Page 5 of 6
7.11 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perforrn
work under this Agreement, including completing the Employment Eligibility Verification
Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor shall adhere ta all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Contractor
employee who is not legally eligible to perform such services. CONTRACTOR SHALL
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upoil written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
7.12 No Third-Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third-party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct actiou against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on-site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractors or any other entity of their
obligatioi7s, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract Documents
and any health or safety precautions required by suc11 construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
CITY OF PORT WORTH Security Lighting Improvements at 21 Park Sites:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 104773, 104774
Revised December 8, 2023
00 52 43 - 6
Agreement
Page 6 of6
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor:
(Printed Name) '
!YWflec Title
City of Fort Worth
By:
� Jesica McEachem Assistant City Manager
Jan 10, 2025 Date
Attest:
r1� � L/?z;-7 FM 313& ------------------Address 1/!tJao:do .Jil 7612r£lCity/State/Zip 1
/J� -;Jlj Date
Jannette Goodall, City Secretary
(Seal)
M&C: 24-1142 Date: December 10, 2024
Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements.
cg@Jt,JP�o4"
Carlos M. Gonzalez
Park Planner
Approved as to Form and Legality:
�
Douglas Black (Jan 8, 2025 09:50 CST)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised December 8, 2023
Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: � '2tUHd:z, )I,._ ,:r � -----------------Richard Zavala,Director, ....:SE.. Park & Recreation Department sP
JY
Security Lighting Improvements at 21 Park Sites:
Project No. 104773, 104774
i
2
3
4
5
6
7
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 6113
PERFORMANCE BOND
QOGt 13-I
PfiRFdRMANGE BOND
Page 1 of 2
BOND NU. 5956526
§
§ KNaW ALL BY THESE PRESCNTS:
§
8 That we, HOTWTRE ELECTRIC 1NC. known as "Principal" herein and
9 �id Republic Surety Company , a corporate surety(sureties, if rnore than
10 aue} duly autharized to da business in the State of Texas; knawn as "Surety" herein {whether one
11 or more}, are held and fir�mly bound unta the City of Fort Warth, a municipal corporation created
12 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, EIGHT HUIVDRED
13 F1'FTY-�NE THOYISAND, SIXHUNURE'D FIFTYDallars ($851.650.t1(!f, lavvfut rnoney of the
14 Uniied States, to be paid in Fort WorEh, Tarraxyt County, Texas far the payment af which sum well
15 and truly to be made, we bind ourselves, aur heirs, executors, administrators, successors and
16 assigns, jointly and severally, firnaly by these presents.
17 WFi�REAS, the Principal has entered into a certain written contract with the City
18 awarded the lbth day ofDeGember. 2Q24, which Cantrnct is hereby referred to and made a part
19 hereof for all purposes as if full�r set forth herein, to furnish all materials, equipment labor and
20 other accessories defined by law, in the prosecution of the Work, including any Change �rders,
21 as pravided for in said Contraet designated as SECU.RI�'YI,I�GHTING IMPROV'EM�1V�'S AT:
22 27 PARR'SXTES, Citv Proiect Nsmber(s} 104773 & 1047�4.
23 NOW, THEREFORE, tha condition af this obligation is such that if the said Principal
24 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
2S perform the Work, including Change Orders, under the Contract, accarding to the plans,
26 specifications, and contract documents therein referred to, and as well during any period af
27 extension of the Contract that �nnay be granted on the part oi the City, tlaen this obli�a6on sl�all be
28 and hecome null and void, otherwise to rernain in full force and effect.
29
30
PR�VIDED F'URTH�R, that if any legal action be filed on this Bond, venue shall lie in
TarrAnt County, Texas or the United States District Court for the Northern District of Texas, Fort
3l Wortli Di�vision.
32 This bond is made and executecl in comptiance with the provisions of Chapter 2253 of the
33 Texas Governrnent Cade, as amended, and all Iiabilities on this borrd shall be determined in
34 accordance with ihe prr�visions of said statue.
�
C1TY dF FORT WORTH Securiry T,ightinglmprovements at 21 Park Sites:
STANAA[tD CONSTRUCITON SPECIFICATIdN DOCUMENT Project No.104773, I Q4774
ftcvised Decambcr S, 2023
OQ 61 13 - 2
PBAFORMANCE BOND
Page 2 of 2
2
4
5
d
7
&
9
10
lI
�z
I3
14
15
16
17
1$
19
Za
21
aa
23
24
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
IN WITN�SS WHEREUF, tha Principal and the Surety have SIGNED and SEALED this
instrutnent by duly authorized agents and officers on this the 18th day of p�e�ber
, 20 24 ,
/f �, � %�
� 1�
� . . � �..
.. c' (/
Wirness as to Princi
Wi ess As to 5urety
PRINC[PAL:
Hotwu•e Electr'c Inc.
BY:
Signature
,
S — ��-
ame and Title
Address: 4757 FM 3136
Alvarado, Tx. 76009
SURETX:
t11d Republic Surety Company _�
� �I
B'=-.,,___ c.�.� ..�_
Signature
Zachary Mefferd, Attorney-in-Fact _
NAme and Title
AddTess: 18500 W Corporate Drive, 5uite 170
Broolcfleld, WI 53045
'1'etephone Number: g�•21�•1�g2
Email Address: ciaimsCc�orsurety.com
�`Nate: tf signed by an officer of the Surety Company, there must be on file a certified e�ctract
from the by-laws shawing that this person has authority to sign such abligation. If
Surety's physical address is different from its mailing address, both must be provided.
The data of the bond shall not be prior to the datc the Contrace is awarded.
a��y��xu�BU�`N'��o
��.,G ��-��
�
�� � ��
KIf � o
c� �v�e
/,��m1nlIWIMt�'�A
C1TY OF FOkT WORT13 8ecudty Lighting Improvements at 21 Park Sites;
STANAAItU CONSTRUCTION SPECIFICATION DOCUMENT Projcct No. 104773,1 D4774
Revised December $, 2p23
QO 61 lk -1
PAYMBN7' BOND
Page 1 of 2
BOND WO. 5956526
1
2
3
4
5
6
'rl
THE STATC OF TE7�AS
COUNTY OF TARRANT
SECTION OQ 6114
PAYMENT BOND
§
§ KNUW ALL BY TIiESE PRESENTS:
§
8 That we, HOTWIRE ELECTRIC INC., known as "Frincipal" herein, and
g Old Repubiic Surety Company a corporate sureiy
10 (sureties), duly authorized to do business in the State of Texas, knawn as`°Swrety" herein (whether
11 one or more}, are hald and �irmly bound unto the City of Fort Worth, a municipal corporation
12 created pursuant ta the laws of the State of Texas, known as "City" hareua, in the penal sutn of
13 EIGHT'HUNDREDFIFTY-ONETHOUSAND.SIXH[IIVDRED.F'IFTYDollars($851,65U.0(n,
14 lawful money of the United States, to be paid in k'ort Worth, Tarrant County, Texas, for the payment
15 of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators,
16 successors and assigns, �aintly and severally, firmly by these presents:
i'1 WHEREAS, Principtil �as entered into a eertain writ#en Contract with City, awarded the
18 lOth day of :t)ecembe�: Z024, which Catttract is hereby referred to and made a part hereo� for all
19 purposes as if fully set forth herein, to furnish all materials, eqnipment, labox at�d other
2o accessories as defined by law, in the proseeution of the Work as provided for in said Contract and
21 designated as SECUR�'T'YLIGHTING IMPROVEMENTSAT: 21 PAR%SITES, Giiiv Proiect
22 Nrcmber�'s)1 �4�73 8c .1 �4774.
23
24 NOW, THEREFORE, TH� CONDITION OF THIS OBLIGAT70N is such that if
25 Principal shall pay all monies owing to any (aad al() payment bond beneficiary (as defined in
26 Chapter 2253 of the Texas Governtnent Code, as amended) in the prosecution of the Work under
27 the Contract, then this abligation shall be and become null and void; otherwise to remain in full
28 forec and effect.
29
30
31
32
This bond is made and executed in compliance with the pravisions of Chapter 2253 of the
Texas Government Code, as am�nded, and alI Iiabilities on this bond shall be determined in
accordance with the pravisians of said statute.
C1TY OF PORT WORTf-I Secuaty Lighting Improvements at 21 Park Sites:
STANDARD CONSTRtJCTION SPECIFICATION D4C:UMENT Project No. 104773, 104774
Revised Deeember 8, 2023
OOGI 14-2
PAYMENT BOND
Poge 2 of 2
1
2
3
4
IN WITNESS WHER�OF, the I'rincipal and Surety have each SIGNED and SEALED
this instrument by duly authorized agents and afficers on this the 1� day of
December , Zp 24
ATTEST:
. . ��
'�-!" � il/�'� , '�-�— ��� t�.�'
(Principal} ec etary Name and Title
� Address: 475? FM 313G
Alvarado. Tx. 7b009
Witness as to rincigal
SUl.V:l i : aNaN�nuurq
+C11d Republic Surety Company �,�s su�r'�
�_� � $v�
. �� ��
�� � ��&
ATTEST: BY� x��n,, * �,�
I��Ul,e °nnnnwt�
��� ZachaN Mefferd, Attorney-in-Fact
(Surety} Secretary Name and Title
Address: 18500 W Corporate pri�e, suite 170
Brookfield, WI 53d45
ifiess as io Surety
Telephone Number: $oo.z�.�.i7g2
Email Address: claimsC�?orsurery.com
5
6
7
8
9
10
Note: If signed by an officer ofthe Surety, there must be on file a certified extract from the bylaws
showing that this person has autharity to sign such obligakioz�. 1f Surety's physical adclress is
different from it�s mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
�"�,
il
12
END OF SECTION
C1TY OF FORT WORTiI Security Lighting Improvements at 21 Pazk Sites:
STANDARD CONSTl�UCTtON SPECtFtCATION DOCUMEN'[' Project No.1Q4773,1047?4
Revised December 8, 2023
PRINCIPAL:
Hotwire Blectria lnc.
OqGi 19-1
MA1NTfiNANCE BOND
Page l of 3
BOND h10. 5956526
1
2
3
4
5
6
7
THE STATE OF TEXAS
COUNTY OF' TARRAl'�T
SECTION 00 b119
MAINTENANCE BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
8 That we H�TWiRE ELECTRIC 1NC, knawn as "Principal" herein and
9 Old Repuhlic Surery Gompany , a corporate surety (sureties, if more than
t0 one} duly authorized to da business in the State of Texas, known as "Surety" herein (whether one
11 or more}, are held and firmly bound unta the City of Fort Worth, a municipal corporation created
12 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of EIGHT
13 HUNDRED FIFTY=ONE THOUSAND. SIX HIINDRED FXFTY Dollals {,451t650.00), lawful
14 maney of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which
15 sum well and truly be made unto ihe City and its successors, we bind ourselves, our heirs, executors,
16 adzninistrafors, successors and assigns, jointly and severally, firmly by these presents.
17
18 WHEREAS, the Principal has entered inio a certain written contract with the City awarded
19 tlie 10th day of Decem6er, 2024, which Contract is hereby referred to and a made part hereof for
20 all purposes as if fully set forth herein, ta furnish all materials, equipment labor and other
21 accessories as defined by law, in the prosecution af the Work, including any Work resulting frorn
22 a duly authorized Change Ordcr {collectively herein, the "Work"} as provided for in said contract
23 and designated as SECURl7'Y LIGHTING IMPROVEMENTS AT.• 2I PARK SIPES, C�
24 pro}�Gt Number(s)',i04773 & 104774; and
25
26 WHEREAS, Principal binds itself to rzse such materials and to so construct the Work in
27 accordance with the plans, specificatians and Contraet Documents that the Wark is and will remain
28 free from de£ects in materials or workmanship for and during the period of two {2) years after the
29 date of rinal Acceptance oi the Work by the City ("Maintenance Periad"); and
30
31
32
33
WHEREAS, Principal biuds itself to repair 4r reconstruct the Work in whale or i.n part upon
receiving notice from the City of the need therefor at any tim.e within the Maintenance Period.
CI1'X OF FORT WORTCi Security 3.,ighting Improvements at 21 Patk Sites:
STANDARI3 CONSTRUCTION SPEC[FICATION DdC[7MENT Project No. 144773,104774
Revised Dece�nber 8, 2023
006t 19-2
MAlLVTENANCE BOND
Page 2 of 3
�
1 NO�V THERCrORE, the condition of ihis obligation is such ihat if Principal shall remedy
2 Any defective Work, for wlueh timely notice was pravided by City, ta a complerion satisfactory to
3 the City, then this ohligation shall become null and void; otherwise to remain in fu11 force and
4 effeet.
5
6 PROVtDED, �OWEVER, if Principal shall fail so to repair or recansbruct any timely
7 noticed defective Work, it is agreed that the City may cause any and all such de%ctive Work to be
8 repaired andlor reconstructed with all associated costs thereafbeing borne by the Principal and the
9 Surety under fhis Maintenan.ce bond; and
10
11 PROVIDED rURT�iER, that if any legal action he filed on this Bond, venue sha11 lie in
12 Tarrant County, Texas or the United States District Court for the Narthern District of Texas, Fort
13 Worth Division; and
14
15
lb
17
18
19
PR4VIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon %r successive breaches.
CTTY QF FORT WARTH Security Lighting Improvements at 21 Park Sites:
STANDARU CQNSTRUCTLOl�i SPECIFICAT[ON DOCUMENT Project No. 1U4773, f 04774
Revised December 8, 2Q23
ao6i is-3
MA[NTBNANCE BQND
Page 3 of 3
1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SBALED this
2 instrument by duly authorized agcnts and officers on this the �8� day of �ecember
3 ,2U24 ,
5
6
7
8
9
1Q
11
12
13
24
15
16
17
18
19
aa
ai
22
23
24
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
44
41
��a
; �� _ /
� �
, ���.JI
. Y ; +I1►'r': ' ..���r
�i��ii�i��' ��
Witness as to Princip /��yr�
AT`TE5T:
PRINCIPAL:
Hotwire Elec ic Inc.
Bl':
Signa
_ � ��
Name aud Title
Address: 475'7 FM 3136
Alvarado, Tx. '760p9
s��r:
Old Republlc Surety Compan�
BY: �''�_��� _
Si��ature
Zachary Mefferd, Attomev-in-Fact
Name and Title
�, j/[�{ Address: 18500 W Corporate Drive, Suite 170
(Suret ) Secretary Brookfield, WI 53045
� �� -
i ess as to Surety Telephoue Number: gpp,217,1792
Etnail Address: claims�orsurety.com
*Note: If signed by an officer of the Surety Company, there must be dn file a certified extract
from the by-laws shawing that this person has authority to sign such abligation. If
Surety's physioal address is different from its mailing address, both must he provided.
The date of tlie bond shall not be prior ta the date the Contract is awarded
�� � ��
�� �, ��
��*�6�
CTCY OF PORT WORTH Seciuity Lighting Improvements at 21 Park Sites:
STANDARD CONSTItUC7'ION SPECIFICATION DOCIJMEN'[' Project I�to. 10�F773,104774
Revised DecemUer 8, 2023
*,'Ir * *
* ir
* C1LI� FZEPUBI.�IC �URET� CCDIl��'AI�dY
** * *�
PQWER O� ATTORNEY
KNOW ALL MEN BY THESE PRESEN7S: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and
appoint: Zachary Mefferd, Zachary Matter, Ffavilah Watson, Jimmy L. Brown, Shannon L. Cox, Tina Bockhoit, Kamri Wotfe
of West Des Moines, IA
its true and lawful Attorney(s)-in-Fact, with full power and authority fo� and on behalf af the company as surety, to execute and
deliver and aKx the seal of the company thereto (if a seai is required), bonds, undertakings, recognizances or other written obligations in the nature thereof,
(other ihan bail bonds, bank deposltory bonds, mortgage deflclency bonds, mortgage guaranty bonds, guarantees of insfal/ment paper and note
guaranty bonds, self-insuranoe workers compensation bonds guaranteeing payment af bene�ts, or black lung bonds), as follows:
ALL WRITiEN INSTRUMENTS
and to bind OLD REPUBLIC SURETY COMPANY thereby, and all af the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed.
This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the foilowing resolutions adopted by the board of directors of the OLD
REPUBLIC SURETY COMPANY on February 18,1982.
RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secrelary, may appoint
attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to
execute and deliver and a�x the seal of the company to bonds, undertakings, recognizances, and suretyship obligaGons of all kinds; and said officers may
remove any such attorney-in-fact or agent and revoke any Rower of Attorney previously granted to such person.
RESOIVED FUR7HER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assisiant vice president, and attested and sealed (if a seal be required) by any secretary or assistant
secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be
required) by a duly authorized attorney-in-fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or mare attomeys-in-fact or agents pursuant ta and within the limits af the authority
evidenced by the Power of Attorney issued by the campany to such person or persons.
RESOLVED FURTHER that the signature of any a�thoriz�d o�cer and the seal of the company may be a�xed by facsimile to any Power of Attorney or
certification ihereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such
signature and seai when so used shall have the same force and effect as though manuaily affxed.
IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corparate seal to be
affixed this 25th day of July 2024
,��P�°""""""""° OLD REPUBLIC SURETY COMPANY
�c SuaFf ��<;
,oe ...,_..� i �,
•`QJ • �����
' ¢ : i �64POPAiF '':.�; �
SEAL '' _
�o`. ?'�
� _<
— — . ron� • t -
Ass�.,�ant Secreta " �
* President
STATE OF WISCONSIN, COUNTY OF WAUKESHA- SS ����"����
On this 25� daV of July , 2024 , personaliy came before me, Alan Pavlic
and Karen J Haffner , to me known to be the individuais and officers of the OLD REPUBLIC SURETY COMPANY
who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly swom, did severaliy depose and say: that
they are the said officers of the corporation afnresaid, and that the seal a�xed to the above instrument is the seai of the corporation, and that said corporate seal
and their signatures as such o�cers were duly a�xed and subscribed to the said instrument by the authority of the board of directors of said corporation.
yN N' /"�
`��pTA� ,,�J �l %
� �`�_�", 1�. • 1,���"'
_ :
`�•�AU�L�� Notary Public
. .�
My Commission Expires: SEpt2mbel' 28, 2026
CERTIFICATE (Expiration of notary's commission does not invalidate this instrument)
I, the undersigned, assistant secretary of the OlD F2EF�UBIlC SURETY COMPANY, a Wisconsin corporatian, CERTIFY that the foregoing and attached
Power of Aflomey remains in fuil force and has �iat been rPvoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of
Attomey, are now in force,
.a`��p�?Gu�U��T� .
L''�
'„Q� : , c :
� 4l • COPiOPA)� �'. � �. �j /�
40-0605 ; g',_ SEAL ;> � Signed anil sealed at the City of Brookfield, WI this `" .� day of ����ptr- ,�� ,
_o'• '�t :�? _
ORSC 22262 (3-06) ��� Secreta
Zip Bonds, LLC.
***�
* �Ir
* (JLD REP�C.IBLI� SURETY CC�I��.A►1l1Y
****�
Pt?WER C3F A7TORNEY
KNOW AL� MEN BY THESE PRESENTS: That OLD REPUBLIG SURETY COMPANY, a Wiseonsin stock insurance corporation, does make, constitute and
appoint: Zachary Mefferd, Zachary Matter, Havilah Watson, Jimmy L Brown, Shannon L. Cox, Tina Bockhoit, Kamri Wolfe
of West Des Moines, IA
its true and Iawful Attorney(s}-in-Fact, with full power and authority for and on behaif af fhe company as surety, to execute and
deliver and affix the seai of the company thereto {if a seai is required), bonds, undertakings, recognizances or other written obligations in the nature thereof,
(other than ball bonds, bank depository bonds, mortgagre deficiency bonds, mortgage guaranfy bonds, guarantees of 1»stallment paper and note
guaranty bonds, self-insurance workers campensation bonds guaranteeing paymenf of beneflts, or black lung bonds), as foliows:
ALL WRITTEN INSTRUMENTS
and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed.
This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the foliawing resoluiions adopted by the board of directors af the OLD
REPUBLIC SURETY COMPANY on February 18,f982.
RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary ar any assistant secretary, may appoint
attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behaif of the company to
execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of al( kinds; and said officers may
remove any such attomey-in-fact or agent and revoke any Power of Attorney previously granted to such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal 6e required) by any secretary or assistant
secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be
requiredj by a duly authorized attomey-in-fact or agent; ar
(iii) when duly executed and sealed {if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of ihe authority
evidenced by the Power of Attomey issued by the company to such person or persons.
RESOLVED FURTHER that the signature of any authorized o�cer and the seal of the campany may be a�xed by facsimile to any Power of Attorney or
certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such
sionature and seal when so used shaii havP thP cama fr,r� �� �o � +ti ti �n Si{{IypA
"General Decision Number: TX20240270 11/22/2024
Superseded General Decision Number: TX20230270
S�ate: Texas
Construction Type: Building
County: Tarrant County in Texas.
BUILDING CONSTRUCTION PRO7ECTS (does not include single family
homes or apartments up to and including 4 stories).
Note: Contracts subject to the Davis-Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14926 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis-Bacon Act itself, but do not apply to
contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(1).
-__
If the contract is entered
into on or after 7anuary 30,
2022, or the contract is
renewed ar extended (e.g., an
option is exercised) on or
after 7anuary 30, 2022:
�
If the contract was awarded on�
or between ]anuary 1, 2015 and�
7anuary 29, 2022, and the �
contract is not renewed or �
extended on or after 7anuary �
30, 2022: �
Executive Order 14026
generally applies to the
contract.
The contractor must pay
all covered workers at
least $17.2@ per hour (or
the applicable wage rate
listed on this wage
determination, if it is
higher) for all hours
spent performing on the
contract in 2024.
Executive Order 13658 �
generally applies to the (
contract. �
The contractor must pay all�
covered warkers at least �
$12.9@ per hour (or the (
applicable wage rate listed�
on this wage determination,�
if it is higher) for all �
hours spent performing on �
that contract in 2@24. �
�
The applitable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/05/2024
1 03/01/2924
2 @4/05/2024
3 07/05/2024
4 11/22J2024
ASBE0021-011 06/01/2023
Rates Fringes
ASBESTOS WORKER/HEAT & FROST
INSULATOR (Duct, Pipe and
Mechanical System Insulation)....$ 31.32 7.52
----------------------------------------------------------------
BOILO@74-003 07/01/2023
Rates Fringes
BOILERMAKER ......................$ 37.0@ 24.64
----------------------------------------------------------------
CARP1421-002 10/01/2023
Rates Fringes
MILLWRIGHT .......................$ 32.02 11.27
----------------------------------------------------------------
ELEV0021-006 01/01/2024
Rates Fringes
ELEVATOR MECNANI� ................$ 49.71 37.885+a+b
FOOTNOTES:
A. 6� under 5 years based on regular hourly rate for all
hours worked. 8% over 5 years based on regular hourly rate
for all hours worked.
B. New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the Friday after Thanksgiving Day,
Christmas Day, and Veterans Day.
----------------------------------------------------------------
ENGI0178-005 06/01/2020
Rates Fringes
POWER EQUIPMENT OPERATOR
(1) Tower Crane .............$ 32.85 13.1@
(2) Cranes with Pile
Driving or Caisson
Attachment and Hydraulic
Crane 60 tons and above.....$ 28.75 10.60
(3) Hydraulic cranes 59
Tons and under ..............$ 32.35 13.10
----------------------------------------------------------------
* IRON0263-005 06/01/2024
Rates Fringes
IRONWORKER (ORNAMENTAL AND
STRUCTURAL) ......................$ 28.64 7.93
----------------------------------------------------------------
* PAIN0053-004 04/01/2014
Rates Fringes
PAINTER (Brush, Roller, and
Spray (Excludes Drywall
Finishing/Taping)) ...............$ 16.40 ** 5.45
----------------------------------------------------------------
PLUM0146-0@3 05/01/2024
Rates Fringes
PIPEFITTER (Excludes HVAC
Pipe Installation) ...............$ 39.78 12.06
----------------------------------------------------------------
* SUTX2014-048 @7/21/2014
Rates
BRICKLAYER .......................$ 20.66
CARPENTER, Excludes Drywall
Hanging, Form Work, and Metal
Stud Installation ................$ 15.47 **
CEMENT MASON/CONCRETE FINISHER...$ 13.44 **
DRYWALL FINISHER/TAPER...........$ 16.24 **
DRYWALL HANGER AND METAL STUD
INSTALLER ........................$ 16.20 **
ELECTRICIAN (Alarm
Installation Only) ...............$ 18.00
ELECTRICIAN (Low Voltage
Wiring Only) .....................$ 14.88 **
ELECTRICIAN (Sound and
Communication Systems Only)......$ 17.79
ELECTRICIAN, Excludes Low
Voltage Wiring and
Installation of Alarms/Sound
and Communication Systems........$ 20.59
FORM WORKER ......................$ 12.35 **
GLAZIER ..........................$ 16.61 **
HVAC MECHANIC (HVAC Unit
Installation Only) ...............$ 22.39
INSTALLER - SIDING
(METAL/ALUMINUM/VINYL)...........$ 15.77 **
IRONWORKER, REINFORCING..........$ 12.19 **
LABORER: Common or General......$ 11.30 **
LABORER: Mason Tender - Brick...$ 10.50 **
LABORER: Mason Tender -
Cement/Concrete ..................$ 10.81 **
LABORER: Pipelayer ..............$ 13.00 **
LABORER: Roaf Tearoff...........$ 11.28 **
Fringes
0.0@
1.82
0.00
3.94
3.46
@.38
2.15
2.41
3.98
0.00
2.96
7.10
0.0@
0.00
0.@0
0.00
0.00
0.35
0.00
LABORER: Landscape and
Irrigation .......................$ 10.00 ** 0.00
OPERATOR:
Backhoe/Excavator/Trackhoe.......$ 13.09 ** 0.00
OPERATOR: Bobcat/Skid
Steer/Skid Loader ................$ 13.93 ** 0.@0
OPERATOR: Bulldozer .............$ 18.29 1.31
OPERATOR: Drill .................$ 17.60 0.50
OPERATOR: Forklift ..............$ 14.20 ** 0.00
OPERATOR: Grader/Blade..........$ 12.95 ** 0.00
OPERATOR: Loader ................$ 12.89 ** 1.19
OPERATOR: Mechanic ..............$ 17.52 3.33
OPERATOR: Paver (Asphalt,
Aggregate, and Concrete).........$ 18.44 0.00
OPERATOR: Roller ................$ 15.04 ** 0.00
PIPEFITTER (HVAC Pipe
Installation Only) ...............$ 21.28 4.45
PLASTERER ........................$ 15.30 ** 0.00
PLUMBER, Excludes HVAC Pipe
Installation .....................$ 22.10 4.17
ROOFER ...........................$ 15.70 ** O.SS
SHEET METAL WORKER (NVAC Duct
Installation Only) ...............$ 21.54 5.59
SHEET METAL WORKER, Excludes
HVAC Duct Installation...........$ 18.63 0.65
SPRINKLER FITTER (Fire
Sprinklers) ......................$ 19.27 3.68
TILE FINISHER ....................$ 11.22 ** 0.00
TILE SETTER ......................$ 12.00 ** 0.00
TRUCK DRIVER: Dump Truck........$ 12.39 ** 1.18
TRUCK DRIVER: Flatbed Truck.....$ 19.65 8.57
TRUCK DRIVER: Semi-Trailer
Truck ............................$ 12.50 ** 0.0@
TRUCK DRIVER: Water Truck.......$ 12.00 ** 4.11
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
** Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($17.26) or 13658
($12.90). Please see the Note at the top of the wage
determination for more information. Please also note that the
minimum wage requirements of Executive Order 14026 are not
currently being enforced as to any contract or subcontract to
which the states of Texas, Louisiana, or Mississippi, including
their agencies, are a party.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after 7anua�y 1, 2@17. If this
contract is covered by the E0, the contractor must provide
employees with 1 hour of paid sick leave for every 38 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a} (1} (iii)).
----------------------------------------------------------------
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of cnnstruction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclased
in dotted lines beginning with characters other than ""SU"" or
""UAVG"" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is 7uly 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 9@7
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-001@
@8/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in 7anuary of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
State Adopted Rate Identifiers
Classifications listed under the ""SA"" identifier indicate that
the prevailing wage rate set by a state (or local) government
was adopted under 29 C.F.R Q1.3(g)-(h). Example: SAME2023-007
01/03/2024. SA reflects that the rates are state adopted. ME
refers to the State of Maine. 2023 is the year during which the
state completed the survey on which the listed classifications
and rates are based. The next number, 007 in the example, is an
internal number used in producing the wage determination.
01/03/2024 reflects the date on which the classifications and
rates under the ?SA? identifier took effect under state law in
the state from which the rates were adopted.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
National Office because National Office has responsibility for
the Davis-Bacon survey program. If the response from this
initial contact is not satisfactory, then the process described
in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 2021@
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(5ee 29 CFR Part 1.8 and 29 CFR Part 7}. Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant ta the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department af Labor
2@0 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION"