Loading...
HomeMy WebLinkAboutContract 63066FORT WORTH,. CONTRACT FOR THE CONSTRUCTION OF CSC N0. 63066 ARPA Highland Hills Park Improvements - CPN 104477 City Project No's. 104477 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Dave Lewis Director, Park & Recreation Department Prepared for The City of Fort Worth Park & Recreation Department 2024 �3 Zy By: Neel -Schaffer, Inc. JkL NEEL-SCHAFFER I♦ Solutions you can build upon Texas Reg. No. F-2697 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH. "I'll City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 02/11/2025 0005 15 Addenda 09/24/2024 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 01/17/2024 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 13 Qualification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 03/07/2025 00 52 43 Agreement 3/08/2024 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 0132 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 0158 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 7123 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htti)://fortworthtexas.eov/tuw/contractors/ or httus://avvs.fortworthtexas.Lyov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 15 1 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03/11/2022 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 31- Earthwork 31 0000 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 Cement Treated Base Courses 06/10/2022 32 12 16 Asphalt Paving 6/07/2024 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 1723 Pavement Markings 06/10/2022 32 31 26 Wire Fences and Gates 12/20/2012 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 3292 13 Sodding 05/13/2021 Division 33 - Utilities 3341 10 1 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised June 7, 2024 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, February 11, 2025 REFERENCE NO.: **M&C 25-0100 LOG NAME: 80HIGHLAND HILLS PARK IMPROVEMENTS SUBJECT: (CD 8) Reject All Bids Received on August 1, 2024 for the Cobb and Highland Hills Park Improvements Project, and Authorize Execution of a Contract with H. D. Cook's Rock Solid, Inc., in the Amount of $362,378.00, for Construction of Improvements at Highland Hills Park Based on Subsequent Bids Received RECOMMENDATION: It is recommended that the City Council: 1. Reject all bids received on August 1, 2024, for the Cobb and Highland Hills Park Improvements project (City Project No. 104477); and 2. Authorize execution of a contract with H. D. Cook's Rock Solid, Inc., in the amount of $362,378.00, for construction of improvements at Highland Hills Park (City Project No. 104477). DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the rejection of all bids received on August 1, 2024 for the Cobb and Highland Hills Park Improvements project (City Project No. 104477) and to award a contract to H. D. Cook's Rock Solid, Inc., in the amount of $362,378.00, for construction of improvements at Highland Hills Park, and provide for project administration and contingencies in the amount of $90,000.00. On September 27, 2022 (M&C 22-0789) City Council approved the allocation of $4,000,000.00 from the American Rescue Plan Act (ARPA) funds, Subtitle M (Coronavirus State and Local Fiscal Recovery Funds) for capital improvements for Cobb Park Road and parking reconstruction (City Project No. 104476), Highland Hills Park Road and parking reconstruction (City Project 104477), and improvements at the Fort Worth Zoo (City Project No. 104478) which include bridge, erosion, and road improvements and the installation of broadband. Of the $4,000,000.00 in ARPA funds, $1,500,000.00 was appropriated to fund the road and parking improvements at Cobb Park, $1,000,000.00 was appropriated to fund road and parking improvements at Highland Hills Park, and $1,500,000.00 was appropriated for the zoo improvements. During the bidding process for the Cobb and Highland Hills Park improvements, the Park & Recreation Department (PARD) was informed there was another project being completed by the Water Department that would impact the roadway being resurfaced with the proposed park improvements. For this reason,. the PARD recommends rejecting the original bids and awarding a contract for the Highland Hills Park improvements on its own. The $1,500,000.00 dollars in ARPA funding for Cobb Park improvements (City Project No. 104476), has been reallocated to other eligible projects. The originally scoped Cobb Park road and parking project will be included in the scope of the Water Department project. Highland Hills Park was dedicated in 1968, consists of 28 acres and includes two entry roads with parking lots and the Highland Hills Community Center. Access to the southern portion of the park is provided at the end of Engblad Drive with both the road surface and parking surfaces in need of repair. This project will provide a new driving surface and parking area for this portion of the park. Total Project Costs: http://apps.cfwnet.org/ecouncil/printmc.asp?id=32964&print=true&DocType=Print 2/26/2025 Description 11-lighland Hills Park Design Document Preparation (Project Design Total: Construction Contract Construction Administration & Contingencies Project Construction Total: Total Project Cost: Amount $108,535.20 $108,535.201 $362,378.001 $90,000.001 $452,378.001 $560,913.201 The improvements for Highland Hills Park were advertised for bid in the Fort Worth Star -Telegram on September 5 and September 12, 2024. On October 3, 2024, the following bids were received: Bidders Base Bid H. D. Cook's Rock Solid Inc. $362,378.00 Peachtree Construction, LTD $462,089.00�. Cole Construction, Inc. $535,000.001 The base bid work is to include site preparation, demolition, preparation of the Storm Water Pollution Prevention Plan, erosion control, roadway paving, parking lot paving and sealing, drainage improvements, and grading. It is recommended that the low bid, in the amount of $362,378.00, as submitted by H. D. Cook's Rock Solid, Inc., be approved for the award of contract. The contract period is 180 calendar days, with construction anticipated to begin in February 2025 and be completed by August 2025. Associated construction administration, inspection, testing and change order contingency funding total $452,378.00. There are no additional operating and maintenance costs associated with this project The ARPA funding must be expended by December 31, 2026. Staff foresees no issues with this project meeting that timeline. Funding is budgeted in the Grants Cap Projects Federal Fund for the Park & Recreation Department for the purpose of funding the ARPA Highland Hills Park Improvement project, as appropriated. The Business Equity Division placed a 10.24\% business equity goal on this solicitation/contract. H.D. Cook's Rock Solid, Inc., will be exceeding the goal at 13.09\%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. The project is located in COUNCIL DISTRICT 8 FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the current capital budgets, as previously appropriated, in the Grants Cap Projects Federal Fund ARPA HH Park Rd/Prking Improv project to support the approval of the above recommendations and execution of the agreement. Prior to an expenditure being incurred, the Park & Recreation Department shall be responsible for ensuring funds are available and that only expenditures allowable under the American Rescue Plan Act are charged to the ARPA funding source. FUND IDENTIFIERS (FIDsJ: TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) http://apps.cfwnet.org/ecouncil/printmc.asp?id=32964&print=true&DocType=Print 2/26/2025 CERTIFICATIONS: Submitted for Citv Manaaer's Office bv: Jesica McEachern (5804) Oriainatina Department Head: Richard Zavala (5711) Additional Information Contact: Joel McElhany (5745) ATTACHMENTS 1. 24-0290 (Highland Hills Park Pavinq Improvements)CM-NS.Ddf (CFW Internal) 2. 80HIGHLAND HILLS PARK IMPROVEMENTS fid table.xlsx (CFW Internal) 3. 80HIGHLAND HILLS PARK IMPROVEMENTS -Funds Avail.docx (CFW Internal) 4. Form 1295 Signed.Ddf (CFW Internal) 5. Highland Hills Park MaD.Ddf (Public) 6. Rock Solid Inc. Sam search.PNG (CFW Internal) http://apps.cfwnet.org/ecouncil/printmc.asp?id=32964&print=true&DocType=Print 2/26/2025 ADDENDUM #1 Highland Hills Park Improvements City Project No 104477 9/24/2024 TO ALL BIDDERS: Please attach this to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify, explain or correct the original drawings and/or project manual. CONSTRUCTION DRAWINGS REFER TO SHEET "COVER" Cover sheet signed by City. Signed Cover sheet shall replace original cover sheet. REFER TO SHEET "HH-01" Cable Barrier Item and Quantity Updated / Clarified. Cable Barrier item shall be used as a remove and reuse for construction related activities. Contractor to make every effort to not damage but replace in kind if damaged during removal. Sheet HH-01 attached here shall replace original sheet HH-01. Also note that TxDOT's standard `PCF-05 POST & CABLE FENCE' is to be used when installing any new cable barrier. It is attached to this addendum. REFER TO SHEET "HH-08" Big Black Block removed from sheet so that sheet is readable. Sheet HH-08 attached here shall replace original sheet HH-08. PROJECT MANUAL REFER TO "SECTION 00 42 43 PROPOSAL FORM" Item HH-11 description, unit of measurement, and quantity has changed to reflect the clarification made for the cable barrier. Also note that the Specification changed to TxDOT Spec 772. The form attached shall replace the original proposal form. REQUEST FOR INFORMATION The following questions were received during the Pre -Bid meeting held July 16, 2024. Answers were provided at the meeting and are shown below, and additional clarification is provided here for some RFI. Q: Will an EOPC be provided for the project? A: Yes, it is $547,000 2. Q: Where did the line item go for removal of asphalt from the last time this was bid out? A: We anticipated that the existing Asphalt to be 6in thick, but the Geotech revealed that on average it is only 3in thick. The design calls for 3in of asphalt to be pulverized and mixed into the subgrade, so there shouldn't be anything to remove. 3. Q: Will pre -bid sign in sheet be provided in Addendum 1? A: Yes, attached as a part of this Addendum. Other General Comments: On pulverization jobs like this, we expect there to be some amount of haul -off of the existing material. With the 3" overlay, there will not be enough room to utilize all of the existing material. Please plan and budget accordingly for some material that will have to be hauled offsite. 2. Since federal funding is involved the federal wage rates are applicable. See Contract Appendix Section 'GC-6.0 Wage Rates' for more information. 3. The City's Business Equity goal on this project is 10.24% of the total bid value of the contract. See attached documents for clarification. New Request For Business Equity Goal form is attached to this addendum and shall be included in the contractor submittal. 4. The cutoff date for questions is 7 days before the bid opening date (2:00pm, September 26th). 5. The deadline to submit your MWBE paperwork is Tuesday October 8th, 2024, at 2:00 pm. The City highly encourages everyone to submit this even if you are not the low bidder just incase the low bidder cannot provide proper qualifications or MWBE requirements. 6. Project is ARPA funded, so contractor must follow all ARPA guidelines during construction. 7. Contract time is 180 days. 8. Main PM and contact for Contractor will be Oliver Penny, Oliver. penny@fortworthtexas.gov 9. The concrete low water crossing, and the two concrete ADA areas will remain in place. The contractor is responsible for any damage that occurs to these areas during construction. The ADA parking areas are to be restriped along with the rest of the project. 10. The Qualifications application within this bid package shall be completed by the contractor and subcontractors. END OF ADDENDUM #1 Bid Opening Date: October 3rd, 2024 Acknowledge the receipt of this Addendum on your Proposal. By:� Geoffrey Smith, PE Project Manager Release Date: 9/24/24 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of ARPA Highland Hills Park Improvements — CPN 104477 ("Project") will be received by the City of Fort Worth via the Procurement Portal httos:Hfortworthtexas.bonfirehub.com/portal/?tab=oiDen0pportunities, under the respective Project until 2:00 P.M. CST, Thursday, October 3rd, 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 time 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/iDortal/?tab=oiDenODiDortunities 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 shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the 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 Platform (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 For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104477 Revised 2/08/24 00 11 13 INVITATION TO BIDDERS Page 2 of 3 Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. 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: Project includes road and parking lot improvements at Highland Hills Park. Major work categories include remove and replace asphalt driveways and parking lot (approx. 4,428 SY) and pavement pulverization to be used as base material (3,906 SY). QUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is qualified by the City. The procedures for qualification are outlined in Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal httr)s:Hfortworthtexas.bonfirehub.com/aortal/?tab=oi)en0nvortunities, under the respective Project. 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 httDs:Hfortworthtexas.bonfirehub.com/_portal/?tab=o_i)en0bportunities, under the respective Project. PREBID CONFERENCE — In person A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, time and location: DATE: September 17ffi, 2024 TIME: 9 A.M. LOCATION: Park & Recreation Department — Conference Room 1: La Gran Plaza, 4200 S. Freeway, Suite 2200, Fort Worth, Texas 76115 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. I1I' • 171` CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104477 Revised 2/08/24 00 11 13 INVITATION TO BIDDERS Page 3 of 3 City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from American Rescue Plan Act (ARPA) Program and reserved by the City for the Project. The Owner hereby notifies all Bidders that it will affirmatively insure that disadvantaged and woman -owned business enterprises will be afforded the full opportunity to submit bids in response to this invitation. When considering the award of any contract resulting from this invitation, the Owner will not discriminate against any bidder on the grounds of race, gender, or national origin. Any contract or contracts awarded under this invitation for bids are expected to be funded in whole or in part by anticipated funds from the ARPA Program. Neither the City of Fort Worth nor any of their employees is or will be a party to this invitation for bids or any resulting or related contracts. Based on the Assistance Listing: Coronavirus State and Local Fiscal Recovery Funds and Part 2 of the US Treasury State and Local Fiscal Recovery Funds Compliance and Reporting Guidance (0.0 February 2022) (Compliance Guide), the following Uniform Guidance provisions will be required in all contracts: 2 CFR 200 Appendix ii ADVERTISEMENT DATE (Fort Worth Star Telegram and Bonfire) September 5th, 2024 September 12th, 2024 KIIAM 01411 [00 CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104477 Revised 2/08/24 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 9 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making 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. Qualification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be qualified for the work types requiring qualification as per Sections 00 45 13 BIDDERS QUALIFICATION APPLICATION for review and, if qualified, acceptance. Subcontractors must follow the same timelines as Bidders for obtaining qualification review. Qualification requirement work types and documentation are available by accessing all required files through the City's website at: httDs:HaDDs.fortworthtexas. Rov/ProiectResources/ CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104477 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.2. 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. 3.3. Special qualifications required for this project include the following: Based on the Assistance Listing: Coronavirus State and Local Fiscal Recovery Funds and Part 2 of the US Treasury State and Local Recovery Funds Compliance and Reporting Guidance (0.0 February 2022) (Compliance Guide), the following Uniform Guidance provisions will be required in all contracts: • 2 CFR 200 Appendix ii 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 thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Is advised that, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration of award. CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104477 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.5. 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." 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.8. 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. 4.1.9. 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. 4.1.10. 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: CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104477 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 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. CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104477 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 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 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 httr)s:Hfortworthtexas.bonfirehub. com/Dortal/?tab=ODenODDortunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider 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. CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104477 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: httos:Hcodelibrarv.amle2al.com/codes/ftworth/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 reasonable 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 completed 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. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104477 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 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 httr)s:Hfortworthtexas.bonfirehub.com/Dortal/?tab=oDenODDortunities. 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 CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104477 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104477 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 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 httos://www.ethics.state.tx.us/data/forms/1295/1295.vdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 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 ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104477 Revised/Updated 1/17/24 003513 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) httDs://www.ethics.state.tx.us/data/forms/conflict/CIS.r)df C CIQ Form does not apply CIQ Form is on file with City Secretary 7 CIQ Form is being provided to the City Secretary X CIS Form does not apply '' CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: �• Cooks Rock�i�, /1G. By: Charles Cook Signature: Title: President END OF SECTION CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNs 104477 Revised February 24, 2020 00 41 00 Bid Proposal Workbook.xlsx 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: ARPA Highland Hills Park Improvements City Project No.: 104477 Units/Sections: 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNs 104477 Revised 9/30/2021 00 41 00 Bid Proposal Workbook.xlsx 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. The BiddeF ,.k..,...,ledg c that the ant ma ii.m CA'd 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 180 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions_ c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. PFequaii fieati,,n Sta omont, R ..+,,.�,�„--GG-4 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNs 104477 Revised 9/30/2021 00 4100 Bid Proposal Workbook.xlsx 00 41 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Three Hundred and Sixty -Two Thousand, Three Total Bid Hundred and Seventy -Eight Dollars and Zero Cents $362,378.00 7. Bid Submittal This Bid is submitted on 10/3/2024 by the entity named below. Respectfully submitted, C ,� � By: Z /,t,",�/ Y (Signature) Charles Cook (Printed Name) Title: President Company: H. D. Cook's Rock Solid Inc. Address: 1741 US HW 377 STE 133 Roanoke, Tx 76262 State of Incorporation: Texas Email: Charlie@tilmerx.com Phone: 817-994-9408 END OF SECTION !Receipt is acknowledged of the! Initial following Addenda: Addendum No. 1: 9/24/2024 !Addendum No. 2: !Addendum No. 3: JAddendum No. 4: Corporate Seal: CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNs 104477 Revised 9/30/2021 00 41 00 Bid Proposal Workbook.xlsx 00 42 43 BID PROPOSAL Page 1 of 1 UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Unit 1 - Bidlist Item Description No. HH-1 MOBILIZATION HH-2 UNCLASSIFIED EXCAVATION (CHANNEL GRADING TO DRAIN) BY PLAN HH-3 UNCLASSIFIED EXCAVATION (ROADWAY GRADING) BY PLAN HH-4 EMBANKMENT HH-5 3" ASPHALT TYPE D PVMT (ACCESS DRIVE & PARKING) HH-6 6" CEMENT STABILIZED IN -PLACE RECYCLED SUBGRADE USING PULVERIZED PAVEMENT (MIX WITH 5% CEMENT, CURE & MICROCRACK) HH-7 CEMENT HH-8 TRAFFIC CONTROL HH-9 EROSION CONTROL & SWPPP HH-10 18" RCP, CLASS III (IF NEEDED) HH-11 MISC CABLE BARRIER AND BOLLARD REPAIR AND/OR REPLACEMENT (AS NEEDED TO MOVE, REPAIR, OR REPLACE FOR CONSTRUCTION PURPOSES) HH-12 PARKING LOT STRIPING - HOT APPLIED THERMOPLASTIC REFLECTIVE PAVEMENT MARKINGS - 100 MIL - 4" WHITE W/TYPE 1I BEADS PARKING LOT STRIPING - HOT APPLIED THERMOPLASTIC REFLECTIVE HH-13 PAVEMENT MARKINGS - 100 MIL - HANDICAP MARKINGS & YELLOW SLD (2 AREAS) HH-14 CONCRETE PAVEMENT TO REPLACE LOW WATER CROSSING (IF NEEDED) HH-15 BLOCK SOD PLACEMENT Bidder's Application Specification Unit of Bid Unit Price Section No. Measure Quantity 01 70 00 LS 1 312316 CY 1,000 3123 16 CY 103 31 24 00 CY 158 321216 SY 4,428 SY 3,906 321133 TON 71 3471 13 LS 1 31 25 00 LS 1 3341 10 LF 30 TxDOT 772 LF 100 33 1723 LF 828 34 17 23 LS 1 32 13 13 SY 133 329213 SY 1,600 Bidder's Proposal Bid Value Total $362,378.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 ARPA Highland Hills Park Improvements CPNs 104477 00 4100 Bid Proposal Workbook SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 004313 BID BOND Page 1 of 2 That we, HD Cook's Rock Solid Inc. dba Rock Solid Inc. , known as "Bidder" herein and SureTec Insurance Company a corporate surety duty authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as ARPA Highland Hills Park Improvements NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 3rd day of October 2024. PRINCIPAL: HD Cook's Rock Solid Inc. dba Rock Solid Inc. BY: Signature ATTEST: Witne to Principal Name and Title j r, CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNs 104477 Revised 9/30/2021 00 4100 Bid Proposal Workbook.xlsx r-"j r" I�2- Witness as to Surety Attach Power of Attorney (Surety) for Attorney -in -Fact 004313 BID BOND Page 2 of 2 Address: 1741 N Hwv 377, Suite 133 Roanoke. TX 76262 v` -,r ,• SURETY: _ 7 SureTec Insurance Company - = Cl.t` 1� BY: - .. Signature � %.:` Christen Tvner, Attornev-In-Fact Name and Title Address: 2103 CitvWest Blvd.. Suite 1300 Houston, TX 77042 Telephone Number: (800) 446-6671 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH ARPA Highland Hills Park improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNs 104477 Revised 9/30/2021 00 4100 Bid Proposal Workbook.xlsx SureTec Insurance Company IMPORTANT NOTICE Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: http://www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Texas Rider 8/2019 POA# 4221768-Dallas JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company'), a corporation duly organized and existing under the laws ofthe state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Donnie D. Doan, Dawn Davis, Walter J. De La Rosa, Edward Ryan Bowles, Christen Tyner, Ryan Kinlin, Ashlie Atkins, Mistie Beck Their true and lawful agent(s) and attorneys) -in -fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or)ointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars ($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of thefollowing Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, ofthe company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed ofthe SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 27th day of August , 2o24 . SureTec Insurance Company S�yRA![C yX1t'1fill" Markel Ips ranee Co 'iny wUr` y ,O �, �c . `� ; to r''` Uj ua y ;' ' SEAL .'a- B By: 7i ,r 2: y: Michael C. Keimig ikesideni ` •••— `'ter ° ��� Ljnd y Jennings, Vice President , 'llrrftiitlfi}{is �/' �. State of Texas '/ ! County of Harris: (i On this 27th day of August 1 2024 A. D., before me, a Notary Public of the State of Texas, in and forthe County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, tome personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my OfficloSea e % arris, the day and year first above written. PU _ Chelsea Turner, Notary Public OF �� My commission expires 7/6/2028 = O Z.O ro�» We, the undersigned Officers of SureTec Insurance Company and Markel 1114y_C413wd-tpbrZertifythat the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has ifeki be0p�. frrirrttlls%1, �s IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 3rd day of October 2024 SureTec Insurance Company By. M. Bren{Beaty, Assistant Secretary Markel Insurance Compa ' ' By: _ ✓ � , --� �� t `� � ,ram} ` — � drew Marquis, Assists scLdlaf�y JnJj,��� 7 � . ��-1.� •• � �l' rsJ - Any Instrument issued in excess ofthe penalty stated above is totally void and without any validity. 4221768 - Dallas Forverification ofthe authority of this Power you may call (713)812-0800 on any business day between 8:30 AM and 5:00 PM CST. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. IXI .. BIDDER: END OF SECTION By: Charles Cook 6zt1z1 (Signature) Title: President Date: 10/3/2024 CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNs 104477 Revised 9/30/2021 0041 00 Bid Proposal Workbook.xlsx FORT WORTH. Date of Balance Sheet SECTION 00 45 13 QUALIFICATION APPLICATION various Mark only one: Individual H D Cooks Rock Solid, Inc. dba Rock Solid, Inc. Limited Partnership General Partnership - Name under which you wish to qualify — X Corporation Limited Liability Company Post Office Box City 1741 N Hwy 377, Ste 133 Roanoke Street Address (required) City (817) 716.4749 ( ) N/A Telephone Fax 32038160944 26-3142698 State Zip Code TX 76262 State Zip Code office@tilmerx.com Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water Dept - Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting john.kasavich@FortWorthTexas.gov TPW_ Prequalification@fortworthtexas.gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 TX 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" ARPA Cobb/Highland Hills Park Rd/Parking Improvements CPNs 104476/104477 0045 13 - 2 BIDDER QUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ® Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less _ Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller _ Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller _ Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller _ Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller _ Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes _ Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger _ CCTV, 8-inches and smaller _ CCTV, 12-inches and smaller _ CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH ARPA Cobb/Highland Hills Park Rd/Parking Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNs 104476/104477 Revised August 13, 2021 0045 13 - 3 BIDDER QUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED _! CCTV, 42-inches and smaller _ CCTV, 48-inches and smaller _ Sewer CIPP, 12-inches and smaller _ Sewer CIPP, 24-inches and smaller _ Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works X Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) X Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) X Asphalt Paving Heavy Maintenance (UNDER $1,000,000) X Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) X Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* X Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only on concrete street / ROW paving CITY OF FORT WORTH ARPA Cobb/Highland Hills Park Rd/Parking Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNs 104476/104477 Revised August 13, 2021 0045 13 - 4 BIDDER QUALIFICATION APPLICATION Page 4 of 8 List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER Any type of construction equipment United Rentals PO Box 840514 Dallas, TX 75284-0514 2. How many years has your organization been in business as a general contractor under your present name? 16 vears List previous business names: N/A 3. How many years of experience in excavastion/road/paving construction work has your organization had: (a) Asa General Contractor: 16 years (b) As a Sub -Contractor: 16 years 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 $2,985,441.88 Concrete/ paving April 30,2024 Greenville -Hunt -TX Enformed Construction Services 1705 S Walton Blvd Bentonville, AR 72712 $4,015,419.38 Excavation/ Asphalt Paving May 22,2024 Greenville -Hunt -TX Enformed Construction Services 117705oSvWee toonn Blv712 $1,013,098.55 Excavation/ Asphalt Paving March31,2024 Gilmer-Upshur-TX Rabine Paving Texas s0°na�bbpP 6o1S3260 $1,620'000.00 Excavation/ October 25,2023 Asphalt Paving San Anton Rabine Paving Texas Ste 260 so° $1,249,223.00 Excavation/ Asphalt Pavin January 4,2023 g Kemp -Kaufman -TX umbuq.PIL 60173 Kemp Independent School District 803 S Main St. Kemp, TX 75143 $2,063,867.50 concrete/ pavin March 31,2024 g Plano -Collin -TX City of Plano 1520 KAve Plano, TX 75074 $460,227.63 Excavation/ Concrete/February 28,2023 Haslet -Tarrant -TX Northwest Independent School District PO Box 77070 Paving For[ Worth TX 76177 *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? No If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? No If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? No If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH ARPA Cobb/Highland Hills Park Rd/Parking Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNs 104476/104477 Revised August 13, 2021 0045 13-5 BIDDER QUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? None 9. Have you ever performed any work for the City? Yes If so, when and to whom do you refer? 2019 4th & Sylvania - Pennington 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS TEXAS MATERIALS GROUP, INC. 1320 Arrow Point Dr., Ste 600 Cedar Park, TX 78613 VULCAN MATERIALS COMPANY PO Box 849131 Dallas, TX 75284-3191 ARCOSA CRUSHED CONCRETE PO Box 735790 Dallas, TX 75373-5790 MARTIN MARIETTA MATERIALS PO Box 677061 Dallas, TX 75267-7061 BELL CONCRETE INC PO Box 479 Sulphur Springs, TX 75482 RCI READY CABLE 4416 Keller Hicks Road Fort Worth, TX 76244 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. N/A 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY Charles Cook President 30+ Years Multi -million dollar projects Road Construction/excavation/ Operator to Owner Pavirya Francisco Ramos Superindent 24 Years Multi -million dollar projects Road Construction/excavation/ Operator to Superindent Pavina Jack Hazel Safety Officer 7 years Multi -million dollar projects Road Construction/excavation/ Operator to Safety Officer Paving Multi-rhillion dollar projects Jorge Cubas Foreman 11 years Road Construction/excavation/ Laborer to Foreman Pavinq 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. N/A CITY OF FORT WORTH ARPA Cobb/Highland Hills Park Rd/Parking Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNs 104476/104477 Revised August 13, 2021 0045 13 - 6 BIDDER QUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Yes If a partnership: Date of Incorporation October 16, 2008 State of Organization Charter/File No. 0801040985 Date of organization President Is partnership general, limited, or registered limited Charles Cook liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH ARPA Cobb/Highland Hills Park Rd/Parking Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNs 104476/104477 Revised August 13, 2021 0045 13-7 BIDDER QUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ 1,284,000.00 TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 1 Caterpillar CB-224C Asphalt Roller 5,000.00 2 1 Bros LSPRM8A Road Mixer 10,00.00 3 2 John Deere 770CH Road Grader 41,500.00 4 1 John Deere 644H Front End Loader 20,000.00 5 1 Ingersoll-Rand SD70 Dirt Roller 20,000.00 6 1 Ingersoll-Rand SD100D Dirt Roller 25,000.00 7 1 Ingersoll-Rand 10OF Dirt Roller 15,000.00 8 1 John Deere 644G Front End Loader 18,000.00 9 1 John Deere 310J Backhoe 20,000.00 10 1 Caterpillar CP 563 Roller 18,000.00 11 1 Caterpillar 420E Backhoe 25,000.00 12 1 Ingersoll-Rand 105DX Roller 25,000.00 13 2 Ingersoll-Rand SD70F 34,000.00 14 1 Caterpiller RM300 Soil Stabilizer 130,000.00 15 1 John Deere 570A Road Grader 15,000.00 16 1 Caterpillar D6T Dozer 75,000.00 17 1 Kubota SVL90-SHF Skid Steer 25,000.00 18 1 John Deere 130 GLC Excavator 40,000.00 19 1 John Deere 590 S4 Gator 3,500.00 20 2 John Deere 300D Off -road Dump Truck 100,000.00 21 1 John Deere 850K Crawler Dozer 75,000.00 22 1 CAT 420F Backoe Loader 38,000.00 23 1 Kubota SVL 95-S Loader 45,000.00 24 1 Caterpillar PS-300B Pneumatic Roller 10,00.00 25 1 Caterpillar CB334E Vibratory Double Drum Roller 5,000.00 26 1 Caterpillar CB334D Vibratory Double Drum Roller 5,000.00 27 1 Wirtgen WR2000XL Mixer 125,000.00 28 3 Hamm 3410 Roller 150,000.00 29 1 John Deere 333G Track Loader 45,000.00 30 1 Entyre K CP-S Chip Spreader 50,000.00 Various- 80,000.00 TOTAL 1,284,000.00 CITY OF FORT WORTH ARPA Cobb/Highland Hills STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Park Rd/Parking Improvements Revised August 13, 2021 CPNs 104476/104477 004513-8 BIDDER QUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF Texas COUNTY OF Denton The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. Charles Cook , being duly sworn, deposes and says that he/she is the President of H D Cooks Rock Solid, Inc. , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. 1. Firm Name: H D Cooks Rock Solid, Inc. Signature: Sworn to before me this 7th day of October 2024 John �.,, John W Cloud f My Commission418I2026�Xpires /��1" " Notary ID 133696320 Notary Public John W Cloud Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH ARPA Cobb/Highland Hills Park Rd/Parking Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNs 104476/104477 Revised August 13, 2021 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 100577. 102318. & 102323. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: H D Cooks Rock Solid, Inc. Company 1741 N Hwy 377, Ste 133 Address Roanoke, TX 76262 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Charles Cook (Plepse Print) Signature: Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Charles Cook , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of president for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 13th day of March , 2025. Public in and for the State of Texas John W Cloud END OF SECTION My commission Expires. 4/8/2026 Notaryry iD S 133696320 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 ARPA Highland Hills Park Improvements CPN 104477 00 45 40 - 1 Business Equity Goal Pagel 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 #25165-10-2021, (codified in Chapter 20, Article X of 12 the City's Code of Ordinances, as amended) and found online at: 13 httDs:Hcodelibrarv.amle2_al.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to this bid. 14 15 BUSINESS EOUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 10.24 % of the total bid value of the contract (Base bid 17 applies to Park & Recreation Department). 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 SUBMITTAL OF REQUIRED DOCUMENTATION 29 Required Business Equity documents, as detailed below, must be submitted no later than 2:00 PM on the 3rd 30 business day after the bid Close Date and Time. The apparent low bidder will receive a message following the 31 Close Date at Messages > Vendor Discussions in the Bonfire Portal that will restate these deadlines and direct the 32 bidder to submit the required M/WBE documents. The notified bidder must submit the required documents as an 33 attachment to the message and send it through the Bonfire Portal by the deadline. 34 35 The Offeror must submit one or more of the following documents: 36 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 37 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 38 participation is less than stated goal, or no Business Equity participation is accomplished; 39 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 40 all subcontracting/supplier opportunities; or 41 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 42 Proteg6 participation. 43 44 These forms are available in the Appendix: 45 • Business Equity Utilization Form and Letter of Intent 46 • Letter of Intent 47 48 • Business Equity Good Faith Effort Form CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised 03/07/2025 5 6 7 8 9 10 12 13 14 15 16 004540-2 Business Equity Goal Page 2 of 2 Business Equity Prime Contractor Waiver Form Business Equity Joint Venture Form FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE REOUIREMENTS OF THIS SECTION MAY RESULT IN THE BIDDER BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUITY DOCUMENTATION WILL RESULT IN THE BIDDER BEING DECLARED NON -RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE BIDDER 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 03/07/2025 ARPA Highland Hills Park Improvements CPN 104477 00 52 43 -1 Agreement Page I of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on February 11, 2025 , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and H.D. Cook's Rock Solid. 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: ARPA Hiehland Hills Park Improvements City Proiect No. 104477 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 Three Hundred Sixtv-Two Thousand. Three Hundred Seventv-Eieht Dollars ($362.378.00). 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 180 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 accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Seven Hundred Seventy -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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 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: 1. This Agreement. 2. 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 f. 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 of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to overate and be effective even if it is alleged or Droven that all or some of the damages being sought were caused, in whole or in Dart. by anv act. omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 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 specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. NIISCELLANEOUS 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 ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised December 8, 2023 00 52 43 - 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 full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 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 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 ARPA Highland Hills Park Improvements CPN 104477 005243-5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised December 8, 2023 005243-6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: H.D. Cook's Rock Solid, Inc. By: �� Signature Charles Cook (Printed Name) President Title 1741 N Hwy 377, Ste 133 Address Roanoke, TX 76262 City/State/Zip March 20, 2025 Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 City of Fort Worth By: 061n,jB�� o Dana Burghdoff(Apr 7, 02514:01 CDT) Dana Burghdoff Assistant City Manager 04/07/2025 Date4440�n ap FO°RTC°a p cFoo°o o° o. Attest: oo =p Qp aEXA5oa4p 0 � RonRon l Jannette Goodall, City Secretary RPG (Seal) M&C: 25-0100 Date: February 11, 2025 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. Bethany Blaise Grissom Park Planner Approved as to Form and Legality: fj� Douglas Black (Apr 4, 2025 15:55 CDT) Douglas W. Black Sr. Assistant City Attorney b` APPROVAL RECOMMENDED: JM 40V fe-, sT Dave Lewis, Director, SP Park & Recreation Department JY ARPA Highland Hills Park Improvements OFFICIAL RECORD CPN 104477 CITY SECRETARY FT. WORTH, TX 006113-1 PERFORMANCE BOND Page 1 of 4 1 SECTION 00 6113 2 PERFORMANCE BOND Band #4473884 3 4 THE STATE OF TEXAS § S § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, HD Cook's Rock Solid Inc. dba Rock Solid Inc. known as 9 "Principal" herein and -&reTec Insurance Company a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 sum of, Three Hundred Sixty Two Thousand Three Hundred Seventy Eight Dollars 14 ($ 362,378.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 11th day of February , 20-25, which Contract is hereby referred to and made a 20 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 21 and other accessories defined by law, in the prosecution of the Work, including any Change Orders, 22 as provided for in said Contract designated as ARPA Highland Hills Park Improvements,CPN 23 104477. 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 25 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 26 perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised December 8, 2023 006113-2 PERFORMANCE BOND Page 2 of 4 1 extension of the Contract that may be granted on the part of the City, then this obligation shall be 2 and become null and void, otherwise to remain in full force and effect. 3 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant 4 County, Texas or the United States District Court for the Northern District of Texas, Fort Worth 5 Division. 6 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 7 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 8 accordance with the provisions of said statue. 9 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 10 instrument by duly authorized agents and officers on this the 17th day of March 11 20 25 . - - 12 PRINCIPAL: 13 14 HD Cook's Rock Solid Inc. dba - 15 16 17 18 19 20 21 ATTEST: 22 23 24 25 (Principal) Secretary 26 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Rock Solid Inc. Signature e,h Ies- Cook - P,,e Name and Title ARPA Highland Hills Park Improvements CPN 104477 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 Witness as to Principal 006113-3 PERFORMANCE BOND Page 3 of 4 Address: 1741 N. Hwy 377, Suite 133 Roanoke, TX 76262 SURETY: SureTec Insurance Company BY: Signature Helen Jones, Attorney -in -Fact Name and Title Address: 2103 CityWest Blvd., Suite 1300 Houston, TX 77042 CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised December 8, 2023 006113-4 1 Itness as to Surety 2 �bald 3 4 PERFORMANCE BOND Page 4 of 4 Telephone Number: 817-336-3030 Email Address: hp-ipn-jonp-s@olarshmma.com 5 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 6 from the by-laws showing that this person has authority to sign such obligation. If 7 Surety's physical address is different from its mailing address, both must be provided. 8 The date of the bond shall not be prior to the date the Contract is awarded. N CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised December 8, 2023 POA #: 4221966 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Helen Jones, Kevin Daniel, Leo Charles Taylor its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20`h of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,, and its corporafe•seal to be hereto affixed this 3rd day of February , A.D. 2023. SURETEC INSURANCE COgv A•N'X uRANpF - u+ Michael C. Keimig, Prestden sj ♦, -- - State of Texas ss: County of Harris .......... On this 3,d day of February , A.D. 2023 before me personally came Michael C. Keimig, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. TANYA SNEED '; " ��� Notary Public State of Texas t�,'�} Commission # 128571231 Commission Expires 03/30/2027. (1 '17 - � Tanya Sneed, Not r Tublic My commission expires March 30, 2027 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 17th 4aK of March-4 2025 , A.D. . Beent Beatty, Assistant secretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 am and 5:00 pm CST. SureTec Insurance Company IMPORTANT NOTICE Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9500 Arboretum Blvd., Suite 400 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: httu://www.tdi.state.t<.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. SIC TX Rider TDI Required Notices rev 07_2022 Page 1 of 1 00 61 14 - 1 PAYMENT BOND Page 1 of 4 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § Bond #4473884 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, HD Cook's Rock Solid Inc. dba Rock Solid Inc. known as 9 "Principal" herein, and SureTec Insurance Company , a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" 11 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal 13 sum of Three Hundred Sixtv Two Thousand Three Hundred Seventy Eight Dollars 14 ($ 362,378.00-------------- ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 11 th day of February , 20 25 , which Contract is hereby referred to and made 20 a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 21 and other accessories as defined by law, in the prosecution of the Work as provided for in said 22 Contract and designated as ARPA Highland Hills Park Improvements, CPN 104477. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay 24 all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the 25 Texas Government Code, as amended) in the prosecution of the Work under the Contract, then 26 this obligation shall be and become null and void; otherwise to remain in full force and effect. CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised December 8, 2023 006114-2 PAYMENT BOND Page 2 of 4 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised December 8, 2023 006114-3 PAYMENT BOND Page 3 of 4 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the ,IZth day of 3 March 20 25 , 4 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 PRINCIPAL: HD Cook's Rock Solid Inc. dba Rock Solid Inc. Signature CA0 TICS - PM".47- Name and Title Address: 1741 N. Hwv 377, Suite 133 Roanoke. TX 76262 SURETY: SureTec Insurance Companv BYA�t� Signature U - ARPA Highland Hills Park Improvements CPN 104477 006114-4 (Surety} Secretary Witness as to Surety 1 PAYMENT BOND Page 4 of 4 Helen Jones, Attorney -in -Fact Name and Title Address: 2103 CityWest Blvd., Suite 1300 Telephone Number: 817-336-3030 Email Address: helen.jones(@marshmma.com 2 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 3 bylaws showing that this person has authority to sign such obligation. If Surety's physical address 4 is different from its mailing address, both must be provided. 5 6 The date of the bond shall not be prior to the date the Contract is awarded. 7 END OF SECTION CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised December S, 2023 POA a: 4221966 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Helen Jones, Kevin Daniel, Leo Charles Taylor its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20' of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate -seal to be hereto affixed this 3`d day of February , A.D. 2023. y ^t, SURETEC INSURANCE CO.? IV f( \�, ................. o — — �CJ X 9 ' By: = W i Dr Michael C. Keimig, Prestden ` 7s•.: 1 y; Yl State of Texas ss: County of Harris On this 31 day of February , A.D. 2023 before me personally came Michael C. Keimig, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. TANYA SNEED Notary Public State of Texas N+ � :N Commission # 128571231 �;*Ci ,.'' Tanya Sneed, Notar�`Public `v Commission Expires 03/30/2027 My commission expires March 30, 2027 1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 17th 4aA of March/1 _ /` 2025 , A.D. M. Bi4nt Bealy, Assistant 4ecretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 am and 5:00 pm CST SureTec Insurance Company IMPORTANT NOTICE Statutory Complaint Notice/Filing of Claims To obtain information or mare a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9500 Arboretum Blvd., Suite 400 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: httr)://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. SIC TX Rider TDI Required Notices rev 07_2022 Page 1 of 1 006119-1 MAINTENANCE BOND Page 1 of 4 1 SECTION 00 6119 2 MAINTENANCE BOND 3 Bond #4473884 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we HD Cook's Rock Solid Inc. dba Rock Solid Inc. known as 9 "Principal" herein and SureTec Insurance Company a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" 11 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum 13 Of Three Hundred Sixty Two Thousand Three Hundred Seventy Eight Dollars ($ 362,378.00-------------- ), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of 15 which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 11th day of February , 2025 which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, the 23 "Work") as provided for in said contract and designated as ARPA Highland Hills Park 24 Improvements, CPN 104477; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised December S, 2023 006119-2 MAINTENANCE BOND Page 2 of 4 1 remain free from defects in materials or workmanship for and during the period of two (2) years 2 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 3 4 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 5 receiving notice from the City of the need therefor at any time within the Maintenance Period. 0 7 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 8 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 9 the City, then this obligation shall become null and void; otherwise to remain in full force and 10 effect. 11 12 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed 13 defective Work, it is agreed that the City may cause any and all such defective Work to be repaired 14 and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety 15 under this Maintenance bond; and 16 17 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant 18 County, Texas or the United States District Court for the Northern District of Texas, Fort Worth 19 Division; and 21 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 22 recoveries may be had hereon for successive breaches. 23 24 25 CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised December 8, 2023 006119-3 MAINTENANCE BOND Page 3 of 4 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 17th day of March 3 20_2,5_. 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 ATTEST: (Principal) Secretary Witness as to Principal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 PRINCIPAL: - = HD Cook's Rock Solid Inc. dba Rock Solid Inc. BY: —at-J4� Signature Ch of lts C,00v Name and Title Address: 1741 N. Hwy 377, Suite 133 Roanoke, TX 76262 SURETY- ARPA Highland Hills Park Improvements CPN 104477 1 2 3 4 5 6 7 8 9 10 11 12 ATTEST: 13 14 e� 15 16 (Surety) Secretary 17 18 19 20 21 itness as to urety 22�Li� [� 23 24 006119-4 MAINTENANCE BOND Page 4 of 4 SureTec Insurance Company BY: Signature Helen Jones. Attorney -in -Fact Name and Title Address: 2103 CityWest Blvd., Suite 1300 Houston, TX 77042 Telephone Number: 817-336-3030 Email Address: helen.iones6EDmarshmma.com 25 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 26 from the by-laws showing that this person has authority to sign such obligation. If 27 Surety's physical address is different from its mailing address, both must be provided. 28 The date of the bond shall not be prior to the date the Contract is awarded. 29 CITY OF FORT WORTH ARPA Highland Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104477 Revised December 8, 2023 POA it: 4221966 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Helen Jones, Kevin Daniel, Leo Charles Taylor its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20 of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and- its corporat.e-seal to be hereto affixed this 3rd day of February , A.D. 2023. �0 XA 9.0a c State of Texas ss: County of Harris .. SURETEC INSURANCE COMPANY By: Michael C. Keimig, Presiihn On this 311 day of February , A.D. 2023 before me personally came Michael C. Keimig, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. - TANYA SNEED Notary Public State of Texas Commission # 128571231 Commission Expires 03/30/2027 Tanya Sneed, Nota?' ublic My commission expires March 30, 2027 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 17th 4qj of March, /! 2025 , A.D. 1// /4 YZ/ I M. Bi4nt Bea , Assistant Secretary Any instrument issued In excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 am and 5:00 pm CST. SureTec Insurance Company IMPORTANT NOTICE Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9500 Arboretum Blvd., Suite 400 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: httD://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. SIC TX Rider TDI Required Notices rev 07_2022 Page 1 of 1 AGENCY CUSTOMER ID: ROCKSOLID11 LOC #: AC"J? o ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Marsh & McLennan Agency LLC Rock Solid Inc. 1741 N. Hwy. 377, Ste. 133 POLICY NUMBER Roanoke TX 76262 CARRIER I NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Waiver of subrogation form #WC420304B edition 06/14 applies to the Workers Compensation policy. Notice of Cancellation form #GOX2287-CN edition 1/93 applies to the Workers Compensation policy. The General Liability policy includes a blanket additional insured endorsement to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy contains an endorsement with "Primary and NonContributory" wording that may apply only when there is a written contract between the named insured and the certificate holder that requires such wording. The General Liability policy contains a blanket waiver of subrogation endorsement that may apply only when there is a written contract between the named insured and the certificate holder that requires such wording. The Automobile Liability policy contains language that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The Automobile liability policy includes waiver of subrogation wording that may apply only when there is a written contract between the named insured and the certificate holder that requires such wording. The Worker's Compensation policy includes a waiver of subrogation endorsement that may apply only when there is a written contract between the named insured and the certificate holder that requires such wording. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD