HomeMy WebLinkAboutContract 62741FORTWORTHm
CONTRACT
FOR
THE CONSTRUCTION OF
PARK IMPROVEMENTS AT.•
MARINE CREEK LAKE,
VINEYARDS AT HERITAGE
& KINGSRIDGE PARKS
City Project No.
100577,
102318,
& 102323
Mattie Parker
Mayor
Jesus "Jay" Chapa
City Manager
Richard Zavala
Director, Park & Recreation Department
Prepared for
The City of Fort Worth
2018 BOND PROGRAM
GASREVENUE
PARK DEDICATION FEES
CSC No. 62741
2025 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
Pagel of 3
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
Last Revised
0005 10
Mayor and Council Communication
01/14/2025
0005 15
Addenda
09/26/2024
0011 13
Invitation to Bidders
08/28/2024
0021 13
Instructions to Bidders
08/28/2024
0035 13
Conflict of Interest Statement
02/24/2020
00 41 00
Bid Form
09/30/2021
00 42 43
Proposal Form Unit Price
09/30/2021
0043 13
Bid Bond
09/30/2021
00 43 37
Vendor Compliance to State Law Nonresident Bidder
09/30/2021
00 45 26
Contractor Compliance with Workers' Compensation Law
07/01/2011
00 45 40
Business Equity Goal
06/07/2024
00 52 43
Agreement
12/08/2023
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 50 00
Temporary Facilities and Controls
07/01/2011
0157 13
Storm Water Pollution Prevention Plan
07/01/2011
01 58 13
Temporary Project Signage
07/01/2011
01 60 00
Product Requirements
03/09/2020
01 66 00
Product Storage and Handling Requirements
07/01/2011
01 70 00
Mobilization and Remobilization
11/22/2016
01 71 23
Construction Staking and Survey
02/14/2018
01 74 23
Cleaning
07/01/2011
01 77 19
Closeout Requirements
03/22/2021
01 78 23
Operation and Maintenance Data
12/20/2012
01 78 39
Project Record Documents
07/01/2011
CITY OF FORT WORTH PARK IMPROVEMENTS A T.-
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100577, 102318, 102323
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 3
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
NONE
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
hUg: //fortworth texas.gov/tRw/con tractors/
or
htt a Ds.fortworthtexas.m/ProiectResmjrces/
Division 02 - Existing Conditions
Last Revised
0241 13 Selective Site Demolition
03/11/2022
0241 14 Utility Removal/Abandonment
12/20/2012
0241 15 Paving Removal
02/02/2016
Division 03 - Concrete
03 30 00 1 Cast -In -Place Concrete
03/11/2022
Division 11- Equipment
11 66 12 Site Underdrains
07/18/2022
11 67 13 Site Furnishings
07/18/2022
1168 14 Playground Equipment
07/18/2022
11 69 15 Wood Fiber Playground Surfacing
07/18/2022
Division 26 - Electrical
26 05 00 1 Common Work Results for Electrical
03/11/2022
Division 31- Earthwork
31 00 00 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
Division 32 - Exterior Improvements
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
3291 19
Topsoil Placement and Finishing of Roadway Right-of-ways
03/11/2022
32 92 13
Sodding
05/13/2021
32 92 14
Non -Native Seeding
05/13/2021
32 92 15
Native Grass and Wildflower Seeding
10/06/2023
32 93 43
Trees and Shrubs
12/20/2012
Division 33
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
CITY OF FORT WORTH PARK IMPROVEMENTS AT. -
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100577, 102318, 102323
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 3
Appendix
GC-6.06.1) Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
END OF SECTION
CITY OF FORT WORTH PARK IMPROVEMENTS AT. -
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100577, 102318, 102323
Revised June 7, 2024
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 01 /14/25
M&C FILE NUMBER: M&C 25-0006
LOG NAME: 80PARK IMPROVEMENTS AT 3 PARKS
SUBJECT
(CD 2 and CD 4) Authorize Execution of a Contract with Northstar Construction, LLC, in the
Amount of $1,776,179.00 for Construction of Park Improvements at Marine Creek Lake, Vineyards
at Heritage, and Kingsridge Parks, Adopt Appropriation Ordinances, and Amend the Fiscal Years
2025-2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of a Contract with Northstar Construction, LLC, in the amount of
$1,776,179.00 for construction of park improvements at Marine Creek Lake Park (City
Project No. 100577), Vineyards at Heritage Park (City Project No.102318), and Kingsridge
Park (City Project No. 102323);
2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations
in the PARD Dedication Fees Fund by 1. increasing estimated receipts and appropriations
in the Marine Creek Lake Park project (City Project No. 100577) in the amount of
$49,725.00; and 2. increasing estimated receipts and appropriations in the Kingsridge Park
project (City Project No. 102323) in the amount of $45,450.00 and decreasing estimated
receipts and appropriations in the PARD Maintenance & Replacement programmable
project (City Project No. P00133) in the amount of $95,175.00;
3. Adopt the attached appropriation ordinance increasing estimated receipts and
appropriations in the PARD Gas Lease Capital Project Fund in the amount of $190,275.00,
from available Gas Lease Royalties within UNSGAS UNSPECIFIED project (City Project No.
UNSGAS), for the purpose of funding the Marine Creek Lake Park project (City Project No.
100577);
4. Adopt the attached appropriation ordinance increasing estimated receipts and
appropriations in the PARD Dedication Fees Fund in the amount of $100,000.00, from
available Development Fee and Engineering/Infrastructure Fee within the Neighborhood Unit
6-05 project (City Project No. UN8054), for the purpose of funding the Vineyards at Heritage
Park project (City Project No.102318);
5. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations
in the PARD Dedication Fees Fund by increasing estimated receipts and appropriations in
the Kingsridge Park project (City Project No. 102323) in the amount of $110,055.00 and
decreasing estimated receipts and appropriations in the PARD New Enhancements
programmable project (City Project No. P00132) by the same amount;
6. Adopt the attached appropriation ordinance increasing estimated receipts and
appropriations in the PARD Dedication Fees Fund in the amount of $181,475.00, from
available Development Fee within the Neighborhood Unit 6-34 project (City Project No.
UN8195), for the purpose of funding the Kingsridge Park project (City Project No.102323);
and
7. Amend the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a
construction contract with Northstar Construction, LLC, in the amount of $1,776,179.00 for park
improvements at Marine Creek Lake, Vineyards at Heritage and Kingsridge Parks.
Funding for the park improvements at Marine Creek Lake, Vineyards at Heritage, and Kingsridge
Parks is from the 2018 Bond Program Fund, the PARD Gas Lease Capital Project Fund, and the
PARD Dedication Fees Fund.
The project was advertised for bid on August 29 and September 5, 2024, in the Fort Worth Star -
Telegram. On September 26, 2024, the following bids were received and tabulated.
BIDDER BASE BID RECOMMENDED I TOTAL
ALTERNATES
Northstar
Construction, $1,586,179.00 $190,000.00 $1,776,179.00
LLC
C. Green
C. LP $2,005,456.00 $185,704.00 $2,191,160.00
p g
Base bid improvements include the following: Installation of new playground equipment, concrete
sidewalks, ADA ramps, drainage systems, safety surface material, and grass seeding.
Alternate bid items selected include security lighting and park benches.
Contract time is 210 days and construction is anticipated to commence in March 2025 and be
completed by October 2025.
Total project cost:
JProject Name (Capital Fund Name
Marine Creek Lake
2018 Bond Program
Park Imps (100577)
�(34018)
Marine Creek Lake
PARD Dedication
Park Imps(100577)
�Fees(301 1 0)
Marine Creek Lake
PARD Dedication
Park Imps(100577)
�Fees(301 1 0)
Marine Creek Lake
PARD Gas Lease
Park Imps(100577)
Capital
Project(33002)
Marine Creek Lake
PARD Gas Lease
Park Imps(100577)
Capital
Project(33002)
Vineyards at Heritage
2018 Bond
Park (102318)
Program(34018)
Vineyards at Heritage
PARD Dedication
Park (102318)
�Fees(301 10)
Vineyards at Heritage
PARD Dedication
�Fees(301
Park (102318)
10)
Authority JAmount
IM&C $500,000.00
20-0256
CIP FY2018 $135,000.00
� This
M&C I $49,725.00
M&C G- $3,828.00
19310
This $190,275.00
M&C
FY2020 J $410,000.00
CIP
FY2020 I $66,533.00
CIP
This I $100,000.00
M&C
Kingsridge/Kingsridge
18 Bond
0ogram(34018)
FY2020
�Clp
$600,000.00
West(102323)
Kingsridge/Kingsridge
PARD Dedication
�Fees(3011
FY2020
�Clp
I $54,720.00
West(102323)
1 ()
�Kingsridge/Kingsridge
PARD Dedication
�Fees(3011
This
�M&c
I $336,980.00
West(l 02323)
1 ()
$2,447,061.00
The park improvements at Marine Creek Lake, Vineyards at Heritage, and Kingsridge Parks are
estimated to increase the department's annual maintenance cost by $73,800.00 beginning in
Fiscal Year 2026.
Funding for additional construction costs for Marine Creek Lake Park, Vineyards at Heritage Park,
and Kingsridge Park was not included in the Fiscal Year 2025-2029 Capital Improvement Program.
The action in this M&C will amend the Fiscal Year 2025-2029 Capital Improvement Program as
approved in connection with Ordinance 27107-09-2024.
The Business Equity Division placed an 8.88% business equity goal on this solicitation/contract.
Northstar Construction, LLC, has agreed/committed to utilize 9.01 % business equity subcontractor
participation for the scope of work, meeting the City's Business Equity Ordinance. Any changes in
subcontractors will be reviewed by the Business Equity Division.
Marine Creek Lake Park is located in Council District 2. Vineyards at Heritage Park and
Kingsridge Park are located in Council District 4.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the PARD Maintenance &
Replacement, UN8054 Neighborhood Unit 6-05, PARD New Enhancements and UN8195
Neighborhood Park Unit 6-34 projects within the PARD Dedication Fees Fund and in the UNSGAS
UNSPECIFIED - GAS LEASE REV project within the PARD Gas Lease Capital Project Fund and
upon approval of the above recommendations and adoption of the attached appropriation
ordinances, funds will be available in the 2018 Bond Program, PARD Dedication Fees, PARD Gas
Lease Capital Projects Funds for the Marine Creek Lake Park Imps, Vineyards at Heritage Park
and Kingsridge projects to support the above recommendations and execution of the agreement.
Prior to an expenditure being incurred, the Park & Recreation Department has the responsibility of
verifying the availability of funds.
Submitted for Citv Manaaer's Office bv:
Oriainatina Business Unit Head:
Jesica L. McEachern 5804
Richard Zavala 5704
Additional Information Contact: Joel McElhany 5745
0005 15
ADDENDA
Page 1 of 4
September 17,2024
Prospective Bidders
Addendum #1
Marine Creek, Vineyards at Heritage, Kingsridge. CPN: 100577, 102318,102323
1. What are the prebid meeting credentials?
Section 00 11 13 - INVITATION TO BIDDERS
PREQ TAr IFIC ATION
CAL a,ix iyr
Z4,'O ntl"U,�OC -[, bhE, : pr-e qUalified by the !'' y . * N iirno OC bid openifig. The preeedofes F
g lemon ark lac qualification o outlined i the Seel o 3 of 00 2) 13
INETRUCTIONS TO T'IDDERE.
2. Is there any electrical or lighting needs on this project?
The plan set calls for solar lights.
3. 1 am counting 3 solar light poles. Is that accurate? Also it says irrigation controller needs to be hooked to
120 volts from whatever nearby source. Is there a known source of power near the irrigation controllers
that can be marked on the plans so we can get a footage or are they going to just use a solar set up for
the irrigation controller?
There are 5 solar light poles. The irrigation controller can have a solar set up.
4. Can you tell me what kind of border is needed around the playground, concrete or plastic? Also will there
be a detailed drawing of the playground equipment that includes a list of structure components?
The mow strip surrounding the playground will need to be concrete. The plan set on page 51 (Landscape
Detail 4); lists the equipment schedule with components, manufacturer, model and product representative.
5. Request for CAD files and Bid Quantity estimate
CAD file link and BID Quantity estimate uploaded into Bonfire public files folder.
End of Addendum #1
Bid Opening Date: September 26, 2024
Acknowledge the receipt of this Addendum on your Proposal.
By: David Munoz
Park Planner (817) 392-5744
David. Munoz(a)fortworthtexas.aov
0005 15
ADDENDA
Page 2 of 4
September 23 2024
Prospective Bidders
Addendum #2
Marine Creek, Vineyards at Heritage, Kingsridge. CPN: 100577, 102318,102323
TO ALL BIDDERS:
Please attach 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 issued and/or project manual.
REFER TO SHEETS "4, 5, 6, 7 & 8"
Changed erosion control fencing to filter sock, adjusted filter sock layout, and preserved additional trees. Sheets 4,
5, 6, 7, & 8 attached here shall replace original Sheets 4, 5, 6, 7, & 8.
REFER TO SHEETS "10, 11, 12, 13 & 14"
Control joints and expansion joints added for design intent. Changed sidewalk landing length to 5' for northern
ramp. Changed sidewalk dimensions for connection point to existing sidewalks. Moved water fountain location.
Adjusted outfall location for playground drainage pipe. Removed sidewalk segment shown in TRWD property.
Adjusted landing and layout for southern trail section bordering TRWD property. Sheets 10, 11, 12, 13 & 14
attached here shall replace original Sheets 10, 11, 12, 13 & 14.
REFER TO SHEETS "15, 16, 17, 18 & 19"
Adjusted spot grades for sidewalk landings. Added spot grades for connection points to existing sidewalks.
Adjusted grading for new water fountain location. Adjusted landing and layout for southern trail section bordering
TRWD property. Sheets 15, 16, 17, 18 & 19 attached here shall replace original Sheets 15, 16, 17, 18 & 19.
REFER TO SHEETS "20, 21 & 22"
Adjusted irrigation schedule, mainline layout and added additional sod. Sheets 20, 21 & 22 attached here shall
replace original Sheets 20, 21 & 22.
REFER TO SHEETS "29, 30, 31 & 32"
Increased label size for coordinate points. Sheets 29, 30, 31 & 32 attached here shall replace original Sheets 29,
30, 31 & 32.
REFER TO SHEETS "33, 34, 35 & 36"
Increased label size. Added new spot grades and adjusted contour lines. Sheets 33, 34, 35 & 36 attached here
shall replace original Sheets 33, 34, 35 & 36.
REFER TO SHEETS "37, 38 & 39"
Added grayed back survey line work to sheets. Sheets 37, 38 & 39 attached here shall replace original Sheets 37,
0005 15
ADDENDA
Page 3 of 4
September 23 2024
Prospective Bidders
Addendum #2
Marine Creek, Vineyards at Heritage, Kingsridge. CPN: 100577, 102318,102323
TO ALL BIDDERS:
Please attach 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 issued and/or project manual.
REFER TO SHEETS "4, 5, 6, 7 & 8"
Changed erosion control fencing to filter sock, adjusted filter sock layout, and preserved additional trees. Sheets 4,
5, 6, 7, & 8 attached here shall replace original Sheets 4, 5, 6, 7, & 8.
REFER TO SHEETS "10, 11, 12, 13 & 14"
Control joints and expansion joints added for design intent. Changed sidewalk landing length to 5' for northern
ramp. Changed sidewalk dimensions for connection point to existing sidewalks. Moved water fountain location.
Adjusted outfall location for playground drainage pipe. Removed sidewalk segment shown in TRWD property.
Adjusted landing and layout for southern trail section bordering TRWD property. Sheets 10, 11, 12, 13 & 14
attached here shall replace original Sheets 10, 11, 12, 13 & 14.
REFER TO SHEETS "15, 16, 17, 18 & 19"
Adjusted spot grades for sidewalk landings. Added spot grades for connection points to existing sidewalks.
Adjusted grading for new water fountain location. Adjusted landing and layout for southern trail section bordering
TRWD property. Sheets 15, 16, 17, 18 & 19 attached here shall replace original Sheets 15, 16, 17, 18 & 19.
REFER TO SHEETS "20, 21 & 22"
Adjusted irrigation schedule, mainline layout and added additional sod. Sheets 20, 21 & 22 attached here shall
replace original Sheets 20, 21 & 22.
REFER TO SHEETS "29, 30, 31 & 32"
Increased label size for coordinate points. Sheets 29, 30, 31 & 32 attached here shall replace original Sheets 29,
30, 31 & 32.
REFER TO SHEETS "33, 34, 35 & 36"
Increased label size. Added new spot grades and adjusted contour lines. Sheets 33, 34, 35 & 36 attached here
shall replace original Sheets 33, 34, 35 & 36.
REFER TO SHEETS "37, 38 & 39"
Added grayed back survey line work to sheets. Sheets 37, 38 & 39 attached here shall replace original Sheets 37,
0005 15
ADDENDA
Page 4 of 4
38 & 39
REFER TO SHEETS "41 & 42"
Added grayed back survey line work to sheets. Adjusted playground drainage pipe and added pop-up drainage
emitter. Sheets 41 & 42 attached here shall replace original sheets 41 & 42.
REFER TO SHEETS "43 & 44"
Added grayed back survey line work to sheets. Adjusted grading for playground and drainage pipe. Sheets 43 &
44 attached here shall replace original sheets 43 & 44.
REFER TO SHEETS "45, 46 & 47"
Added grayed back survey line work to sheets. Adjusted mainline and point of connection for irrigation system.
Sheets 45, 46 & 47 attached here shall replace original sheets 45, 46 & 47.
REFER TO SHEET "56"
Added pop-up drainage emitter detail. Sheet 56 attached here shall replace original sheet 56.
End of Addendum #2
Bid Opening Date: September 26, 2024
Acknowledge the receipt of this Addendum on your Proposal.
By:
AV'CA
Oliver Penny U
Park Planner (817) 944-3717
oliver. Den nv(a)fortworthtexas.aov
0011 13
INVITATION TO BIDDERS
Paget of 3
SECTION 00 1113
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of Park Impovements at Marine Creek Lake, Vineyards at
Hertiage, and Kingsridge Parks ("Project") will be received by the City of Fort Worth via
the Procurement Portal
httlls:Hfortworthtexas.bonfirehiib.com/aortal/?tah=onenODnortunMe1, under the
respective Project until 12:00 P.M. CST, September 26, 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:
httDs://fortworthtexas.bonfirehub.com/portal/?tab=oDenODDortanities
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
CITY OF FORT WORTH Park Improvements at Marine Creek Lake,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Vineyards at Heritage, and Kingsridge Parks
Revised 2/08/24 100577, 102318, 102323
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en-
us
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: Installation of new shelters, new
playground equipment, multi -use court w/goal, concrete sidewalks, ADA ramps, drainage
systems, safety surface material, grass seeding and miscellaneous park amenities to include but
not limited to park benches, picnic tables, outdoor exercise equipment, drinking fountain and tree
planting.
PREQUALIFICATION
� in tK. z rrc,
„beent-.,,.,,,,- who ; pr-e qualified by the City at the time of bi op e-ning. The p ed
0 21 13 INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
https://fortworthtexas.bonfirehub.com/aortal/?tab=oDenODDortunities, 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
https:Hfortworthtexas.bonfirehub.com/i)ortal/?tab=oi)en0_n_nortunities, under the respective
Project.
PREBID CONFERENCE — Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: September 12, 2024
TIME: 10: 00 AM
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
CITY OF FORT WORTH Park Improvements at Marine Creek Lake,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Vineyards at Heritage, and Kingsridge Parks
Revised 2/08/24 100577, 102318, 102323
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
City reserves the right to waive irregularities and to accept or reject any or all bids.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
INQUIRIES
All inquiries relative to this procurement should be addressed to the following:
Attn: David Munoz, Park Planner, City of Fort Worth
Email: David.Munoz(i_ fortworthtexas.2_ ov
Phone: 817.392.5744
AND/OR
Attn: Carlos Gonzalez
Email: Carlos.Gonzalez(afortworthtexas.2ov
Phone: 817.392.5734
ADVERTISEMENT DATES
1st date for advertisement August 29, 2024
2nd date for advertisement September 5, 2024
END OF SECTION
CITY OF FORT WORTH Park Improvements at Marine Creek Lake,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Vineyards at Heritage, and Kingsridge Parks
Revised 2/08/24 100577, 102318, 102323
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. The City reserves the right to require any pre -qualified contractor who is the apparent
low bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating and assessing the ability of the apparent low bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non -responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.2. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
CITY OF FORT WORTH PARK IMPROVEMENTS AT -
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 100577, 102318, 102323
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.6. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
CITY OF FORT WORTH PARK IMPROVEMENTS AT -
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 100577, 102318, 102323
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
4.1.7.Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima -facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.9.Indicate their intent to bid by selecting "yes" in the Procurement Portal under
the Intent to Bid section. You must indicate your intent to bid to be able to
submit a bid to the City.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification
of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. 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.
CITY OF FORT WORTH PARK IMPROVEMENTS AT:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 100577, 102318, 102323
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written 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.
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
CITY OF FORT WORTH PARK IMPROVEMENTS AT -
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 100577, 102318, 102323
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
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_
httl)s://fortworthtexas.bonfirehub.com/aortal/?tab=oi)enObbortanities
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.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
CITY OF FORT WORTH PARK IMPR0VEMENTSAT.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 100577, 102318, 102323
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
10. Substitute and "Or -Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or -equal" items.
Whenever it is indicated or specified in the Bidding Documents that a "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://codelibrarv.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.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
CITY OF FORT WORTH PARK IMPROVEMENTS AT -
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 100577, 102318, 102323
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form,
provided with the Bidding Documents, prior to the time indicated in the Advertisement or
INVITATION TO BIDDERS.
14. Withdrawal of Bids
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
httl)s://fortworthtexas.bonfirehub.com/i)ortal/?tab=oi)en0nnortunities.
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
CITY OF FORT WORTH PARK IMPROVEMENTS AT:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 100577, 102318, 102323
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at htti)s://www.ethics.state.tx.us/data/forms/1295/1295.i)df
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
CITY OF FORT WORTH PARK IMPROVEMENTS AT -
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 100577, 102318, 102323
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
18. Signing of Agreement
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH PARK IMPROVEMENTS AT -
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 100577, 102318, 102323
Revised/Updated 1/17/24
0035 13
CONFLICT OF INTEREST STATEMENT
PAGE 1 OF 1
SECTION 00 35 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's
Office pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercise discretion in the planning, recommending,
selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then
a 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)
hftr)s://www.ethics.state.tx.us/data/forms/conflict/CIS.i)df
❑ CIQ Form does not apply
0 CIQ Form is on file with City Secretary
❑ CIQ Form is being provided to the City Secretary
❑ CIS Form does not apply
CIS Form is on File with City Secretary
❑ CIS Form is being provided to the City Secretary
BIDDER: Northstar Construction, LLC
By:
Signature:
Title: Michael A. Heimlich, President
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PARK IMPROVEMENTS AT:
Revised February 24, 2020 100577, 102318, 102323
0041 00
BID FORM
Page 1 of 3
SECTION 00 4100
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: PARK IMPROVEMENST AT:
MARINE CREEK LAKE, VINEARDS, & KINGSRIDGE PARKS
City Project No.: 100577, 102318, 102323
Units/Sections: UNIT 1 BASE BID ITEM - MARINE CREEK LAKE PARK
UNIT 2 BASE BID ITEM - VINEYARDS AT HERITAGE PARK
UNIT 3 BASE BID ITEM - KINGSRIDGE PARK
UNIT 1 ALTERNATE BID ITEMS - MARINE CREEK LAKE PARK
UNIT 2 ALTERNATE BID ITEMS - VINEYARDS AT HERITAGE PARK
UNIT 3 ALTERNATE BID ITEMS - KINGSRIDGE PARK
UNIT 4 ALTERNATE BID ITEMS - ALLOWANCE
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive
levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PARK IMPROVEMENTS AT:
Revised 9/30/2021 100577, 102318. 102323
00 41 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Qualification
The Bidder acknowledges that the following work types must be performed only by qualified contractors and
subcontractors:
a. Site clearing and demolition with minimum site disturbance
b. Concrete sidewalks, driveways and barriers free ramps
c. Installation of playground & site furniture
d. Site grading
d. Installation of site solar lighting
e. Installation of irrigation system / drinking fountain
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 210 Cal. 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. Qualification Statement, Section 00 45 12
g. Conflict of Interest Statement, Section 00 35 13
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PARK IMPROVEMENTS AT:
Revised 9/30/2021 100577, 102318, 102323
0041 00
BID FORM
Page 3 of 3
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the
space provided below, please enter the total bid amount for this project. Only this figure will be read publicly
by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
6.3. Evaluation of Alternate Bid Items
Total Base Bid $1,586,179.00
Alternate Bid $904,175.00
Total Bid $2,490,354.00
7. Bid Submittal
This Bid is submitted on September 26, 2024 by the entity named below.
Respectfully submitted,
By: mjf
(Signature)
Michael A. Heimlich
(Printed Name)
Title: President
Company: Northstar Construction, LLC
Address:
2112 Solona Street
Fort Worth, Texas 76117
State of Incorporation: Texas
Email: mike(a)northstar93.com
Phone: 817-244-8885
END OF SECTION
Receipt is acknowledged of the Initial
following Addenda:
(Addendum No. 1: 09/17/2024
lAddendum No. 2: 09/23/2024 ?Vieft.,'
Addendum No. 3:
JAddendum No. 4:
(Addendum No. 5:
Corporate Seal:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PARK IMPROVEMENTS AT:
Revised 9/30/2021 100577, 102318, 102323
00 42 43
BID PROPOSAL
Pagel of5
SECTION 00 42 43
PROPOSALFORM
Project Item Information
Bidlist
Item No I Description
BASE BIDS
UNIT 1 BASE BID ITEM - MARINE CREEK LAKE PARK
1-01 Project Sign
1-02 Park - Demo, Site Clearing, and Tree Removal (See Pages 4 thru 8 of 56).
1-03 West Trail - 5" Concrete Walk Entrance (See Pages 10 & 11 of 56).
Bidder's Application
Bidder's Proposal
Spec. Section ( Unit of 1 Bid
No Quantity Measure Unit Price Bid Value
01 5813 EA 21 $700.00 $1,400.00
02 41 13 LS 1
32 13 20 1 SF 5360
$37,000.00 $37,000.00
$8.00 $42,880.00
1-04
West Trail - ADA Pedestrian Entrance Ram See Page 10 of 56 .
p( 9 ) (
3213 20 Ls
1I
$2,500.00
$2,500.00
1-05
East Trail - 5" Concrete Walk and Playground Entrance Pad (See Pages 13 &
32 13 20 SF
14 of 56). I
I
113320I
$8 00
$106,560.00
1-06
Playground - ADA Playground Ramp (See Pages 13 & 14 of 56). I
32 13 20 I EA
I 1
$1,300.00
$1,300.00
1-07
Playground - 14" Concrete Containment Edge (Mow Strip) (See Pages 13,
32 13 13 LF
295
14, & 49 of 56). I
I $44.00
$12,980.00
1-08
Playground - 36" Concrete Seatwall (See Pages 13,14,& 49 of 56).
3232 13 LF
( 1811
(
$151.001
$27,331.00
1-09
Playground - Purchase & Installation of Playground Equipment (See Page 51
11 6814 LS
1I
of 56). I
I
I $183,500.00I
$183,500.00
1-10
(Playground - Surfacing (Engineered Wood Fibar) (See Page 49 of 56). (
11 69 15 ( SF
I 55431
$3.001
$16,629.00
1-11
- Drainage System (Grading, Drainage Pipe, PVC Pipe, Rock &
11 6915 LS
1I
(Playground
Headwall)(See Pages 13, 14 & 49 of 56). I
I
I
$3,800.00 $3,800.00
1-12 1 Park - Tree Protection (See Pages 4-8 of 57).
131 2500
LS
1
$6,250.00
$6,250.00
1-13 Park - Site Mass Grading (Playground, Concrete Walk, & Bench Areas) (See
31 2316
LS
1
Pages 15 thru 19 of 57).
31 2323
( (
$130,000.00
$130,000.00
1-14 Park - Grass Establishment (Playground, Concrete Walk, & Bench
32 92 13
LS
1
Areas)(See Pages 15 thru 19 of 56).
I (
I
I $50,000.001
$50,000.00
1-15
Park - Installation & Removal of Site Erosion Control / Construction Entrance /
01 57 13
LS
1
Storm Water PP Plan (See Pages 4-8 of 57).
$17,000.00
$17,000.00
UNIT 1 MARINE CREEK
LAKE PARK
PARK BASE BID TOTAL
$639,130.00
UNIT 2 BASE BID ITEM - VINEYARDS AT HERITAGE PARK
2-01 Project Sign.
01 5813
EA
1 $700.00
$700.001
2-02 Park - Demo, Site Clearing, and Tree Removal (See Pages 24 & 27 of 57).
0241 13
LS
1
$23,000.00
$23,000.00I
2-03 Park - Site Erosion Control / Construction Entrance - Installation / Removal
31 2500
LS
1
(See Pages 24 thru 27 of 57).
$25,500.00
$25,500.00
2-04 1 Park - Tree Protection (See Pages 24 thru 27 of 57).
31 2500
LS
1 $4,000.00
$4,000.00
2-05 Trail - 8' Concrete Trail (See Pages 29 thru 32 of 57). I
32 13 20
SF I
32200 $8.001
$257,600.00
2-06 Trail - 7' Concrete Trail (See Pages 29 of 57). I
32 13 20
SF I
370 $8.00
$2,960.00
I2-07 Trail - 4' Concrete Trail (See Pages 29 thru 32 of 57).
�
32 1320
I
SF
(
770
$9.00
$6,930.00
( 2-08 (Trail - 6' ADA Pedestrian Entrance Ramp (See Page 29 of 57).
321320
I
EA
I
1
$2,450.00I
$2,450.00I
2-09 Trail - 8' ADA Pedestrian Entrance Ramp (See Page 32 of 57).
I
3213 20
EA
1
$2,000.001
$2,000.00I
2-10 I Park - Site Mass Grading (See Pages 33 thru 36 of 57). I
31 2316
Ls
1
$52 000.00
000.00
141 91 91
$52
2-11 I Park- Grass Establishment (See Pages 33 thru 36 of 57).
329213
Ls I
11 $39,600.00
$39,600.001
2-12
Park - Installation & Removal of Site Erosion Control / Construction Entrance /
01 57 13
LS
1
Storm Water PP Plan (See Pages XX of 57).
$3,000.00
$3,000.00
UNIT 2 VINEYARDS AT HERITAGE PARK
BASE BID TOTAL
$419,740.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
PARK IMPROVEMENTS
AT
Revised 9/30/2021
100577, 102318, 102323
00 42 43
BID PROPOSAL
Page 2 of 5
SECTION 00 42 43
PROPOSAL FORM
UNIT
PRICE BID
Bidder's Application
Project Item Information
( Bidder's Proposal
Bidlist
Itern No
Description
Spec. Section
No I
Umtof Bid
Unit Price
Measure I Quantity
Sid Value
UNIT 3 BASE BID ITEM - KINGSRIDGE PARK
3-01
Project Sign.
01 5813
EA 1 $700.00
$700.001
3-02
Park - Demo, Site Clearing, and Tree Removal (See Pages 38 & 39 of 57).
0241 13
LS 1
$27 000.00
$27,000,001
3-03
Trail - 8' Concrete Walk (See Pages 13 & 14 of 57).
( 32 13 20
SF 211751 $8.001
$169,400.001
3-04
Trail - 6' Concrete Walk (See Pages 41 & 42 of 57).
32 13 20
SF 1,7801 $8.001
$14,240.001
3-05
Trail - ADA Pedestrian Entrance Ramp (See Page 41 of 57).
32 1320
EA 1
$1,300.00I
$1,300.00I
3-06
Trail - Low Water Crossing (See Page 42 of 57).
321320
EA 11 $2,600.00
$2,600.00 1
3-07
Playground - 5" Concrete Walk and Playground Entrance Pad (See Pages 13
32 13 20
SF 6451
& 14 of 56).
$8.00
$5.160.00
3-08
Playground - ADA Playground Ramp (See Page 41 of 57).
32 13 20
EA 1I
(
$1,300.00
$1,300.00
3-09
Playground - 14" Concrete Containment Edge (Mow Strip)(See Page 41 of
3213 13
LF 2951
57).
I
$44.00
$12,980.00
3-10
Playground - Purchase & Installation of Playground Equipment (See Page 50
11 6814
LS 11
of 57).
I
$183,500.001
$183,500.001
3-11
Playground - Surfacing (Engineered Wood Fibar) (See Page 48 of 57).
11 6915
SF 5543
$3.00I
$16,629.00
3-12
Playground - Drainage System (Grading, Drainage Pipe, PVC Pipe, Rock &
11 6915
LS 1
Headwall) (See Page 43 of 57).
$7,350.00
$7,350.00
3-13
Park -Tree Protection (See Pages 43 & 44 of 57).
31 2500
LS 1 $850.00
$850.001
3-14
Park - Site Mass Grading (Playground, Concrete Walk, Picnic Areas, & Bench
31 23 16
LS 1
Areas - (See Pages 41 & 42 of 57).
31 2323
3291 19
$35,300.00
$35,300.00
3-15
Park - Grass Establishment (Playground, Concrete Walk, Picnic Areas, &
32 92 13
LS 1
Bench Areas (See Pages 41 & 42 of 57).
$34,000.00
$34,000.00
3-16
Park - Installation & Removal of Site Erosion Control / Construction Entrance /
31 2500
LS 1
Storm Water PP Plan (See Pages 38 & 39 of 57).
$15,000.00
$15,000.00
UNIT 3 KINGSRIDGE PARK BASE BID TOTAL
$527,309.001
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PARK IMPROVEMENTS AT.
Revised 9/30/2021 100577, 102318, 102323
00 42 43
BID PROPOSAL
Page 3 of 5
SECTION 00 42 43
PROPOSALFORM
IblIT PRICE BID Bidder's Application
Project Item Information
Bidder's Proposal
Bidlist
Descrition
Item No. p
Spec, Section
No
I (
Unit of
Measure
Bid
Unit Price
I Quantity
Bid Value
ALT�RNATE BIDS
UNIT 1 ALTERNATE BID ITEMS - MARINE CREEK LAKE PARK
1-01 Playground - 6' CFW Bench & Concrete Pad (See Pages 13 & 53 of 56).
I 11 67 13
EA
2 $3,000.00
32 13 20
$6,000.00
1-02 Playground - Purchase & Installation of Solar Lighting (See Pages 13 & 53 of
03 30 00
EA
1 $31,500.00
56).
26 05 00
(
$31,500.00
1-03 Shelter - Purchase & Installation of Poligon Shelter (See Pages 13 & 52 of
EA
11 $52,000.00
56).
1116713
(
$52,000.00
1-04 Shelter (To ude pad, column footing,
- 975 SF OF Concrete Pad &3
32 13 13
Ls
11 $17,000.00
Ishelter footing and trail) (See Page & 52 of 56)Trail
I 32 13 20 I
I
$17,000.001
1-05 IShelter& Installation One HC 8' Table & Two 6' Tables (See Pagel
11 67 13
LS
11 $6,300.00
56)Purchase
I
I
$6,300.001
1-06 Shelter - Purchase & Installation of Solar Lighting (See Page 13 & 53 of 56).
1 0330 00 I
EA I
1I $31,500.001
$31,500.001
1-07 Shelter - Site Mass Grading (See Pages 13 & 18 of 56).
31 23 16 (
LS I
1I $16,000.00
$16,000.001
1-08 Shelter - Grass Establishment (See Pages 21 of 56).
3292 13
LS (
11 $6,200.001
$6,200.001
1-09 Park -Irrigation System (Including Line Tap, Meter, Controller, Backflow
Ls
11
Device, Master Valve, Filter, Shut Off Valve, Mainline, and Pipe Sleeving)
(See Pages 20-22 & 56 of 56).
$45,000.00
$45,000.00
1-10 Drinking Fountain System (Purchase & Installation of Drinking Fountain,
32 13 13
LS
1 $12,700.00
Concrete Pad, Mainline, Pipe Sleeving, and Backflow Device) (See Pages
32 13 20
(
I
1
13. 21 & 50 of 56).
$12,700.001
UNIT 1 ALTERNATE BID ITEM MARINE CREEK LAKE PARK TOTAL $224,200.001
UNIT 2 ALTERNATE BID ITEMS - VINEYARDS AT HERITAGE PARK
2-01 1 Fitness Station - Purchase & Installation Fitness Equipment (See Page 16 &
LS
1
$41,000.00
124 of 27).
$41,000.00
2-02 Fitness Station - 6' Concrete Walk (See Page 16 & 24 of 27).
321313 SF
147
$9.00
$1,323.00
2-03 ( Fitness Station - 14" Concrete Containment Edge (Mow Strip) (See Page 8 of
32 13 13 LF
133
$44.00
27)•
I
$5,852.00
2-04 ( Fitness Station - Drainage System (See Page 8 of 27).
I LS I
1
$6,500.001
$6,500.00
2 05 n - Two 6' CFW Bench & 240 SF Concrete Pad (See Pages 29
11 67 13 LS
11
$6,500.007).
Ithru 31 oft5ti
I
321320 I
I
$6,500.00
2-06 Fitness Station - Purchase & Installation of Solar Lighting (See Page 16 & 24
30 00 LS
11
$31,500.00
103
of 27).
26 05 00
I I
$31, 500.00
2-07 Fitness Station - Site Mass Grading (See Pages 36 of 57). 1
0330 00 I LS I
1I
$4,000.001
$4,000.00
2-08 (Fitness Station - Grass Establishment (See Pages 36 of 57). I
03 30 0o I Ls I
11
$1,000.001
$1,000.00
UNIT 2 ALTERNATE BID ITEM VINEYARDS AT HERITAGE PARK TOTAL $97,675.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PARK IMPROVEMENTS AT,
Revised 9/30/2021 100577, 102318, 102323
00 42 43
BID PROPOSAL
Page 4 of 5
LIM
Bidlist
Item No.
SECTION 00 42 43
PROPOSALFORM
Project Item Information
Description
Bidder's Application
IBidder's Proposal
Spec. Section Unit o£ Bid
No I Measure I Quantity I Unit Price I Bid Value
UNIT 3 ALTERNATE BID ITEMS - KINGSRIDGE PARK
3-01 Playground - 6' CFW Bench & Concrete Pad (See Pages 41 thru 42 of 57).
11 6713
EA
2
$3,000.00
$6,000.00
3-02 Trail - 6' CFW Bench & Concrete Pad (See Pages 41 thru 42 of 57).
'171 6'7'1n
EA
5
$2,900.00
$14,500.00
3-03 Shelter - Purchase & Installation of Poligon Shelter (See Page 52 of 57).
11 6713
EA
1
$52,000.00
$52,000.00
3-04
1 Shelter - 1005 SF of 5" Concrete Walk and Shelter Pad (Includes Column
32 1320
Ls
1
$17,500.00
Footing) (See Pages 52 of 57).
I
1
$17,500.00
1 3-05
& Installation One HC 8' Table & Two 6' Tables (See Pagel
(52
11 67 13
LS
11
$6,300.00
olf 57)Purchase
I
(
$6,300.001
3-06 (Shelter - Purchase & Installation of Solar Lighting (See Page 41 & 53 of 57).
103 30 00 (
LS I
1I
$31,500.00
$31,500.001
3-07 (Shelter - Site Mass Grading (See Page 43 of 57).
31 23 16 I
Ls I
1I
$1,000.001
$1,000.001
3-08 Shelter - Grass Establishment (See Page 43 of 57).
1 3292 13 I
Ls
1I
$1,000.001
$1,000.00
3 09
l BasketballCourt 45 SF of 5" Concrete Pad/Walk & Colum Footing (See
32 13 13
Ls
1l
$26,000.001
& 57)
l 32 13 20 l
I
$26,000.00
3-10
Court - Purchase & Installation of Basketball Goal & Stripping (Seel
11 67 13
EA
1l
$6,000.001
(Page 8 &l26 of
03 30
1
$6,000.001
3-11
( Basketball Court - Purchase & Installation of Solar Lighting (See Page 42 &
Ls
1
$31,500.001
53 of 57).
1260500
l
$31,500.00
3-12 Basketball Court - Site Mass Grading (See Page 44 of 57).
( 31 23 16
LS
1
$5,000.001
$5,000.001
3-13 Basketball Court - Grass Establishment (See Page 44 of 57).
3292 13
LS
1I
$1,000.001
$1,000.001
3-14 (Baseball Field- Purchase & Installation of Backstop (See Page 42 of 57).
( 11 6„3 )
EA I
1
$4,000.001
$4,000.00
3-15 ( Baseball Field - Site Mass Grading (see Page 44 of 57).
31 23 16
LS
1)
$30,000.001
$30,000,001
3-16
ne r, Backflow Device, Flow
LS
11
$122,500.001
1
JTreesSensor &rTree B bbligation ee )(See Page 415 & 46 0 57)
l
$122,500.001
3-17 (Trees - Purchase & Planting of Trees (See Page 45 of 57).
( 32 93 43 I
EA I
291
$1,500.001
$43,500.001
UNIT 3 ALTERNATE
BID ITEM KINGSRIDGE PARK TOTALS
$399,300.001
UNIT 4 ALTERNATE BID ITEMS - ALLOWANCE
1 4-01 Marine Creek Lake Park Allowance
NA
LS
1
$1,000.00
$1,000.001
4-02 Marine Creek Lake Park Allowance
NA
LS
1
$2,500.00
$2,500.00
4-03 Marine Creek Lake Park Allowance
NA
LS
1
$5,000.00
$5,000.00
4-04 Marine Creek Lake Park Allowance
NA
LS
1
$7,500.00
$7,500.00
4-05 Marine Creek Lake Park Allowance
NA
LS
1
$10,000.00
$10,000.00
4-06 Marine Creek Lake Park Allowance
NA
LS
1(
$15,000.00
$15,000.00
l4-07 Marine Creek Lake Park Allowance
NA
LS
1
$20,000.00
$20,000.001
4-08
at Heritage Park Allowance
NA
LS I
1 1
$1,000.001
$1,000.00l
JVinyards
4-09
Vinyards at Heritage Park Allowance I
NA 1
LS
11
$2,500.001
$2,500.001
1 4-10 JVinyards at Heritage Park Allowance
NA
LS
l
1
$5,000.00
$5,000.001
1 4-11 JVinyards at Heritage Park Allowance
NA
LS
1 l
$7,500.001
$7,500.00
l4-12 JVinyards at Heritage Park Allowance ,
NA l
LS
1
$10,000.001
$10,000.00
4-13 JVinyards
at Heritage Park Allowance I
NA I
LS
1
$20,000.001
$20,000.00
4-14
Vinyards at Heritage Park Allowance I
NA
LS
1
$15,000.001
$15,000.00
4-15
lKingsridge
Kingsridge Park Allowance I
NA I
LS
1
$1,000.001
$1,000.00
4-16
Park Allowance (
NA I
LS
l
11
$2,500.001
$2,500.001
4-17 Kingsridge Park Allowance (
NA
LS 1
11
$5,000.001
$5.000.001
4-18 Kingsridge Park Allowance
NA l
LS
1(
$7,500.001
$7,500.001
4-19 Kingsridge Park Allowance
NA
LS 1
1
$10,000.001
$10,000.00
4-20 Kingsridge Park Allowance '
NA I
LS (
1
$15,000.001
$15,000.001
4-21 Kingsridge Park Allowance
NA I
LS 1
1)
$20,000.00
$20,000.00
UNIT 4 ALTERNATE BID ITEM ALLOWANCE TOTAL
$183,000.001
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
PARK IMPROVEMENTS AT
Revised 9/30/2021
100577, 102318, 102323
00 42 43
BID PROPOSAL
Page 5 of 5
SECTION 00 42 43
PROPOSALFORM
i
Bidder's Application
Project Item Information Bidder's Proposal
Description ion
Bidlist I I Spec. Section I Unit of ( Bid
Item No Unit Price Bid Value
No Measure Quantity
BID SUMMARY
BASE BIDS
(UNIT 1 BASE BID ITEM - MARINE CREEK LAKE PARK $639,130.00
UNIT 2 BASE BID ITEM - VINEYARDS AT HERITAGE PARK $419,740.00
UNIT 3 BASE BID ITEM - KINGSRIDGE PARK $527,309.00
BASE BIDS TOTAL $1,586,179.00
ALTERNATE BIDS
UNIT 1 ALTERNATE BID ITEMS - MARINE CREEK LAKE PARK $224,200.00
UNIT 2 ALTERNATE BID ITEMS - VINEYARDS AT HERITAGE PARK $97,675.00
UNIT 3 ALTERNATE BID ITEMS - KINGSRIDGE PARK $399,300.00
UNIT 4 ALTERNATE BID ITEMS - ALLOWANCE $183,000.00
ALTERNATIVES TOTAL 1 $904,175.00
BASE + ALTERNATE BIDS
UNIT 1 BASE + UNIT 1 ALTERNATE BID ITEMS - MARINE CREEK LAKE PARK $863,330.00
(UNIT 2 BASE + UNIT 1 ALTERNATE BID ITEMS -VINEYARDS AT HERITAGE PARK $517,415.00
UNIT 2 BASE + UNIT 1 ALTERNATE BID ITEMS - KINGSRIDGE PARK $926,609.00
UNIT 4 ALTERNATE BID ITEMS - ALLOWANCE $183,000.00
BASE + ALTERNATIVES TOTAL 1 $2,490,354.00
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PARK IMPROVEMENTS AT.
Revised 9/30/2021 100577, 102318. 102323
00 43 13
BID BOND
Page 1 of 2
KNOW ALL BY THESE PRESENTS:
That we,
SECTION 00 43 13
BID BOND
Northstar Construction, LLC
, known as "Bidder"
herein and Amerisure Mutual Insurance Company a corporate surety
duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the
City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the
penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid
in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project
designated as PARK IMPROVEMENTS AT:
MARINE CREEK LAKE, VINEYARDS AT HERITAGE, & KINGSRIDGE PARKS
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
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 26th day of September , 2024.
TEST -
Witness as to hrincipa.
210M0 ' s
Northstar Construction, LLC
BY: zdttj a. , +
Signature
Michael A. Heimlich, President
Name and Title
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
PARK IMPROVEMENTS AT:
100577, 102318, 102323
004313
BID BOND
Page 2 of 2
Witness as to Surety
Brandi Heath, Witness
Attach Power of Attorney (Surety) for Attorney -in -Fact
Address: 2112 Solona Street
Fort Worth, Texas 76117
(817) 244-8885
SURETY:
Amerisure Mutual Insurance Company
BY: '
Signat re
Tracy Tucker, Attorney -in -Fact
Name and Title
Address: 2821 W. 7th Street #500
Fort Worth, TX 76107
Telephone Number: 817/336-8520
*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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PARK IMPROVEMENTS AT:
Revised 9/30/2021 100577, 102318, 102323
AMERISURE
AMERISURE MUTUAL INSURANCE COMPANY %ASV RETY
AMERISURE INSURANCE COMPANY
AMERISURE PARTNERS INSURANCE COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance
Company are corporations duty organized under the laws of the State of Michigan (herein collectively the "Companies"), and that the Companies do hereby
make, constitute and appoint:
TRACY TUCKER, STEVEN TUCKER, KEVIN J. DUNN, W. LAWRENCE BROWN
BENNETT BROWN AND ROBERTA H. ERB
of Tucker Agency, Ltd. , its true and lawful Attomey(s)-in Fact, each in their separate capacity if more than one is named above, to sign, execute
seal and acknowledge, for and on its behalf and as its act and deed, bonds or others writings obligatory in the nature ofa bond on behalf of each ofsaid Companies,
as surety, on contracts or suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or
contract or suretyship executed under this authority shall exceed the amount of
ONE HUNDRED MILLION ($100,000,000.00) DOLLARS
This Power of Attorney is granted and signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of
Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company at meetings duly called and held on February
17, 2022.
"RESOLVED, that any two of the President & Chief Executive Officer, the Chief Financial Officer & Treasurer, the Senior Vice President Surety, the
Vice President Surety, or the General Counsel & Corporate Secretary be, and each or any of them hereby is authorized to execute, a Power of Attorney qualifying
the attorney -in -fact named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that
President & Chief Executive Officer, ChiefFinancial Officer & Treasurer or General Counsel & Corporate Secretary each or any of them hereby is authorized
to attest to the execution of any such Power of Attorney and to attach therein the seal ofthe Company;
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to anycertificate
relating thereto electronically/digitally or by facsimile, and any such Power of Attorney or certificate bearing such electronic/digital or facsimile signatures or
electronic/digital or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract
ofsurety to which it is attached;
FURTHER RESOLVED, that any work carried out by the attomev-in-fact mirsnant to this resolution shall be valid and binding upon the Company."
LPL INSo,
S�'Rq„
_
•`S.'1NSr!j',,.
PD
_,JV�.. R,gR7•`
�;0°
••,FiF Rq C�<'s By:
O '•
TF.,C,
I��?G
Michael A. Ito, Senior Vice President Surety
,�•Q�.,F>,PO q '�'
R '•.
=4Q uo TF
Fyc,=:
e:�°
0,
SEAL
SEAL
SEAL
=N`•. 2000
id�`�,cHIGPa-Lam
1968 a
By.
�����CHIGPa`2
2000 a
'd•�C_'�,�;
�C %h
b i *. T,,
Aaron Green, Vice President Surety
,� HIG
�Yp
.*
IN WITNESS WHEREOF, Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company
have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 26th day of April 2023
Amerisure Mutual Insurance Company
Amerisure Insurance Company
Amerisure Partners Insurance Company
State of Illinois
County of Kane
On this 26th day of April 20 23, before me, a Notary Public personally appeared Michael A. Ito, of Amerisure Mutual Insurance Company, Amerisure
Insurance Company and Amerisure Partners Insurance Company and Aaron Green of Amerisure Mutual Insurance Company, Amerisure Insurance Company
and Amerisure Partners Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power ofAttomey
as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies.
orFlausEAc `/t\ I •
M KENNY
NOTARY PUBLIC, STATE OFILLINOI$ M.Kenny, Notary Public
MY COMMISSION EXPIHE5IR/06/1075
I, Christopher M. SDaude, the duly elected Chief Financial Officer & Treasurer of Amerisure Mutual Insurance Company, Amerisure Insurance Company and
Amerisure Partners Insurance Company, do hereby certify and attest that the above and foregoing is a true and correct copy of a Power ofAttomey executed by
said Companies, which remains in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 26th day of September 20 24
i�I �� / • �%fie JI✓"'—
Christopher M. Spaude, Chief Financial Officer & Treasurer
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of State Here or Blank , our principal place of business,
are required to be % Here percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of State Here or Blank , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. 0
Northstar Construction, LLC
2112 Solona Street
Fort Worth, Texas 76117
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
By: Michael A. Heimlich
ffl;JJ 0, &tA,1AU
(Signature)
Title: President
Date: �-�6 —1-
PARK IMPROVEMENTS AT:
100577. 102318, 102323
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
RU
40
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
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:
Northstar Construction, LLC
Company
2112 Solona Street
Address
Fort Worth, Texas 76117
City/State/Zip
THE STATE OF TEXAS §
COUNTY OFTARRANT §
By: Michael A. Heimlich
(Please Print)
Signature: W.� Q /�
Title: President
(Please Print)
BEFORE ME the undersigned authority, on this day personally appeared
Michael A. Heimlich , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of Northstar Construction, LLC for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 20th day of
January 2025.
SANDY 0. MARTINEZ
ID #6930887
s 5 My Commission Expires
'qor October 06, 2026
rrrmrrrrm��r�rr�r�rr�r�r��m�m�
9CL-It� ---
Notary PUb6 I and for flue State of�as
iiJJ ,, J
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
PARK IMPROVEMENTS AT:
100577, 102318, 102323
00 45 40 - 1
Business Equity Goal
Page 1 of 2
1 SECTION 00 45 40
2 Business Equity Goal
4 APPLICATION OF POLICY
5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.
6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises
7 (M/WBEs).
9 POLICY STATEMENT
10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations
12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
13 2020 (codified at: htt_Ds:Hcodelibrarv.amleizal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to
14 this bid.
15
16 BUSINESS EOUITY PROJECT GOAL
17 The City's Business Equity goal on this project is 8.88% of the total bid value of the contract (Base bid
18 Applies to Parks and Community Services).
19
20 METHODS TO COMPLY WITH THE GOAL
21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the
23 ordinance through one of the following methods: 1. Commercially useful services performed by a
24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business
26 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime
27 contractor Waiver documentation.
28
29 SUBMITTAL OF REQUIRED DOCUMENTATION
30 Applicable documents (listed below) must be submitted electronically with the other required bidding
31 documents at the time of the bid under the respective Project via the Procurement Portal:
32 httl)s://fortworthtexas.bonfirehub.com/l)ortal/?tab=ol)en0l)l)ortunities
33 OR received no later than 2:00 p.m., on the hir City business day after the bid opening date,
34 exclusive of the bid opening date with the respective Project via the Procurement Portal by
35 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders
36 submit required documentation at the time of bid submission.
37
38 The Offeror must submit one or more of the following documents:
39 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;
40 2. Letter of Intent, for all M/WBE Subcontractors;
41 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if
42 participation is less than stated goal, or no Business Equity participation is accomplished;
43 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
44 all subcontracting/supplier opportunities; or
45 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture orMentor-
46 Prot6g6 participation.
47
48 These forms can be accessed at:
49 Business Equity Utilization Form and Letter of Intent
CITY OF FORT WORTH PARK IMPROVEMENTS A T.-
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100577, 102318, 102323
Revised June 7, 2024
00 45 40 - 2
Business Equity Goal
Page 2 of 2
httDs://apes.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Business EquityUtilization
Form DVIN 2022 220324.Ddf
4 Letter of Intent
5 httl)s://aDDs.fortworthtexas.Rov/Pro_iectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN
6 2021.Ddf
7
8 Business Equity Good Faith Effort Form
9 httDs://aDDs.fortworthtexas.Rov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort
10 Form DVIN 2022.Bdf
11
12 Business Equity Prime Contractor Waiver Form
13 httDs://aDDs.fortworthtexas.Rov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
14 Waiver-220313.Bdf
15
16 Business Equity Joint Venture Form
17 httDs://aDDs.fortworthtexas.aov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Joint
18 Venture 220225.Bdf
19
20
21 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL
22 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID
23 REJECTED.
24
25
26 FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUITY DOCUMENTATION OR OTHERWISE
27 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-
28 RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS
29 AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.
30
31 For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services
32 Department at (817) 392-2674.
33 END OF SECTION
34
CITY OF FORT WORTH PARK IMPROVEMENTS A T.-
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100577, 102318, 102323
Revised June 7, 2024
00 52 43 - l
Agreement
Page I of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on January 14, 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 Northstar Construction, LLC, authorized to do business in Texas, acting by and
through its duly authorized representative, ("Contractor"). City and Contractor may jointly be
referred to as Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
PARK IMPROVEMENTS AT MARINE CREEK LAKE, VINEYARDS, & KINGSRIDGE PARKS
Citv Project No. 100577, 102318. & 102323.
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of One Million Seven Hundred Seventv-Six
Thousand, One Hundred Seventv-Nine Dollars ($1.776.179.00). 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 210 Calendar days <Two Hundred
and Ten 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 and
Seventy Five> Dollars ($775) 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 PARK IMPROVEMENTS AT.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100577, 102318, 102323
Revised December 8, 2023
005243-2
Agreement
Page 2 of 6
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.T he 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.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is s ecifical y intended tooperate
and be effective even if it is alleged or nroven that all or some of the damages being
sought were caused. in whole or in part, 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 PARE: IMPROVEMENTS AK
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100577, 102318, 102323
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 onerate 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 ap rt• by any act.
omission or negligence of the city,
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non -appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH PARK 1MPROVEMEN7S AT:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100577, 102318, 102323
Revised December 8, 2023
005243-4
Agreement
Page 4 of 6
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more 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 PARK IMPROVEMENTSAT.-
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100577, 102318, 102323
Revised December 8, 2023
005243-5
Agreement
Page 5 of 6
7.11 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (1-9). 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 PARK IMPROVEMENTS AK
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100577, 102318, 102323
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: Northstar Construction, LLC City of Fort Worth
By:
rBy:
Signature
Jesica McEachern
Assistant City Manager
Michael A. Heimlich
Feb 6, 2025
(Printed Name)
F Foer°�a�
°°°kop°c
President
Date
p�°°°°
�o
Title
Attest:
PVo °=A
*,
2112 Solona Street
'
Z
TEXASo416011-
�bnaao Rp
77—
Address
Jannette Goodall, City Secretary
Fort Worth, Texas 76117
City/State/Zip
(Seal)
01 /20/2025
M&C: 25-0006
Date
Date: January 14, 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.
Oliver Penny (Jan 27, 20 17:10 CST)
Oliver Penny
Landscape Architect
Approved as to Form and Legality:
Douglas Black (Feb 1202514,29 CST)
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED: 71�
�Giw� — -
jy
Richard Zavala, Director
Park & Recreation Department SP
SP
OFFICIAL RECORD
CITY OF FORT WORTH CITY SECRETARY PARK IMPROVEMENTS AT:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100577, 102318, 102323
Revised December 8, 2023 FT. WORTH, TX
006113-1
PERFORMANCE BOND
Page 1 of 2
1 SECTION 00 6113
2 PERFORMANCE BOND Bond #8054225
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we, Northstar Construction. LLC known as
9 "Principal' herein and Amerisure Mutual 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 One Million Seven Hundred Seventv-Six Thousand One Hundred Seventv-Nine Dollars
14 ($ 1.776.179.00 ). 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 14th day of January . 20 25 , which Contract is hereby referred to and made a part
20 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
21 accessories defined by law, in the prosecution of the Work, including any Change Orders, as
22 provided for in said Contract designated as PARK IMPROVEMENTS AT MARINE CREEK LAKE,
23 VINEYARDS, & KINGSRIDGE PARKS, Citv Proiect No. 100577. 102318. & 102323.
24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
25 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
26 perform the Work, including Change Orders, under the Contract, according to the plans,
27 specifications, and contract documents therein referred to, and as well during any period of
28 extension of the Contract that may be granted on the part of the City, then this obligation shall be
29 and become null and void, otherwise to remain in full force and effect.
30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
32 Worth Division.
CITY OF FORT WORTH PARK IMPROVEMENTSAT:
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100577, 102318, 102323
Revised December 8, 2023
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
41
42
43
44
0061 13-2
PERFORMANCE BOND
Page 2 of 2
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statue.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 16th day of January
, 20 25 .
ATTEST:
(Principal) Secretary
Witness as 9rinlQpal
Auz "
Witness as to Surety
PRINCIPAL:
Northstar Construction. LLC
BY:
Signature
Michael A. Heimlich, President
Name and Title
Address: 2112 Solona Street
Fort Worth, Texas 76117
SURETY:
Amerisure Mutual Insurance Companv
B
Signat re
Tracy Tucker, Attorney -in -Fact
Name and Title
Address: 2821 W 7th St #500
Ft Worth, TX 76107
Telephone Number: 817/336-8520
Email Address: racy@tuckeragency.com
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
PARK IMPROVEMENTS AT:
100577, 102318, 102323
1
2
3
4 THE STATE OF TEXAS
5
6 COUNTY OF TARRANT
7
0061 14 - 1
PAYMENTBOND
Page 1 of 2
SECTION 00 6114 Bond #8054225
PAYMENT BOND
§ KNOW ALL BY THESE PRESENTS:
8 That we, Northstar Construction, LLC known as
9 "Principal" herein, and Amerisure Mutual 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 One Million Seven Hundred Seventv-Six Thousand One Hundred Seventy -Nine Dollars
14 ($ 1.776.179.00 ). 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 14th day of January . 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 PARK IMPROVEMENTS AT MARINE CREEK LAKE. VINEYARDS.
23 & KINGSRIDGE PARKS, Citv Proiect No. 100577. 102318, & 102323..
24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
28 force and effect.
29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
31 accordance with the provisions of said statute.
32
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 8, 2023
0061 14-2
PAYMENTBOND
Page 2 of 2
1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the 16th day of
3 January ,20 25
4
5
6
7
8
9
10
I1
12
PRINCIPAL:
Northstar Construction, LLC
ATTEST: BY:
Signature
(Principal) Secretary
Witness as�tPrin�cial
ATTEST:
(Surety) Secretary
Witness as to Surety
Michael A. Heimlich, President
Name and Title
Address: 2112 Solona Street
Fort Worth. Texas 76117
SURETY:
Amerisure Mutual Insurance Company
BY:
Ignaturel
Tracy Tucker, Attorney -in -Fact
Name and Title
Address: 2821 W 7th St #500
Ft Worth, TX 76107
Telephone Number: 817/336-8520
Email Address: tracvntuckeragency.com
Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws
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 [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 8, 2023
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
25
26
27
28
29
30
31
32
0061 19 - 1
MAINTENANCE BOND
Page 1 of 3
SECTION 00 6119 Bond #8054225
MAINTENANCE BOND
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we Northstar Construction, LLC known as
"Principal" herein and Amerisure Mutual Insurance Company a corporate surety
(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety"
herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum
of One Million Seven Hundred Seventv-Six Thousand One Hundred Seventv-Nine Dollars
($ 1,776,179.00 , lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its
successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the City awarded
the 14th day of January , 20 25 , which Contract is hereby
referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials,
equipment labor and other accessories as defined by law, in the prosecution of the Work, including
any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as
provided for in said contract and designated as PARK IMPROVEMENTS AT MARINE CREEK
LAKE. VINEYARDS, & KINGSRIDGE PARKS, City Proiect No. 1005 77.102318, & 102323-.and
WHEREAS, Principal binds itself to use such materials and to so construct the Work in
accordance with the plans, specifications and Contract Documents that the Work is and will remain
free from defects in materials or workmanship for and during the period of two (2) years after the
date of Final Acceptance of the Work by the City ("Maintenance Period"); and
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
receiving notice from the City of the need therefor at any time within the Maintenance Period.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 8, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
0061 19-2
MAINTENANCE BOND
Page 2 of 3
NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defective Work, for which timely notice was provided by City, to a completion satisfactory to
the City, then this obligation shall become null and void; otherwise to remain in full force and
effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the
Surety under this Maintenance bond; and
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; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
[Insert Project Name]
[Insert Project Number]
0061 19-3
MAINTENANCE BOND
Page 3 of 3
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 16th day of January
3 , 20 25
4
5
6
7
8
9
10
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
ATTEST:
(Principal) Secretary
Witness as t incip(
ATTEST:
PRINCIPAL:
Northstar Construction, LLC
BY: G''� 1.�� �` �1/v�N•tG�
Signature
Michael A. Heimlich, President
Name and Title
Address: 2112 Solona Street
Fort Worth. Texas 76117
SURETY:
Amerisure Mutual Insurance Company
BY.
Signature
Tracy Tucker, Attorney -in -Fact
Name and Title
Address: 2821 W 7th St #500
(Suret ) Secretary Ft Worth, TX 76107
Witness as to Surety Telephone Number: 817/336-8520
Email Address: tracy@tuckeragency.com
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
[Insert Project Name]
[Insert Project Number]
AMERISURE
AMERISURE MUTUAL INSURANCE COMPANY SURETY
AMERISURE INSURANCE COMPANY
AMERISURE PARTNERS INSURANCE COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance
Company are corporations duly organized under the laws of the State of Michigan (herein collectively the "Companies"), and that the Companies do hereby
make, constitute and appoint:
TRACY TUCKER, STEVEN TUCKER, KEVIN J. DUNN, W. LAWRENCE BROWN
DOUGLASS A. REED, BENNETT BROWN AND ROBERTA H. ERB
of Tucker Agency, Ltd. , its true and lawful Attomey(s)-in Fact, each in their separate capacity if more than one is named above, to sign, execute,
seal and acknowledge, for and on its behalf and as its act and deed, bonds or others writings obligatory in the nature of bond on behalf of each of said Companies,
as surety, on contracts or suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or
contract or suretyship executed under this authority shall exceed the amount of:
ONE HUNDRED MILLION ($100,000,000,00) DOLLARS
This Power of Attorney is granted and signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of
Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company at meetings duly called and held on February
17, 2021
"RESOLVED, that any two of the President & Chief Executive Officer, the Chief Financial Officer & Treasurer, the Senior Vice President Surety, the
Vice President Surety, or the General Counsel & Corporate Secretary be, and each or any of them hereby is authorized to execute, a Power of Attorney qualifying
the attomey-in-fact named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that
President & Chief Executive Officer, Chief Financial Officer & Treasurer or General Counsel & Corporate Secretary each or any of them hereby is authorized
to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company;
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attomey or to anycertificate
relating thereto electronically/digitally or by facsimile, and any such Power of Attorney or certificate bearing such electronic/digital or facsimile signatures or
electronic/digital or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract
of surety to which it is attached;
FURTHER RESOLVED, that any work carried out by the attomev-inin�lant to this resolution shall be valid and binding upon the Company."
LI a",,pminm ,
" IP IN$U rSURq �'', r" r�RS INS",,.
J�JµPOR '9q' f° ?•''...... C 1'i By: _ Q��(LPOIi•.0
o F•,c, : o m•Michael A. Ito, Senior Vice President Surety a; V F•,�,
SEAL 0 €�' SEAL a ice: SEAL
SU 2000 `d'•. 1968
.. �. By: ti •.
�cyi�aa Aaron Green, Vice President Surety
•Illyllll III.. .. ` 11 Illl"""
11 II IIIIIIII II IIIIII"
IN WITNESS WHEREOF, Amerisure Mutual Insurance Company, Amerisure Insurance Company and Amerisure Partners Insurance Company
have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 26th day of April 20 23
Amerisure Mutual Insurance Company
Amerisure Insurance Company
Amerisure Partners Insurance Company
State of Illinois
County of Kane
On this 26th day of April 120 23, before me, a Notary Public personally appeared Michael A. Ito, of Amerisure Mutual Insurance Company, Amerisure
Insurance Company and Amerisure Partners Insurance Company and Aaron Green of Amerisure Mutual Insurance Company, Amerisure Insurance Company
and Amerisure Partners Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney
as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies.
orncvu.aFx. 14y-). V-"--
LmyO
AW FuerA MM of al: M.Kenny, Notary Public
OMMtNMOM 1W01l2006
I, Christopher M. S_Daude, the duly elected Chief Financial Officer & Treasurer of Amerisure Mutual Insurance Company, Amerisure Insurance Company and
Amerisure Partners Insurance Company, do hereby certify and attest that the above and foregoing is a true and correct copy of a Power of Attomev executed by
said Companies, which remains in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 166ttfh day of January 2025
Christopher M. Spaude, Chief Financial Officer & Treasurer
AMERISURE
*" SURETY
Texas Important Notice
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Amerisure Surety's toll -free telephone
number for information or to make a complaint at:
1-800-257-1900
You may contact the Texas Department of Insurance to
obtain information on companies, coverages, rights, or
complaints at:
1-800-252-3439
You may write the Texas Department of
Insurance:
P.O. Box 12030
Austin, TX 78711-2030
Fax: (512) 490-1007
Web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or
about a claim, you should contact the company first. If the
dispute is not resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a
part or condition of the attached document.
Amerisure Mutual Insurance Company
Amerisure Insurance Company
Amerisure Partners Insurance Company
P.O. Box 9098
Farmington Hills, MI 48333-9098
AVISO IMPORTANTE
Para obtener infonnaci6n o para presentar una queja:
Usted puede Ilamar at numero de telefono gratuito de
Amerisure Surety's para obtener informacion o para
presentar una queja at:
1-800-257-1900
Usted puede comunicarse con el Departamento de Se-guros
de Texas para obtener informacion sobre com-paiiias,
coberturas, derechos, o quejas at:
1-800-252-3439
Usted puede escribir at Departamento
de Seguros de Texas a:
P.O. Box 12030
Austin, TX 78711-2030
Fax: (512) 490-1007
Sitio web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
DISPUTAS POR PRIMAS DE SEGUROS O
RECLAMACIONES:
Si tiene una disputa relacionada con su prima de seguro
o con una reclamaci6n, usted debe comunicarse con la
compania primero. Si la disputa no es resuelta, usted
puede comunicarse con el Departamento de Seguros de
Texas.
ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es
solamente para prop6sitos informativos y no se con-vierte en
parte o en condici6n del documento adjunto.