HomeMy WebLinkAboutContract 63361CSC No. 63361
FORT WORTH.
CONTRACT
FOR
THE CONSTRUCTION OF
CIQUIO VASQUEZ PARK
City Project No. 104195
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Dave Lewis
Director, Park & Recreation Department
Prepared for
The City of Fort Worth
Park & Recreation Department
2024
Prepared by:
MESA DESIGN ASSOCIATES
2001 North Lamar Street, Suite 100
Dallas, Texas 75202
MESA
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
The following Specification Sections have been prepared by or under the direct supervision
of the Landscape Architect:
LANDSCAPE ARCHITECT
MESA
2001 North Lamar Street, Suite 100
Dallas, Texas 75202 SEAL
SPECIFICATIONS
DIVISION 03
CONCRETE
03 35 00
Concrete Finishes
DIVISION 04
MASONRY, BRICK, BLOCK AND STONE
04 05 13
Masonry Mortaring
04 05 19
Masonry Anchors and Reinforcing
04 05 23
Masonry Accessories
04 22 00
Concrete Unit Masonry Assemblies
04 42 00
Exterior Stone Cladding
04 43 00
Stone Masonry
DIVISION 05
METALS
05 so 00
Metal Fabrications
05 70 00
Decorative Metal
DIVISION 1.0
SPECIALTIES
10 14 00
Custorn High Pressure Laminate
10 14 19
Dimensional Letter Slgnage
DIVISION 12
FURNISHINGS
12 93 00
Site Furnishings
DIVISION 31
EARTHWORK
31 11 13
Tree Protection and Trimming
31 20 00
Earth Moving
31 22 16
Fine Grading
DIVISION 32 EXTERIOR IMPROVEMENTS
32 1S 16.13 Playground Protective Surfacing
32 32 46 Field Stone Retaining Walls
Professional Seals Page
32 32 49 Decomposed granite gravel
32 91
19.16
Topsoil
32 92
00
Turf and Grasses
32 93
00
Planting
32 94
00
Planting Irrigation
32 95
10
Planting Maintenance
32 98
13
Root Barrier
END OF LANDSCAPE ARCHITFCT SECTIONS
ELECTRICAL
CEC
740 North Watters Road, STE 100
Allen, TX 75013
SPECIFICATIONS
26 56 68 LED Sports Lighting
SEAL
END OF ELECTRICAL SECTIONS
Professional Seals Page
FORTWORTH.
City of Fort Worth
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of5
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
Last Revised
0005 10
Mayor and Council Communication
04/22/2025
0005 15
Addenda
12/18/2024
00 11 13
Invitation to Bidders
2/08/2024
0021 13
Instructions to Bidders
1 1/02/2021
00 35 13
Conflict of Interest Statement
02/24/2020
0041 00
Bid Form
09/30/2021
00 42 43
Proposal Form Unit Price
09/30/2021
0043 13
Bid Bond
09/30/2021
0043 37
Vendor Compliance to State Law Nonresident Bidder
09/30/2021
00-45-1-1-
4de► s-Wegttalt€leatielis
12/13/�9 3
00-45 -2
P-reg"ifileat+etr&at-ei:nent
k3/13,12
00-4543
P+egtra4fic-afiertAWiei4ie+t
4-243,2423
0045 26
Contractor Compliance with Workers' Compensation Law
07/01/201 1
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
0061 25
Certificate of Insurance
04/29/2025
00 72 00
General Conditions
03/08/2024
0073 00
Supplementary Conditions
03/08/2024
Division 01 - General Requirements
Last Revised
01 11 00
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
07/01 /201 1
01 31 19
Preconstruction Meeting
08/17/2012
01 31 20
Project Meetings
07/01/201 1
01 32 16
Construction Schedule
10/06/2023
01 3233
Preconstruction Video
07/01/201 1
01 33 00
Submittals
12/20/2012
01-4543
8peei9-P+e*t-P+eeedt"s
�2/43/2023
01 4523
Testing and Inspection Services
03/09/2020
01 5000
Temporary Facilities and Controls
07/01/201 1
01 5526
Street Use Permit and Modifications to Traffic Control
03/22/2021
01 57 13
Storm Water Pollution Prevention Plan
07/01/201 1
01 58 13
Temporary Project Signage
07/01/201 1
01 6000
Product Requirements
03/09/2020
01 6600
Product Storage and Handling Requirements
07/01/201 1
01 7000
Mobilization and Remobilization
1 1/22/2016
01 71 23
Construction Staking and Survey
02/14/2018
01 7423
Cleaning
07/01 /2011
01 77 19
Closeout Requirements
03/22/2021
01 7823
Operation and Maintenance Data
12/20/2012
01 7839
Project Record Documents
07/01 /201 1
CITY OF FORT
WORTH
Ciquio Pasyue= Park
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
104195
Revised June 7, 2024
000000
STANDARD CONSTRUCTION Sl'C•.CIrrCATION DOCUMENTS
(age 2 01'5
Technical Specifications which have been modified by the Engineer spedricaily rot, this
Project; hard copies are included in the Project's Contract Documents
Division 02 - Existing Conditions
0241 13 Selective Site Demolition
0241 14 Utility Removal/Abandonment
0241 15 Paving Removal
Division 03 - Concrete
03 30 00
Cast -In -Price Concrete
0334 13
Controlled Low Strength Material (CLSM)
0334 16
Concrete Base Material for Trench Repair
03 80 00
Modification& to Exlstinw Concrete StITCIL l'eS
�'lle fO14QW111^i]a�C"„�R
_sll'e I]�,�jC_Ct Sl]CC1tIC ��iVi6lilllal 1'e[71117•ementR from MESA:,
Section 03 35 00
— Concrete Finishes
Section 04 05 13
— Masonry Mortaring
Section 04 0519
— Masonry Anchorage and Reinforcing
Section 04 05 23
— Masonry Accessories
Section 04 22 00
— Concrete Unit Masonry
Section 04 42 00
— Exterior Stone Cladding
Section 04 43 00
— Stone Masonry
Section 05 50 00
—Metal Fabrications
Section 05 70 00
— Decorative Metal
Section 10 14 00
— Custom high -Pressure Laminate
Section 10 14 19
—Dimensional Letter Signage
Section 12 93 00
—Site Furnishings
Section 3111 13
—Tree Protection and Trimming
Section 3120 00
— Earth Moving
Section 3122 16
—Fine Grading
Section 32 18 16.13
—Playground Poured -In -Place Protective Surfacing
Section 32 32 40
— Fieldstone Retaining Walls
Section 32 32 49
—Decomposed Granite Gravel
Section 32 91 19.1.6
—Topsoil
Section 32 92 00
—Turf and Grasses — Organic
Section 32 93 (10
— Planting —Organic
Section 32 94 00
— Planting irrigation
Section 32 95 10
— Planting Maintenance
Section 32 98 13
—Root Barrier
Section 26 56 68 —LED Sports Lighting
Date
Modified
03/ 1 1 /2022
12/20/2012
02/02/2016
03/1112022
03/07/2025
12/2012012
12/20/2012
CITY OF rORT WORTI I 0gWo IresgirezPark
STANDARD CONSTRUCTION SPECIFICATION DOCUMCNTS 104145
Revised Ame 7, 2024
c10 00 00
S'I ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
Division 26 - Electrical
26 05 00 Common Work Results for Electrical
2605 10 Demolition for electrical Systems
260533 Raceways and Boxes foi- Electrical Systems
26 05 43 Underground Ducts and Raceways for Electrical Systems
1 260550 Comm urd cations Muld-Duct Conduit
Division 31 _ Earthwork
1 ryz Ir. 1 i .e1 �A:1ie.1_ti-.,a .Htie.,
a t�z $64kA�V
Division 32 - Exterior limprovcinents
3-2-94—I-7 A-AmpK:11 PaviRg-Ropai
42-04-� Cgfei'ii`'71" 1
32 YYCM1C1esa
2 ��L-FI fl E�—F]idi505
e
f 7h 3iF�
12-14PPQ Mid Valley Gua
32g-� .
3231 13 G44i�eneeEa�
331 26 Wh-e Cenee ,rk,id-1�ates
�-za ,
Wead Fenee mid Gates
2 3• Cast in !d—_r3_eh&a44s
{ 32 9213 saddin
3 F
32 9 142 14 �t���������c����
329.115
I m 93 3 Trees and sill-41 W
Division 33 - Utilities
03/ 1 1 /2022
12/20/2012
12/2012012
07/011201 1
02/26/201 b
12/13=23
44A4 /
1719
I2rI 1 3QO2�
i.21l
17H3
nr /.1vm0v-4
1'7133
724479444
.1 W i 1�3
1211 M2023
1241;/3
1`7/1 1
12,,�j
42LLB;
t214-3/202 3
�l� a1
12/13/2023
' 'r3r-1
12 13 L2V3
QAI-3=23
440140 - --Mefihaie Testiiig,- iV1
33 03--T�7 �Ir/ wF r�.: Ts7...❑, 1211-rZT7 3/202,33
CITY OF FORT WORTH Cirpit) Vasquez, Park
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104195
Revised .Lune 7, 2024
as 0000
STANDARD CONSTRUCTION 5i'ECIFICATION DOCL1MTiNTS
I'ngc 4 �f5
---p'Q14Q
Bending ood .Aleo(rieal Ir�nLat'00
1J W1 2-3
1 M 1 I�3
33 04 11
'Y2 1ll
esty
Rede
IM11iQQ24
-JY�
('1a...,:.,..amid A ..1'\Il.,ta.,
3144 .40
ept.,....b Testing Midi,.
Gean1.,�.Yl' PiP&5
121134023
M J 1a
1.'^,,,.
a
!
4405 1-3
.i:�g
4.-a,-1�.�..n,•_.su',�.15,�',,.-a1i.'nI_S};,ag
t M
1MJ1�3
Z7 fT
� �. ��.+ . ,,� [�
rdjust4t�-A a+ihele-i,-i eis V.,1,.., Be-m and �Eii61��r�1LJC�Hf�L9
Iryltaa
77OA 14i
330520
3305 21Twine!
..0,;2
F
! .. 1lat$
Cfoal.l esin.Y D*
.1 '}I.1� 17J Z4
12/13/2023
427'4i2023
19/1
33
'12
�;�%Ei�$��$4F1�1� 11, Q;;rizl .1'
11 f.,.-..
�ii-ii��-�iH�cci�ravc-cicar�
'11.1 V2924
1'1/131MJl2
33BYJAiig12AR203
901e.. ;4Ht.. .,...1 f`.,..I.MA
rsrrs�v�.3
IMJi3 Q024
33 11 1v
Y 3 1 1. cT
Tlmeti1a ko n Pipe
1 ^]1 /1
1 ri 11 '
33, 1 11
G 1rSyIG)
I''.,......ela 1]..ut�....a 4p. T] 'WrAnned .. e! Cylinder Type
03IfS
33 12 1 [
12/13/202 "1
93 i;; 2r
"Z']T.l 1 .'�l
34 194011
33 1240
A nl$ ,n Rubbolves
.... F .. Y1sl
9[3 ;t$I:}A:: 11' "//;..'�55@I•li rr�-r�rTers j'S��5
r...•a 1�1.,
.1-211� 3/-202
'z�i' C144
�r-r�-Fv=.
4-2' 1 4 02
12JI 3
171260
I! 21 1 12
Ctmidard..B zh£4'_Valye Aasembl.,
i23 1 �
3331 113Fibeitglass
7 s
-f�
� �'r �eF44 a
' `'�
1_'7J1 023 �
�i'02;
i M J i 7 029
33 31
e 11111 �
-71
3-1
�i 1 t 11� - i }i 4g
i M J i Mzvz�
�
13 201�
,.ti,.., A'+t.l..
6iJJ iiecxcevrrrriT-ra
Li.o�.+_7,tiUJ..,.�r''n....,..•ara hd.,nlole�
IMJI'1 lMIlM']
rri 9M@ �
�i 12/1 3
aYi 3920
33 394
i]. ecas� Concrete dA+.nhol s
Aes
17 Jn tewaley A nnnrr f'l.n.y bei,
1'1J13lMO2�z3
12/I312023
3y � 30 410
44 41 40
(WAG)
1 :li'a_l,s c•„i, el,..,h..,� e�.,[�..t�.. eF....c tl+ s
einfe ue$�
1 nJl- �
lMJi4/4Q33
ary or I'OR'T' WOwCI1 riquid Ilasglts_ Park
STANI]ARD COMP-RUC]ION SPL UIFIC'ATION DOCUMFiNTS 104195
Revikd June 7. 2024
000000
STANDARD CONSTRUCTION 511I;CIV IC'ATION DOCUMENTS
Page 5 of 5
33 41 11 High Density Polyethylene Storm Drain .1 2/ 1
33 46 G 11 V 1 3
44 160! t 71,E
Division 34 - Transportation
M 11 90 •, f 1, 023
Appendix
Qi4-4r 2
GC-4.04 Underground Facilities
GC 4.Q( 1 Ciu
GC-6.06.D Minoi-Ity and Women Owned Business Enterpi-ise Compliance
GC-6.07 Wage- Rates
(3C-6.09 Permits and Utilities
GC-6.24 Nondiscrimination
GR-01 60 00 Product RegWrements
CND OF SECTION
CITY OF FORT W011TII C.`igldo f'osglid—Park
STANDARD CONSTRUCTION SPECIFICATION I)OCUMENTS 104103
Itavuxd June 7, 2014
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 04/22/25 M&C FILE NUMBER: M&C 25-0324
LOG NAME. 8=01-1I0 VASQUEZ PARK PHASE I CONSTRUCTION
SUBJECT
(CO 11) Authorize Execution of a Contract with L.J. Design & Construction LLC, In the Amount of $4,629,948.24 for Construction of park
Improvements at Ciquio Vasquez Park, Adopt Appropriation Ordinances and Amend the Fiscal Year 2025 Adopted Budget and the Fiscal Years
2025-2029 Capital Improvement Program (2022 Bond Program)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of a contract with L.J. Design & Construction LLC, In the amount of $4,629,948.24 for construction of park improvements
at Ciquio Vasquez Park project (City Project No. 104195);
2. Authorize waiver of all City permit fees;
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the General Fund in the amount of
$1,500,000.00 from Fiscal Year 2024 Assigned Fund Balance for the purpose of transferring to the General Capital Projects Fund;
4, Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the General Capital Projects Fund in the
amount of $1,500,000.00, transferred from fund balance within the General Fund, for the purpose of funding the Ciquio Vasquez Park Phase
1 project (City Project No.104195) ; and
5. Amend the Fiscal Year 2025 Adopted Budget and Fiscal Years 2025-2029 Capital Improvement Program,
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a contract with L.J. Design & Construction LLC, in the
amount of $4.629,948.24 for construction of park improvements at Ciquio Vasquez park.
The project was advertised for bid an November 20 and November 27, 2024, in the Fort Worlh Star -Telegram, On December 19, 2024, the
following bids were received and tabulated.
BIDDER BASE BID
L.J. Design & 54,629,948,24
Construction LLC
A&C Construction 54,767,500.00
CGC General $4,931,837.14
Contractors Inc.
Millis Development
and Construction - $5,277,355.54
Dallas, LLC
The Fain Group, Inc. $5,916,943.30
NorthStar K003,887.78
Construction_ LLC
C Green Scaping, LP $6,267.024.94
Base bid Improvetrerts include the following: realigned access drive turn in from Interstate Highway 35, 2 baseball fields and plaza complex,
memorial overlook area for Mr. Ciquio Vasquez, walking loop path, playground, picnic pavilion and asphalt paving improvements.
Contract time is 275 days, and construction is anticipated to commence in June 2025 and be completed by July 2026.
As pars of the Fiscal Year (FY) 2024 year-end process, the City Manager assigned $56,507,497.00 from the FY 2024 fund balance to address
future capital shortfalls and library capital projects, as authorized by M&C 25-0003. This assigned amount exceeds the General Fund reserve
requirements and is composed of the following sources: $9,472,519.00 from the sale of library property residuals, $14,627,444.00 from capital
project shortfalls funded by the remaining assigned fund balance from FY2023, $7,690,534.00 from FY2024 budgetary savings, and
324,717,000.00 from one-time Interest earnings.
This action In the M&C will amend the Fiscal Year 2025 Adopted Budget, as approved In connection with Ordinance 27107-09-2024. Funding for
this project was not included in the FY2025-2029 Capital Improvement Program due to cost overruns resulting from inflation and rising construction
expenses. This M&C action will also amend the PY2025-2029 Capital Improvoment Program, as approved in connection with Ordinance 27107-
09-2024.
General Fund PY2024 Assigned Fund Balance for
Capital
Assigned Fund Balance - Capital Project $47.034,978,00 -- -
Shortfalls _
Assigned Fund Balance - Llbrgry Capital $9,472,519.00 —
Projects
Total }Assigned Fund Balance for Capital $56,507,497.00
This M&C Revised Assigned Fund
Balance
($1,500,000.00) $45.534,978.00
$O,Op $9,472,519.00
-- ($1,500,000.00) $55,007,497.O0
This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP) (M&C 22-0607; Ordinance 25675-08-2022)
provides liquidity to support the appropriation. Available resources will be used to make any interim progress payments until debt is issued.
Once debt associated with a project is sold, debt proceeds will reimburse the interim financing source in accordance with the statement
expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the band election (Ordinance 25515-05-2022).
Funding is avolloblo In the 2022 Bond Program Fund and Assigned Fund balance within the General Fund for the purpose of funding park
improvements at Ciquio Vasquez Park.
The park improvements at Ciquio Vasquez Park are estimated to Increase the department's annual maintenance cost by $113,637.62 beginning
in Fiscal Year 2026.
The Business Equity Division placed a 12.51 % business equity goal on this solicitation/contract. L.J, Design and Construction LLC, will be
exceeding the goal at 13.13%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business
EquiZy Divisi0n,
Ciquio Vasquez Park is located in COUNCIL DISTRICT 11.
FISCAL INFORMATION f CERTIFICATION;
The Director of Finance certifies that funds are currently available in the 2022 Bond Ciquio Vasquez Park project within the 2022 Bond Program
Fund and in the General Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will
be available in the 2022 Band program Fund and General Capital Projects Fund for the 2022 Band Ciquio Vasquez Park project to support the
approval of the above recommendations and execution of the contract. Prior to any expenditure being incurred, the Park &
Recreation Department is responsible for validating the availability of funds.
Submitted for City Manager's Office bvi Dana Burghdoff 8018
Originating Business Unit Mead; Dave Lewis 5717
Additional Information Contact, Scott Penn 5750
ADDENDUM #1
Ciquio Vasquez Park Phase I Construction
City Project No 104195
12/4/2024
TO ALL BIDDERS:
Please attach this to your specifications. This addendum Is hereby made a part of the
Contract Documents and is issued to modify, explain or correct the original drawings
and/or project manual.
CONSTRUCTION DRAWINGS
REFER TO SHEET"COVER"
Cover sheet signed by City. Signed Cover sheet shall replace original cover sheet.
PROJECT MANUAL.
REFER TO "SECTION 00 00 00 —TABLE OF CONTENTS"
Page 1 of 4 revised with removed sections stricken out.
Prequalification section on page 2 of 3 does not apply.
REFER TO "SECTION 0011 13 — INVITATION TO BIDDERS"
Prequalification section on page 2 of 3 does not apply.
11E<FER TO "SECTION 00 21 13 — INSTRUCTIONS TO BIDDERS"
Section 3 — Prequalification of Bidders was removed an pages 1 and 2 of 10.
REFER R TO " 00 43 37 Vender Compliance"
Section 00 43 37 to replace corrupt file.
REFER TO "SECTION 00 4511 BIDDERS PREQUALIFICATIONS"
This section is to be removed.
REFER TO "SECTION 00 4512 PREQUALIFICATION STATEMENT"
This section is to be removed.
REFER TO "SECTION 00 4513 PREQUALIFICATION APPLICATION"
This section is to be removed,
PRE -BID MEETING MINUTES
Meet+ngrninutes for pre -bid meetingand sign -in sheet are attached foryour information.
ADDENDUM #1
Ciquio Vasquez Park phase i Construction
City Project No 104195
12f 412424
BONFIRE QUESTIONS
Questions and answers submitted through Bonfire are attached foryour information.
FoRTWORm. THE CITY OF FORT WORTH, TEXAS
PARK & RECREATION DEPARTMENT
MATTIE PARKER
MAYOR
DAVID COOKE
CITY M&MAGEit
RICHARD ZAVALA
DWCTOR - PARK 8 RECREATION MPARTLF—Hr
Ci PRC4ECT ND.: 104115
Ii PAPSFM' CIOI. _VA$QVFi PARK
MKDEDBY:
ClQU10 VASQUEZ PARK
i
IfCJ1gM1 W P
�®IG LlIE CR1E
Fortrnie. Ti xne
MESA
yY+l „yj, Lmv Sl S�Ll,pp
e<:17ev1'Y xxx
PARK & RECREATION OEPARTNIENT
PLANNING & RESOURCE MANAGEMENT
2022
PROJECT
LOCATION
FUC. ARD YAVAT A
oRrcrs
DA7 c
PJF� d rnp. �Art3t£�T
APPROVED: •� f ..' v
11f27J2024
if .," ovel7 _ A.E
DATE
G [ 000ldz�
nkk'r9PVffAl"4 PWOLD riayC5. E—AT64LT
�EPYEOt
111TWa24
Wow PEK4
Sri [l:[rar- — om—
P aNECKYA9 OEPI RhdgtT
DATE
Giquio Vasquez
Parr
Fort Wnrt, Texas
100% Cvnstrur son
QaameM
• Rr
Cover Sheet
LO.D0
00 00 00
i"I'ANr1Ak17 CON5TRUC ION SI'MFICATION DOCt1MENTs
Page I of 4
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
Last Revised
0005 10
Mayormid Council Communication
07/01/2011
0005 15
Addenda
07/01/2011
00 It 13
Invitation to Bidders
02/08/2024
0021 13
Instructions to Bidders
01/17/2.0214
0035 13
Conflict ofhitemst Statement
02/24/2020
0041 00
Bid Porm
09/30/2021
00 42 43
Proposal Form Unit Price
01120/2012
0043 13
Bid Band
09/11/2017
00 43 37
Vendor Comlllance to State Law Nonresident Bidder
06/27/201 1
0945 11Ri4dem.
Ppeq ua li feet; ior}s
09A3P-41.4
00 ,15 12
9 atefReftt
09MGP-024-
00 45 26
Contractor Compliance with Workers' Compensation Law
07/01/2011
00 45 40
Business Equity Goal
06/07/2024
00 5243
Agreement
3/08/202.4
0061 13
Performance Bond
12/08/2023
0061 14
Payment Bond
12108/2023
0061 19
Maintenance Bond
12/08/2023
0061 25
Certificate of insurance
07/01/2011
00 72 00
Genei-al Conditions
03/08/2024
00 73 00
Supplementary Conditions
03/08/2024
Division 01- General Requirements
Last Revised
01 11 00
Summary of Work
12120/2012
01 2500
Substitution Procedures
07/01/2011
01 31 19
Preeonstruction Meeting
08117/2012
01 3120
Project Meetings
07/01/2011
01 32 16
Construction Schedule
10106/2023
01 3233
Preconstruction Video
07/01/201 1
01 3300
Submittals
12/20/2012
01 35 13
Special Project Procedures
03J11/2022
01 4523
Testing and Inspection Services
03/09/2020
01 5000
Temporary facilities and Controls
07101/201 1
01 5526
Street Use Permit and Modifications to Traffic Control
03/22/2021
01 57 13
Storm Water Pollution Prevention Plan
07/01/2011
01 58 13
Temporary Project SignaAe
07/01/2011
01 6000
Product Requirements
03/09/2020
016600
Product Storage and Handling Requirements
07/01/2011
01 7000
Mobilization and Remobilization
11122/2016
01 71 23
Construction Stakinp, and Survey
02/ 14/2018
01 7423
Cleaning
07/01/2011
01 77 19
Closeout Requirements
03/22/2021
01 7823
Operation and Maintenance Data
12/20/2012
01 7839
Project Record .Documents
0710.1 /2011
Crry OF FORT WORTI I rcie ilo 110sylue= 1'm*1
STANDARDCON STRUC'i)ONSPL-CIFICATIONmcumEmrs /m4/ ]
Re,vind Ame 7, 2024
0011 13
iNVITA'i'roN'ro grooms
page 1 ol'3
SECTION 00 1113
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of Ciquio Vawlue7 Park—104193 ("Project") will he
received by the City of Port Worth via the Procurement Portal
itUns:/Ifortwarthtexas.iaonfiirehnb. corn /t)ortal/?tab=onenOnnortunities, under the
respective Project until {2:00 Y.M. CST, Thursday, December 19, 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 reconuncnds 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. -rhe Bonfre portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. lavascript 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 Wan 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 submissions
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 tine Procurement Portal:
11Uos://fortworthtexas. bon tireh ub.ccanilporLiii)?tryb=opertOnnortunities
Failure to submit all completed requited information listed in the respective Solicitation will he
grminds for rejecdoll of a bid as nonresponsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire, Platform (Procurement Nrtal) will not be
accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to the
r'equirellients of the procureliient specifcutions 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
(Proctstement 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 [lie Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page ofevery document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonfire's help forum at https;//veildorsupporLgobonfire.cons/hc/en-
us
Contact the Bonfire support team at Suppoi-t@GoBonfire.com or by calling 1-800-354-8010.
CITY Or FORT WOR'rtl IriquiQ I ayep{e;. Peirkf
STANDARD CONSTRUCTION SPWIFICATION t]O Ul1 ENTS im41¢51
Revised 2i08124
00 11 13
INVITATION TO Ilrr]tll;Rs
rage , ar 3
To get started with Bonfire, watcl7 this five-minute training video:
Vendor Registration and Submission [VIDEO] - Bonfire Vendor Support (gobon0re.corn)
GENERAL DESCRIPTION OF WORK
The major work wil I consist of the (approximate) following:
The project includes improvetnertts to park facilities which includes, park, identity wall, realigned
access drive turn in from 1-35W, a baseball field plaza with (1) Tier I baseball field and (1)
prsctice field and pat -king improvements. Across the lake near the Colllmunity Center, a
memorial to Mr. Ciquio Vasquez is being provided. The area also includes a picnic pavilion and a
walking loop path. A playground including improved parking facilities is also being provided.
Surplus concrctc currently existing on site is beingeleaned and cleared up to nuke park more
green.
PREQUALIFICATION
Ge� t-iffl1 •
3vntf3rit E38iET{�rrif3 I� Ill'C-J � •lif:a.i by rile City
at lie iiine o bid opening. The «�.«�...aduites %.«
f1k3a�k { EFE31�E}Hi4ii iBEi{lHW 4�fllWG�dlip 21 13 P iMC—TIGWS
TO AIDDER&
DOCUMENT EXAMINATION AND PROCUREIV E, NTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
littDs://fortNvoi,tl)texas.bonfirehub.r,oin/tloi,tat/?tab ot)en0t]noi-tunities, under (lie 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 patties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted it] the Procurement Portal
Ilttns://forlIvor(.11texas.bollIll rellLlb.00111/Doi,tall?tab=ooen0t)Dortunities, under the respective
Project.
PREHID CON)E{ERENCE-• tin -person and Web Conference
A probid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the fallowing date, and time, as well as simultaneously via a web couferenciug
application:
DATE: December 3, 2024
TIME: 10:30 A.M. CST
Invitations with links to the web confemnCigg application will be distributed directly to those who
have submitted an Expression of Interesl.
CITY or 11700 WOR11 t l0quidl 11nalloe- Pm kf
STANI]ARD CONSTRUCTION SPKI ICATION DOCUMENTS Im,119SJ
Revised V08/24
0011 13
INVITATION TO BIDDERS
Page 3 of 3
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 bias. If a prebid conference is not
being held, prospective bidders should direct all gLICStions about the meaning and intent of the
Bidding DOcllnlents electrnnicall.y through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
FUNDING
Any Contract awarded under this INVITATION TO BIDDERS is expected to be fielded from
revenues generated from 2022 Capital Improvements funds and reserved by the City for the
Project.
AD'VCRTISICMBNT DATES
First advertisement: November 20, 2024
Second advertisement: November 27, 2024
END OF SECTION
CITY OI° PORT WORTH JCkluia Vasquez Fupkl
STANDARD CONSTRUC:T10N SPHCIFICATION DOCUMI NTS 1101451
Revised 210$124
SECTION 00 2113
INSTRUCTIONS TO BIDDERS
1. Defined Terms
0021 13
INSTRUCTIONR'ro BIDDERS
Page I of to
I.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 those INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof,
1.2.1. [udder: Any person, firm, patinership, 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, patinership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for peribrnl ing the work contemplated tinder 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.I,Neither City nor Engineer shall assume any responsibility for ei-rors or misinterpretations
resulting from the Bidders use of incomplete sets of Ridding Documents.
2.2. City and Engineer in making copies of Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3.- - Pi -equal fie Aifl1!- f-Blddeys (Prime n��eFs-fliH�-�sHi3eeit�iket[1CS)
4444iddets-ais hepre+ tified-t -44te wei,k
PR
1,dc_ri r rtrr� i 1ii -� J--� N? 5
seekirtt`pte-qua! i a ...� a.,..a.. ,, ;�In..+:�: a : , c� +: nn a c i4
CIO lettdarfts-fir 13ideaif al�.e
!r113iF}I9ti &�1i i r-e 094512. slr,e-prequalifedcr�1,eappl;opi-iate
i4EIIlEij%�eu- Fkl1LE1Fr 8 s f ilo ,+I. HOB EFIiIi�Bi H lriEliiBTS fE r{� ifl liiFY,
1jr+�tlieit�n review"relEA the 6rt�e
l_
types - ii;E�-#E?ctiiriici='iiri-1#'1♦•�Hf2--EIV,}i%RMe 1`• ,�I
-
fequ md Flue. thi-eugh the City' , eebs-ite--at:
crry of? 1,01k7- w(Al I I fCiglas Vasquez- Park)
STANDAIM CONSTRUCTION SPFCI FIC'ATt[]N DOCUNIFNTS f 10d 195.J
Revised/Ultdalcd Nuvculber 2, 2021
❑i121 13
INSTRUCTIONS TO BIDDERS
Page 3 of I o
cvi'r."*i;�i�At-]��.,. a„��1ri,..,i,•.,,.i,..•nfnno,.e,....,1�F:,..,::...,1Tnizlof
I}�f-�nn.•,..,,,.,...,,vn.>;n� 1 n �..lr.�r� :TI�A!(�t?�
i IIn BMBNT+<Al_'i0170R%20PA[flhlf30%'7nCON't'l3 AC'FODC .,U
�.'a--�-�r��r,�' :y;.'rtl f'►c�or/,':i»~ Li�kr' rar�ara::Is--�k✓
e+c-tEc�esea+-srn��-
�i+tins��d�i�ra'?�1�ee�+�
. Il�kF ui-rnn...........�. lt"r'dL c•ro%
- y -
�TPY'G ,.%l.ltbt'f ..
I,�+....,11.,.,,-.�.-#'.,.c....•.r+t.re,..,� �...16.•.y:a„+Ds.,.,.,....n../n�.•�..,....d..I]lnry0!_7n
���6�tJ:if�`����3�Ffll�ENt� � �F�RF'lflyfo�•
eual%20i,e . ents ndf
eFtlesidarg Lhe doe ..,�4o++4!?•1,+1f ed I , Seed,, 09 AC 11,
QVAL llIC,A •r,
e a5 _ g-atd-asreisml 4kcaN\ky : &t4a sF f xr»n:-�a� l del
de,ei- a wilily peLzitet and ,Rill. for a bidilifenliation:El,
. w
jNa�-T'8'I e
�7�C77�
ih
3.4. in addition to prequaiificatiati, additional may be requjmA
E+e .
R7tpE'f lBt3 E-dR'.11
r Wxpellei ee-wl+l, buildingplay y cnds
4. 1Cxamination of Bidding and Contract Doeuluents, Other Related Data, and Site
UVIN011I+Ultl WORTH 1011HOI'cdrqW/+m'kf
STANDARD CONS i kUCTION SITC] FICATION DOCUMENTS r104145)
Rcvi,wd)Updelotl November 2,2021
CO21 1:1
INSTRUCTIONS To BIDDERS
Paga 3 of 1 d
4.1. Before submitting a did, each Bidder:
4,1.1, Shall examine and carefully study the Contract Documents and other related data
identified in (lie Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of (he
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 fnmiliar with and sa(isfy [udder 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. Deleled
4.1.5. Shall study fill: (1) reports ofcxploratlonS and tests of subs-lrfacu conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1,6. is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply al%er promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall became 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, sliall he
binding upon the City.
4,1.7, Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the Site to
conduct such examinations, investigations, explorations, tests and studies as cacti
Bidder deems necessary for submission of a Bid. Bidder must .fill all holes and
clean tip and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
CITY Ol» FOR'r WORTI I (0gJJJa I'asgffa! Park]
STANDAtsu CONS RUCTION SI'ECIFICA HON DCC[.IMENTS 1104195]
Rcv1scW1Jpd"1ed Nevoinbcr 2, 2d21
0021 13
NSTRUCTIONSTO BIDDERS
1'agc 4 ar In
4.1.8. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, tune 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 hid is prima -facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4.1.0. Shall promptly notify City of all conflicts, erl'Ors, ambiguities or discrepancies in or
between the Contract Uocuittents and such other related documents. The Contractor
shall tint tape advantage of any gross error or omission in the Contract Documents,
ai7d the City shall be permitted to make such corrections of interpretations as may
be deemed necessary for Fulfillment of the intent of the Contract Documents.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of.
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract ❑ocurnents,
The logs of Soil Borings, if any, on the lalans are for general information only.
Neither the City not, 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 ill preparation ofthe 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.
4.2.4.8tandard insurance requirements, coverages and limits.
4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing, and furnishing, the Work required by the
Contract Documents and applying the specific means, melliods, techniques, sequences or
procedures of constl•uction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder liar given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract ❑OOL11-tents and the
written resolutions thereol'by City are acceptable to Bidder, and when said conflicts,
etc., have net been resolved thrOLIgh the i nterpretat 1 Otis by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding ofail terms and conditions for performing and furnishing the
Work.
CITY CIF FORT W OR I'13 10ig#0 I fasrtuaa Park]
STANnAM) CONSTRUCTION IMICIFICATIoN DOCtWEN'N f104143)
Rev ised/UpdaLtd November 2.2021
0021 13
INSTRUCTIONS TO 111n1iFR9
Pav 5 nl' 10
4.4. The provisioils of this Paragraph 4, inclusive, do slot apply to Asbestos, Polychlovillated
biphenyls (PCBs), Petroleum, Ha?.ardatls Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically iderltified in the Contract
Documents.
S. Availability of Lauds 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 far use by Contractor in performing the Work
are identified in the Contract DOCLllllents. All additional lands and access therct❑
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to he obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid far 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 bet -ore the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without al I 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 casements.
6. Interpretations and Addenda
6.1, All questions about the meaning or intent of the Bidding Documents are to be directed to
City in writing oil or before 2 p.m., the Monday prior to the Bid opening. Questions
received after this day may not be i1csponded to. interpretations or clarifications
considered necessary by City i n response to such questions will be issued by Addenda
deliverer) to all parties recorded by City as having; received the Bidding; Documents.
Only questions answered by formal written Addenda will be binding, Oral and other
interpretations or clarifications will be W ithOLIt legal effect.
Address questions to:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attn: Melissa Perette, City of Fort Worth Parits & Recreation
Email: nielissa.pei,ette@cityofrortwoi,th.gov
cityoffortworth.gov
Phone: (469)834-8803
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
CITY OF FORT W)RTI I f0pio Vrrr jee- Park/
STANDARD CONS i'It11C'fION SttiF.CI E t[ A7 iC1N 130CUmENTS [104195]
Revisedfllpdaled Noycinber 2, 2021
0021 13
INSCRUCTIONSTO BIDDERS
Page 6 of 10
6.3. Addenda or clarifications nlay be posted via the City's electronic document management
and collaboration system at Bonfire system.
6.4. A prehid conference may be held at the time and place indicated in the Advertisement or
INVITA"f ON TO 131DDERS. 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 13id must be accompanied by a Did Fond made payable to City ill 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 Genwal Conditions.
7,2.'rhe Bid i3onds provided by a Bidder will be retained until the conditions of the Notice of
Award Have been satisfied. if Elie 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 Rid
Bond. SUCIi action Shall be City's CXCILISIVC remedy in the event Bidder is deemed to
have defaulted.
S. 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 laid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute anti "Or -Equal" Items
The Contract, if awanled, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or -equal" items,
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or -
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
Conditions and is supplemented in Section 01 25 00 of the General Requiminents,
11, Subcontractoirs, Suppliers and Others
1 1.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business andlor Nvomen business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
MMMS Proiiect Goals and additional requirements. Failure to comply shall render
the Bidder as non -responsive.
(Tl'Y UI+ tbRIF WORTI I Iriquio An(joroz Peek]
STANDARD CONSTRUCTION SPECICI ATION DOCUMUNTS IM41951
Revised/111idnled NovanNu 2, 2021
0021 11
INSTRUCTIONSTO BIDDERS
Page 7 Or 10
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-1 1-2020), codified at:
httDs://codelibrarv.amlceal,com/codes/ftwoi,tli/latest/ftwortii N 0-0-0-22593
11.2, No Contractor shall be required to employ arty Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable abjection.
12.. Did Form
12.1. Ilse Bid form is included with the Bidding Documents; additional copies ltiay be
obtained from the City.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink.
Erasures or alterations Shall be initialed in Inn{ by the person signing, the Bid Fos -III, A
Bid price shall be indicated for each Bid item, alternative, and unit price item listed
therein. In the case of optional alternatives, the words "No Bid," "No Change," or
"Not Applicable" may be entered. Bidder shall state the prices for which the Bidder
proposes to do the work Contemplated or furnish materials required. All entries shall
be legible.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shal I be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4bids by par Inerships sltaII be executed i11 the pal'01er'shi1) naive and signed by a
partner, whose title trust appeal' 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 ofthe 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 fine shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by cacti joint venture in the manner indicated
on the Bid Form. The official address of the joint venttlre shall be shown.
12.8. All names shall be typed or printed in ink below the signature,
12.9, The Bid shall contain MI acknowledgement ofreceipt 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 far communications regatxling the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder• in (lie state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
CITY of VOILT WORTH l0gar0 Vrrrquef Petrkf
STANDARD CONSTRUCTION SPECIFICATION t]OCUMPNITS 110419S)
ReviscdRlpd[ried Novcmber2, 2C121
0021 11
INSTRUC` IONS TO HIDDLItS
Page 8 of 10
13. Submission of Bids
Bids shall be submitted oil the prescribed Bid Fonri, provided with the Bidding Documents,
at the time and place indicated in the Advertisement or INVITATION TO BIDDERS,
addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed
envelope, marked with the City Project Number, Project title, the nan]e and address of
Bidder, and accompanied by the Rid securily and other required documents. If the Bid is sent
thVOLIgh the mail or other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation "BID ENCLOSED" on the face of it.
14. Witlidraawal of Bids
14.1. Bids addressed to the Purchasing Manager and tiled with the Purchasing Office may
be withdrawn prior to the time set far bid opening. A request for withdrawal must be
made in writing and delivered to the Purchasing Office to receive a time stamp prior
to the opening of Bids. A timely withdrawn bid will be returned to the Bidderor, if
the request is within one hour of bid opening, will not be read aloud and will
thereafter be returned unopened.
14.2. In the event any Bid for which a withdrawal request has been timely filed has been
inadvertently opened, said [aid and any record thereof will subsequently be marked
:Withdrawn" and will be given no further consideration for the award of contract.
15. Opening of Bids
Bids will be opened and read aloud publicly. Ala abstract of the amounts of the base Bids and
major alternates (if any) will be Inadeavailable to Bidders after the opening of Lids.
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 fnr 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 tine Laid
security prior to that date.
17. Evaluation of Bids and Award of Contract
t 7.1. City reserves the right to reject any or all Bids, including without limitation tine rights
to reject any or all nonconforming, n0n1-espO1lSive, Unbalanced or conditional Bids
and to reject the Rid of any 13iddcr if City believes that it would not be in the best
interest of the Project to »lake 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 suin thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words,
CITY oil FORT WORT11 Jr1QWfj 11nsque, Park]
STANDARD CONSTRUCTION SPECIi-ICATIDN DOCUMENTS t104195]
1Ccvised/1Jpdated Nowniber2,2021
0021 13
tNSTRUCnoNS TO nlrlra IRS
Pam R or I o
I T I . I . 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 aantract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the pronnptcompletion of additional work if awarded.
17.2. .,.,.,,drlWen4e-Riddei-I i.E4e ,.ew p ak r.Gation r ents, 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 rllust be Submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, mairitenarrce requirements, performance data and
guarantees or major items ol'materials and egr.Iipn7ent 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 Clty'S satisfaction within the prescribed time.
17.4. Contractor Shall perform with his Own organization, work of a value not less atoll
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.
17A PurSLlant to Texas Government Code ChRpter 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 mvarded, City will award the Contraet within 90 days aftur the day of tile 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 wil l be issued by
tite City.
17.7.1.The contractor is requited to rill out and sign the Certificate of Interested
Parties Form 1295 and the f'nr•m must be submitted to the Project Manager
before the contract will be prescnted to the City Council. The form can be
obtained at kittns:!lrv�vw.etlkics.state.fx.us/datalaRttasllx9l1295.nclf
I T8. failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
crrY OIL PORT wownt f0ij h) Kinque_ Park
STANDARD CONSTMIC" rION SPECI rIC'ATION i]OCUMENTS 11R4l95 f
RevlscdMJpdnicd NuvemUui 2, 2021
0021 13
I N ST RUcTI ON S TO t3111111411S
Page 3001, 10
18.1. WhEm City issues a Notice of Award to the SLIC=SPul Bidder, it will he accompanied
by the required number ol'unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor Shall sign and deliver tliv required number of eotunterparts
of the Project Manual to City with the required Bonds, Certificates of in5tlraltce, and
all other required documentation.
18.2. City shall thereafter deliver cline Billy signed counterpEu t to Contractor.
END On SECTION
CITY Oil FORT WORTH (Gigolo 1krsgne= Park]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [1041951
Rcvised/Updnivd Nuvernbet 2, 2021
ADDENDUM #1
Ciquio Vasquez Park Phase I Construction
City Project No 104195
121412024
PRE -BID MEETING MINUTES
1. ATTENDEES WERE ASKED TO PUT THEIR NAME, COMPANY, AND EMAIL INFORMATION
IN THE CHAT OF WEBEX MEETING\
2. INTRODUCTIONS
a. Donnie Pham —Project Manager City of Fort Worth
b. Melissa Perette— Project Manager City of Fort Worth
c. Surabhi Jain —Project Manager Mesa Design Group
3. Funding —This project is funded by the 2022 Capital Improvement Program
4. Scope of woric
a. Realigned access drive turn in frorn 1-35, this has been coordinated with TX pot
b. 2 Baseball fields and plaza complex
i, Tier I field
ii. Practicefield
c. Memorial overlook areafor Mr.Ciquio Vasquez
I. Public Art will also be adding to this wall overlook area
d. Walking loop path
e. Playground
f. Picnic Pavilion
g. Surplus concrete demo at parking lots and asphalt paving improvements
5. Wage Rates (refer to Specs)- City funded projects to follow the prevailing wage rages set by
City Council.
G. MWBE Ordinance -The MJWHF participation goal assigned to the project is 12.51%.
7. BID SECURITY BONDS -Required for all contractorslbidders regardless of amount of bid.
Cashier's check or an acceptable Bidders Bond in an amount of not less that 5% of the total
amount bid must accompany each bid proposal.
S. MAINTENANCE, PAYMENT AND PERFORMANCE BONDS -Only the successful, bidder
must supply these bonds, with the following requirements, at the time contract is awarded.
ADDENDUM #1
Ciquio Vasquez Parlc Phase I Construction
City Project No 104195
12/4/2024
9. METHOD OF PAYMENT
a. Cori tracts in excess of $100,000-Both Payment and Performance Bond shall he
executed in the amount of the contract conditioned on the faithful performance of
the work in accordance with the plan, specifications and all contract documents.
The Payment Bond is given solely for the protection and use of payment bond
beneficiaries who have a direct contractual relationship with the prime contractor or
a subcontractor to supply public work, labor or material. The Performance Band is
for the sole protection of the City.
b. For Contracts over$400,000 -A five percent (5%) retainage is applied to all partial
payments.
10. FINAL PAYMENT- The retainage check will be issued after the punch list is completed.
Upon acceptance of completed punch list, TPWwill issue Final Payment document,
received by Project Manager, and processed to Fiscal Services Department for issuance of
payment check.
11. PERMITS - Contractor shall assume the responsibility for obtaining the necessary permits
to carry out the work.
12. SUBSTITUTIONS AND PRODUCT OPTIONS- Address any approved substitutions that
were cleared by the Project Manager ten (10) days prior to bid date. Within thirty (30) days
after date of contract, Project Manager will consider formal requests from contractor for
substitutions of products in place of those specified. (See Section 01 33 00 of the
specifications)
13. project Construction Budget - $3,600,000,00
14. Questionsto be sent through Bonfire
15. Addendum to be issued with questions, answers, and pre -bid meeting minutes.
Project Name:
Construction
Time and Location:
Project Manager:
Nunic
r
IMP 11SY_( v_prvf I
- D (),1Fli,e4.
6.
7.
8.
9- -David ?NO(-
7 --
' `��C��, ti d 5�nfi�i�
H.
''- r bktbn
I3. Bu
I�.Ge+cflf,sifer
16•
CiQuio V;�_,sqyEq P;yj. Pnp-I3id Meetina Sian -in
Ciquio Vasquez Park Phase 1
December 3, 2024 at 10:30 am @ CH_MZ_06A
Melissa Perette
Address
654 u Pz 1(' cd
Phone
1'Ovl"-'.-L. Z`J
E-Mail
- ~compan.'
Cum
Cry �
bf � afr 9 I j cAesN Y) . COM! !• 7 Des'c -)
a-IN.-&b9N@gmaII.f orri l(rn-Cb Mt nnr9
oR-ice k encl.�t�rmacfi;�o,r� Ken -inn Cwtra4M
avid aCCOnShnlC�tcY1. MC f' C onsvvct on� � n( J
C. �C &emeTa I C Of)tra
C.%C Cie rl C,t�� h
jc?Sh C Ole Con • Ct7n : ra1Q rW AC_riO -Try
1C FY1 rn, I - ieen cLt �+ t�Gj
1 uke �{1rfir�S�r °13.�orn �1Gr#nS�ar ['t�n��Mc..fi11�
b,ds hcs- c { 1AC5 Inc, Cr3immel(oa 1 CSC
9
;1
IN
P
ADDLNDUM #1
Ciquio Vasquez Parlc (phase I Construction
City Project No 104195
12/4/2024
BONFIRE QUESTIONSIANSWERS
1. How do we attended the prebid meeting?
A: I have updated the pre -bid information. The meeting will beat City Hall at 10:30AM room
MZ-06_50. Link has been added to the detall description of the event. Please let me know if
you seethe oranges,
2. Is an estimate available?
A: The estimate will be given at the pre -bid meeting.
At pre -bid meeting the construction budget was given: $3,600,000.00
3. Please verify if the GC and its subcontractors are to prequaLify with the city prior to this bid.
There was no mention of prequals in the prebid meeting, but there does appear to be
mention of it in the bid documents. If it is required, can you provide some direction to
assist us in getting prequals? Thank you!
A: After verifying on the prequalifications with the City, this will be removed in the
Addendum. There are no prequalifications forthis project.
4. Can you please re -upload the Vendor Compliance document as it doesn't appear to be a
valid file?
A; See attached file, this will be uploaded as part of addendum.
5. Is there a MWBE registry available that the contractor could use to reach out to certified
vendors for the participation goat?
A: Vendors can reach out to our office to request a listing of vendors at any time. They must
complete the form and omaiL it in. link to form below:
https:/fwww.fortworthtexas.govlfileslassets 1pubtic/v/1 /diversity-
incLusion /docu ments/2021 /request-for-Listing-form-2021 _1. pdf
Emall:
6. Restoration of existing sign -Refer to L2.08 and L4.O7 for details. Sign to be sanded and
ground smooth to remove existing rusting. paint white and finish with clear coat rust
inhibitor.
8' meandering trail atthe entry, Quantities of 8ft trails are combined in bid form workbook.
Item 55 under "Hardseape Items" is base bid trails and Item 3 under "Alternate A" is
alternate bid trails.
[END ADDFNDUM #1
ADDENDUM #2
CiquloVasquez Park Phase I Construction
City Project No 104195
12/11 /2024
TO ALL BIDDERS:
Please attach this to your specifications. This addendum is hereby made a part of the
Contract Documents and is issued to modify, explain or correct the original drawings
and/or project manual.
PROJECT MANUAL
REFER TO "SECTION 00 42 43 BID PROPOSAL WORKBOOK"
Updated bid ptoposal workbool(to be uploaded separately from this file with "ADDENDUM 2- 00 42
43_ Bid Proposal" as name.
REFER TO "Addendum 2- CVP Geotechnical Report"
Updated geotechnical report wilt be uploaded separately from this file.
Bonfire Questions
1. Are ya'll able to supply the gootech report for this project? The documents reference the
geotech report for several bid items but there is not nne In the documents.
A:Geotech report to be uploaded in addendum 2,
2, Sheet L4.07 calls for the cutting of the sleeve and attaching a new post. Will the contractor need
to hid the seam between the cut area and the new post.
A: Yes
3. Is the concession building a prefabricated structure or will this need to be built an site?
A: Yes, It is specified as prefabricated structure by Public Restroom Company or approved
equal
4. The bottom of the bid bond states "The date of the bond shall not be prior to the date the Contract
is awarded." Please confirm that you want us to submit an undated bid bond with our bid.
A: That statement does not apply to the bid bond, the bid bond is due at the time of bid
submittal.
5. We have never seen bid items for OH & Profit and General Conditions For City of Fort Smith unit
Price bids. is this going to change? If not how are quantity overrun items going to work since
there will not be mark-up on the unit price work.
A: These will he removed. New workbook to be issued today
E. Plant schedule on L5.06 shows one of the grasses to be Bermuda Sod - Tif 419 -Sprig
Application, My landscapers are asking me if they can quote either Seed, Hydromulch or Sod for
ADDENDUM ##2
Ciquio Vasquez Park Phase I Construction
City Project No 104195
12/11/2024
the areas showing Sprigs? I am being told Tif419 is not available in Sprigs and that seeding or
sodding would be more cost effective. Please advise.
A: TIF 419 variety is usualty available as sprig bales at sod farms. Hydromutch and sodding
applications are acceptable
7. The existing SE baseball field that is to be removed appears to butt up against the railroad ROW.
Will a permit be required for the demo that is to take place in this area?
A: We are not proposing any new infrastructure or improvements in the Railroad ROW so a
permit shoutd not be required. However, the contractor will need to notify rallroad and get
permission to be in their ROW to remove the items caLted out in the ptans.
8. After visiting the site, there appear to be additional canopy structures, benches, bleachers, and
field lighting poles on site that are not shown or reflected in the Demolition flans. Please advise if
these items are to be included in the demolition scope of the contract.
A: Yes, these items are inctuded in demolition scope of work. See demolltlon sheets C3.1 -
C3.6.
See tine items for bidding below --
Line Item 13: Remove existing tight poles
Line Item 14: Remove battfield light poles
Line Item 15, Remove baMietd bleachers
Line Item 16: Remove existing pavilion
Line Item 17: Remove existing concession building
Line Item 18: Remove miscellaneous basebalt infrastructure
Line Item 19: Remove miscellaneous basketbalt infrastructure
9. There is a light pole adjacent to the bleacher pad an the SE side of the existing ball field. It is
reflected on the Demolition Sheet C3.6, however, it is not showing this pole to be removed.
Please clarify if this pole is to be removed.
A: Light pole to be removed. Cost to be included under tine item 14,
10. There appears to be a panel cluster mounted to a pole near the center ball field. This is not
reflected in the plans. Please advise.
A: Panel cluster to be removed. Include price under Line Item 18.
11. Reference Sheet C3.6. There is an existing shed building adjacent to the parking lot. This
structure is not reflected in the Hardscape Plans as "to remain", and Sheet C3.6 does not call for
removal or demo of this structure. Please clarify if this building is to remain or be removed.
A: Existingshed to be removed. Include coat as Lump Sum under Line Item 18.
12. Refer to Sheet L4.07. Details state to "grind and sand structure to remove existing rusting paint".
Please advise if sandblasting would be an acceptable option, specifically for the steel mesh
component of the existing sign.
A: No, the intent is to preserve the patina of the sign, therefore grind and sand process is
needs to be oontratted process.
TEND ADDENDUM #21
ADDENDUM #3
Ciquio Vasquez Park Phase I Construction
City project No 104195
12/13/2024
TO ALL BIDDERS:
Please attach this to your specifications. This addendum is hereby made a part of the
Cantract Documents and is issued to modify, explain or correct the original drawings
and/or project manual.
PROJECT MANUAL
REFER TO "SECTION 00 42 43 BID PROPOSAL WORKBOOK"
Updated bid proposal workbook to be uploaded separately from this file with "ADDENDUM 3- 00 42
43� Bid Proposal" as name.
Bonfire (questions
1. What are the specifications on the lettering that needs to be restored. Are new letters
required or can they be sanded and repainted.
A: Yes, sand and restore existing letters.
2. Can you please advise on where we are to include the "trenching and conduit" from for the
electrical?
A: Trenching and conduiting for Primary is to be considered from Oncorfeeder pole to
relocated transformer location. Oncorfeeder pole is located in currently existing landscape
median at entrance of park at intersection of 1-35W South Freeway and Echo Lake Drive.
See C4.1 and C4.4 for proposed location for relocated transformer. See 1-2.01 for additional
context.
3. Reference Sheet 1-4.14. Will the location of the new swing gate interfere with the existing
Lane dividers on VC Sham bee Ind?
A: Yes, proposed gate wit( move south to not be in conflict of lane dividers.
4. Can the quantities of the new paving and milling be double checked. After doing some
takeoffs on the plans we came out to roughly 1830 SY of new asphalt and not the 1270 SY
that is on the bid proposal.
A: Design team has verified and new asphalt is still at 1270 SY
5, Can the quantities for the time stabilization be verified, After doing some measurements on
the plans provided we came out to 3056 SY of area to get time and 62 Tons of lime.
A: Quantity verified and there was a discrepancy. New quantity is 2251 SY with a LS of
hydrated time. Bid proposal workbook to be updated and uploaded as addendum 3 today.
ADDENDUM #3
Ciquio Vasquez Park Phase I Construction
City Project No 104196
12/13/2024
6. Please provide drawings and specifications forthe Alternate 6 Kayak Canoe Launch
raferenced on the Bid Form and Sheet L2,02,
A: Contractor to provide Lump Sum price for 8ftwide 350LF trail and 200SF of Kayak Canoe
Launch pad.
Drawings to be coordinated if alternate item is selected.
7, Reference Hardscapa Bid Item #8 - G" Concrete Curb & Gutter. The bid item quantity of
1,341 LF does not seers to be reflected in the Civil Plans. Please clarify if this is a
discrepancy or if we are to bid based upon the quantity provided.
A: Quantity verified and there was a discrepancy. New quantity is 1713 LF. Bid proposal
workbool<to be updated and uploaded as addendum 3 today.
8. Sheet C4.1 refers us to Arch Plans far details on various of the proposed items but no arch
plans are included in the set.
A. Referto Landscape Architecture plans for details where "Arch" is mentioned on Civil
plans on following sheets - 04.1, C4.2, C4.3, C4.4, C4.5, C4.6, C8.1, C8.2, C8.3
9. Planting Schedule shows the Hotly's to be Nelty R Stevens Hotlys, but the plans show
Eagleston Holtys. Please confirm which type of Holly is correct.
A: Melly R Stevens Hollys are to be provided.
10. Can you please advise the height for the new Fout Poles? The Standard Foul Poles come in
either 12'Ht, 15'Ht or 20'Ht.
A: 20' Ht pole
JEND ADDENDUM #31
ADbENDUM #4
Ciquio Vasquez Parlc Phase I Construction
City Project No 104195
12/ 17/2024
TO ALL BIDDERS:
Tease attach this to your specifications. This addendum is hereby made a part of the
Contract Documents and is issued to modify, explain or correct the original drawings
and/or project manual.
Bonfire Qiuestians
1. Please clarify Bid Item 48 - Sawcut & Pvmnt under Hardscape items. is it referring to sawcut
and connect to existing pavement at the service road of 35W?
A; Yes
2_ Where are the locations for the temporary construction fence required to be Installed>
A: As Contractor's responsibilityto secure thejobsite, the temporary construction fence
shall be installed at perimeter of active construction areas per City Of Fort Worth
Standards.
3. The three existing light poles on the north side of Echo Lake are to remain but the last 2
poles to the east have damaged/missing panels and conduit. Will the contractor be
required to repair these issues?
A: No, if it is not in scope of work, contractor will not have to repair issues.
4. The demo plans show to remove the further east light pole on the south side of Echo Lake,
but this pole has a meter and panet an it serving the 2 poles to the west that are to remain.
What is the plan to re -feed the 2 lights remaining?
A: Thewooden pole ENE of the existing basketball court has a meter and load center
mounted on it. Ifthe design team is understanding the question correctly, two existing park -
owned lights mounted on wooden pales right along the water's edge are fed from this
existing load center. Contractor shall remove the load center and back feed the existing
lighting circuit from panel 1-2 using010 conductors. The intent is far these lights along the
water to remain operational.
5. Irrigation legend calls tar Rainbird 1804-PRS with MP2000 Rotator but they dont seem to
show up on the irrigation plans. Can we get some clarification on where these need to be
installed.
A: Contractor to disregard legend item. "Rainbird 1804-PRS with MP2000 Rotator" does not
apply on the project.
DND ADDENDUM #4
ADDENDUM #5
Ciquio Vasquez Park Phase I Construction
City Project No 104195
12/18/2024
TO ALL BIDDERS:
Please attach this to your specifications. This addendum is hereby made a part of the
Contract Documents and is issued to modify, exptain or correct the original drawings
and/or project manual.
PROJECT MANUAL
REFER TO "SECTION 00 42 43 BID PROPOSAL WORKBOOK"
Updated bid proposal workbook to be uploaded separately from this file with "ADDENDUM 5- 00 42
43_ Bid Proposal" as name. Formulas have been fixed.
JEND ADDENDUM #51
00111a
INVITA' ION TO BIDDERS
Page I of 3
SECTION 00 1113
INVITATION TO BIDDERS
Rl! Cl{:11'T OF BIDS
)electronic bids for the construction of C'igtrin Vasquez Park—104195 (CtlProject") will he
received by the City of Fort Worth via the Procurement Portal
httvW/fortworthtexw0ontireltuKeomlaortal/?tab=ot3enOnnartunities, under the
respective Project until 12.00 P.M. CST, Thursday, December 19, 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 allowilg sufficient lime 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, Goo ie Chrome, or
Mozilla Pirefox..laVaS fipt 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 asswne 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 bidlresponse
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient rime 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.
Al l submissions must be slubnlitted electronically prior, to the close date and time under the
respective Project via the Procurement Portal;
lions:l/fortworthtexas.bonfirellub.com/aortal!?tab;=;nnen0000rtunities
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 llranner than using the Bonfire Platform (Procurement Portal) will not be
accepted of considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to (lie
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
ofthe 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 Icview each page of every document within
their submission priol• to submitting to ensure al I documents are clear, legible, and complete.
SUPPORT
Vor technical questions, visit Bonfire's help forum at https:!/veridorsupport.gobonfre.corrl/l1c/en-
us
Contact the Bonfire support team at Support@GoBoniirc.com or by calling 1-800-354-8010.
CITY oi, PORT WORTH [CgWv Kupe: Park]
STANDARD CONSTRUCTION SPECIFICATION DOCUMfENTS [10'f195]
Revi:med 2108124
U011 13
1NVITATIoN TO 131DOERS
Page 2 or 3
To get started with Bonfire, watch this five-minute Iraining video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonlire.conl)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following:
The project includes improvements to park Caeilities Which includes, park identity wall, realigned
access drive turn in from 1-35 W, a baseball field plaza with (1) Pier I baseball field and (1)
practice field and parking improvements. Across the lake near [lie Community Center, a
memorial to Mr, Ciquio Vasquez is being provided, 'The area also includes a picnic pavilion and a
`walking loop path. A playground including improved parking facilities is also being provided.
Sill -pills concrete currently existing on site is being cleaned and cleared up to make park more
green,
PREQUALIC+ICATION
Certain improvements included in this project must be performed by a contractor or designated
subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for
qualification and pre -qualification are outlined in the Section 3 of00 21 13 — INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract ❑o41.1111ents May be examined or obtained via the Procurement Portal
hops://fort►vortlltexas.bontilehCib,cpinfnortall7tat]=nnen(�lt]o1`tul�lties, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
andlor 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 PrMirenient Portal by selecting "yes"
Under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
littus:/lfai-twotilitexas.bau7tireliul3.conl/aortal/'?tab=onenOunoi-tunities, under the respective
Project.
PRE.BID CONFERENCE — In -person and Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BI DDERS at the following date, and time, as well as simultaneously via a web conferencing
application:
DATE: December 3, 2024
TIMV-: 1030 AM, CST
Invitations with links to (lie web conferencing application will be distributed directly to those who
leave submitted an Expression of lnterest,
CITY 01,1101VI' W01011 I 1041+rlr, I1uryur. Purr-1
STANDARD CONSTRCX-NON gm-ciricA'rm DoctimrN'rs f J419SJ
Revised 2K18N
0011 11
INVITATION TO 5113MM5
N&La 3 of 3
If a larebid 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 prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent oflhc
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Port+�al. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
AWARD
City will award a cmitract to the 131dde1' pl-CSCntlllg the IOWCA pr1CC, qualifications and
competencies considered.
FUNDING
Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from
revenues generated from 2022 Capital Improvements funds and reserved by the City for the
Project.
ADVERTISEMENT DATES
First advertisement: November20, 2024
Second advertisement. November 27, 2024
CND OF SECTION
CITY M. FORT W011,1711 /fltlulo r'nspe= Park]
4TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1164051
Rev iced WON
SECTION 40 2113
INSTRUCTIONS TO BIDDERS
1. Defined Terms
M 21 13
INSTRt1CTIONSTO 411MERS
page 1 n1,10
I.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined ill Section
00 72 00 - GMERAI, CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS T0131DDL•'RS 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, ar
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 (lie State of Texas.
1.2.3. Successful Bidder: The lowest responsible and resportsive Bidder to whom City
(on the basis ofCity's evaluation as hereinafter provided) makes an award.
2. Copies cif Bidding Docuiuents
2. (.Neither City nor Gnginecr shall assume any responsibility for errors or misinterpretations
resulting from the Bidders use of incomplete sets of a idding Documents.
2.2.City and Engineer in making copies of Bidding Documents available do sootily for the
purpose of obtaining Bids for the Work and do not authorize or confer a I icense or grant
for any other use.
3, Prequalitication of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequali red for the work
types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 0045 12 PREQUALIF[CATION STATEMENT. Firms
seeking pre -qualification, must submit the documentation identified in Section 00 45 11
on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7)
calendar days prior to Bid opening for review and, if qualified, acceptance, The
subcontractors 1 isted by a Bidder on 00 45 12 must be prequalified for the appropriate
Avork types. Subcontractors must follow the same timelilics as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalitied at the time
bids are opened and reviewed may cause the bid to be rejected.
Prequalification requirement work types and documentation are available by accessing all
required files through the C'ity's website at;
hti a s fortworthtex-,is. *ovfProlectResourcesl
CITY OF FORT WORTI I l0quin 11uriJue: !lark]
STANDARD C'c]NSTRUC CON SPEC1FICA110N DOCUMENTS f IOd1V31
Ra iced/Updated Novemba 2. 2d21
0021 13
INS'Flluc riowro aimmks
PgLgc 2 of 10
3.1.1. Paving— Requirements document located at:
h_ ttpsJ/ar2ns.fortwortlitexas.�ov/Pro iectResources/Resourecsl'/02%20-
%20Constt'tictioii%2ODociiments/Contractor%20Preauali tication/TPW%20Pavin
c/n20Contrac,tor°f 20Preaual i ticatiait%20Proai'am/PRF.OUALIFIC;ATI QN%20REO
UIREM.ENTS%20FOR%20PA VING%2000NTRAC"fORS. pdf
3.1.2, Roadway and Pedestrian bighting— Requirements document located at:
https://apps.forov❑rtlitexas.&OV/I'iojectl�csoarccs/ftespurcesP/02%20-
%20C:onstruction%20Doctinients/C'oritractor%20Prequali lication/TPW%20Roadwa
y"lq?Oand°lo2UPedestrian°r°20Li�htina°1n2bEareuualiraation%�2[fPrai3ramlS"Ti�F.�"l'°!o
20LIGHTIA20PRE( AL%u20 LC MN.'I'S.pdf
3.1.3. Water and Sanitary Sewer— Requirements document located at.
httiis://�-i s.fortwoi,tlitexas. ovJProuectResources/ResourceSP/02%20-
°f°20ConsU•action%20Docuiri -r slContractor%20Pi'equali cationlWalrrr%20andYo2
05anitai Y%20Sewer°fo20Conti-actor%20Prequalifieation%2OProgram/WSS%20prc
aual%20reau1rements.odf
3.2. Each Bidder, unless currently prequali.fied, must submit to City at least seven (7)
calendar days prim, to Bid opening, the documenution identified in Section 00 45 11,
BIDDl,;ldS 11RL'QUAL IVICATIONS.
3.2, I .Submission of and/or questions related to prequalifwcation should be addressed to
the City contact as provided in Paragraph 6.1.
3.3.The City reserves the right to require any pre -qualified contractor who is the apparent low
bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating; and assessing the ability of the apparent low bidder to
deliver a quality prOdUCt and successrully complete projects for the aniount 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 additiomll information, if requested, may be grounds
For rejecting the apparent low bidder as non -responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualiticatian may be required
within various sections of the Contract Documents,
3.5. Special qualifications required for this project include the rollowing:
Experience with building Athletic Fields
- Experience with installing Park furnishings
- Experience with building playgrounds
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
CITY OF FOR1 WORTH (Crg1117 Posquer 1(141
STANDARD CONSTRUCTION SPriCiFICATION DOCUMENTS 11ri4m.f
Revised/Updalcd Nouember 2, 202 i
0021 19
INSTRUC['IONSTO [31DDERS
4.1. Before submitting a laid, 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.
4.1.1 Should visit the site to becollle familit►r 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 Yaws and Regulations that rrlay affect cost,
progress, performance or furnishing ofthe Work.
4.1.4. Deleled
4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (li) reports and drawings of Hazardous Environmental Conditions, if tiny,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4. 1.6. is advised that the Contract Documents on file with the City shall constitute all of
the infnrntation which the City will furnish, All additional information and data
which the City Nvill supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part ofthe 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.
4.13. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gaily a complete kno►alecige of the conditions which
will be encountered during tile, construction of the project. t'or 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 Jill all holes and
clean tip and restore the site to its former conditions upon completion of such
expiorations, investigations, tests and studies.
CITY O IORT waR.T1I (Upto Nrsgrrr•� 11nr'k]
STANDARD CONSTRUCTION SP 11FICATION DOCUMI N' s (1041951
RevbtadlUpda[ed Novernher 2,2021
0021 13
INSTRUCTIONS TO W130I:R4
Page 4 nl' 10
4.1.8. Shall deternlilie the diff UillleS 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 riecessar'y for full and complete information upon which the proposal is
to be based. It is understood that the submission of proposal or bid is prima -facie
evidence that (lie Bidder has inade the investigations, examinations and tests herein
required.
4.1.9. Shall promptly noti fy City" of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and suJI Other related documents. The Contractor
shall not take advantage of any gross error of omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment oPthe intent of the Contract Documents,
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of:
4.11. 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 showy 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 Undel'ground 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 niade 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 Elie Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn front any "technical data" or
any other data, interpretations, opinions or infotination.
4.2.d.Standard insurance requirements, coverages and limits.
4.3.The submission of a laid will constitute an incontrovertible representation by Bidder: (1)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Rid is premised upon performing and furnishingthe 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 tile 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.
CITY OF PORT wORTI I fcfgvio J�(Oxgw_ Pal-Il
STANDARD CONSTRUCTION SPi.CINC TION DOCUMUNTS 11ri-11951
RevkedlUlidWed November2, 2021
0021 13
INSTIM 1"1ONS TO BIDDERS
Pave 5 of 10
4.4, The provisions of tills Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, HacardOus Waste or Radioactive Material covel,ed by
Paragraph 4.06. of the General Conditions, unless specifically identified ill the Contract
Documents,
S. availability of Lands far Work, Fite.
5. I. The lands upon which the Work is to be performed, rights -of -way and easements for
access thereto and Other lauds designated for use by Contractor in performing the Work
are identified in Elie Contract Documents. All additional lands and access thereto
required I'or 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 permarent 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 conunlertce construction without all executed right-of-
way, casements, 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 casements.
G. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Lidding Documents are to be directed to
City in writing can or belbre 2 p.m,, the Monday prior to the Bid opening. Questions
received after this day may not be responded to. Interpretations or clarifications
considered necessary by City in response to such questions will be issued by Addenda
delivered to all parties recorded by City as having received the Bidding Documents.
Only questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
Address questions to:
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
Attn: Melissa Perette, City of Fart Worth Parks & Recreation
Email: melissa.perette@cityofforhuorllt.gov
Phone: (469)834-8803
6.2. Addenda may also be issued to modify the Bidding Documents as decllled advisable by
City.
erry OF 1�"owr woirit1 j['lyuin Vasi1+te- Park/
STANDARD CONSTRUCTION 511tr H IUATION I){]CUh1fsN'I'S 11041951
Rev ixedlU pdoted November 2, 2031
0021 13
INSTRUCTIONS TO l31 DDIAS
Pose 6 of 10
6.3. Addenda or clarifications may be posted via the City's electronic document management
and collaboration system at Bonfire system.
6A.A prebid conference may be held at the time and place indicated in the Advertisement or
INVITATION TO BIDDERS. Repr-esentatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate it the conference, City will
transmit to all prospective l3idders of record such Addenda as City ccnsiders 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 laid Bond made payable to City in an Amount of five
(5) percent of Bidder's maximum Bid price, on the form attached ar 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 smile, City
may consider Bidder to be in default, rescind the Notice of Award and act on the laid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
S. Contract Times
The number of days within which, or Elie dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Wane is to be completed and Deady for
Vinal Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "Or -Equal" items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding DOCUITMUS without consideration of passible substitute cr "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. Tile procedure for submission of any SUCII application by Contractor
and Consideradon by City is set forth in Paragraphs 6.05A,, 6.0513. and 6.05C. of the General
Conditions and is supplemented in Section 01 25 00 of the General Requirements.
I Subcontractors, Suppliers and Others
11.1. In accordance with the City's Business Equity Ordinance No.251 65-10-2021 the City
has goals for the participation of minority business and/or women business
enterl}rises in City contracts $100,000 or greater. See Section 00 45 40 For the
M/WBE Project Coals and additional requirements. Failure to comply shall render
the Bidder as non -responsive.
CITY 01, VORT WORT] l tcjgjjlu I irsgur_ Pro'kj
STANDARD UINSTRUCTI4Nd SPEC.•IVICA'1ION 1)(Wk MEETS Im4)Q51
ItcvkdhlpdaWd Nuvemixi 2,202t
0021 13
INSTRUC:TIONS•r(I +31DI)Iuks
Page 7 or i n
Business Equity Ordinance No.25165-10-2.021, as ameltded (replacing Drdinance
No. 24534-1 1-2020), codified at:
ljttt)s:lfcodelibrarv.atniep-al.comlcodeslfiworthllatesUftworth tx10-0-0-22593
11.2. No Contractor- shall be required to employ any Subcontractor, Supplier, other person
or organization against wham Contractor or City leas reasonable objection.
12. Bid Form
12.1. The laid Form is included with the Bidding Documents; additional copie-q illay be
obtained from the City.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink.
Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A
Bid price shall be indicated for each Bid item, alternative, and unit price item listed
therein. In the case oi'optional alternatives, the words "No Bid," "No Change," or
"Not Applicable" may be entered. Bidder shall state the prices for which the Bidder
proposes to do the work contemplated or furnish materials required. All entries shall
be legible.
12.3. Bids by corporations shall be executed in tale corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal steal l be affixed, The corporate address and state of
incorporation shall be shown below the sign3ature.
12.4. [aids by partnerships shall be executed in the partnership natl3e 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 nanie of the firw by a
member and accompanied by evidence of authority to sign. nie state of formation of
the firm and the official address of the fiat shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Corm. The official address cif thejoint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
119. 'i"lie Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall Ile filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
13id slialI be shown.
12.11. Evidence of autlority to conduct bus[ness as a Nonresident Bidder in the state of
"Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
CITY OF FORT WORTI I jG' quib Nrosque, peldl
STANDA RD CONSTRI JCNON SPEiC;lFICATION DOCUMENTS 1ro41951
RevisedAJIA led Novcml-er 2, 2021
0021 13
INSTRUCTIONS TO RI1]f113RS
Page 8 of 10
13. Submission of Bids
Bids shall resubmitted on the prescribed Bid Form, provided with the Bidding Documents,
at the time and place indicated in the Advertisemeltt or INVITATION TO BIDDERS,
addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed
envelope, marked with the City Project Number, Project title, the name and address of
Bidder, and accompanied by the Bid security and other Required documents. If the Bid is sent
through the mail or other delivery system, the scaled envelope shall be enclosed in a separate
envelope with the notation "BID ENCLOSED" on the face of it.
14, Withdrawal of Bids
14.1. Rids addressed to the Purchasing, Maneger and filed with the Purchasing Office may
be withdrawn prior to tits time set for bid opening. A request far withdrawal must be
made in writing and delivered to the Purchasing Office to receive a time stanip prior
to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if
the request is within one hour of bid opening, will not be read aloud and will
thereafter be returned unopened.
14.2. In tic event any laid for which a withdrawal request has been timely riled has been
inadvertently opened, said Bid and any record thereof will subsequelitly be marked
"Withdrawn" and wil I be given no Further consideration For the award of contract.
15. Opening of Bids
Bids will be opened and read aloud publicly, An abstract of the amounts ofthe 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 of90 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 [aid and nullify the [aid
security prior to that date.
17. rvaluatiou of Bids and Award of Con tract
17.1. City reserves the right to reject any or all Bids, including without limitation (lie rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the [aid 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 tight to
Waive illFurmalitieS nOt ►nVOlVil7g 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 suln of any column of figures and the correct sum thelwf will
be resolved in favor oFthe correct sum. Discrepancies between words and figure.-,
will be resolved in favor of the words.
CiTYOl% FORT WOVI I /Cigkro Pawfue; Ndrkj
STANDARD CONSTRUCTION SPEC1FICATION DOCUMENTS 11041951
ReviNediUpdvledNavci l}er2,2021
0021 13
INSTRl1C"VIOi S TO fsrnhClV;
Pogo 9 al• 10
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
at the bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against [lie other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
mitract, 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 Wort{ when such data is requited 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 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 wil l be in the
best interests of the City.
IT6. Pursuant to Texas Government Code Chapter 2252.001, (lie City will not award
contract to a Nonresident Biddet 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 colitract 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, J,TIte contractor, is requited to fill out and sign the Certificate of leiterested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the city Council. The farm call he
obtained at kttns-.Itw w.etbies.state.tx.us/data/forttts/1295/1295.i)df
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
CITY OF FORT WOR11.1 /(,'lg10143 lfmr re_ ParAl
STANDARD CONSTRUCTION SP17CIFICATION DOCUMI I S f/owmil
RevismIll lliduted November 2,1021
0021 13
INSTRUCTIONS TO AIDI]%RS
Page Ifl or IQ
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by tlic required number of unsigned countC11MIts of the Projeet Manual. Within Id
days thereafter, Contractor shall sign and deliver (lie required number of counterparts
of the Project Manual to City With the rcquircd BondS, Certificatv5 of Insurance, and
all other required documentation.
18.2. City shall therea{ler fief ivev one fully signed counterpart to Contractor,
END OF SECTION
CITY OF mirr wmm t0eprra Vasglre_ Parkf
STANDARD coNSTRUCTION SPECIFICATION DOCUMENTS f1041951
ItcvNodlUpdeled Navemher 2, 2021
003513
CONFLICT OF INTEREST STATEMENT
Page i 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)
httr)s:llwww.ethics.state.tx.usldatalformslconflictlCIS.ndf
f 1 CIQ Form does not apply
Pf CIQ Form is on file with City Secretary
Li CIQ Form is being provided to the City Secretary
I4 CIS Form does not apply
n CIS Farm is on File with City Secretary
n CIS Form is being provided to the City Secretary
BIDDER:
L.J. Design & Construction By: Greg Woolsey
6548 Peden rd.
Fart Worth, Texas, 76179 Signature:
817-999-6025
Title: Manager
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Clquio Vasquez Park
Revised February 24. 2020 104195
00 4100
BID FORM
Page 1 ar 3
SECTION 00 41 00
BID row
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: Ciquio Vasquez Park Phase 1
City Project No.: 104195
Units/Sections:
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City In the form
Included in the Bidding Documents to perform and furnish all Work as specified or Indicated in the Contract Documents
for the Bid Price and within the Contract Time Indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid. Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid Is genuine and not made in the interest of or on behalf of any undisclosed
indlviduat 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 anything 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
STANDARo CONSTRUCTION SPECIFICATION DOCUMENTS
Revised W30021 00 Al 00 81d Prnpo901 Wnrkilgok.As%
004100
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. Prequatificatlon
The Bidder acknowledges that the following work types must he performed only by prequalified contractors and
subcontractors:
a. Athletic field and associated structures. Including field plaza and lighting
b. Playground - Installation of playground equipment and surfacing
c. Retaining walls and soil prep
d. Metal fabricallons
e. Concrete and asphalt paving repair and install
f. Meandering sidewalk trail
g. Stone masonry veneer
h. Site furnishing install - inluding prefab building
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. {udder 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.
S. Attalhed to this laid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 4100
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5,01 of the General Conditions,
a. 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. PrequaliFicalion Statement, Section 00 45 12
g. Confflct of Interest Affidavit, Section 00 35 13
'If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
CITY OF FORT WORTH
STANDARD CONSTRUCTION VECIFICATION DOCUMENTS
Revised 9130l2021 00 41 0P eid Proposal workbook.ldsx
44 41 46
810 FORM
Paga 3 & 3
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid arnourlt. 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 Ouse this if applicable, otherwise delete>
Total Base Bid
Alternate Bid
Total Rid
7. Bid Submittal
This Bid Is submitted on December, 21, 2024
Respectfully sub ed,
By:/�
Ignature)
(Printed Name)
Greg Woolsey
Title: Manager
Company: U. Design & Construction
Address: 6548 Peden Rd.
Fort Worth, TX, 76179
State of Incorporation, Texas
Emall: I_f _design@earthIjnk.iiet
Phone: 817-999-6025
$4629948.24
$692,980.25
$5,171,511.94
by the entity named below_
Reoelpt is acknowledged of the
Initial
foilowin ! Addenda:
Addendum No. 1:
4 jw
Addendum No. 2:
-gw
Addendum No. 3:
aW
Addendum fro. 4:
�W
Addendum No. 6_
4VV
Corporate Seal:
CITY OF FORT WORTH
STANDARC CONSTRUCTION SPEOFICATION DOCUMErn
Revised 96W2021 00 41 Qp Bid Prupnsel workbook.KlsK
I"1 u`
IIII I rhtlhl5�l
ibfl. I ,In I
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
h qjw lboi IriRrmatigii
I
llt4daix Amllnus!
J1jI 1 -
wa l+l heir,
WwRiplun
Spr
ollof
hid 4jur(aily
L1nitl'ri.r
[lidYnlu
Na.
arinao.
Xim
M
Mablll:atlan
I
MoWl2allon
LS
1
$67.832.63
$57,832.66
I 2
GC, insurance Bonds
LS
1
$37y732.20
$37,732.20
I 3
Traft Control
LS
1
$23.253,51
$23ao.51
I 4
I 5
Temporary Conalrucllon Fenclnp
LS
LS
]
$15/ 18La0
$15.181,00
Tempos Pro'acIS 11
NO
1
$7a4.0o
784m
h
nvrevedl Plan -for let=sites
game
LS
1
$1.004.00
§�p$q.Qp
-- -
qnd $Ire Prep
I
Remove Asphalt.Paveworl
C2 41 15
SY
11,476
$5,49
$83.403.24l
2
Rambvo MITI Asphalt Pavemani
0241 15
SY
I`931
$3,49
so'7i8,981
3
RbrmbvaConcralePavanioni
024115
sY
1,93i
$48.$0
$94.232.80
4
Rornove Corrcrato Curb and Gullar
0241 15
LF
451
$27.11
$12.22e.91
g
RurnuvoGravalPavemonl
024115
SY
715
$25.90
$la.51a.5o
6
RamoveCorieratoSidowaN
024116
SY
311
$48.80
$1sxno
7
Remove Timber and Cable Gaurdrall
0241 13
LP
31347
37.83
$26,207.01
8
Remove Chaln Link f *mce
02 41 13
LF
2,488
$14.46
$35.979,49
9
Remove Concrete Runnbi'
0241 13
LF
505
$5.42
$2,737,10
10
Remove (lagreund equipmunl
024113
LS
1
S30,807.89
$301807.a9
11
Remove6ollord
024113
EA
27
$150.72
$4II879_n4
12
Remove Sign
024113
EA
10
$90.63
4908-30
l 13
Remove EyVstlng Ilght poles
0241 13
EA
1
84,00175
$4//0132.75
14
Remove Ba9Aeld light poles
0241 13
EA
13
91.250.00
S18,25o.tx1
I 15
Remove Balllleld bleachers
0241 13
EA
5
$783 6
$3.915,75
I 16
Remove Exlsling Pavkwn
0241 13
LS
1
59.036.34
$9,0313 34
17
Remove Exisling Conc mstn Bldg
0241 13
LS
1
$14.458,00
$14,459,00
I 111
Rarnove miscellnneous hasehnll Inrrwtructura
0241 13
LS
1
$36.810,73
$36.810,73
I 19
Remove miscellanaous bas}(olboll inrraslruolure
02 41 13
LS
1
$20.029.50
$2809.50
2n
Remove Conareta Flume
02 411 13
8F
595
55.42
13,197.ea
I 21
Cap Existing water service al water wall
0241 13
LS
2
$3C1,20
$002.40
22
Clear, Strip, & Grvlb
b2 41 13
AC
9
S5,421.Bo
$46,796.20
23
Excavation
313700
Cy
13,Onn
31 24 00
$10,24
S133.120,00
I 7,{
Tree removal
024113
'0
IF
$104,36
$11,349,70
25
Sloan Waller Managamenl - Er9410n conlrol and Wgirltariance
01 E713
L5
1
34,337.45
$4,337.45
26
Cheek Dam (rock)
01 57 13
EA
1
$783J5
$?83.15
27
ConstnlnilonEnlrance
015713
E
1
$7,47004
$7,470,04
2A
Silt Fence
01 5713
LF
3,075
S2,03
$8.702,25
29
Tree prolec0on prlovtalans
31 11 13
LS
1
$4,483,11
$4.463.11
HardacapeItems
1
81 Conn drive
03 30 00
SY
78
035 0o
$103.00
$6,034.00
2
8" Canc Fvmt (Roadway)
03 30 00
033500
9Y
115
$81.3!
$9,352,95
3
5- Conc llvml (Parking Aran)
032000
Sy
819
`4
03 35 OC
y81.33
$60,235,87
Now anpllell pauomont
321216
SY
1,27d
$74.70
$9 X9.00
5
Asphall Mill 8 Ovorldy
32 12 16
$Y
4,100
$38,66
5158,006,00
(I
Aephall Paml Ropalr
3201 17
SY
Ill
$301.2{
$5,42178
7
Saweut & Pvin1
0241 13
Sy
71
$86.76
$6,7C6,50
8
6" Corp Curb & Ouear
321613
LF
1,713
342.90
$73,487,70
9
mydralad LiMa (4011I)r$Y)
32 1129
TON
54
$403,42
$22,591,52
10
6" Limo Trootment
321120
SY
2,251
$31.32
$70{ G1,32
11
Oonarato Collar around ExlsBng Slreat LIghl Pole
0241 13
EA
1
$361.45
5161,45
12
Parking SLall Striping
$217 23
LF
1,600
S3.92
$0,272,00
13
ADA Paiking Stall Striping
3217 23
EA
11
$769.78
$0.687,58
14
Timhor and Cable Gaurdrall
Oil 4w;
LF
97
$78.32
$0.800,01
15
ADA Ramps
32 13 20
EA
2
$2,16&72
$037,44
16
Wh41elStdos
033000
EA
1.
$102Al
$1.331,33
rrri'(IF rOr"
WiAlri
R rA(+1Mklr LLIN51 RI!([ I(IN YI'✓:L:lflt'ATION IinC'll\Ikal Si
Nu491nlMhll;hlr
lt6At 41 aXJ Pnyrx(t
lea; It
pill NF.14lu h1.
hype 3 ,4 11
31 UIDM 00 42 43
PR4PWALFORM
UNIT PRICE BID
Bidder's Application
I'IdJeE1 Ir.,n IurounDtian
�
lii4del'e hmpnsul
Unit I -
81d01I1mY
ISew zinc°
smiliv. 1Dn
Lrlurof
RI rl4l,uatity
Unit Price
Rid Yalu. 1
N4,
Saed,lu Na.
pl.,uarc
17
Inalalsalvaged wlieelslops
024113
EA
29
$110.25
$1.747_,25
1$
ADADorkings$1n
344130
EA
8
$512.D8
$3,072.38
19
Instal selvaged ADA Parking SIgn at proposed location
0241 13
EA
C
$240.97
S1,44U2
20
Salvage 3101satan
024113
EA
21
3120.45
S240.05
21
Inalall salvaged atop slnn
0241 13
EA
i
$120.48
$120.48 1
22
Inslalf Slreel Slanage wOh alreel name blades
34 41 310
EA
2
$1.024,12
$2,048,24
I
Ballohell F16MS
24
2011 H1 Backslap fence - L4.03
3231 13
LF
310
C5 70 00
$345.09
$100\\977.9D
25
811 HL field rence - L2.05, L4,02
V2 11 13
LF
1,003
$53,52
$63\$84,56
26
Flalddywout-L2.05,1-4.01
129300
EA
4
$2%731.52
$11ui2B.09
27
Field hlaachar- 1-2,05, L4,03, L4,04, L4.05
1R 93 00
EA
4
$18,919.10
$75,676A0
28
Sloachershade-L4.03,L4.D5
129300
EA
4
$61,860.63
$207,522.52
29
Four pales - L4.02
12 93 00
EA
2
S3,24445
$6.469.34
30
ScoreLDard-L4.22
129300
EA
1
$19.98me
$191989.59
B6scbaH Fiery P1976
31
5' pedesidan conerele plaza paving 1-4.01, L4.02, L4.03
32 1343
SF
6,218
033600
9A4
$54,301.62
32
5" padesWan eancrete walilo slab pnving 11.4.01, 1.4.02, L4.03
SF
0,240
03 3S 04
la.27
$101,524,80
33
P1nze 91apg - 14,44
32 13 1303
SF
29B
35 0D
S42.17
$12,566'm
34
CgncretenthpswAvirrgWell L4.04
32 1313
033500
SF
57
$76,31
$4.463,67
35
461al handrail - L4.03,1.4,04
05 50 00
LF
124
59D.36
S11,204.64
04 42 00
SG
3'-S' HI gravlly wall wllh :jtpne veneer, L4,08
04 43 00
LF
253
32 32 46
$232.4i
S56,799.73
31
Park signoge M4nur11en! onlry wall • L4.00
04 2200
04 42 00
LF
aC
$639,47
$43.167.94
0S 5o 00
39
Park signago panel w4h Iellars - L4.09
067000
LS
1
1G 14 10
121,843.84
$21,843,84
39
Concessidn Building - L4,17, L4.18
12 63 00
LS
1
$237,962.85
5237,962ml
4n
Condaaslan Building mchiturd CondiVoning
i 3eotacll Rep4A
LS
1
$3,313,32
S3,313.32I
06 50 00
41
Condassion Wall martlorial plaque- 1-4.17, G5
05 70 00
LS
1
101419
$131018.23
$13,018.23
412
EPIrY 9ateW9 - 1_4-06. WASA
05 50 00
LS
i
$30,338.00
$30,338.09J
43
Deleclahie Zrning Platen- L4.4E
05 50 00
SF
3C
$72.11
32.165.101
44
Bollards -L4.06
068000
EA
14
$2,016.57
S8,746.711
45
ROlptallon of H191011c Scorel7Dard - 14.07
_ 08 50 00
1.3
1
S4,2i6.96
$4,216.96I
46
32nwide vahlcultrrswinggala -LA,14
323113
LS
1
$7,091.43
$7.091.A31
47
24R wide Vehlculur swing ghte - 1-4-14
3231 13
LS
i
$5,316,89
$5,318,57J
48
r3vellook urea - Inemprial wail (ducluti tg pldr)-L2,03, L4.11
033000 033500
LF
iC
W
$8,796.30
05 59 00
3,436
411
OV1rr100k area - memorial plaque - L2,03, L4.11, G7
0$ 70 00
LS
1
10 14 19
$3 A 36.20
50
Ovodeok area - eomrele piers-1-2,03, L4.11
03 34 00
EA
4
3.374
03 35 00
$26,99g,AD
51
Clvefloak are& - 5- concrete }laving - L2,03, L4.11
_
32 13 13
03 35 00
9F
1,18
10
$11,404.12
52
Condrato Block Danch-1.2,03, L4.11
03 30 00
03 35 00
EA
7,470
$22.410,00
53
Gathorinu 7LnVlllon - L2.03, LA-14
12 93 04
LS
183,681
$183,690,G9
u3rDkYulrl Wuklil
�1'ANItAk1S I+nNSI
Nl1L'! 111N SNLCIP Ir'A 1IUK IS[R't 1111.914
Nulled VaN2R21
INI a� }1 I I,d 1'py�.� •1
UNIT PRICE BID
lulill I -
flidlist he''nt
N9.
54
55
56
57
58
59
1
7
5
t5
7
a
9
10
11
I2
13
W
15
l6
SECTION 00 42 43
PROPOSAL FORM
I'lederl hem luhmnodon
Mesa Ill iew
Gathering pavlllen 5' wncrote waffle aiob - L2.03, 1.4.10
an meandadng trail
Playground 0010pmanl- 1-2.04, L4A2
Playground concrete contalnmenl edge • 1.2.04, L4.12
Pl9ynr6urld enpid98rdd wood fiber - L2-04, L4.12
Playground poured-in•ploco surracing- L2,04, L4,12
Silo ruraiehhr? Item#
Plenln rebid - L4.21
AAA PIMIC TaSIa • L4.21
5' FW Park Banch • 1.4.26
Trash Racepiacla- 1.4,23 - L4-25
Re cleBin-L4,23-L4.25
brinkinq Fountain w1 battle itlior - L4.16
CLdnkirg f=aunlaln wl pat bowl • L4.10
Will Items
1" Wnter Ilne • C8.0 • C8.4
3" Irrigation Service - C8.0- C8A
2" Water Meter -CBA- C8.4
4" alseve for futwe connection - CB.0 - C8,4
Adjuel Exist Manhole Cover and Ring to 4rade
G" sleeva for future Wnnecllpn - CB.0 - C6.4
4" SOR 26 perforated drain Dina - L3.03•L3.46
4" SOR 26 solid drain pipe - L3.03•1.3.06
6"SOR 26 solid drain olpe-L3,03•L3.06
6" 3OR 26 perforated drain pipe- L3.03-L3,06
8" SOR 26 solid drain pine-L3,03•L3,06
Clean out connection - 1.3.03•1-3.06
24'RCP PI e-C7.0-C7.3
24" Slaping�eadwall - C7-0 - 07-3
Rack RIP RAP - 07.0 - C:7-3
Area Drain with Grele - C7-0 - C7,3
Eloatdcal Homy
I Relocation of single phase Iranslormer- Baseball geld - E102
2 Pasebsil Field light p0I611- L4,Ca
3 SiRe Elecirlcal service end mist connecton
+I Efaclrlcal Enclosure for Meter and Panel E501
5 Semirily Lighting - E102, E103, E104
6 Pavlllon Power and Lighting - E103
Landscape loins
Ridder's Application
{ I,lar.' 115,Ipp aal
$j*eili 1fibtl
Unit or
131dQumai1y
Lpnitp-,
nidVIIIu"
5eclinuNn.
M.usuiu
321313
8F
2,420
16
03 35 00
$30,373.40
32 13 13
De 00
LF
2.696
72
g194,821.55
11 14
LS
1
190,462
5190,461.90
321313
LF
252
39
033500
0,868,32
116918
5F
2,966
3
$7,594.90
36
321816.13
SF
1,911
$68,318.25
12 93 00
$1.907.65
$3.995.30
129300
F
4
12,121.73
$8.466,92
12 93 00
EA
$2,313.311
$4.626.60
128300
EA
$1,520.50
$7,602.60
12 93 00
EA
5j
$1.610.31
$8.096.55
129300
FA
$6.970.135
$6,879,65
129300
EA
$6,777.30
$13,554,60
330210
LF
740
$45.18
43.432.20
178.056.90
331211
LF
1,427
$54.70
331211
EA
(
$6.018.11
$8,018,17
334600
LF
90
S15.60
$1.404,00
330514
EA
2
$963.87
$1.927,74
- onatmets.
LF
55
$20.12
$1.106,60
- 33 40 00
LF
3,3 2
$16.66
$52.012.20
33 46 06
LF
137
$15.80
$2.137.20
3346no
LF
11d
$20.12
$2,293.69
3346no
LF
1d
$20.36
$388.94
33 46 00
LF
350
$32,86
$11,427.50
334600
EA
18
$676.33
$10.409.94
3341 t4
LF
235
$167.47
$39,201,61
334940
EA
I
S3,353.95
$3.303-05
3137 00
SY
25
5192.76
$4,819.50
On ghanls
EA
I
S9,2E3.20
$9.253,20
On shoots
L3
265908
Lt3
_ _
On Shoats
L9
On ohoole
EA
On 9hools
EA
On ahoalo
LS
I
Fine grp n+l
31 22 16
2
Field dny-L5.01,L5.05
329113
l 3
_ Field sod • LS.Q1, L5.05 _
32 92 0Q
I
Sr, cal. Texas Red Oak • 1.5,011
328300
5
45 9e1. Nellie R Slovene Holly - L5,41
3 93 na
6
3 gel. Red Yumv • 15,61
32 93 00
1 7
Had prep and Mulch
329119.16
1 S
Bermuda Seeding [sprig appficoifon�- L5,o1, L5,02, LS.o3. L5.o4
32 93 00
l ) Bermuda grass (Sod roil appSlcpNonl-L5,r)1_ 15.Q2, 1.5,03, L5,D4 32 93 00
10 Decompoaed aranita nrevel - L5.05 - - 32 32 49
11 Steel edge reylminl • L4,11 32 32 49
Irrl ation Items
1 $11,250.00
4 $55.000.00
1 $13. t4S.00
2 $13,7C0.06
13 $9,625.aa
1 Sa,400.00
SF
364.697
$0,18
OY
266
$303.55
SF
35,814
50,70
EA
13
V.t44,65
EA
33
$1.206,77
EA
138
$4627
SF
11550
05,26
SF
325,920
$0.12
SF
38,517
$0,82
SF
252
$2D,96
LF
30
$14,46
$11,250.00
5220,00D.001
$13,145.00
$27;100.001
5127,725-00
$9.400.00
$55,045.46
$47,516-471
$27.934.92
$40,6a0.45
$42,4B3.A1
$6,389.26
$9,141.ti0
$39,111.36
$31,603.94
66,2a1.92
5433.60
II
I
t:! 1 V aF I'e11rr Wnft11I
F 1'ANII\MVUN51 N11C11nN fiVtCll1L'All[IN IXKYI,N L'N F5
ka Wohnraofl u,artrhidhnyynd
UNIT PRICE BID
"0 41 45
InIY I�RVK15n1.
Y�qe aai I I
SEGTION 00 42 43
FROPOSA.LFORM
Mojeel Item Iarnnnalinu
Unit I -
Wilitheni
N4 �exrlplinn
L-1 Irdsallon Pravislom - L6,02
2- -_ Ir4atillon Controller -1.6.02
3 Irrigation -Tree bubbler 2Hreal - 1.6.011 L6.02
4 Irrigation - Tomparary - far aad oslabllahmenl - 1.6.01 - L6.11
{ Sub -fowl Utilt I -
t -
jAllemnie A -
Bidder's Application
Illddeda 14npaml
Fycetgselion
SrcdeuNa.
Unit of
htra�uta
U1dQl14wllp Unitmc
lii3Vulue
32 94 00
LS
1 $130.007.60
$130 00.60
354 00
SF
1 438.01,46
SA651.55
320400
EA
94 $18013
516,968�.62
32 94 00
LS
11 $47.601,00
$47,501.00
54,629.94.8,24
I
Porl-W it y enclosure
129300
-
EA
1
gei17192
$49,217.92
Z:o arge In Cuncasxlon building wall gnlnh- Couraes 1-6 SIGAbiadga.
2
Couraca 5.12 - Predslon CMU fluff color
On S-
LS
1
9006,16
$8,096,66
3
off bell
321313
Lf
2,A3p
033500
98,36
$219.574,80
4
8ft irall prevtslons al exladng hcodwall - L4.15
32 13 13
LS
1
0335 00
1747.03
$1.747.03
3
Sarmuda scading
32 fl3 00
SF
21,256
0.12
$2.580.72
6
Plan(a pavilion at Playground - L2.04
12 93 00
FA
35000,75
$70,001.50
7
PlenlcYabia
129300
EA
1997.63
$6,092,88
8
AOA Plenle Table
12 93 O4
EA
-
2121.73
$6.365,19
9
Trashr(acaptacle
120300
F;A
.
1520.52
54,6131.5el
10
Playground shade structure •L2.04
129360
LS
1
149153.78
3148t63.78
I I
City of Fort Worth Park Signage
121300
_ 1-9
- 1
:ssol.75
$26,301.7L
1 $46-TuIA ATtcrIkAilve A S$41.563.74I
Allenlnll: !3 - {II
2 Kayak canoe launch bail -1.2.02 12 93 00 La -�ZMLIS
$23,301.7sl
3 Shore zone avant pevillen - L2.02 12 93 00 LS $59
SuhTolal Allowilve 11 SIt03,415155
ILTotal 1 - SubTolul Unil I S4,629,948.24
'Total 2 = Sub--r0Lnl Unit 1 4 Sub2rotul Altcrnntivc A: 3 S5.171,511.94
VTntal.3- Sub Tnip4 LfniI I +SuVI'nlul AItemetive A+Sub-'rolnl AIleIn" llve 9:3 3692,980.23
Lily W+roR1W IVI'll
Irrpvllllttlt MRSI1WC llel: ri1N.[liWAI 101eOWLIMMI F
Hev{,N R'ld}II21 Ikl a7 41 llul rwl
SECTION Op 4313
131D BOND
KNOW ALL BY THESE PRESENTS,
no43 13
010 BONO
Pai 1012
That we, t»a, arslxu • known as
"Bidder" herein and Sureret lusuraim, 0inimiriv a Corporate 51
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 War111,
Tarrant County, Texas for the payment of which sum well and Iruty to be made, we bind ourselves, our heirs, executors,
administralors, 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 a8 r inuln 5'nsuurr 1':irk 111k;— I
NOW, THEREFORE, the condition of this obligation is such that if the City shalt 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 10 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 andlor
Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference behveen P(Incipars
total bid amount and the next selecled bidder's total bid amount.
PROVIDED FURTHER, that If any legal action be filed on this Bond• venue shall lie in Tarrant County,
Texas or the United States 0!strict Court for the Northern District of Texas, Fort Worth Oivisian.
IN WITNESS WHEREOF, the Principal and the Surety have $1i and SEALED this InstrumeAl. by
duly authorized agents and officers on this the 1911) day of Uerenwlew . 2024,
t
ATTES 03
Witnes*aso cipal f
d.
BONNIE FLORES
Ell
�c•_: Notary Publ4c, State of Tii
Comm, Ex lies g7.1,8.2026
.a, 1 11 Notary ID t24313796
CITY OF FORT WORTH
STAtlOARD CONSTRUCTION SPECIFICATION DOCUMENTS
nRPSCd 013OIZO21
PRINCIPAL•
11-1. th'slµn .k ('rm.d,u(li+u,, 1-1
BY:
gn u re/
"Mame Title
04 41 44 Bid Prci vrarkbook xlsx
Witness as to Surety Ithimmuri 1 irlilra,
Sr. ('lien) imite tijnminlial
Attach Power of Attorney (Surety) for Attorney -in -Fact
Address' u4it 1`udtu Rd-
1r. t WijrIh,'1:\ 761T)
SURETY:
Surcl'rrluwrruurrQ'um{um} _
BY:
igneture
.Irevn$5- llplvtrpl. htlururY�6ti-F»rt
Name and Title
Addrr s5' 2295 RidVr RMILI, SIV..13S
It„A.0till. 'r\ 7.497
Telephone Number: IV721772-7120
C043 13
[310 eOND
Pago 2 0f 2
'Note: if signed by an officer of the Surely Company, there must he 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 pfovided. The date of the bond shalt not be prior to the date the Contract is
awarded
FIND OF sl;c-[,[()N
GITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9I3MG21 Orl 41 00 30 Pfujunid wofkl>mik wk:x
P0A4 4221941
JOINT LIMITED POWER OF ATTORNEY
KP40W ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its
prindpat office In the County of Harris, Texas and Markal insurance Company Ithe 'Company"), a Corporation duly organized end existing under the laws of the state
of fllinol;, and having its prlo0pat adminlstratwe office In Glen Allen, Vlrglnla, does by these pmsenls make, constitute and appoint:
Tony Fiarro, Jay Jordan, Johnny Mass, Steven W, 5earoey, Robert J. Shuya, Jeremy Bamell, Robert G, Kanuth,
Jade Porter, Jennifer Cisneros, Jarrett Willson, Jack Nottingham, Brady Wilson, Brennan Williamson, Jared Jaggers,
Caleb Hole, Ryan Cox
Their true and lawful agent(s) and pttorneyfsa•In-fact, each In their separate capacity irmore than one Is flamed above, to make, execute, seal and deliver for and on
their own behaif. Individually as a surety or jointly, as ca-suretles, and as their act and deed anv and all bands and other undertaking in suretyship provided, however,
that the penal sum of anyone such instrument execuied hereandcr shali not exceed the sum of.
Twenty Mlillon and 001100 Collars (520,000,000.00)
This Power of Attorney Is granted and is signed and sealed under and by the authority of the following Resolutions adapted by the Board of Directors of SureTet
Insurance Company and Markel Insurance Company:
'RESOLVED, That the Presideril, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer
and each ofthem hereby Is authorized to execute powers of attorney, and such authofity can tie executed by use of facsimlle signature, which maybe attested or
acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named In the given powti of attorney, tfi eltecule In behalf ol, and
acknowledge as the act and deed of the SureTec lnsurance Company and Markel Insurance Company, as the case may be, all bond underdakings and contracts of
suretyship, and to affix the corporate seal thereto."
IN WITNESS WHEREOF, Markel Insurance Company and SureTec insurance Company have caused their official seal to be hereunto 8fflxed and these presents lobe
signedbytheirduly autharliedofficers onthe iiih dayof Soptornt.ar , 2024
n
SureTec Insurance Company �
SEAL`++Inrrrfr f1 Market I ranee[o p+ny
20.
r y: ----
Michael C. Kelmig, estdent � � -• '� '.,! `� +�.a' Un��vienniniri Ce President
State of Texas
County of Harris:
On this oth dayof Septamoor , 2024 A. ti before me, a Notary Pubilc of the Stale of Texas, in and for the County of Harris, duly commissioned and qualified,
came THE ABOVE otrICERS OF THE COMPANIES, to me personally known to he the Indlyiduals and officers described in, who executed the preceding Fnitrllment, and
they acknowledged the execution of same, and being by me duly sworn, disposed and iald that they afe the officers of the said companies aforesald, and that the
seals affixed to the proceeding Instrument are the Corporate Seals cf said Companies, and the sold Corporate Seals and their signatures as officers were duty affixed
and subscribed to the said Instrument by the authority and direction of the said companies, and that Resolutions adopted by tha Board of Directors of said Companies
referred to In the preceding Instrument is now in force.
+++lruillrrrrr
IN TESTIMONY WHEREOF, 1 have hereunto set my hind, and aiflxad my 011lc`;13`parrls, the day and year frrst above written.
.r�,�k! ��;RY AUK• ' l4',�' _ ��
:~ By:
Chefaea Turner, Notary Public
My commission expires 7/6/2028
OF ti
Wt. the under#Ignnd Officers of Sure Tee Insurance Company and Markel In'st��C� dgsl t(+ ertify that the original POWER OF ATTORNEY or which the
foregoldg is a full, true and correct copy is stitl in full force and effect and has rrdll'p��' ++`�
+rrr,rt, l++lis
IN wITNESS WHEREOF, we have hereunto set our hands, and affixed the seals al sold Companies, on the 191h by of Dtcamber 2024
SureTec Insurance Company ........Markal Insurance Company
M. Been Beaty, Ass slant serretary�77dr4w Marquis, ASsii[a eCrelary
Any Instrprnent Ig$ued In oxcess al rho penally rtated above h totally void and witha gl ony vagdity. 472041
for venhcatlonofthe authority dithis VowarYou mryaril(7131812.0900Ohany bnslnossday betokeen810-AMrn� ;MPMCST.
�00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 or 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 Stale of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of 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 Staid of Texas. W
BIDDER:
L.J. Design & Construction
6548 Peden Rd, Ft Worth
Tx, 76179
817-999µ6025
CND OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 813012021
By: Greg Woolsey
Signature)
Title: Manager
[Date: 12/19/24
13'rd Proposal workbaokAlsx
no4s2h-1
CON'I'IZAC 'DRCOIYII'LIANCIi. WI'I'II 1VORKER'S COM111;NSATION LAW
1108c I of r
SECTION 00 45 26
CONTRACTOR COMVLJANCE 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. 104195. Contractor rurthcr certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amcnded, it will provide to City its subcontractor's certificates or compliance with
worker's compensation coverage.
10 CONTRACTOR,
12 L , D-osit±n and Constntetiott L .7L. By: Greg W oolAy
13 Company Ple a •in.
14
15 6548PPeden Rd, -- - - Signature: A %�
16 Address 1
17
18 Fort Worth, TX 76179 Title. Co -Owner
Ig City/state/zip (Please Print)
20
21
22 THE STATE OF TEXAS §
23
24 COUNTY OF I'ARRANT §
25
26 BEFORE. ME, the undersigned authority, on this day personally appeared
27 Greg Woolsey _ , known to me to be the person whose name is
28 subscribed to the foregoing instrument, and acknowledged to me That lie/she executed the same us
29 the act and deed or L.I.Desien & Construction. LLC far the purposes and
30 consideration therein expressed and in the capacity therein stated.
31
32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2thh day or
33 A i.rrt , 2Q 25
34
35 = `
oBES
3b , urur, gpNNt1~ C, t Ot
irr",r!!f �, Puoc,
37 µp°h� ftTssXg11$-2025 TVa aly Puhiie in and for the State of Texas N ' , = comrn• Ex 124313700
33 � � Natary t
.tip �
39 'T CND OF SECTION
40
CITY OF rover W01-N-I I tiyoiu Vp vm, hark Phase I
STANDARD CONS'IRUC CON SPI-011ICATION DOCUMENTS 104195
Rcviati r fury 1. 2031
004540-1
business RquityGonl
Page 1 of
SECTION 00 45 40
Business Equity Goal
4 APPLICATiON OF POLICY
5 1 rthe total dollar value of the contract, is $ ] 00,000 or moire, then a Business Equity goal is applicable.
6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Entcrprises
7 (M/WBEs).
8
9 POLICY STATI,MENT
10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
1 i Firms when applicable, in the procurement ofall goods and services. All requirements and regulations
12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing; Ordinance No. 24534-1 1-
13 2020(codifiedat:littuK/koWibraiN.amlegal.com/codes/ftwot-tti/latest/ftwortli tx/0-0-0-22593)applyto
14 this bid.
15
16 BUSINESS EOUITY PROMCT-iOAL
17 The City's Business Equity goal on this project is 6,52% of the total bid Valrle of the contract (Base bid
18 aliplie,s to Parks and Community Services).
19
20 METHODS TO COM.UV WiTH THE GOAL
21 On City contracts where: a Business Equity Goal is applied, offerors are required to comply with theCity's
M 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
23 of Business Equity prince services and Business Equity subcontracting participation, 4. Business
26 Equity Joint Venture/Mentor-Protig6 participation, 5. Good Faith Effort dOGUrnentation, or 6. Prime
27 contractor Waiver documentation.
28
29 �,,,jl HMITTAL OF 111C0111I+`ED DOCIJMJENTATfOrj
30 Applicable documents (listed below) must be submitted electronically with the other required bidding
31 documents at the tilde of the bid under the respective Project via the procurement Portal:
32 hugs:llfortworthtexas.bon firehub.cortr/nortal/?tab=onenOnnortuni ties
33 OR received no later thorn 2:00 p.m., an the third 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 respoadirtg to the message sent within Honfire 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 Letters) of Intent, if the goal is met orexceeded;
40 2. Letter of Intent, for all M/WBC Stlbuontractors;
41 3. Good faith Effort Form and Utilization farm, including supporting documentation, if
42 participation is less than stated goal, or no Business Equity participation is accomplished;
43 4. i'rirnc Contractor Waiver Forin, including supporting documentation, if the Offeror will perform
44 all subcontracting;/supplicr opportunities; or
43 5. Joint Venture/Mentor-Protege Fonn. if goal is met or exceeded with a Joint Venture or Mentor-
46 Protege participation.
47
48 These forms can be accessed at:
49 Business Equity Utilization Form and Letter of intent
CITY OIL FORT WO[VI'll Oquio Vasquez PARK PHASLI
STANnAFLO CONSTRUCTION SNXIFICATION DOCUMENTS CPN-104195
Revised June 7, 2024
004S 40-2
13119i ness Rquily Gall
l'age 2 nr2
Ixttns:l/aDt)s.rortworthtexas._Lrov/ProiectResources/ResourcesP/60., MWDE/fusiness Equity Utilization
Forin DViN 2022 220324.Vdf
3
4 Letter or Intent
S httns;llanl3s.fnrtwatthtcxas. avlPraicctResourceslResou�cesPlbU-_MWB>;iLctter_ofIntent DVITI
f 2021 iidf
B Business Equity Good faith Effort Form
9 httns://anus.fortworthtexas.eov/ProiectResourcesJResourcesP/GO - MWDF,?Good Faidti Moil
10 Form DVIN 2(122.Dd.f-- - - -
11
12
13
14
15
16
17
IN
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
Business Equity Prince Contractor Waiver Form
litto,q:/lat)os.fartwartlttexas.p-ov/Pi-aiectRe,gources/ResourcesP/G0 - M--VyJBT/I1 WBE Prime Cantractor
Waiver-220313.ndf
Business Equity Joint Venture Form
IYttps llapps.fort%vorditexas.r?qv/PrpmeetR sow-ces/ResourcesP/60- MWBEIMWBE Joint
Venture 22.0225.ndf
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL
RESULT I-N-- I-tC 13IDDE'R/ i- OR BVINCY DECLARED NON -RESPONSIVE AND THE BID
REJECTED. -
FAILURE TO SUBMITTHE REOURIED BUSINESS EQUITY DOCOMENTATION OROTHERWISE
COMPLY WITH THE ORDINANCE WILL RT.'sSCII�T IN THE BID BEING DECLARED NON-
RESPONSIVI:. TIIE BID REJECTED AND MAY SUBJECT TILE BIDDEIVOPFE () t ` O-SANC`I'IO
AS DESCRIBED 1N SEC. 0�3'I3 0rri-ICw1 DINANCE.
For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services
Department at (8I7) 392-2674.
END OF SECTION
CITY Oil FORT WCRTIi Ciquia Vstiyucx PARK P14ASEI
STANDARDCONSTRUCTMN SPECIFICATION DOCUMENTS CM-104195
Revised June 7.2024
005243-1
Agreement
Page 1 of
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on April 22, 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 L.J. Design & Construction, L.L.C., 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:
Ciquio Vasquez Park Phase ,i Project Number. 104195
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 Four Million, Six Hundred Twenty -Nine
Thou -sand, Nine Hundred -Forty Eight Dollars, 24 Cents. ($4,629,948.24). 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 (275) 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
Seventv Five Dollars 775.00 for each day that expires after the time specified in
Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance.
CITY OF FORT WORTH (Clqulo Vasquez Park Phase]]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [104195]
Revised December 8, 2023
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
005243-2
Agreement
Pngc 2 of 6
Article 5. CONTRACT DOCUMENT'S
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) 'Vendor Compliance to State Law Nan -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 Bands
h, Worker's Compensation Affidavit
i, ME 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 'Cable 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 EtTective 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 IiArmless 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, llceuses or invitees
under this contract. This ludemnification provision is s en cifically intended to operate
and be effective even If It is alteaed ar nroven that all or some of the damages bein_�
s ught were caused_, In whole or in hart. by anv act. omission or nc li once of the cl ,
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 Or FORT WORTH [0quic 1'diquer Parh Phase 11
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (1041951
Revised December 8, 2023
005243-3
Agm menr
Page 3 aF6
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 or'ovislan
J.s.,spec.1flealIv intended to overate and be effective even if it is alleged or Proven that all
or some of the darnages being sought were caused. in whole or in Hart, by arty act
omission or negligence of the city.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are def ned in Article I 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
rcpresentatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver ofClaims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction sliall be decmcd 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 Ag;rcement, 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 signet 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 sucb 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,
MY OF FMT WORTH feegulo vwquex Park filwe 11
STANDARD CONSTRUCTION SPECIFICATION t)L)CUMFNTS f101195.1
Revised December B, 2021
005243-4
AWemcnt
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) wi 11 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 cerdfles 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 "l be paid wholly or partly from public funds of the City,
with a company (with 10 or more bill -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 terin 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 Moro ;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 tbat 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 "Arearna trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Govemment
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 assoclation; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement,
CITY OF FORT WORTH (Cfqulo Vasquez Park AM 11
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [1041931
Revised December 8, 2023
00 32 43 - 5
Agreement
Pegc S ufE
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 FONT WORTH [Crqufo Vasquez park f ftse Ij
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 110d1o5]
Revised Dcoentbcr 8. 2023
005243.6
Agreeinent
Page 6 of 6
IN 'WITNESS WHEREOF, City and Contractor have each executed this Agreement to be eflbctive
as of tlic date subscribed by the City's designated Assistant City Manager ("Effective Date"),
Contractor:
13y:
signa e —
Greg Woolsev
(Printed Name)
Co -Owner
Title
6548 Peden Rd.
Address
Fort Worth. TX 76179
City/State/Zip
4/29/2025
Date
City of Fort Worth
By:
Dana Burghdoff
Dana Burghdoff
Assistant City Manager
06/03/2025
Date
Attest:
Jannette Goodall
Jannette Goodall, city Secretary
M&C: 25-0324
Date: 4/22/2025
QFORn
r°��a goF00000eoo ty p
%
�o
Kc ;�o oo=d
paIlp nEXA544�
Contract Compliance Manager:
By signing, I aclmowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
Patrick M. Vicknair
Park Planner
Approved as to Form and Legality:
Douglas Black
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:
Dave Lewis ,11► E a v sP '�
Dave Lewis, Director
Park & Recreation Department
CITY OF SORT WORTH fQgiriv 1'as911e1 Park PIMSE 1]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (1041931
Revised Decembcr 8, 2023
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
0061 13- 1
K-11FORMANCE BOND
Page I of 2
I SECTION 00 61 13 BOND # 4478879
2 PERFORMANCE BOND
3
4 'l;'tJ E STATE OF "TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, L,J. design and Construction L.L.C. , known as "Principal" herein and
8 SureTec Insurance Comnanv , a corporate surety(sureties, if more than
9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
10 or more), are held and firmly bound unto the City of rort Worth, a municipal corporation created
1 I pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Four Million, Six
12 Hundred -Twenty -Nine Thousand, Nine Hundred -Forty Eigbt Dollars, 24 cents
13 ($4,629,948.24), lawful money of the United States, to be paid in Wort Worth, Tarrant County,
14 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents,
16 WHEREAS, the Principal has entered into a certain written contract with the City awarded
17 the 22nd day of April, 2025^1 which Contract is hereby referred to and made a part hereof for all
IS purposes as if fully set forth herein, to furnish all materials, equipment Iabor and other accessories
19 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in
20 said Contract designated as Clquio Vasquez Park Phase 1,104195.
21 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
22 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
23 perform the Work, including Change Orders, under the Contract, according to the plans,
24 specifications, and contract documents therein referred to, and as well during any period of
25 extension,of the Contract that may he granted on the part of the City, then this obligation shall be
26 and become null and void, otherwise to remain in full force and effect.
27 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
28 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
29 Worth Division,
30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
31 Texas Government Code, as amended, and ail liabilities on this bond shall be determined in
32 accordance with the provisions of said statue.
CITY OF FORT WORTH cipfo VMgves Park Phase 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 104195
Revised December 8, 2023
�I
S
G
7
S
9
10
11
12
13
14
15
16
17
Is
19
20
21
27
23
24
25
,)6
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
01161 13 -2
I1I?Itt'[)tth4ANCF BOND
Vogt 2 ar?
IN WITNESS WHEREOF, the Principal and illc Surely have SIGNED and SEALED this
instrument by (I[Ily alltllvrired agents and officers tm this Ills h—day nl` April
?0 2S
AT'l l ' i ;
tP urGip1r11 . ry
r:B- _ �-- _r
tress as to Princilml
1111
y;��Y i�71r BONNIE FLORES
:,►* " ' Notary Public. State of TO"'
E'( lies 47-16-2025
P
'•,'a'oi�*� Nolaty ID 124313796
Vitnes os to Surety
Rhimman Portilln
sr. Client smice Specialist, Surety
PRINCI VAI.:
13y:
gntlturc
r, UjAq -W,C r
cunc and Title
Address: 9176 Hyde Rd.
,I''l)r(-W--girth, TX TG172
SURETY:
SureTec Insurance Colltpn Y
13Y-
nffil
Jeremy 13arriett, Attor[le -in-Fact
Name and Title
Address: 2255 Ridge Road, Ste. 333_
Telephone Number: (972)772-7220
Email Address: jerem—v.hnrue1t( ha1dwin.rom
*Note: 1f signed by an officer ol"the Surely Company, there mmi be on file a certified extract
from the by-laws showing that this peI'san has autllarily 10 sig1l such obligation. II-
Surc[y's physical address is different from its mailing address, bo111 muss. he provided,
The date of the bond shall not be prior to the rlate the Contract is awarded.
CITY (A' FORT I 01pim I f1xg1T,-- link i'llaw I
S1'ANuhRI]['[)Nti'fRll["I'll)N til'I'.t'II'I['A I'I[)N DOCI IhIEN't;ti 111410
RVY bCd December 8, 2023
0061 14 - 1
PAYMENT BOND
Pogo 1 01`2
t SECTION 00 6114 BOND r# 4478879
2 PAYMENT BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, L.J. Design and Construction L.L.C. , known as "Principal" herein, and
8 SureTee Insurance Cornuariy _ , a corporate surety
9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether
to one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation
l I created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of
12 Four Million, Six Hundred -Twenty -Nine Thousand, Nine Hundred -Forty Eight Dollars, 24
13 cents (54,629,948.24), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
14 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs,
15 executors, administrators, successors and assigns, jointly and severally, finnly by these presents:
16 'WHEREAS, Principal has entered into a certain written Contract with City, awarded the
17 2204 day of April, 2025, which Contract is hereby referred to and made a part hereof for all
18 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories
19 as defined by law, in the prosecution of the Work as provided for in said Contract and designated
20 as 0quio'Vasquez Park Phase 1,104195.
21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
22 Principal shall pay all monies owing to any (and ail) payment bond beneficiary (as defined in
23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
25 force and effect.
26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
27 Texas Government Code, as mended, and all liabilities on this bond shall be determined in
28 accordance with the provisions of said statute.
29
CITY OP FORT WORTH Ciqula Yasqucx Park Phnsa 1
STANDARD CONSTRUCTION SPECIFICATION DXUMENTS 104195
Reyised pccembcr 8, 2u23
2
_3
4
5
6
7
8
9
10
12
I1b61 Id-2
1'AVMI:NTHOND
I'Jkge 2 01'2
IN WITNESS WHE RTQR, the Principal and Surety have each SIGNrD and SEALED
this instrument by duly authorized agents and orficcrs on this tile: 301h_ day of
April 2025 .
A'1' 1'1�'- T:
(Principal) Secretary
BONNIE fLORES
Notrwry Public. Stets o1 T"Mil
,i,�' Comm.
t�'� ExVUss 07-t-2026
a+�y�Ngtgry 10 124313796 , `
ATTEST:
NIA
(Surety) Secretary
Witness as to Safety
Ithimmon Portillo
Sr. Client Service specialist, Surety
PRINCIPAL:
L.J. Desigii a 4 Canytruction L.L.0
BY:
Sibl)oturu - -
Name d 'I'llIe
Address: 9176 Hyde Rd.
Fort Worth, TX 76179
SURETY:
Sur eTcc Insurm1ce Canrn.miy- —
BY: -r-1
Sign u
Jump, Barnett, Attornc �iy Li -fact
Nance and Title
Address: 2255 Ridge Road, Ste. 333
Rot:kwi111. TX 75087
Telephone Number: (972) 772_-7220
Email Arldress: jeremy.brirnoil fn?hnldivin.com
Note: I f signed by an officer oft lie Surety, there must be on 1 i le a Certified extract front the bylaws
Showing that this person has authority to Sign suc:lt oblig.-Mian, if Surety's physical address is
different from its mailing address. both mast be provided.
The date rtrthe hand shall not be prior to the date the Contract is awarded.
END OF SECTION
(-I-rr al' mit [' woIrl'I I Ciqulo Vaigm,, Park Mimi: i
S'I'ANt)AI;I) (:ONS•I'atICI-ION SPI:t_•II:IC'A-IICIN 1Ic X'11hlFN'6' 104195
Itcviscd DevembuA.21I23
0061 19 - 1
MAINTENANCE BONA
Page I qi3
I SECTION 00 6119 BOND # 4478879
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we L.J. Design and Construction L,L,C. , known as "Principal" herein and
9 SureTec Insurance Comuanv _ , a corporate surety (sureties, if more than
10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
l 1 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
12 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Four N illion, Six
13 Hundred -Twenty -Nine Thousand, Nine Hundred -Forty Eight Dollars, 24 cents
14 ($4,629,948.24), lawful money of the United States, to be paid in Port Worth, Tarrant County,
15 Texas, for payment of which sum well and truly be made unto the City and its successors, we bind
16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly
17 by these presents.
18
19 WHEREAS, the Principal has entered into a certain written contract with the City awarded
20 the2j&& day of _ Aoril , 2025, which Contract is hereby
21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials,
22 equipment labor and other accessories as defined by law, in the prosecution of the Work, including
23 any Work resulting from a duly authorized Change Order (collectively herein, the "Work') as
24 provided for in said contract and designated as Ciqulo Vasquez Park Phase 1,104195; and
25
26 WHEREAS, Principal binds itself to use such materials and to so construct: the Work in
27 accordance with the plans, specifications and Contract Documents that the Work is and will remain
28 free from defects in materials or workmanship for and during the period of two (2) years after the
29 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
30
31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
32 receiving notice from the City of the need therefor at any time within the Maintenance Period.
33
CITY OF FORT wOR'rH Clgrda Vwgrjr- Park Pharp 1
STANDARD CONSTRUC'"ON SPECIFICATION DOCUMENTS fQ4195
Revised December 8.2023
41
0061 14-2
MAINTENANCE BOND
Page 20 3
t NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to
3 the City, then this obligation shall became null and void; otherwise to remain in full force and
4 effect.
W,
rd
7
8
9
t t7
II
12
13
14
15
lb
17
18
19
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 Bled on this Band, 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, thatthis obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY of CORT WORTH
STANDARD CONSTRUCTION SPFCIFICA'nON DOCUMENTS
Revised December 8, 2023
Clquro Yaagw-- Para Phase
104193
0061 111- 3
MAINTENANCE 110NI)
Page 3 01'3
t IN WITNESS WHEREOF, the Principal wid the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers 4n this the 3001 day or April
3 , 20.•
5
6
7
s
10
I?
13
14 (irincipal) Secretary
15
16
118 7 �v^
19 6
L f�
20 1 loll as tt� Principal
21
22-+,,"�u• _ BONNIE FLORES
rya ri Notary P4bi1c. State 01Texas
24 y , Comm. Expiras 07-10.2025
25 �•f'�m ``` Motary ID1Y;313788
27
28
29 ATTEST:
30
31 NIA _ -.-
32 (. ty) Secretary
?14 _4•WI11 o 4 k'__-
35 Witness"w Surely
36 Ithiannon Portillo
37 Sr. Client Service sperialist, Surely
PRINCIPAL:
L.J. esign and Construction L.L.0
BY:
nature
&nJai�llcalla Title
Address: 9176 Hyde Rd, _
Mort Worth, TX 76179
SURE•"CY:
Satnlec Ins-ranLck-Cimpany
BY:
S' n Ire
JeremBaruett, Attorney -in -Fact
Natnc and Title
Address: 22SS Ridge Road, Ste. 333
Rockwall, TX 75087 --_
'I"clephoric Number: (972) 772-7220 Entail Address: lereniv.b>tiruett r<?tb>tltiwin.rl)at
38 *Note: ll'signcd by an ofticer ort a Surely Company, there must be tin rile a certiried extract
39 from the by-laws shoe.-hir, that Hits person has U1010rily to sign such obligatl0n, If
40 Surety's physical address is diffemnt frottt its mailing address, both must be provided.
41 'lltc date orthe bond sliall not be prior to [lie clnte (lie Contract is awarded.
42
CITY OF FORT WORTH 0410du 1 asgrm: I'rirk Mime e I
STAND�4RO CONC'i'Ittlt"rl+)N &I+I:r� FICA'I'I(}P! I)cx'tf Allilf'I ti !r►d19S
Ittwind Oueu+tkr ll, 2t123
pt]Ap 4221941
JOINT LIMITED POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS; That SureTec Insurance Company, a Corporation duty organized and existing under the taws of the State of Tawas and having Its
principal office In the County of Nardi, Texas and Markel Insurance Company [the "Company"), a corporation duly organited and existing under the taws of the state
orilllnols, and having Its principal administrative office In Glen Alien, Virginia, does by these presenti make, constitute and appoint:
Tony Flerro, Jay Jordan, Johnny Moss, Steven W. Searcey, Robert J, Shuys, Jeremy Bamett, Robert G. Kanuth,
Jade porter, JennlferCisneros, Jarrett 1WIItson, Jack Noftingham, Brady Wilson, Brennan WiRlarnson, Jarod Jaggela,
CatWb Hale, Ryon Cox
Their true and lawful agent(s) and attorney{s)'ln-faclr each In their separate capacity If more than one is named above, to make, execute, seat and deliver for and bn
their own behalf, Individually as a surety or jointly, as co•suretles, and as their act and dead any and all bonds and other undertaking In suretyship provided, however,
that the penal sum of any one such Instrument executed hereunder shall not exceed the sum of:
Twenty Million and 001100 Dollars ($20,000.000.00)
This Power of Attorney is granted and Is signed and sealed under and by the autharityof the following Resolutions adopted by the Hoard of Directors of SureTec
Insurance Company and Markel Insurance Company:
"RESOLVED, That the President, any Senlor Vice President, Vleg president, Assistant Vlcx President, Secretary, Assistant Sacretary, Trealsmar or Assistant Treasurer
and each of them hereby Is authorized to execute powers of attorney, and such authority can be executed by use of facslmlle signature, which may be attested or
acknowledged by any officer or attorney, of the company, qualifying the attorney or attomeys named In the given power of attarney, to execute In behalf of, and
acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may he, 411 bond undcrtakings and contracts of
suretyship, and to affix the corporate seal thereto."
IN WITNESS WHEREOF, Markel InsuranCa Company and SureTec Insurance Company have caused th@Ir OHidal Seal to be hereunto affixed and these presents to be
sllned by their duly authorized officers an the ttm day of Brptardbbf , 2024 .
SureTec Insurance Company
6�}RAkC�
X Ls�
u! W p
Michael C'Keimle, esident
state of Texas
County of Harrrsi
n
-�+++w++r,rlr
Markel 1 ranee Co ny
�kFF
n vilinninJ ce president
�rrrr$41 t4HMss�
1/!
V
On this ism day of seplombar , 2024 A. D„ before roe, a Notary Public of the State of Texas, In and for the County of Harris, duly commissioned and quafll'iad,
came THE ABOVE OFFICERS OF THE COMPANIES, tome personally known to be the Individuals and officers described In, who executed the preceding instrument, and
they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the
seats affixed to the proceeding Instrument are the Corporate Seals of said Companies, and the sold Corporate Seals and their signatures as officers were duly affixed
and subscribod lathe said instrument by the authority and direction of the said companles, and that Resolutions adopted by the Board of Directors of said Companies
referred to In the preceding Instrument Is now In force.
sastrlllrllyllr
IN TESTIMONY WHEREOF, I have hereunto set my hand, and afthrnd my OtIIcI;tS��a,, a �49*' fhalarris, the day and year lintabovewHtlen.
Chelsea TNotary Puhkc
rE .r ti My commission expires 71612020
we, the undersigned Officers of SureTec Insurance Company and Markel Ines aC�o Q�btc ertify that the original PpwFH OF ATTORNEY of which the
foregoing Is a full, true and turfed ropy IS still In full Force and effect and has ifel bee
Y�
�"r.++r+sssL
IN WITNESS WHERECIF, we have hereunto set our hands, and affixed the Seals of said Companies, on the inf•n day of�April 2025_.
SureTec I'OuNUO Company Markel Insurance Company_••• .••.. .
py ey: � •f
M. Bran Beaty, Assistant Secretary 4hrew Marquls, Assists' ticrelarY` ,
Any tnstnrnxntlssuadInlxt(Al*1MepanaStyltatedandvnlsldlattyvoid&Adwithaetany validity. 4221041-
Farverlf iffl000f1haauthahlVofthtiPoweryoumaycall1713f912.OBOOanenrbulinc.+rdaybctwacnB3t1AMandS:00PMCST.
Signature: )9#�e fe-,
Email: Dave. Lewis@fortworthtexas.gov
Signature: Douglas Black (Jun 2, 2025 17:43 CDT)
Email: Douglas.Black@fortworthtexas.gov
Signature: bay 8"�"
Dana Burghdoff(Jun 20251i: 3CDT)
Signature:
Email: Dana.Burghdoff@fortworthtexas.gov Email: jannette.goodall@fortworthtexas.gov