Loading...
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