HomeMy WebLinkAboutContract 63362CSC No. 63362
FORT WORTH
CONTRACT
FOR
THE CONSTRUCTION OF
Paving, Drainage & Park Improvements
For Sycamore Park (Phase II)
Mattie Parker
Mayor
City Project No. 104193
Jesus "Jay" Chapa
City Manager
Dave Lewis
Director, Park & Recreation Department
Prepared for
The City of Fort Worth
Park & Recreation Department
2024
Prepared by:
teague nail & perkins
5237 N. Riverside Drive, Suite 100
Fad Worth, Texas 76137
817.336.5773 ph 817.336.2813 fx n p:y f TBPE Registration No. F-230
www.tnpinc.com
^y�PgE...OF.T�q (tt
S
..:
/ Quangong Chi �
140511i
It AL
1114, P.E.
Date: 11/08/2024
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
ORT WORTH,
City of Fort Worth
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Pagel of 5
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
12/17/2024
0011 13
Invitation to Bidders
02/08/2024
0021 13
Instructions to Bidders
01/17/2024
0035 13
Conflict of Interest Statement
02/24/2020
0041 00
Bid Form
09/30/2021
[ 00 42 43
Proposal Form Unit Price
01/20/2012
0043 13
Bid Bond
09/30/2021
00 43 37
Vendor Compliance to State Law Nonresident Bidder
09/30/2021
8643-}i-
�ry��w'.i q;��isrr altcrrrerre
8944/, •
4"Q021
[ 00 45 26
Contractor Compliance with Workers' Compensation Law
07/01/2011
00 45 40
Business Equity Goal
06/07/2024
00 52 43
Agreement
12/08/2023
[ 0061 13
Performance Bond
12/08/2023
[ 0061 14
Pavment Bond
12/08/2023
1 0061 19
Maintenance Bond
12/08/2023
0061 25
Certificate of Insurance
I
07/01/2011
00 72 00
General Conditions
03/08/2024
00 73 00
SunDlementary Conditions
03/08/2024
Division 01 - General Requirements
Last Revised
j 01 11 00
Summary of Work
12/20/2012
01 2500
Substitution Procedures
07/01/2011
01 31 19
Preconstruction Meeting
08/17/2012
[ 01 31 20
Proiect Meetings
07/01/2011
[ 01 32 16
Construction Schedule
10/06/2023
[ 01 3233
Preconstruction Video
07/01/2011
[ 01 3300
Submittals
12/20/2012
4444-4-3
i=1 Prjir:tPr-esejur-er
4;4442924
01 4523
Testing and Inspection Services
03/09/2020
01 5000
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
03/22/2021
01 57 13
l Storm Water Pollution Prevention Plan
07/01/2011
01 58 13
Temporary Proiect Signaae
07/01/2011
01 6000
Product Requirements
03/09/2020
01 6600
Product Storage and Handling Requirements
07/01/2011
01 7000
Mobilization and Remobilization
11/22/2016
01 71 23
Construction Staking and Survev
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
Proiect Record Documents
07/01/2011
CITY OF FORT
WIORTI]
SYCAMORE PARK PHASE 11
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
CPN- 104193
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 5
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
http://fortworthtexas.Eov/tDw/contractors/
or
httDS://aDDs.fortworthtexas.eov/Proi cetResources/
Division 02 - Existing Conditions
Last Revised
0241 13
Selective Site Demolition
03/11/2022
0241 14
Utility Removal/Abandonment
12/20/2012
0241 15
Paving Removal
02/02/2016
Division 03 - Concrete
03 30 00
Cast -In -Place Concrete
03/11/2022
0334 13
Controlled Low Strength Material (CLSM)
12/20/2012
03 34 16
Concrete Base Material for Trench Repair
12/20/2012
03 80 00
Modifications to Existing Concrete Structures
12/20/2012
Division 26 - Electrical
26 05 00
Common Work Results for Electrical
03/11/2022 1
2605 10
Demolition for Electrical Systems
12/20/2012 1
26 05 33
Raceways and Boxes for Electrical Systems
12/20/2012
26 05 43
Underground Ducts and Raceways for Electrical Systems
07/01/2011
26 05 50
Communications Multi -Duct Conduit
02/26/2016
Division 31 - Earthwork
31 0000
Site Clearing
03/22/2021
3123 16
Unclassified Excavation
01/28/2013
31 24 00
Embankments
01/28/2013
31 2500
2,
Erosion and Sediment Control
04/29/2021
A
31 3700
Riprap
12/20/2012
Division 32 - Exterior Improvements
.�� 1421
1-2�2-n/2n12
32 11 29
Lime Treated Base Courses
12/20/2012
n�
32 13 13
Concrete Paving
06/10/2022
32 1320
Concrete Sidewalks, Driveways and Barrier Free Ramps
12/09/2022
32 13 73
Concrete Paving Joint Sealants
12/20/2012
32 16 13
Concrete Curb and Gutters and Valley Gutters
12/09/2022
CITY OF FORT WORTH
S YCAMORE PARK P11A SE 11
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
CPN-104193
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS
Page 3 of 5
32 17 23
Pavement Markings
06/10/2022
��s_ minting
323213
Cast -in -Place Concrete Retaining Walls
06/05/2018
3291 19
Topsoil Placement and Finishing of Roadway Right-of-ways
03/11/2022
3292 13
Sodding
05/13/2021
32 92 14
Non -Native Seeding
05/13/2021
3292 15
Native Grass and Wildflower Seeding
10/06/2023
32 93 43
Trees and Shrubs
12/20/2012
Division 33
- Utilities
fir?T�. S1-ka-m-P€Bypass
Sys.m.-
31�
Pumping OF Existing Sewer
-1 rcrJ�tion
' "
Gleaning a"d of M,
n1/n�
_20-
1104 &0
€jeamgs
n� n
nn /n
U14uaoaa
an
Gating
�Z1 i a
nn /
13 11 1 Z
Polyvinyl Chlori 0nn
/n
33 12 10
Bor-i@d ster'! Pipe, and
Water Services 1-inch to 2-inch
02/14/2017
Resilignt
n� /n
i2 go
to &xisti"g
•
?itii'T'�' % I?�iC __Water syste
FiFV, 11)AFRAtS
, � /ten/ten, �
33
33 12 4
CITY OF FORT
WORTH SYCAMORE PARK PHASE H
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
CPN-104193
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
�� ,ten can
ncnn
�Z i I-ls
, f-i9\iQ*
nn /
Jr!
nn/n
--r n
Aver�
-
ne�0-1 S
�H?mhtlw-,
/
, n /nn-inn, n
binW&=f-jr--Snnii _, Sewer 9,
nn/nn/nml
Nigh poasit5i
r
3341 13
Polypropylene Pipe for Storm Drain
06/10/2022
33 46 00
Subdrainage
12/20/2012
t�Yn'1-PPf�ln$
n�/n
3349 10
Cast -in -Place Manholes and Junction Boxes
12/20/2012
33 49 20
Curb and Drop Inlets
03/11/2022
33 49 40
Storm Drainage Headwalls and Wingwalls
07/01/2011
Division 34 - Transportation
A 66�1le r G i P
nn n, nnn, 1r>,r�n..,.,1. r nLnc/nn,c
1 A AFmeway LED R@ftdway I—
Resid@wial
3441 30 Aluminum Signs 11/12/2013
"n^ n1 cncn —00
n�/nn1L
3471 13 Traffic Control 03/22/2021
Appendix
GC-4.02 Subsurface and Physical Conditions
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
CITY OF FORT WORTH SYCAMORE PARK PHASE 11
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN- 104193
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 5
GC-6.07 Wage Rates
GG=6° Pzrmita-ate
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH SYCAMORE PARK PHASE 11
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-104193
Revised June 7, 2024
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 04/22/25 M&C FILE NUMBER: M&C 25-0321
LOG NAME: 80SYCAMORE PARK PHASE II CONSTRUCTION
SUBJECT
(CD 8) Amend Mayor and Council Communication 24-0878, Authorize Execution of a Contract with ALCC, LLC dba Perfect Finish Landscaping,
in the Amount of $4,804,667.01 for Construction of Park Improvements at Sycamore Park, Adopt Appropriation Ordinances, Authorize Waiver of
City Permit Fees and Amend Fiscal Year 2025 Adopted Budget and Fiscal Years 2025-2029 Capital Improvement Program (2022 Bond
Program)
RECOMMENDATION:
It is recommended that the City Council:
1. Amend Mayor and Council Communication 24-0878 to appropriate grant funds from the U. S. Department of Interior pass through the Texas
Park and Wildlife Department to the Grants Capital Projects Federal Fund instead of the Grants Capital Project State Fund for the Sycamore
Park project (City Project No. 104193);
2. Authorize execution of a contract with ALCC, LLC dba Perfect Finish Landscaping, in the amount of $4,804,667.01, for construction of park
improvements at Sycamore Park project (City Project No. 104193);
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the General Fund in the amount of
$1,000,000.00 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 $1,000,000.00, transferred from fund balance within the General Fund, for the purpose of funding the Sycamore Park project (City
Project No. 104193);
5. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Grants Capital Projects Federal Fund by
(1) increasing estimated receipts and appropriations in the amount of $1,500,000.00 subject to receipt of the grant, and (2) $1,500,000.00
as a transfer from the 2022 Bond Program Fund to satisfy the City's match requirements, totaling $3,000,000.00 for the purpose of funding
the 2022 Bond Sycamore Park project (City Project No. 104193) and decreasing estimated receipts and appropriations in the Grants
Capital Project State Fund by the same amount;
6. Authorize waiver of all City permit fees; and
7. 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 ALCC, LLC dba Perfect Finish
Landscaping, in the amount of $4,804,667.01 for construction of park improvements at Sycamore Park.
Approval of Recommendation No. 5 will amend M&C 24-0878 dated October 15, 2024 , which originally authorized the acceptance of an Urban
Outdoor Recreation Grant from the Texas Parks & Wildlife Department for the Sycamore Park project and appropriated funding in the Grants
Capital Project State Fund instead of the Grants Cap Projects Federal Fund. This M&C is to appropriate grant funds from the U. S. Department of
Interior pass through the Texas Park and Wildlife Department to the Grants Cap Projects Federal Fund for the Sycamore Park project (City Project
No. 104193).
The project was advertised for bid on November 20 and November 27, 2024, in the Fort Worth Star -Telegram. On December 19, 2024, the
following bids were received and tabulated.
BIDDER I BASE BID j
Ken -Do Contracting LP' 1 $4,184,941.57
ALCC, LLC dba Perfect Finish I $4,804,667.01
Landscaping
A&C Construction, Inc. $4,893,500.00
2L Construction, LLC $5,231,424.20
NorthStar Construction, LLC 1 $5,447,153.02
C Green Scaping, LP 1 $6,080,613.73
Fort Worth Civil Constructors 1 $7,002,484.63
Base bid improvements include the following: Installation of new iconic pavilion, paving, drainage, grading, new trails, parking lot, pedestrian
crossing, removal of bridge and enlarged pond.
*Ken -Do was deemed non -responsive due to failure to submit necessary MBE paperwork.
Contract time is 275 days, and construction is anticipated to commence in June 2025 and be completed by July 2026.
The park improvements at Sycamore Park are estimated to increase the department's annual maintenance cost by $62,624.59 beginning in
Fiscal Year 2026.
As part of the Fiscal Year 2024 year-end process, the City Manager assigned $56,507,497.00 from the Fiscal Year (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
$24,717,000.00 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 FY2025-2029 Capital Improvement Program, as approved in connection with Ordinance 27107-
09-2024.
80CIQUIO
FY2024
VASQUEZ PARK
General
Assigned
PHASE I
Fund
Fund Balance
CONSTRUCTION
for Capital
M&C
i
Assigned
i
Fund
Balance-
$47,034,978.00
($1,500,000.00)
Capital
Project
Shortfalls
Assigned
Fund
Balance -
$9 472,519.00
Library
Capital
Projects
121SF 4550
VILLAGE
CREEK This M&C
SETTLEMENT
M&C
Revised
Assigned
Fund Balance
($3,450,000.00) ($1,000,000.00) $41,084,978.0
$0.00 1$9,472,519.00
Total
Assigned
Fund $56,507,497.00 $1,500,000.00
Balance ( ) ($3,450,000.00) ($1,000,000.00) $50,557,497.00
for
Capital
Funding for the park improvements at Sycamore Park is as follows
Fund Existing Additional Total
Appropriations Appropriations Appropriations
ADDENDUM #1
Sycamore Park Phase II Construction
City Project No 104193
12/6/2024
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"C1.12 SITE PLAN & DIMENSION CONTROL PLAN (1 of 9)"
There was a concrete depth discrepancy on the paving plan sheet C1.12. The legend shows a 6"
depth when a 7" depth is shown on the other sheets and is correct. This updated sheet is also
attached.
REFER TO SHEET"C1.21-27 GRADING"
Existing Grading added.
REFER TO SHEET "UF1.01-UF1.04 URBAN FORESTRY PHASE II"
Missing 2 sheets have been added to the set.
PROJECT MANUAL
REFER TO "SECTION 00 45 40 BUSINESS EQUITY GOAL"
File with proper links added.
REFER TO "SECTION 00 42 43 BID PROPOSAL WORKBOOK"
Updated bid proposal workbookto be uploaded separately from this file with "ADDENDUM 1- 00 42
43_ Bid Proposal" as name.
REFER TO "Addendum 1- Sycamore Park Final Geotechnical Report"
Updated geotechnical report will be uploaded separately from this file.
PRE -BID MEETING MINUTES
Meeting minutes for pre -bid meeting and sign -in sheet are attached for your information.
BONFIRE QUESTIONS
Questions and answers submitted through Bonfire are attached foryour information.
MATCH 11NEiSHEI C . e 1 1 "-:'o. ,!
I 1-- oo
I m owa, eerMP IMw
I I ' II m anm• I IP. P.a, ma my�
iPfF. NArmSf%PE
LEGEND
■
■ ■ ■ � ■ �
.
�� r aworLiL PA LEIffNT�
� .• a?VGQ£]E fUTMOPK• "
®
_ .
.
s• aurae
s
. I
svMXxsw caROP L.a'" u s
- a
90EWAU6 ro PRa°a.SEO smEwAlxt
IYIR QPAHSlLW XWIS PER aTY aT ', a, L
PD.4T bMIY OCIAA OeI6
- ee�
GRAPHIC SCALE
L
1 I I I C(�JI/^//� 1f
I 1 Pafl-O-Pot
I -•
I -
H
a •Jl \
I Iw I
�F W
is 71
t Y
1
I I I I I I 1 I I I\ I.... — I AOA SPAQS .•' I ..
I I I I I I I Ir I SINPr�' (nPJ '� r
I • • EA
I I I I I I I I La 11 8 EB "
� �� s�iNm�sw nAvw c rm E NCKfRY BLYD •
I PEpEsn°a�Y rnaaxuK
I I
I
I PMY )IPEY�iI aLEIAi(.0
I RAID 111,
II I
KEYPLAN
SVL( 1'=1000'
6OYAR6
O s dY 31:
Y aR.4T N La/G .R!►AIX ®C i'AC � f..i
c/Yw,x,unex rarw-NOrAm'rtr
C/i wNoR.@GrNY �GYrEA Sz.T. AMp ei68a[ SI.
—'r
ev St
®InaY.ec x airs7 N arc .sa,acc w-
o,r afylaPLww 41q AMeh' C9fe'C
� Gd. a* NI£RSfC110V ? L NGieYHq. AW
SYUYDS SZ
BEI:-52[J7
CowmAx avTm TABLE
Mr NPMI.p [wfNp coyrAx
I w�ipuQ xmv�+
I a Iawma zueao
I , I epwax a>:�n
I or. P mono
R I rraanm I rmu
a I ronmar I rrmpr.
r. I mu um I »Yvsa. I
o I olnr.m I :vro,m I
r. I maoN nw.ru 1 PT
'�aS202r teaSue nail and parkins, inc '°°I° C2�a�i`4 City of Fort Worth, Texasp 223107
P FORT WORTH �''
�.... �....'.:� connNalnn Plnn. ro. ahe•I
°, Pb r,T.a '2aa nrn �� Sycamore Park, Phase II 1.12
SITE PLAN &DIMENSION CONTROL PLAN
umer.»o�suaor n,lmllwl, l°Iau- NOV 2024 '`,2„\.�'� onus oA,aAbH (1 of 9)
nrisinn I by dmn r et
.a��unT[Rx.nmFm,+w. — c = �rwa,rn.n 1 ��T�o uowlarnw cLc n... wcw.. a � P
v.a,wM. me I K vt�nc°Fr.Lmn °onanlErLnuwawora �
R.R,.x,xrnca..NxNa °A.aBTu.WDTN� d _ -0
WATER WELL HEAD -30 GPM TYPICAL POND SECTION
004
feague null and Perkins, inc FORT WORTH
111
- � I rerLLs�ucA �°.�.A.d..:..3f lwt lmwa
.. _ ne.l mlf.Pn by daro I IFEfB r]af>a
\
\
^AVUA1IL; KtSVUK(:t5 NU I tS"
_ _
_1.
].
NO awnc RcouRGc uLounory PUR IS Rcauwco.
CONTRACTOR WILL BE REQUIRED TO FGLOWBEs'TMANAGEMENTPRACTICES OVNNO
DCMOLITON OF—TING POND.
A PIBHFROMTNEPONDM NOT.LLOWEDTODCPCLOU DINTOEVUMONCCNCta.
`.L
B. DURINGOPAIHNGOFFONG. ANV'FIsNI I ERTHArI]•WLENGTHSHALBE
OD. —AND ✓.EPTA VEFORR—TIONTOAHOM ER PARNPOND
COORDNATE V.TTH MW OF FORT WORD. FOR LOGTron.
TORE THE CONIMCTOR ALLOWANY FISH TO BE LEFT IN PIAIN VIEW OF
1
C.AT NO SHOULD
7HEPUa1GFISN WMIOX 00 NOT SIIHVNEn1E GTGHING AND RELOUTrory SXAL BE
OESPO
...`,
D ES MMAr BE RELOGIr• EO WITH FLSN OR INTO POJACFM cNEEX
^POND NOTES"
-1.
'
OVER E—TE TO—V FOR PLACEMENTOF SOILSAND LINFRTO AOHIEVE
j l
.-r.
PROPOSED POND I—ATIONB.
ONPUCFOFLII FOLLOW POND GO —ON SEOUENCE AND POND LINER
iNsiauGTIOrvSIVMR�IE�VERry 6GFFATER) TH,s SHEETANDMANIIFACTURERS
].
/ •yl'<
a.
IMsTAUTIONOF POND EGUIPMENTTO BE AS SHOWN IN THESE PUNS AND PER
M I—TUERS NSTNU-014S.
ITISTHERESPONSIBIUT OFTHEOANTRICTORTOVEIBFTPI.LGRADEs.IFACONtt=IS
FOUNDTHECONRiMRSHALALERTTHEENGINEERFORGUIDANDEWNTRACTOR
r , /
I 1 x•
SH LNOTIWOAW0.YINBTALANr VWMEMENIS(NQUDINGMNDBASSOCNTED
U ENT)IN CONFII r WITH GLIDING INTENT.
MA�.� •••,• x•P�o�.n..I
al9TA2 EtETa
!.
00 TRACIONG DETAIL
anrflls , A
s
x�-airsTa ax .suwDr axG
ZJV .LaPIIEIT . C/t O�YAr1N
Burr ? C/1 ; 9am'sr. O'
IXrC1A ST. A10 MS'!IG' ST.
fIEL:.SLtIC
N 9ss
Y wsr' N GOLD sa w.< flT.D
nrM a'cA orL HLQRr
a D m am__.Wus)�cvt
cF'W¢asr Xr Hcvaraa.
� . .........
MO STC.w Sr
GRAPHIC SCALE
,m
!l0eYs3 �.. w.wa.I.mrl
01 POND LEVEL CONTROLS
zL�
Oi BOND LEVEL AR ON
�� v III •
I
_.-
'�+r.�u��iS=
:.clR City of Fort Worth, Texas
• -F �'
1=40' %•�, �� I Con.Irvnion Plcn. ror .h«I
"I d...N'a ... Sycamore Park, Phase It C1 21
d.12— , tn p
NOV 2024 �=ao`Nc-_/•lam I POND IMPROVEMENT PLAN J
R
MAT 1NE SH T C1. \. wo mea,rcaoN
I I ' _- . d '• LOIIHf qK'M-AIO SIYG ,.IM'
- l
• - •.. _ / \\ f lIY N]PM a'4>L a'f baZPT
KEY PLAN N51GW`0Y S�f M]IdTd0.
N07ES
I _ _ _ N I � I I I �. _ � 1. A(1 EYCI YAlIOV f QHYGO¢NT 9GIL
-I- A _ _ 1•PEMaMRDWA�AN£YM
I I
., I QDnT/l FfAXfl OIY SiTI�Clnas
s
,m' awassmus
,
\ nuM sz oM low s�f
IN S°aT wACCTARE mw 0�iA NIP
w allifR QEVAn0( N4EE55" d`1VIIfID
I i -
1.
s_
GRAPHIC SCALE
I
i
I
I -�-,.- �_�.:e.=::^ ,� _ ,• - GRADING GLEGEND
_s
Z.
- v xAmvrmxa• war
c�
------- � - ^°.� war asArimcrr me
�'- e, PRUIMsaraArro
I 1 MDENJUMn /, I }ea ue null and erkins, inc
,s°I• d Cif of Fort Worth, Texas
g, ...,.. •, P w . • FORT WORTH 1 � 3a ♦ ', Y f.nMrv°Iue YI°•.!°. ,
w..„a>....>.,,> • shoo,
n•Y,. �,� ..� �Q..—,�, L� � Sycamore Park, Phase II C7.22
I I arw,»Gam,: d°I° p !'� "`J=— •.E PARK GRADING PLAN (1 of 6)
:. \ •.. rwu�en I by dab ,au�wa>, NOV 2024
----------
HAT-nE ST
f
tecigue nail and perkins, inc
qno. reviden by d...
I NO 7ES I �
A� III'N av��T.
Aft = iemAnov.wAn ee - orAs
F
1"=30' oRTWORTH
to ,� � ::
dW. AV
NOV 2024
MOM=
o ear:
MTMUM9'rWALC Old22rmAFAnf
GRAPHIC SCALE
Ara eam'sc
GRADING LEGEND
JAM
Eta
KEY PLAN
City of Fort Worth
'T...
ConsPI... tar shoat
Sycamore Park, Phase 11
PARK GRADING PLAN (2 of 6) I 0
GRAPHIC SCALE
KEY PLAN
I A107ES
OM
Al SIM WQ7� ff�
WLM �M
AlS`VT AW�*`PA� 0? =10?
ANa R imim ir—'
II
MA LINE SHE T CI.23
aAvacaea
—'r
CA X�SZ. —
�
a�smv
GRADING LEGEND_
-----------------
—E-- A teogue nall and per�ins, inc scale City of Fort Worth, Texas
wo I "=301 j"
FORT WORTH
Sycamore Park, Phase [I
date P.c C1.24
* nppia PARK GRADING PLAN (3 of 6)
b, data NOV 2024 , �F�" I I
MATCHILINE SHEET C1.26
� . . .. .........
J
GRAPHIC SCALE
— — — — — — — — — — —
II
. .... ........
I MOMS I
AYIN —1—
�r WX OF AA— .1M
SWANN* GRADING LEGEND
LM
...........
___J L
'A O'C
I r
MY FILM
—ENOUM.1 teague nail and perki inc City of Fort Worth, Texas
WORTH
=30'
FORTWO Sycamcore Park, Phase 11
d.I.
Ilk <9
PARK GRADING PLAN (4 of 6)
NOV 2024 jzdvaw_
tnp
-INSET _A -_-----
SEE INSET A'
1 noo�nJum n, Q osao:a teague nail and perkins, inc
I �.J NJrp«dW:eb;. FORT
I I I
I I I .n.oxJm rb mi.oJ..2aa,.
\ne.l —4i.. I by dato no. r-xm w�iwMi .,00„w,.,o,ws
1 I
MATCHLINE SHEET C1.25
WORTH
dato tnp.
I 14eJ11
,�-
NOV 2024
PT NO. RET WALL ELEVATION PTNO.I RETWALLELEVATION h
` 1 StiII B/W Jett I I m f"3/6a B/W SIBe
- I 2 ssaBl B 5564 I mspu B/W J4az
:41 1:4 I zl I i�i'slAr e/y JAf
a M41 s4ee I I m snr B Jrda
1 s 1 5561
I d I SSBO B/B Js40 I I JO �JJd2 1 A/A sJ5.1 I
I T I � Jaed aAA��'Sxio I I J+ rJJ6Jl e/W star I
a I 3M "w .0
9 I .0 1 B/w=r w �r sx.r 4/►'�s
+ns l e/IIJ92 Ix � JAe 9 JJ30 I
t' I 11 I sad I B/w sf5d 1 Js I (IIIJMJ I .St6r I
I tz I +sae I B/IIJa2 I 36 I 2P SIeY 1 tl/W S1I9 1
ff I u I sue I s4a9 I a9 I JSir 9r.4 I
It I to I 5/aB I (�/�L.slSe I as ial BB//�[snt I
I n I �sao B/w sN.O 42
I to I s415 q/N Jaxa I sn.el BiW sn2
t I +9 1 r s.12 B/M J.SJ I 1 4J Sn.B1 e/W �tr I
I m 1 Juo I e/W Jae I I 4A ssa9 eiy sza0 I
1 21 I sas l eitp 1I40 I 4s ,saes 1 e2aa I
•/ II J4¢91 B/W BIBY I 46 / =21 B/W=7
i� I 2J I Ja.9 e/Jj'91.2 I41srel B/W=7
x I 5w91 sas I 4B .46f I B/WJ 7
KEY PLAN
GRAPHIC SCALE
INO7E5
I. A(L E(GVAl1eV ! EIetIA2IXi51lALL BE PBBpdIED N
/ AaaMWLE tW1N Caul AfA?Pf d alY
� 1 As 20 lEffTAMN 9N(L X NfA9iB1 aUS
\ 1 Aa eWfS B1NL &' aaarBbrBn NM (L4 MAN 2i
OYO.S' O 1 AAe AE MWateAW Q?MY¢'£ >POePAa3 AlE m1t 7 PAlfi1: eP VRfR
_ ! flEVA1N\( IIe£S 4Xr:WD eMERYrg eV rMF P(.N6
tt
+ _ GRADING LEGEND
JIM f1E'sd.'SPOr B£YAa1V
2 �. PAv+sB �draBVAmw
� mansB Pmmvr o- ceta
=wwsffd.ae2
cm7N5 aNmNs
eBwuoea
y s:
X-0 SEf N a- SGOOff a 27C MCd]ICeT
ff y1 ffYAPBV BBHe ANC M, Ala mw
1,4W' IFSI ff 4L ff NiBBSCNIV ff Ctl[(A Sf.
AM Bssnx S/
Ma
Y'W4TNaNCsa!Y4IKH IIYW.ff
CA W E NaJ]PY BLWl, A/a Bda 9,B FAST ff
NBffE��CaN Iia ysla ANr
- - aBt�sa.rr
City of Fort Worth, Texas raw2a+or
Cans1-1— plans for shoot
Sycamore Park, Phase II C1.26
- p` PARK GRADING PLAN (5 of 6) 0
Q
I NOTES I h
\ GRADING LEGEND
\ - -_ _ __ -_ _ f. AIL fxG1VAmY1 t tLBANARNr T& Bf PLR1C1Pl2D /N
PM cm'mw'�oTa ma pc0.a µmks cm>Ev/mraer n
--------------
+sme�
-----__________________ �A41Ytl3D OTTaLP a�OPHX 4 AQEVA110•(aNLA'AYN)fFD amRRMK� 7M1£ W P /VS
KEY �. ta�aaxnaAa GRAPHIC scuE
-------------------------
LE
r
_
- C �
�� \ aL
-
1
_
\ _ _ _
I _ - xansrN cas .vtwA'arc rn•xmnean
\ - a •-.�' ' _ ------- a X—LVmA A)A: fin-AIO®A:
I. 1 a' CA KNfWYLllal 0, GWA SG
-,� CA CFWV1ff W C N YHIO. Na
bao+�M•+ 0 I+=•I tea ae nail and erkins, Inc FORT WORTH °aI• ♦
g p ry y�, ( City of Fort Worth, Texas
I I f v w u art ,sw ,w 11 RW13101
1"=30' •� ,� comfrvalen Plana m, shoot
I r ew•^^•* •• Y•I� ",� I Sycamore Park, Phase II
I .,r.t�. a ..me.:.,�. dam / MpI br a.l. I ..a."`."'"".,eo,e..,00 e.. .. PARK GRADING PLAN (b of 6)
.—. ._. .. _ . :mu�oi vn NOV 2024
EXISTING CANOPY COVERAGE
�1'y /fd• 11 rN -�- GRAPHIC SCALE I ) CANOPY TO REMAIN
I •� s.� _ • 7rl �awwc sYiu: t' - +sC CANOPY TO BE REMOVED
_ •y!µ .� Di_ fin'!-- - .V :W �`!i
TREE PROTECTION FENCE
% �`-+ _ - / •I le'ALSXxAf�.lrcc 15T.mAxsrll �=-WORYH-U-FORESTRYPHASEI
1RE PARK
�fmu s4 SIGNFICANT
R OBH SPECIES AREA STATUS
TREE N0.
q ..�'? -vl ',• Mom. / (CRY OF FORT WORTH- URBAN FORESTRY PHASE I I tihtsv r I
SYCAMORE PARK
t . I perAN Rmr° I
- _ INET URBAN FORESTRYAREA SO. FT. ACRES ms6 nM°
tll
/ _ ® IIO,�W�ss, PwveRIY N2A I 2en]fl.sSl s.ml I I
_ - . - / PlaAAROlYFM YPIIIIC� UMY CW.t�4W Nt mv.et ta.711 n ' I
I I + Sf 1 usn•n
It
NETURBAN FORESTRYAREA 12.A25.5]<]1I SSWI �]
I 11 I 12 a'I umrn I
IIREOURED TREE CANOPYAREA soFTACRES is I u s,e m wAn I
_ -• ' r . � HAND l&C, a,faPY WJePA°e MTro -� .A -� $�°
ML Nm m=.
- aEawentlA� mArz+t sa n ree me v
REOUED CANOPYCOVERAGE M7V241 18.)1
PRESERVATION/RETENRONOF I myyI
EXISTING CANOPY SO. FT. (ACRE S I sras��61
�•" Q Q ,.—etciwc T,se uN°PY AAu ax
,ems ARese9YA9oN aeow>:rteNr t0
.. - O Y1�,.� ADa1aNLL PRE6ER/A11°NOF 1.5X A i Sfl Pin+
193Z113
A.>•
I I
E%6TNG CANOPYTO REMAIN i23174ISI 16W I I s afI rl.irn
w,
pc'
�, aX >_ I f
,
-4301
i i / -_.•� ' � .. +a• f] - I Pro'
+.. % . , VICINITY MAP
SCALE WS
1 N'DENDUN°t Q +mmN Tea ue nail andPerkins, inc SCOIO Cif of Fort Worth, Texas 1°r,2310]
9s .,ae.sa P,sw°tso FORT WORTH ,�=°; 9D �� Y �Ppalrv°ian Pl°p, fp. I sh.a
r°]`'" 0-4
Sycamore Park, Phase II
NAnpdal\Y I d°. ,,,,,Mun NOV4044 URBAN FORESTRY PHASE I p
CIN Trans (Crested CIN Familiar 817a924inil. 817-39247391:
10. Par Chapter 33. Park s Racreatlon-Forasly Sticu m (PARR -Forestry) has fudaddlon aver base on cly-ownad monody Including r10hbWiey,
ApphavN of plena dom at canstlWta .pp —I to swear with work Mull wnaapandlng W-11 he. boon Iosaod. Ponnlb for mmaval, planing or
wuning of sly —Ned Ines shall be obtained ifom PARD-merhy. PdMint, required for preci nsln oho, purposes requires the u alb,shm of an
ISA-C fifictl ArborbL as.bled In Iho pwM4 id no egmnae to la i . Conlod PyFtl ommhy:
www.foMmMW=gov/dopwh Wpa,Wso,IwV(,mwy or OlyTNmPMMda&e1N,mtoanngm u 8171392-5729 w 817r392-5739.
a. Trod pm amid dull m put a pl.. word grotlmgycomWNon boll,,. be Impeded by City Fenster orb halal, w101 cwnplinkm of Is prdfeL
1.4-fast tall, .in link lancing drAbW at the moo dripline WIN bilingual sign on protacly. lending In English and Spanish that ..do. 'Keep Out. Tree
Protection Aroa- CNo Eniro. Aron do Pmloecldn do, Arooles ).
h. No entry, flooding. —tion, parking or slaving of souipmanl or apple' inside Me pmlyds" tree I ..I, willaul City Fishoor approval.
lit. All work hobe wades vv ha fondr, W W done by hand, un— poor appmh Ii gluon by City Forms,
I, Rank 2-inch or larger shall red W at without Oty Fdrealar approval. R00%shall be dean out with a saw.
v. All vino on oak Woo. naluding tots, shall bo palmed wish 9anoml pureoa epmy point wlthln 30 minutes of expowns to prover oak will arms.
b. Assdddmdnt of Damages to Trod,
1. ma CaWolw will ama, imm In the sanwa °roe bnf«a mnmod hawk begins. any domo9a w11 W nvtad orb mponed to No Coned
Admnallsold,
it. The Cormad Administrator will conduct Irbom chocks a the mods, dining 0e c°nimd porled.
W. A check of all Was may vs, Ind. .1 Ne and of Me conlred senior. City Famem , Canimd Admmidmtor, and Carlmdvr will diluted the Inspection.
W. Demagas shall bo documodind by momo to Is City Forosiw with copy to ansad ft. and the Contractor.
v, Contractor may have the opts, of reptas.m.I or payment for seventy damagotl No. at a bcamon to be designated by PARO. Rea.samant shag
n0 mndo on a causer Inch par alter Ina, ads with a mNlmum sV, of mptaods—rd had of 24nch In sapper for from dauugad or Imova whla Oro
Imo than 30.mch OBIT and 24nch par Inch for moos whkh am 30 do,, 0811 or grounds. Tho ConWstor shop tan hand ... Us for the plan0ng, "'Mrs'
drain —don
mulching and of mmester plocadnl Mies for a of not lass Wes 2-years. Any iron Nat dads not.— Ns, 2-ydar ellabllnJud- ashod
shall on ondn"m oleo for by the Canhador to Troa Fund at a to of S20C pot super Inch.
vl. Slight damage shall be de ined, in he opinlad of the Clty Filmus, as damvgo Net may compnimentallam. E Mdplm Induda but ore not limited to:
'caning of Iho (rank Into 0a ambbl layor Y'to 24nch In widsh. but loss Non 1 /3 Munk doumforpnso: or brooking of limbs lass than 24Nah In
Eiametw orlimba less Non 1 rJ monk caliper. whiafevw is less. Slight denago shall aW ,ndude: mmmN or hying doom of p,t,a0 o Imo fendng
poor Is, and of cmNaslbn; Nmlig auipmism.... Pinks WMI, Is cheat tout zdno (CRZ); or ClepoNng of pall I, --to wi,did No CIlZ, but real
desor W Nd Wnk gun 50%radius of Iho ci Z SOghl demOgWach ° W m shall by mos000d al a rate of $100.00 for ch Instenco. Eaday Van fendng
is rat pmpMy placed, euipmdnt orsuppllm atv hawed WMIn CR7 w 1p Is mated wI Wn la CR2.hdi Ea =,Id,,d cam �n'Wna.
W. Modamm do..,..hall ba dafnad. In dim opinion If- City FamMa,, do damage Nat mntdbula.lo Is poor h.,IM and mducad lvngavlty of M,
tree. Examples Include, but are not limited I: aamnq W the trunk Into the amolal ],yet greater Nan 2-Inch, but less Nan 1 /3 the Munk
dreumforama: or broaking of limb, lam than 2-Inch pre diameter, but bon than In hunk miter. Mormmto damage shall also mouse: c,,pcuon of
soil: gmding or filing In 20%al No CRZ an 1 of 4 sidm, but aWbO No bO% radius of the CRZ: or dh.eding of paint or ana nto halal, b0%Islas of
Me CR Moderato tl.mages anal W solwWod If a ma of %Ns, assmsad velum of Me Ire° list coal Inslanso of damage.
"I.Sovaha damage or rommal of toms is super to penally of $200 per dWmdor inch of trans romovad or damaged for Ira°' lass Non 30-Inch DBH
or 5400 per dames., inch fortress 30 IM OBH ar grease, Smers damage or romaval shah indude, but is not limited la: stirring of N. tank a the
cambia toy,, grosser Nan In Nd lank amlmforaca: mroddnl orcausing a dao to Ian; aramago to a sm8alding branch orany branch grawor
Nan 113 of Wnk calipor. Smarm damage shall also, Induda: ampslan of sail. gentling dr filing Moro than 20%of No CFIZ, or within 50% radius of
In DRZ, or on morn than one of sold. Coding 1/3 of Me bumm, moss tthln 311mm Inc 0%lance of the OBH of Iho mark, or allng 4 tab 4-Inch
or ghadtar In dismiss, mthin 4-loot of No Wnk dhoti also ba anoldorod so —damage.
Ii Bmnolws shall be dr,mahad at No solid d unsonmont or at iho lot.. to which do, bans, —WC by pamtl back to maudlin, to ANSI sub.....Troa wiper shall bra m roared scathing to adapted thtlelry obirbaoo. Tram grata than ErKh in capper shag bo mmaSMhad u drg diameter at
breast height (DBH). Tram dim moo: bra romovmd duo to domogo =,,it by Iho Condddor shop bo romcved by nip ForosMy Sdcllon'a mad remiddl
contractor at M. C.—ales M,,ln .
a. All damages M,11 on paid la the City Tma Fund. FNI., I—pMe, or pay for dama9dd loos shall result in a breech of satrad end Nd Cortmolor
Al Is Womotically ussoassvl Eamaes. Damages ea do,Wbad haroln.ha on dvduccd (ram paymon%ahomoNd duo Me Co,Wdw.
MoeARRPROtECI10x.As NOTEOON PIANS WILL eE REOMIREOFOR SEIECTEO TREES
st ID MIN.TNUOM ACrNRY.INa11 NDEDWHEREAN F.-E TREEb10
REMNN M'0 MIN THE WMEDNTE IAEAOF UiiENOEO COnsfilUCIIONTHE (xeTrRACrOR
,HALL vROTEOTTHE 7REETPoMx W1iH Tal• aMPFR ENCWaEO wRH WIRE OR OTNFR
MEw ET aOTONOTNCIN TIETREE THE IMN %To NMUI-T TRUNNOF
TIE TNLE AGNNSTANY INCIpENTAL fANTAOr eY LON'T,Us110N EOUIPMEM.
CLREE BARK PROTECTION TN —
,=I- waxum lossno,- x I".
Y MGM p11MILr etnIX ICrip6
Slssq SWLL eE MTAaim A T.�
RIatE—. ahI¢sa¢�s NoW
Too alrt, Tax antler .rrxr
PLAN VIEW
nepw xF�rvyu�nrsl�yA _ I
d" ImNx
ssMal aelrsu RCr1i
e1apw
O' EE PROTECTION FENCE DETAIL
I sO ENDUM.1 [il laasna2al teague nail and perkins, inc A..d
uluscMF City of Fort Worth, Texas
:..74,;,1a FORT WORTH No"'
` �y A T ,lies plan: H..t
` Inp
sy I Sycamore Park, Phase II
naM etr.afe.aemra tr -tile A JF1.02
1 N. �....anWnss.m ,I by data Inor lcAv rwl, Iwwe URBAN FORESTRY PHASE 1 -NOTES $DETAILS 0
�o EXhS'�TING CANOPY COVERAGE
GRAPHIC /
SCALE I ) CANOPY TO REMAIN
T aR.PMc sour. +13- +Sv \��✓/ CANOPY TO BE REMOVED
TREE PROTECTION FENCE
® I
�C-01—WORTH • URBAN FORESTRY PHASED
_ I SYCAMORE PARK
NETVRBANFORESIRY I50UARE FEET ACRESI
IPRcaeR,T'AKA tm.t�fe� b.o31
�55 FA6lMlNIS II ss037I
UP3AR FORESIiN AREA ]eMl 2as.3]..]t'.eel
_. _w. GWPr COVEMDE wescermw m.m..,
® TOTALREOUREDCANOPYCOVEP GE I m,672.11 16 Ttl
1 PRESEWATDN/PU—G SOVARE FEET ACRES
r 4 IAREA eF peaTW TKE eSNDPr KMecD m.n. aI to
(Y�J^ PRODDED PL G
QVv Y �{/.1fiEGWPY IA[[S b2e006R KR nee 20oeb
�PTP" (Ja 0 b!J O U w fS LAPGlGWPY 1REESbfe235F PER leeE te.2s0b e.
{(� p UPGE GMDPY IR!l3btes09R KR 1PLE b.>Se.Pe DS
/ .. -.. � V �3 O I UYIGEGMPY TAQSWu239l KR nEE t+..oeee e
Q � • lArtlEGMPr ]PEESbt�fJ RERTIeE 2.eam e.
9 p.•��i�� URGE G,bP,'1RFE5 bars aF KRneE ReP.m e.
/ _�__�Sr.L11 1] MEmAt GlAPY 1PEE9 b'Ne SP PFRIREE .100,W eat
/ Q�l 100� STGMORE ST O SnuLL—Y—Eb I..'PlR T2E o00 0.
Q TOTALPRESEWATDNANDPLA G 6249]4.S 169t
I
1... COMMECO.MEGAREAS:
IRCKL OR NOUSTRML USES SQUARE FEET ACRESI
/ - � N .... AKAaPAraNcumawes n2ee.v ,.etl
O r1 <'/y1{I C Reaueoc3„avrcweRAoea PAR„Pp uwaRPx) r..teeul Deel
IAREAOFCANOPYCOVERAGEBENGPROVOEO I 29<9]1]I 0.68I
EXCESSPARKNGCANOPY 139733I O.O3I
Q OO - IFULFILMENi OF REOUREMENiS:
/^(�'� „ COMWRCYLLORNOUSTRs4LWE5 SOUAREFEET ACRES
lJ yJ'J = ]u REawcow,00r wvErucE merz.t to ]t
AREA OF CANOPYCOVERAGE BENG FRONDED @1,914.5I t0.9t
EXCESSOVERALLCANOPY 9730204I 223
ILM 5CHEOULE
VICINITY MAP
_ - N, • •�" SCALE 1J75
I t I ADDENDUM /1 Q t2/0/2c�Dlo City of Fort Worth, Texas JO3
tea ue
nall and erkins, inc Y 9PFORTWORTH ,�=ISO'I DRn„,aa�annan,Ea.0-1
Sycamore Park, Phase IIeVFI tnp URBAN FORESTRY PHASENOV 2014 =4
NOTES:
1) Canlactor Is mapan attIC for achaduhng on anslto Iaap — of Iho City Mors b be plantaa w M me Park S Racwallon i Cny
FaroMola ofllao pnar to incbaobon, Pravlao 72 haura mlalmum notice,to 817J92512g or 017-393.5739 ondfor
CIIy—panaltaplortwaMlaaas.gov. Tra°s Nat haw not boon Inspaaod toner to Dbn6ng are wblaa to reloalon.
2) Pdmta wbstaNing any ROW flea species Eue to avapablpry, aua0ty ar other reason, a revLsed Iree pelmlt shaA be aaminad horn PARp Gry
,_r bafom InaW dean of the prepowtl spcdos Gangc. Conbd: 01]J92S]29 ar 01]J925]39 ar CilybcepenMtaQfortwaMloxm.gov.
(City C. 33-1.6.7)
3) Conbaaar to in%IWl gator bags an all now —and 60 wild water. Tram. Ip be malntalnad for two yaora,
CITY OF FCRT WORTH TREE OUALITIr SPECIFICATION:
Trees shell net —signs of prolonged ox-re abase or averwalnnng as Intliwtntl by witted, shnvnlW, or Ill leave..
ll. The sea Wnk shall be mlahvaly seralght. vemcal, and eee al wounds. sunburned areas, ounks, waad cracks, crap leakage, signs
of baring In-ool. galls, rankers, plydling Ues, or lesions.
AL Clear Wnk should ae no more Than 4D%of Me total heght of the Iroe.
N, Main brass, a ahall be distributed along one central bade, eat clustnmal IopeNer.
v. If Ma leader was hoadtl. a now leads, (with a Mm tarmmal bud) at IPast ana-half Me alter of the owning - shall W w sent
,I; Trem phWl not have dead. Wwaaad, brehon, dL^toned, ar allolwha insured bmndloa.
vll. Trees anall ba wolkauppode0 wI1Wn No root boll without any mean of supplemental staking ar support.
All.Reat nor, shall be vldbin wlv, We— aMn,AMaI,oats and free from dmling roob. (City Cson 33-1,6.])
_ I 1 1 ADDENDUM Il z. 1
I
.I I
I
aa� Reaaa . a LLwa�alr
a la .awaaw re,ean 91
SECTION VIEW —°°°T°N+°+°n°*uVeToD.,
OTREE PLANTING
112/05/21 :tea ue nail and erkins, inc 50OIO City of Fort Worth, Texas �Veai�g�
1211 ILkLwJ..pdr.1-1. FORT WORTH N,A ♦ P-04
C°nslrvdionPlumor sheaf
1- FORT �7 °'°"' ° N �� Sycamore Park, Phase II JF1.04
n r the wwwaewau,m pe dald URBAN FORESTRY PHASE II - NOTES & DETAILS
I by I dare "waq L� TUM u
004540-1
Business Equity Goal
Page I of 2
1 SECTION 00 45 40
2 Business Equity Goal
4 APPLICATION OF POLICY
5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.
6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises
7 (M/WBEs).
9 POLICY STATEMENT
10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations
12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
13 2020 (codified at: httDs://codelibrarv.amle2a].com/codes/ftwortli/latest/ftworth tx/0-0-0-22593) apply to
14 this bid.
15
16 BUSINESS EQUITY PROJECT GOAL
17 The City's Business Equity goal on this project is 6.52% of the total bid value of the contract (Base bid
18 applies to Parks and Comnnu nity Services).
19
20 METHODS TO COMPLY WITH THE GOAL
21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the
23 ordinance through one of the following methods: 1. Commercially useful services performed by a
24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business
26 Equity Joint Venture/Mentor-Prot6g6 participation, 5. Good Faith Effort documentation, or 6.
27 Prime contractor Waiver documentation.
28
29 SUBMITTAL OF REOUIRED DOCUMENTATION
30 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall
31 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or
32 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City
33 business day after the bid opening date, exclusive of the bid opening date.
34
35 The Offeror must submit one or more of the following documents:
36 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;
37 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if
38 participation is less than stated goal, or no Business Equity participation is accomplished;
39 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
40 all subcontracting/supplier opportunities; or
41 4. Joint Venture/Mentor-Prot6g6 Form, if goal is met or exceeded with a Joint Venture or Mentor-
42 Prot6g6 participation.
43
44 These forms can be found at:
45 Business Equity Utilization Form and Letter of Intent
46 httos://apes.fortworthtexas.eov/ProiectResources/ResourcesP/60 - MWBE/Business Eouitv Utilization
47 Form—DVIN 2022 220324.Udf
48
49 Letter of Intent
CITY OF FORT WORTH [Sycamore Park Phase 11]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [104193]
Revised October 27, 2021
004540-2
Business Equity Goal
Page 2 of 2
1 httDs://anus.fortworthtexas.izov/ProiectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN
2 2021.Ddf
3
4 Business Equity Good Faith Effort Form
5 httns://aDns.fortworthtexas.eov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort
6 Form DVIN 2022.Ddf
7
8 Business Equity Prime Contractor Waiver Form
9 httos://anus.fortworthtexas.eov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
10 Waiver-220313.udf
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
Business Equity Joint Venture Form
httns://aDns.fortworthtexas.izov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint
Venture 220225.udf
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL
RESULT IN THE BIDDEWOFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID
REJECTED.
FAILURE TO SUBMIT THE RE,OUIRED BUSINESS EOUTY DOCUMENTATION OR OTHERWISE
COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-
RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS
AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.
For Questions, Please Contact The Business Equity Division of the Department of Diversity and
Inclusion at (817) 392-2674.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised October 27, 2021
[Sycamore Park Phase H]
[104193]
ADDENDUM #1
Sycamore Park Phase II Construction
City Project No 104193
12/3/2024
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. Jeremy Nelson — Project Manager TNP
3. Funding —This project is funded bythe 2022 Capital Improvement Program and by Texas
Parks & Wildlife Department (TPWD) grant
4. Scope of work
a. 10" trail
b. Parking lot on south end
c. Enlarged pond that will require liner to be removed, increase size of pond and reline
using geosynthetic clay liner. Pond will require a well to keep the water level up and
recirculation equipment as shown on plans.
d. Flashing pedestrian crossingwith striping and accessible ramps to connect to
southern park across Vickery St
e. Cut material from pond to be taken to the north end.
f. Existing bridge #1 — wood slats to be replaced and bridge to be cleaned
g. Existing bridge #2 — Removal of bridge and abutments.
h. Striping at existing parking lot
i. Iconic pavilion in overlook area
j. Grading at switch back ramps
k. Porta pot enclosures (1 in base bid, and 1 as an alternate)
1. Security fence at north end
m. 2 pavilion alternates
n. Monument signage
o. Electrical and water utilities as shown on the plans.
i. Electrical point of connection to the site will be provided and paid for by
Oncor.
5. Existing Features
a. Bridge improvement
b. Trees will need to be protected
i. There is open space for construction activities but will need to be aware of
no parking equipment under trees that could damage critical roots.
c. Maintenance Yard is next to park, but not part of the project
ADDENDUM #1
Sycamore Park Phase II Construction
City Project No 104193
12/3/2024
6. Staging area -to be coordinated with the City
7. Wage Rates (refer to Specs)- City funded projects to follow the prevailing wage rages set by
City Council.
8. MWBE Ordinance -The M/WBE participation goal assigned to the project is 6.52%.
9. BID SECURITY BONDS -Required for all contractors/bidders 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.
10. MAINTENANCE, PAYMENT AND PERFORMANCE BONDS -Only the successful bidder
must supply these bonds, with the following requirements, at the time contract is awarded.
11. METHOD OF PAYMENT -
a. Contracts in excess of $100,000— Both Payment and Performance Bond shall be
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 Bond 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.
12. FINAL PAYMENT -The retainage check will be issued after the punch list is completed.
Upon acceptance of completed punch list, TPW will issue Final Payment document,
received by Project Manager, and processed to Fiscal Services Department for issuance of
payment check.
13. PERMITS - Contractor shall assume the responsibility for obtaining the necessary permits
to carry out the work.
14. 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)
15. Project Construction Budget - $4,100,000.00
ADDENDUM #1
Sycamore Park Phase II Construction
City Project No 104193
12/3/2024
16. Questions to be sent through Bonfire
17. Addendum to be issued with questions, answers, and pre -bid meeting minutes.
Project Name:
Construction
Time and Location:
Project Manager:
Name
4. ftk r
s.
6.
�' Rrinn�m��Yl
9.
� g• I--U �-2 f-1ei � h
10.
11.
12.
13.
14.
15.
16.
Svcamore Park Pre -Bid Meetina Sian -In
Sycamore Park Phase II
December 3, 2024 at 9 am @ CH_MZ_06A
Melissa Perette
Address
�40� Nc,'r
Phone
E-tilail
Company
CcnSm}C,, Icy,-,
\n"f \;C-(—gcgGt, CY�,(6m CC- Cerea:Lk
e�timcmr�9Q c�c.t-Bcus
pnan@
1 Wkf Aa i)arrn<mr93.con
-i o---�n G C-ol-econ r r rn
0 C
Y) CGC Ge_�rrrA Con'h7XV,
�j nth S�C.1 r CCY15 ti't-!Cl?c:�l
C'�i� C ans�rvct-ic�
i
ADDENDUM #1
Sycamore Park Phase II Construction
City Project No 104193
12/3/2024
BONFIRE QUESTIONS/ANSWERS
1. What is the engineers estimate?
A: The estimate will be given at the pre -bid meeting
Construction budget given at pre -bid meeting was $4,100,000.00
2. Will vendors that are HUB certified also count towards the equity goal?
A: HUB certification, is not a certification that MWBE accepts towards the project
participation goal. It will only be certifications from these certifying agencies:
*NCTRCA Certifications - https://nctrca.org/
*WBC- Southwest Certifications https://wbcsouthwest.org/
*D/FW MSDC Certifications https://dfwmsdc.com/
*(Federal Only) Texas Department of Transportation
httns://www.txdot.Ljov./about/divisions/civil-rights-division.htmt
3. Does the City of Fort Worth have a registry of MWBE contractors that we can use to help
achieve the participation percentage.
A: Vendors can reach out to our office to request a listing of vendors at anytime. They must
complete the form and email it in. Linkto form below:
https://www.fortworthtexas.gov/files/assets/public/v/1 /diversity-
inclusion/documents/2021 /request-for-listing-form-2021_1.pdf
Email: DVIN BEOfficeefortworthtexas.gov
4. Line item 25 in Unit 1 calls for 1 water well. The plans does not provide any details or
specifications for what the well is supposed to look, the dimensions, or what connections
need to be made for it. Could we get some clarification on what is expected for the well.
A: a. Please see detail 03 on sheet C1.21 for proposed well head information and sheet E3
for electrical information associated with it. Please note that the exact/final location for the
proposed well will be coordinated with the driller and the city.
b. The design intent for the well is not to provide d rinkable water, nor irrigation, but to keep
the water level in the pond consistent with evaporation rates.
5. Can some some details and specifications be provided on the proposed pond equipment.
Locations of the equipment is only referenced on sheet L1.01
A: Please reference additional information on the pond and associated equipment on sheet
C1.21.
6. Can pavement areas use an extra inch of concrete in lieu of the time treated subgrade.
A: No, the Geotech report does not include that as an option.
ADDENDUM #1
Sycamore Park Phase II Construction
City Project No 104193
12/3/2024
7. Spec sections 011100 - 016600, 017123 - 017839, 033413 - 038000, 312400, 312613,
330513, 334113, 334600, 334910, 334920 & 334940 and plan sheets UF1.03 & UF1.04 are
missing. Thankyou!
A: The link below provides City of FW specifications listed. The link is also provided in
section 00 21 13 - Instructions to Bidders. Folder 02 Construction will have Specifications
folderwith allthe City of FW Specifications.
https://apps.fortworthtexas.gov/ProjectResources/
The two missing plan sheets will be added to the addendum.
Does the estimate provided include the alternates?
A: No
9. The cover sheet list table states four total pages under forestry, there are only two included
in the plans.
A: 2 Additional sheets will be included in the Addendum which contain city Urban Forestry
notes & details.
10. "Proposal Item # 29 Electrical / Lighting Allowance"- Is this going to be an allowance?
A: No. Electric & lighting will be bid as a lump sum item.
11. What is the anticipated NTP for this project?
A: about 90 days from opening bid
12. Links provided in the specifications to access Business Equity Goal forms do not work.
A: These will be added to addendum
13. Will Addendum 1 also include a summary of what was discussed in the Pre -Bid meeting.
A: Yes
14. At the proposed landings with retaining walls on sheet C1.18 will guard railing be required.
A: Yes guard rails will be required at landings.
15. On sheet L1.02, existingtrees are shown to be impeding on Alternate 1's location. Should
GC include the pricingto modify or remove existing trees.
A: The design intent is to tuck alternate 1 under the existingtrees without removal.
16. Is the GC required to fence the entire project site.
A: Contractor will be responsible to restrict access to the site during construction. There is
currently an existing chain link fence around the southern end of the property. The
contractor may use/repair this fence during construction. The existing fence will be
removed at completion of the project.
ADDENDUM #1
Sycamore Park Phase II Construction
City Project No 104193
12/3/2024
17. Section 00 41 00 Bid Form, page 3 subsection 6.3, please issue updated bid form sheet
showing total base bid and alternates 1-3.
A: The requested information is shown on sheet 33 of the spec docs. — Please be aware that
the bid proposal has changed with Alternate #1 showing an increased quantity for the 42"
ornamental metal edge protection.
18. On Sheets C1.22-C1.27 there are existing contour lines but they do not show the existing
elevation. Are the existing elevations available.
A: Yes, updated sheets to be included in addendum 1.
19. The electrical plans showthe installation of fixtures forthe pavilions that are part of
alternates 1 and 2. Is the electrical allowance of the base bid meant to include that scope
or will line items be added to the alternates.
A: Electrical connections and fixtures for the alternates will be bid as alternates. Already
shown as alternates on the plans.
20. Will the contractor have to contract out Oncor for the new poletop transfomer, removal of
existing pole, and replacement of pole or will this be coordinated by the city. if the city is
going to coordinate with Oncor has a estimated time frame been provided for when they
expect to start and complete their work.
A: The contractor will be responsible for contracting/coordinating Oncor, not the City of FW.
We did a service request with Oncor, coordinated the scope of work with them and they
have a design developed for the project. They are waiting for the contractor to let them
know when to proceed.
21. Do you have the contact information for the representative so that we can reach out for cost of
contracting them.
A: The cost for the transformer and point of connection will be paid for by Oncor. The
contractor will be responsible for everything downstream of that. The contractor will call
Oncor to coordinate the timing and exact location.
22. Are there any plans of the existing irrigation that can used to determine connections/taps
for temporary irrigation for the new landscape materials.
A: Irrigation meters and a fire hydrant are available on site for temporary irrigation use. The
contractor will coordinate with the city for the exact location upon selection.
23. Instead of using 6" Lime stabilized subgrade and hydrated time (321bs/SY), are we able to
substitute the lime with plant mixed 1 and 114 5%Type D CTB. We've used this in the past
and it cut cost and saved time.
A: Please reference page 7 of the geotechnical report (Addendum 1- to be uploaded today)
for pavement section recommendations and subgrade preparation options.
ADDENDUM O
Sycamore Park Phase II Construction
City Project No 104193
12/3/2024
END ADDENDUM #1
ADDENDUM #2
Sycamore Park Phase II Construction
City Project No 104193
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.
CONSTRUCTION DRAWINGS
REFER TO SHEET "C1.03 PROJECT LAYOUT
Revised sheets with TPWD Migratory Birds & Bald Eagle Nesting Notes added.
PROJECT MANUAL
REFER TO "SECTION 00 42 43 BID PROPOSAL WORKBOOK"
Updated bid proposalworkbool<to be uploaded separately from this file with "ADDENDUM 2- 00 42
43 Bid Proposal" as name. Biologist Subcontractor line item added.
Bonfire Questions/Answers
1. At what location(s) are the Solar Light Detail -Sheet C1.41 used?
A: Solar lights are not used on the project. That sheet was included to show the light pole
footing.
2. Please provide the location we can obtain adequate power for the Water Well
A: Please reference "Notes By Symbol:" on sheet E3.
3. At what dimensions should contractor install expansion joints for the parking lot and the trail. At
what dimensions should the contractor provide saw joints.
A: Expansion and sawjoint spacing to be per detail 32 12 20-D546 on sheet C1.37
4. Are there any details available for the pavilion slabs? Are there interior or exterior beams or
column footings?
A: Preliminary details are shown on sheet L3.11. CRS, Inc will provide these details as part
of their scope.
5. What documents does the Prime Contractor need to provide for prequalification.
A: Prequalifications are not needed for this project.
6. The hardscape plans only show 42" railing at the proposed pavillion. Can we get some
clarification on where the rest of the proposed railing is meant to be installed.
A: The remaining railing is located at the proposed switchback ramps.
I
LEGEND
lrWARRY RGD.Sl BAtO fACfE x6mG MJJra (FOR PLAN h PROFILE SHEETS) P,
_. I4IIWMl STANOA+D GYI.ffRVA]TJV MGafR6
a .wvnr ar vsrors rioAw.: oa maaAArioc mwmvRcr Fx�11Nr ccaniRcc PROPOc O F-a
♦ .wnr K:[ � rnRr6: G,.n/av[t�JRG. a.T nauo Amur wm e.c
�rlWJ�Rear�ra m6, uR[nnR[PR, KrIUMF c ulmlcwvr
e MN Mr r �, wsi�axr � 20. /Unapt a �nM,T�rMYa IOw[ rtfwz �br .. tw 2nat rilu.Wr ❑ .rwv Nar r[r
_.. _._ _ "�a`1 a rPo® m:Yne'i�a�rm Aa¢ `e .`x`ve womraro wsrt•laua
�J "`-•���Maw �R`�4®�•awaro+mn mo nra,w rovrwruraaozv,L 0 vraa. aa.r �rj�
__PLLrx9FCaATSUMPa�Pr uLrv�a ��vu
TM
'` O.J -'��� `^CIO u�mameorl KOK ina.u[n®rT Rv�xAu rv�.a-.T oaA �wrravR � re[Mrcw.wT � dvarrc wuwrT
-� `t '. �./.� - A ���oxvnm�sr��lR rya mp �rA�ioawawnw ww'�iv oxnvarm cv .�+n ,rK rarmvr
�___ _ \1 L r�Kmc Ksa aew®,c rwrn l[cMm/z�sw. ,arwRa.c .aemu tRell�mrt wvKrc �� ovarw¢arcrrw♦aur
i� - - — - - ,` _ o •ti � I J ��_ 2G nAmc / m rlcucr�sr Y.M�x_� F� ei xin r ✓�[cra�
—_ _� J 1 L Affi.nn .mx ���nnx �♦vvrovrr �A, �w.mr o rm+nm
� _ - — _ _ _�� , I' I 4 p rcrmac�mrrKr x R.a ra rucwc m z+ra rim .wmn • � ra � raw r.m s J nv.c ¢aw,rruc oa,r
1 - _ A`NAI�-M 101ER �� ..r Iv, I J I I - na �m � •w � a�avR �� � Rorw,+rrKw�n�,yrms�om� .I� rarr rtr[ �c oa HRnu. ¢+rr
I � � � � �. Um_wAi�m!<� aft ��ivmn rm�.wf�® l01 Mew [C[Alul� � Imluafr ry oY ym
F __� "�'• 11� 'i I I �mimem,� nrw.wwaamr rum e�azr nrnroevA Ra.mv�o�o.e�ae�.srw'M' o atewc ua..a[ ~ nw uR
__ —.. .���xs_ F.615RG�i�/rmxro.�,A6' nos •A,nar � rs or a.wipT
rfa1EAN aaect i LISIEAN 9eaf1 -
�.a�rr. m u♦n , r' \ rm !¢ Arruxa .. sw snRx wu.mc
aura foe v n, 1 PI.WS fat ��
4 �_FaavT ocrAu7 � / I �rwnFCLwraoxs/ �" raa.o<.w..a�
IC rrAnr.n r,.. wR
CAM" ♦T so. Par
•� yJ �4o- � 1 II I 1
AUP s v vw 2 0
�s ,aa .
��..JI RA VISTA OT - mwpr nme
I 11 I� • _ - 1 � R.�.rrw
I II I�
u a
t 5
GRAPHIC SCALE
tea ue nallpand inc Foie _ -o" Cif of Fort Worth, Toxas cnvzm oT 9 Perkins,P FORTWORTH i`=30G' -��'" �*='.:Fr, YCemtrWionPlamFor
h,.,
�1a .a Sycamore Park, Phase II
;y. .a�,; ... C G f - A3
NOV tnp F4aS `n[N"•`�.e cam ' P.c Project Layout
r..na. I b. I 6.. .nAanyn V 2024 l� DOK nu
001213
DAP- RID PROPOSAL
Page 1 ar2
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
Project Item Information
Bidder's Proposal
Ridlim Item)
Description
I Specification Section No. I
Unit of
I fled Unit Price I Did Value
No.
Measure
Quantity
UNIT I: CIVIL ENGINEERING IMPROVEMENTS
1
Mobilization(4.0%)
017000
LS
1
2
Removal of Exist Conc. Trail
2441 13
SF
57,660
3
Removal of Exist Tree
31 1000
EA
5
4
Removal of Exist Chain Link Fence
0241 13
LF
3.150 I
5
Removal of Exist Curb & Gutter
0241 15
LF
130 I
6
Removal of Exist 24" RCP
0241 14
LF
172
7
Removal of Exist Storm Drain Headwall for 24" RCP
0241 14
EA
2 )
8
Removal of West Bridge
2441 13
EA
1
9
Grading (excavation and embankment/relocation)
31 23 16
CY
30,500
10
Structural Retaining Wall
03 30 00
SF
877 I
11
Tall Curb (Thickened Edge & Sidewalk Wall)
033000
SF
412 j
12
6" Concrete Flume
00 00 00
SF
1,823 j
13
7" Conc Pvmt (South Parking Lot)
32 13 13
SY
3,900 i
14
7" Conc Pvmt (Pavilion)
3213 13
SY
292
15
6" Lime Stabli ized Subgyrode
32 11 29
SY
4,780
16
Hydrated Lime (32 LBS/SY)
3211 29
TN
76
17
6' Curb
32 16 13
LF
850
18
Wheel Stops
000000
EA
4
19
Curb Romps (TY M-2)
32 13 20
EA
4
20
Curb Romps TY P-1)
32 13 20
EA
2
21
Construct Concrete Trail (6'/10' Wide)
32 13 20
SF
82.510
22
Connect to Existing Concrete Street
3213 13
EA
1
23
18" Rock Riprop with Filter Fabrics
31 37 00
SY
208
24
1 /2" Water Fountain Connection
33 1210
LF
220
25
Water Well
000000
LS
1
26
Erosion Control and Silt Fence
31 2500
LF
9,680
27
SWPPP Maintenance
31 25 00
LS
1
I 28
Signage & Pavement Markings remove & reinstall
34 41 30
LS
1
29
Traffic control
34 71 13
LS
1
30
Electrical / Lighting
26 05 00
LS
1
_TOTE.L UNIT I: CIVIL ENGINEERIIvG IMPROVEMENTS
I
UNIT It: LANDSCAPE
ARCH'TECTURE I Pg(�VEMENTS,
I
'Geosynthetic Clay Liner
(!�(fdb
SF
'130,680'
j 2
Pond Recirculation Equipment
000000
LS
1
I 3
Washed River Rock (Stream Bed)
00 00 00
SF
5,267
I 4
Decorative Boulder
00 00 00
EA
9
I 5
8' Security Fence
000000
LF
901
I 6
Benches
000000
EA
5
7
Tables
00 00 00
EA
14
1 8
Trash Receptacles
000000
EA
9
9
Drinking Fountain
00 00 00
EA
1
10
Bike Repair Station
00 00 00
EA
1
I 11
Pet Waste Station
000000
EA
1
I 12
Monument SJWn
00 00 00
EA
1
1 13
Park Wayfinding & Rules Signage
00 00 00
EA
2
I 14
InterpretiveSignage
000000
EA
5
I 15
Iconic Pavilion
00 00 00
EA
1
16
42" Ornamental Metal Edge Protection
00 00 00
LF
990
I 17
Port-O-Pot Enclosure
00 00 00
EA
1
I 18
ReRlace & Finish Wood Planks on Existing Pedestrian
Bridge to Remain 000000
LS
1
I 19
Grills
00 00 00
EA
1
I 20
Sod
32 92 13
SF
77,356
1 21
Bermuda HYdromulch
329213
SF
529,509
I 22
Dom Slope Seed Mix & Erosion Control Blanket
32 92 13
SF
32,805
i 23
Native Trail Seed Hvdromulch
32 92 13
SF
258,547
I 24
Aquatic Plantings
32 93 43
SF
5,934
I 25
Tree Protection Fencing
00 00 00
LF
9,600
I 26
Tree Plantings
32 93 43
EA
68
I 27
Enhanced Landscape (Trimming & Grubbing)
00 00 00
SF
29,400
1 28
Biologist Subcontractor
000000
LS
1
I
TOTAL UNIT It: -ANDSCAPE ARCHITECTURE IMPRO IEMENTS
END ADDENDUM #2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS
Fan, Versia, Sq.—ber 1, 2015 0042 43_Bid Rap sal_DAP-,6
ADDENDUM #3
Sycamore Park Phase II Construction
City Project No 104193
12/13/2024
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
REFERTO SHEET"C1.12 SITE PLAN & DIMENSION CONTROL PLAN (1 of 9)"
Revised sheet with expansion joint location.
Bonfire Questions/Answers
1. Are we to use that same detail for the parking pavement? Geo report refers us to the
drawings for the expansion join locations but sheets C1.12, C1.22 do not call out or show
any expansion joint locations at the proposed parking.
A: See attached revised sheet C1.12 for expansion joint location. This will be added to
addendum 3 today.
2. Are there any details available for the pavilion slabs? Are there interior or exterior beams or
colu mn footings?
A: Preliminary details are shown on sheet L3.11. CRS, Inc will provide these details as part
of their scope.
3. Please provide location and details for Bid Item #11 - Tall Curb (Thickened Edge & Sidewalk
Wall)
A: Tall curb (Thickened Edge & Sidewalk Wall) to be installed at switchback ramp where
indicated on sheets C1.26 & C2.01 using details on sheet c1.37
4. Are the 6', 10' and other sidewalks 4" thick (as shown on legend on Site Plans) or 5" thick as
shown on park details (sheet C1.43, detail A)?
A: 4" is correct
5. Will the 8' security fencing require a mow curb underneath or will it only require concrete at
the sleeves?
A: The security fence does not have a mow curb, just footings at the posts.
ADDENDUM #3
Sycamore Park Phase II Construction
City Project No 104193
12/13/2024
6. Please provide a specification for the four (4) 24/7 Blinker Sign Flashing LED's called out on
Site plans C1.12 & C1.13 for E. Vickery Crosswalks.
A: Contractor to propose manufacturer and product information which complies with
details on sheet C1.38.
7. What is the scope of work for the biologist subcontractor. Is there a list of contractors
available that we can reach out to.
A: Biologist will be required to provide surveys for migratory birds and eagles within 5 days
of anyvegetation clearing activity. Bird surveys, documentation of avoidance measures,
and recommendations provided to contractor and forTPWD records.
8. Would you guys consider providing an allowance for the Biologist Subcontractor bid item.
A: Yes
I I
I I
I I
I I
I I
� I
I 1
I I
I I
I I
I 1
1 I
MATCH�INtSHEO C'';j4
— — — _ _ _ _ � I I I R✓Cp td IRA["�
I I I (ncr. IwOSCAeE
I ' ♦ � I
Poems l
�W I
it
I ` IMT
�-------r----�; Oki
I I I I 11 1
1
I i I I I � I ■
E3 E3
L L L RAw
i
� MP SAIP sw luv2417 \ `E NCKERY BLVD ■
' r�psmw aysswu' ■
-
Ra]o 11PC u! t 91C1i11N
eAw ■
LEGEND
�® r mx�rre v.loer.
.-mvoanr RA/aa21
e- aae
SmAm.t AIO Ca'MECT f1aS1MG
sae¢u.vs ro PtTCW s a,arcs
rlN emuaaoa .o'nm rs PLR ry a: GRAPHIC SCALE
TatT NatM e�TM OSIa
_ C110
ct.+s ct. r
m.0 nea
KEYPLAN
SCALE I' -Iota'
HMM/latS
�.
Y al1 YT N ttl+r .fMAI aT2 IT6' K O-C/[
o1aQrn' IIIIKR 1Rr M Aa) $NC 1,4G' I �
C/: KNr. Ra.' O' UIQN Sr. N° dGS11G' SI.
wss
rerai.a:x ar.¢rN are me".vK rlMa'c
r.r.v c� qt o<F. wwr a a, um ear aa'r
o u rx Nmrscror a' c +omrr slo ,aw
S7CWUY Z
vx'-va rr
COMM JE C0V7;hX MOLE
IYmtI ^'•t+nq [mfha U.tvbfm I
I aaaP,.a so.,aa
I u�snsa
alp
I : a.m. I r�r.n •
I a ..wan I ztann
I „ law«wlsmau
a awnab I nata° I rr
tea ue no[] and erkins, inc
9 P
vw. a�..,
I .Io
„„
FORT WORTH
♦ ar jai
a-;L.I �4
City of Fort Worth, Axas
Y
A",auglmNo..b
I 'r""'
arvroroT
I
1-_,0.
dm�
tnp
S camore Park Phase II
SITE PLAN & DIMENSION CONTROL PLAN
.I..l
1 .12
ds\ •. ..>. n. a•. aura. a a.at,.. n a. a.a.
NOV2o2a
"f°M;b wta. nAtsGm.
l (1 of9)
END ADDENDUM #3 1
ADDENDUM #4
Sycamore Park Phase II Construction
City Project No 104193
12/17/2024
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 "C1.21 POND IMPROVEMENT PLAN"
Aquatic planting instructions added.
REFER TO SHEET"C1.36 PAVING DETAILS (3 OF 4)"
Flume drainage crossing details
PROJECT MANUAL
REFER TO "SECTION 00 42 43 BID PROPOSAL WORKBOOK"
Updated bid proposal workbookto be uploaded separately from this file with "ADDENDUM 4- 00 42
43_ Bid Proposal" as name. Biologist Subcontractor line item has been REMOVED from contractor
scope of work. Aquatic plantings quantities updated(11,613 sf).
Bonfire Questions/Answers
The 6 parking lot poles are staying and being re -used. Plans show to replace light fixture and re-
use underground that is still good. Most of the of the grounds are missing or cut short. Also,
some conduit seems to turn -up outside the base and enter through the grout. It appear that some
of the 90's in the pier are not viable. What should be done about this and are the piers to be
cleaned and rubbed?
A: Please bid it the way you anticipate the scope of work. The winning contractor can
submit an RFI or RFP during construction after full discovery is made of what you can or
can't reuse and we can evaluate the additional cost at that point.
2. Hello. I just wanted to confirm if ya'll are doing virtual bid openings that we can log into seeing
that the bids are online via Bonfire, or if we have to have someone there at the City offices to be
able to get the bid tabs when they are read aloud? Thank you.
A: Bid Openings will be read aloud at City Hall at 2PM.
3. What detail are we to use for the aquatic planting.
A: Please see aquatic planting instructions on sheet C1.21 (Addendum #4 to be issued
today)
ADDENDUM #4
Sycamore Park Phase II Construction
City Project No 104193
12/17/2024
4. Is all dirt from excavation/grading of the pond to be left on job site and reused, or is there another
fill site for removal?
A: The dirt from the pond excavation will be utilized on -site at the switchback ramp area,
and at the northwest corner of the site to construct the proposed land form.
5. Can some details be provided for the flume drainage crossing. Sheet L1.03 refers us to the civil
sheets but only a detail for the concrete flume is provided.
A: Please see the new detail on sheet C1.36 (Addendum #4 to be issued today)
6. Sheet L3.07 detail 2 refers us to a boulder schedule but there is not one provided. Could this be
provided.
A: Please provide nine (9) decorative boulders of type and dimensions indicated in Detail 3
(Boulder Placement), sheet L3.07.
7. Will you be updating the bid form for the biologist allowance? Is it possible to move the bid date
out till after the New Year?
A: Bid workbookwill be updated in addendum 4 today. Biologist line item will be removed
from contractor scope of work. Bid opening date will remain for 12/19
8. Plant Material counts do not match the bid form. Will the bid form be updated? I am counting
12,792 SF of aquatic planting and the bid form has 5,934 SF
A: Thankyou for bringing this to our attention. We have updated the Bid Proposal to show
the correct quantities for plantings (11,613 sf). This will be updated in addendum 4.
9. Will the contractor need to pay for water. Will that include water used for the temporary irrigation.
A: Yes, the city typically doesn't have water available on site and the contractor needs to
get a temp meter and find hydrant.
—AUUA I IL: HtSUUHL:tS NU I tJ_ � `T
�� ArteNlq,b„AaLlQ. Fgyl:p TO RENrnNALYArCR aLYAPON � 1 r�'• - �� `� )r MW OM mdY.r attw
f MO A�MROdACGp6D4n0M PUN aI1itlIPiD.
A0IMTK PUNTRIp WYaCOP! .F ® � , - --- 2 YALLNpEOU"ED TD FOLLOW BET "AWDEIEM NUClKEG WRRq I A �
., CONIRIICTOR SW1LNDi ALLOWAOWTK FLAKtINDGTODT'CI1T. _ IJ' ien lr rq, trNleescaN o�
AIXH ARC TD �\.eCNaTALLCDAT d1AaDKT1C aAFCTY 1 1 -\ AC PIGM pF ON TNEPDND MENOTALLDY.ED 709ER60CAla)INTO YYCM1CItE atE6K CYalAS/Aa)9DSIAx Sr.
LCDOC IIM)CRCt>�GMDR�G FLAN PND trPCAL Pa.D CLCDONI _ _ \ .��`_---
PCNOK hAtna PRGlCg1rANP AND LOO]CN n4R00t1 t 9. DIA°M DRNNNOOFPMD ANY FlGN IAROFlt TIWI]'IN L)NJTI SNYl EE Y [!n: SaFr � CTEO AND NEPFALVE FOR PELDOAItPV TO ANOTNFA PARKPaO.
t/. Wl{EAa1NLLOW,KILNIDftACE FUnMiGECMELYWMINMOaI 1 ^� YNM CRY DF NNR YANM FOR WCAlIp1 aI
.. G:MHACTDp x.LLLTANE rxTpILACARENDT TO o+wccrNc j. - `\\ AneNow ME FlN91�veuwoca TTRMvlve*t¢UTN CNHOUOK LFcl�ounONNW10�[ N ral)YTN LGK SCIYK ax6
' OCORYNTNCIICCUYLNtA C TI rWA Wffc/t DBE xD¢PT
�. DearoxD ar utFmnmr. aw. Na ms iri'rAsry
�•CsiGDOpAYCL iO iroK RWauiT jAtYMOWACTCRTHT...N` 0 ID b
i 9ENFGEDDARY TDaewReN; �.` o. R,LeaNAr eeReiow,mvmm FlaN. oR INroAaAcwrclrceN. � L D�Na1t4CIUl vEtm¢Rrala
'� ,� AIO snluela n
NOTES- GWWC SCALE Qd.,sal.rr
®® � \ ,. oval FxuvATETOALLaWFop PUDEwe]rcFsonsAno Lue+TOAc"FK
' \}I i . - PROCO.^.ED POIA IIEYATIdG
2 CONTMCTOR NIS Ll Ci�1 �NDCDNDTRUCTOV 9EDUENCE AND PDNDLNER
® DETUL4 nRc i,aET AND WNIIFACTURPAi
NG1NtAT CNGN CMENEp6CpEATCP)
''�1 ]. NSIAIUTNIN Da roNO COU IRIENi ID tC Ai SNOW NTNCSC RANGANDPNi
N.WWAC1DERi NCIRUCT10N0
• BMTaeR1T'OF,NECON,NAMMMW°IFYALLCArDE9. TACON M
1NC C.DHIR/.CTOII CNALLAIFRTT2 p10i6P FOP O.RDAHCE CON,WCIdt
eawNCNrymCDNFLKTW GMDNO �NNTana PNCLUD noroNDiAaaDCMTCD
NAaI -' I - PRMOS''D POND •. � .. _ .. >s _-��:=
_ ® •,\ __ � � Ni�� .PFN,iNm]N.abL.m. , ��,:a.R
• NroNPF®„a �01 PtOND LEVELCO N.P
;NTROLS
�iCDETAIL
� _ L POND LEVEL AREATION
uT�
TL_�.� o<...K N.N,„"N)N,r<.NDw.YA.FP � • �,e,e� i 1�
"r.uAma �"�' � ".w.A Avn 1 a w,FFaMFIaa �`f w,. P �
j'i
s.mnumP
naw„n, m)Foa n,N[,wn Tx°F°,n P -
svo
.>,�.. Ova--awa-�caa,PalawDto�ra�A,��
me"'� T. iw�"iN«Ru•�r�Oenuru•�vv.e'wia�w �w+,«< n � '=� ,.k4a�i_,i
WATER WELL HEAD -30 GPM l�1 TYPICAL PONDSECTION -"'-`-
te"ue nall and perkins, inc �DI• _ A4 , City of Fod Worth, Texas Frwvli oT
II �, - FO RT WO /O ]et] P C..._l RTH t Y6 R b.. I.,yh�
"""^°NT•" °") �, �� " Sycamore Park, Phase II
evaLAm µ et).ii1.IA R.. t.0111 .y'i / •�
w�AMnuRn dab ; t T^ c . P.E
"°"a °'.Ya",i '"""''°"�•' Noyxs� ,Maw POND IMPROVEMENT PLAN
8 � L P> I..IFaN eY I aPl. I
I �- • �\ I �'o�u uan fh I
ff��rr��TT����pp arvar roRrwoar«. row py�y — rroarwoani, row �0
CONTRACTION JOINT 321313-0515 I SAWED DUMMY JOINT 321313-0516 &V; I REDWOOD EXPANSION JOINT DETAL 321313-0517
(` aYx*AYlEN F(BM O 13' RC IfJPL 0
N RE81R eC ac na¢ m,
N Aw a re- acc[
!r----J-- 1-,--J-- I —�
;: r I I6' lOf a°aYIVG (RFF pMM1G HANS) I q
`�A// c1a aem
sm Smvmv PM1pP
a I: S slat
N 84bel ac w
/\ ams t
FLUME DETAIL a SIDEY4ALK
y
�I I
"I I
of L
r
f s• r
ID' aLL[
GOZIRETE FLUME
N.TS.
It'ta�c x r/t' ou.
SIL ow) PFASRP
(S�La.G)
� I
L
YVE-=L STOP DETAIL
N.T.5.
oror roar vuanc roes acv >
SAWED JOINT DETAIL 321373-0518
*IEEL STOPS f
N.T5.
tea ue nail and eridns, inc �a1i . r c I Oy of Fod Worfh, Texas
9aa[ Y.w. a �.__ FORT WORTH` �.a—�.na_la,
date
$. JFF Sycamore Park, Phase II
. I m, e,. ;«n Nov mu ¢;1�`c�` ( PAVING DETAILS (3 of 4)
"� _
FIN'R3101
ahc.r
1.3
004243
DAP-mD PROPOSAL
Page I nr2
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
Project Item Information
Bidder's Proposal
Ridlut lmn,I
Description
I Specification Section No.
I Unitof
I Bid Unit Price I Bid Value
No.
Measure
Quantity
UNIT I: CIVIL ENGINEERING IMPROVEMENTS
I
Mobilization(4.0%)
017000
LS
1
2
Removal of Exist Conc. Trail
2441 13
SF
57,660
3
Removal of Exist Tree
31 1000
EA
5
4
Removal of Exist Chain Link Fence
0241 13
LF
3,150
5
Removal of Exist Curb & Gutter
0241 15
LF
130
6
Removal of Exist 24" RCP
0241 14
LF
172
7
Removal of Exist Storm Drain Headwall for 24" RCP
0241 14
EA
2
8
Removal of West Bridge
2441 13
EA
1
9
Grading (excavation and embankment/relocation)
31 23 16
CY
30,500
10
Structural Retaining Wall
033000
SF
877
11
Tall Curb (Thickened Edge & Sidewalk Wall)
033000
SF
412
12
6" Concrete Flume
00 00 00
SF
1,823
13
7" Conc Pvmt (South Parking Lot)
3213 13
SY
3,900
14
7" Conc Pvmt (Pavilion)
32 13 13
SY
292
15
6" Lime Stablilized Subgrade
32 11 29
SY
4,780
16
Hydrated Lime (32 LBS/SY)
32 11 29
TN
76
17
6" Curb
32 16 13
LF
850
18
Wheel Stops
00 00 00
EA
4
19
Curb Ramps (TY M-2)
32 1320
EA
4
20
Curb Ramps (TY P-1)
32 13 20
EA
2
21
Construct Concrete Trail (6'/10' Wide)
32 13 20
SF
82,510
22
Connect to Existing Concrete Street
32 13 13
EA
1
23
18' Rock Riprap with Filter Fabrics
313700
SY
208
24
1 /2" Water Fountain Connection
33 1210
LF
220
25
Water Well
000000
LS
1
26
Erosion Control and Slit Fence
31 25 00
LF
9,680
27
SWPPP Maintenance
312500
LS
1
28
Signage & Pavement Markings remove & reinstall
3441 30
LS
1
29
Traffic control
3471 13
LS
1
30
Electrical / Lighting
26 05 00
LS
1
TOTAL UNIT I: CIVIL ENGINEERING IMPROVEMENTS
UNIT 11: LANDSCAPE ARCH TECTURE IMPROVEMENTS
1 'Geosynthetic Clay Liner
000 00
SF
' 130,680
2 Pond Recirculation Equipment
00 00 00
LS
1
3 Washed River Rock (Stream Bed)
00 00 00
SF
5,267
4 Decorative Boulder
000000
EA
9
5 8' Security Fence
000000
LF
901
6 Benches
00 00 00
EA
5
7 Tables
00 00 00
EA
14
8 Trash Receptacles
00 00 00
EA
9
9 Drinking Fountain
000000
EA
_ 1
10 Bike Repair Station
00 00 00
EA
1
11 Pet Waste Station
000000
EA
1
12 Monument Sign
000000
EA
1
13 Park Wayfinding & Rules Signage
000000
EA
2
14 Interpretive Signage
000000
EA
5
15 Iconic Pavilion
000000
EA
1
16 42" Ornamental Metal Edge Protection
000000
LF
990
17 Port-O-Pot Enclosure
00 00 00
EA
1
18 Replace & Finish Wood Planks on Existing Pedestrian Bridge
to Remain 00 00 00
LS
1
19 Grills
00 00 00
EA
1
20 Sod
32 92 13
SF
77,356
21 Bermuda Hydromulch
329213
SF
529,509
22 Dam Slope Seed Mix & Erosion Control Blanket
3292 13
SF
32,805
23 Native Trail Seed Hydromulch
32 92 13
SF
258,547
24 Aquatic Plantings
329343
SF
11,613
25 Tree Protection Fencing
000000
LF
9,600
26 Tree Plantings
329343
EA
68
27 Enhanced Landscape (Trimming & Grubbing)
00 00 00
SF
29,400
TOTAL UNIT It: LANDSCAPE ARCHITECTURE IMPROVEMENTS
CI YOFFORTwORTH
STM'D.ARD CONSTRUCTION SPECIFICATION DOCUNEN-TS-DEVELOPER AWARDED PROJECTS
Faro, Venim, September I, 2015 Addendum 4-004243_Did PwNuLa4
UNIT PRICE BID
l
Bidlist Item
No.
1 1
2
I 3
I 4
I 5
I 1
2
I 3
I 4
I 5
I 1
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Bidder's Application
Project Item Information Bidders Proposal
Description I Specification Section No. I Unit of I Bid Unit Price I Bid Value
Mcaso. Quantity
UNIT III: ALTERNATE 41
6" Concrete Pvmt (Pavilion)
32 13 13 SY 141
24'x36' Pavilion
00 00 00 EA 1
8' Picnic Table
00 00 00 EA 4
Charcoal Grill
000000 EA 1
Electrical Components and Fixtures
00 00 00 LS 1
TOTAL UNIT III: ALTERNATE #1
UNIT IV: ALTERNATE #2
6" Concrete Pvmt (Pavilion)
32 13 13 I SY 134
30'x40' Pavilion
000000 EA 1
8' Picnic Table
00 00 00 EA 6
Charcoal Grill
00 00 00 EA 1
I
Electrical Components and Fixtures
00 00 00 LS 1
TOTAL UNIT IV: ALTERNATE #2
UNIT V: ALTERNATE #3
Port-O-Pot Enclosure
I 00 00 00 EA 1 1
TOTAL UNIT IV: ALTERNATE #3
Bid Summary
UNIT I: CIVIL ENGINEERING IMPROVEMENTS
UNIT It: LANDSCAPE ARCHITECTURE IMPROVEMENTS
UNIT III: ALTERNATE #1
UNIT IV: ALTERNATE #2
UNIT V: ALTERNATE 43
Contractor agrees to complete WORK for FINAL ACCEPTANCE ssilWn
CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
Total Construction Will I
Working days after the dale when the
END ADDENDUM #4
004243
DAP -Hm PROPOSAL
Page 2 nr2
CrrY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFlCATION DOMA. TENTS -DEVELOPER AWARDED PROJECTS
F.- Version September' I, 2015 Addendum 4-004243_➢id P ep..L 6
0011 13
INVITATION TO BIDDERS
Pagel of 3
SECTION 00 1113
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of SYCAMORE PARK PHASE II ("Project") will be
received by the City of Fort Worth via the Procurement Portal
httDs://fortworthtexas.bonfirehub.com/aortal/?tab=oi)enODDortunities, under the
respective Project until 12:00 P.M. CST, Thursday, December 19th, 20241.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City
Council Chambers.
Your submissions must be uploaded, finalized and submitted prior to the Project's posted due
date. The City strongly recommends allowing sufficient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/response
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
httDs://fortwoithtexas.bonfirehub.com/Dortal/?tab=ODenODDortunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en-
us
CITY OF FORT WORTH SYCAMORE PARK PHASE H
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN-104193
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following: Paving, Drainage, Grading and
Park Improvements which includes 4,000+SYof Concrete Pavement, 70,000+SF of Concrete
Trail, etc.
PREQUALIFICATION
Certain improvements included in this project must be perforined 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 of 00 21 13 — INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
httns://fortworthtexas.bonfirehub.com/portal/?tab=ODenODDortunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
httns://fortworthtexas.bonfirehub.com/Dortal/?tab=oDenODDortunities, under the respective
Project.
PREBID CONFERENCE — In person
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time as well as simultaneously via a web conferencing
application:
DATE: December 3'd, 2024
TIME: 9: 00 am CST
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
CITY OF FORT WORTH SYCAMORE PAPKPHA SE]I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN-104193
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
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 fis) expected to be funded
from revenues generated from TPWD grant, 2022 Capital Improvement Fund and reserved by the
City for the Project.
ADVERTISEMENT DATES
(List first date, for advertisement, November 201h 2024)
{List second date for advertisement, November 27", 2024)
END OF SECTION
CITY OF FORT WORTH SYCAMORE PARK PHASE H
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN-104193
Revised 2/08/24
SECTION 00 2113
INSTRUCTIONS TO BIDDERS
1. Defined Terms
0021 13
INSTRUCTIONS TO BIDDERS
Page 1 of 10
1.1. Capitalized terns used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the work
types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION 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 listed by a Bidder on 00 45 12 must be prequalified for the appropriate
work types. Subcontractors must follow the same timelines as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalified 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 City's website at:
htti)s://aDns.fortworthtexas.�4ov/Proi ectResources/
CITY OF FORT WORTH SYCAMORE PARK PHASE H
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN-104193
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 2 of 10
3.1.1. Paving — Requirements document located at:
httDs://anns.fortworthtexas. izov/Proi ectResources/ResourcesP/02%20-
%20Construction%2ODocuments/Contractor%2OPreaualification/TP W%2OPavin iz
%20Contractor%2OPreaualification%2OProLr am/PREOUALIFICATION%20RE0,
UIREMENTS%20FOR%20PAVING%2000NTRACTORS.i3df
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at:
httDs: //aDDS.fortworthtexas. izov/Proi ectResources/ResourcesP/02%20-
%20Construction%2OD ocuments/Contractor%2OPreaualification/TP W%2ORoadwa
v%20and%2OPedestrian%2OLiahtine%2OPreaualification%2OProaram/STREET%
20LIGHT%20PREOUAL%20REOMNTS.13df
3.1.3. Water and Sanitary Sewer — Requirements document located at:
httns: //aDDS.fortworthtexas. eov/Proi ectResources/ResourcesP/02%20-
%20Construction%2ODocuments/Contractor%2OPreaualification/Water%20and%2
OSanitarv%2OSewer%2OContractor%2OPreaualification%2OPr oAram/WSS%20i)re,
dual%20reauirements.Ddf
3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7)
calendar days prior to Bid opening, the documentation identified in Section 00 45 11,
BIDDERS PREQUALIFICATIONS.
3.2.1. Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 6.1.
3.3. The City reselves the right to require any pre -qualified contractor who is the apparent
low bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating and assessing the ability of the apparent low bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non -responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
3.5. Special qualifications required for this project include the following: <Include this
paragraph if there are special qualification types for work involving treatment plants,
pump stations, etc. and enter those special qualifications here. If there are none then
delete this paragraph.]
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
CITY OF FORT WORTH SYCAMORE PARK PHASE H
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN-104193
Revised/Updated t/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 3 of 10
4.1. Before submitting a Bid, each Bidder:
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. <Include this Paragraph if Federal Assistance is being provided for this Contract,
otherwise delete> Is advised that, City, in accordance with Title VI of the Civil
Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of
Federal Regulations, Department of Transportation, Subtitle A, Office of the
Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the
Department of Transportation issued pursuant to such Act, hereby notifies all
bidders that it will affirmatively insure that in any contract entered into pursuant to
this advertisement, minority business enterprises will be afforded full opportunity to
submit bids in response to this invitation and will not be discriminated against on
the grounds of race, color, or national origin in consideration of award.
4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
CITY OF FORT WORTH SYCAMORE PARK PHASE H
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN-104193
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 4 of 10
4.1.7. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must sill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
4.1.8. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima -facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be able
to submit a bid to the City.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification
o£
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4.Standard insurance requirements, coverages and limits.
CITY OF FORT WORTH SYCAMORE PARK PHASE II
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN-104193
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 5 of 10
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights -of -way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
CITY OF FORT WORTH SYCAMORE PARK PHASE11
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN-104193
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 6 of 10
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City electrically through the Vendor Discussions section under the respective Project via
the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=open0pportunities on or before 2
p.m., the Monday prior to the Bid opening. Questions received after this day may not be
responded to. Interpretations or clarifications considered necessary by City in response
to such questions will be issued by Addenda. Only questions answered by formal
written Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
httns://fortworthtexas.bonfirehub.com/Mortal/?tab=oDenOMMortunities
6.4. A prebid conference may be held at the time and place indicated in the Advertisement
or INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
CITY OF FORT WORTH SYCAMORE PARK PHASE11
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN-104193
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 7 of 10
10. Substitute and "Or -Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or -equal" items.
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or -
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
Conditions and is supplemented in Section 01 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non -responsive.
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-11-2020), codified at:
httns://codelibrarv.amleizal.com/codes/ftworth/latest/ftworth tx/O-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents,
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address
CITY OF FORT WORTH SYCAMORE PARK PHASE H
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN-104193
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 8 of 10
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form,
provided with the Bidding Documents, prior to the time indicated in the Advertisement or
INVITATION TO BIDDERS.
14. Withdrawal of Bids
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
httijs://fortworthtexas.bonfirehub.com/Dortal/?tab=onenODDortunities'.
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
CITY OF FORT WORTH SYCAMORE PARK PHASE 11
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN-104193
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 9 of 10
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, perfonnance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at httns://www.ethics.state.tx.us/data/forms/1295/1295.vdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
CITY OF FORT WORTH SYCAMORE PARK PHASE 11
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN- 104193
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 10 of 10
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH SYCAMORE PARK PHASE H
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN-104193
Revised/Updated 1/17/24
00 35 13
CONFLICT OF INTEREST STATEMENT
Page 1 of 1
SECTION 00 35 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's
Office pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercise discretion in the planning, recommending,
selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then
a Local Government Officer Conflicts Disclosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicability of these forms and Local
Government Code Chapter 176 to your company.
The referenced forms may be downloaded from the links provided below.
Form CIQ (Conflict of Interest Questionnaire) (slate.tx,us)
httrns://www.ethics.state.tx.us/data/forms/con[IicUCIS.odf
Q CIQ Form does not apply
E CIQ Form is on file with City Secretary
Q CIQ Form is being provided to the City Secretary
Q CIS Form does not apply
E CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
BIDDER: ALCC, LLC dba Perfect Finish Landscaping
By: Blake Martino
Signature: c�
Title: CEO
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 24, 2020
00 41 00 Bid Proposal Workbook.xlsx
00 41 00 - 1
BID FORM
Page 1 of 3
SECTION 00 4100
BID FORM
This proposal must not be removed from this book of Contract Documents.
TO: City of Fort Worth — Park Department
200 Texas St, Fort Worth, TX 76102
PROPOSAL FOR: Pavina, Drainage & Park Imorovements to serve Svcamore Park Phase II
City Project No. 104193
Includes the furnishing of all materials, except materials specified to be furnished by the City,
equipment and labor for the installation of all facilities and all necessary appurtenances and
incidental work to provide a complete and serviceable project designated as:
Pavina. Drainage & Park Imorovements to serve Svcamore Park Phase II
Construction staking for this project shall be performed by the Contractor.
The Bidder acknowledges that all work, types must be performed only by prequalified contractors
and subcontractors.
Pursuant to the foregoing 'Invitation to Bidders', the undersigned Bidder, having thoroughly
examined the Contract Documents, including plans, the site of the project and understanding the
amount of work to be done, and the prevailing conditions, hereby proposes to do all the work,
furnish all labor, equipment and material except as specified to be furnished by the City, which is
necessary to fully complete the work as provided in the Plans and Contract Documents and
subject to the inspection and approval of the City of Fort Worth, Texas; and binds himself upon
acceptance of this Proposal to execute a contract and furnish an approved Performance Bond,
Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the
Contract Documents for the performing and completing of the said work. Contractor proposes to
do the work within the time stated and for the sum listed in the Proposal Form, Section 00 42 43.
SYCAMORE PARK PHASE H
CPN - 104193
00 41 00 - 2
BID FORM
Page 2 of 3
After acceptance of this Proposal, the undersigned will execute the formal contract and will
deliver approved bonds as required by the Contract Documents, for the faithful performance of
the Contract.
The Bidder agrees to begin construction within 10 calendar days after issue of the work order,
and to complete the contract within working days after beginning construction as set forth in
the written work order to be furnished by the Owner.
I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the
provisions and requirements of which have been taken into consideration on preparation of the
foregoing bid:
Addendum No. 1 (Initials) BNM
Addendum No. 2 (Initials) BNM
Addendum No. 3 (Initials) BNM
Addendum No. 4 (Initials) BNM
SYCAMORE PARK PHASE 11
CPN-104193
ATTEST:
Secretary
004100-3
BID FORM
Page 3 of 3
Respectfully submitted,
a
By (Signature)
Kenneth Williamson
By (Please Print or Type)
CBDO
Title
ALCC, LLC dba Perfect Finish Landscaping
Contractor
5501 Fishtrap Rd, Suite 331, Denton, TX 76208
Business Address
888-645-4333
Telephone Number FAX Number
Indicate whether — Individual
Partnership
Corporation
LLC
SYCAMORE PARK PHASE 11
CPN - 104193
SECTION 00 41 00
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: -
City Project No.: -
Units/Sections: -
1. Enter Into Agreement
0041 00
BID FORM
Page 1 of 3
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or
without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-
competitive levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021 00 41 00 Bid Proposal Workbook.xlsx
0041 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract,
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
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. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
"If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021 00 41 00 Bid Proposal Workbook.xlsx
0041 00
BID FORM
Page 3 of 3
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In
the space provided below, please enter the total bid amount for this project. Only this figure will be read
publicly by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete>
Total Base Bid <use this if applicable, otherwise delete
Alternate Bid <use this if applicable, otherwise delete>
Deductive Alternate<use this if applicable, otherwise
Additive Alternate <use this if applicable, otherwise
Total Bid
7. Bid Submittal
This Bid is submitted on
Respectfullv �s�ubmitted. J
By: �" �ff-- — 4
(Signature)
Kenneth Williamson
(Printed Name)
Title: CBDO
Company: ALCC, LLC dba Perfect Finish Landscaping
Address: 5501 Fishtrap Road, Suite 331, Denton, TX 76208
State of Incorporation: Texas
Email: kenneth@perfectfinishlandscaping.com
Phone: 888-645-4333
END OF SECTION
$0.00 4,804,667.01
$0.00 558,277.21
$0.00
$0.00
$0.00 5,362,944.22
by the entity named below.
Receipt is acknowledged of the
Initial
following Addenda:
Addendum No. 1:
KW
Addendum No. 2:
KW
JAddendum No. 3:
KW
JAddendum No. 4:
KW
Corporate Seal:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021 00 41 00 Bid Proposal Workbook.xlsx
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
004113
DAP-DIDPROPOSAL
Page 1 or2
Project Item Information
➢iddces Proposal
➢idlist Item
I
Description
Specification Section No.
I I
Unit of
I
➢id
Unit Price
Bid Value
No.
Measure
Quantity
UNIT I: CIVIL_ ENGINEERING
IMPROVEMENTS
1
I
Mobilization (4.0%1
01 7000
LS
1
$153,171.80
S153,171.801
2
Removal of Exist Cone. Trail
2441 13
SF
57,660
$2.89
$166,637.401
3
Removal of Exist Tree
311000
EA
5
$1,865.11
S9,325.551
4
5
Removal of Exist Chain Link Fence
Removal of Exist Curb & Gutter
0241 13
0241 15
LF
LF
3,150
130
$3.50
$20.39
$11,025.001
$2,650.701
6
Removal of Exist 24" RCP
0241 14
LF
172
$14.39
S2,475.081
7
Removal of Exist Storm Drain Headwall for 24" RCP
0241 14
EA
2
S379.78
$759.561
8
Removal of West Bridge
2441 13
EA
1
$6,243.15
$6,243.151
9
Grading (excavation and embankment/relocation)
31 23 16
CY
30,500
$20.96
$639,280.001
10
Structural Retaining Wall
033000
SF
877
$227.16
$199,219.321
11
Toll Curb (Thickened Edge & Sidewalk Wait
033000
SF
412
S22AI
$9,232.921
12
6" Concrete Flume
00 00 00
SF
1,823
$9.88
$18,011.241
13
7" Con: Pvmt (South Parking Lott
3213 13
SY
3,900
S72.27
$281,853.001
14
7" Conc Pvmt (Pavilion)
32 13 13
SY
292
S249.66
S72,900.721
15
6" Lime Stablilized Sub rode
321129
SY
4,780
$1 I.10
$53,058.00
16
Hydrated Lime (32 LBS/SYI
32 11 29
TN
76
S405.15
$30,985.87
17
6' Curb
321613
LF
850
$26A6
S22,491.00�
18
Wheel Stops
000000
EA
4
$222.00
$888.00
1 19
Curb Romps (TY M-2)
32 13 20
EA
4
$1,639A3
$6,557.721
1 20
Curb Ramps (TY P-11
32 13 20
EA
2
$2,151.24
$4,302.48�
21
Construct Concrete Trail (6'/l0' Wide)
32 1320
SF
82.510
$5.13
$423,276.30
22
Connect to Existing Concrete Street
3213 13
EA
1
$35,291.65
$35,291.65
$77,213.761
23
18' Rock Riprop with Filter Fabrics
313700
SY
208
S371.22
24
1 /2" Water Fountain Connection
33 12 10
LF
220
$201.82
$585,863.86
$44.400.401
$585,863.861
25
26
Water Well
Erosion Control and Silt Fence
000000
31 25 00
LS
LF
1
9,680
$3.02
$29,233.601
27
SWPPP Maintenance
312500
LS
1
$11,044.50
S11,044.501
28
Signage & Pavement Markings remove & reinstall
3441 30
LS
1
$13,375.50
$13,375.50
29
Traffic control
3471 13
LS
1
$5,550.00
$5,550.001
$250,140.091
j 30
Electrical/Lighting
260500
LS
1
$250,140.09
1
TOTAL UNIT 1: CIVIL ENGINEERING IMPROVEMENT9
$3,166,458.171
j
UNIT It: LANDSCAPE ARCH TECTURE (Jy�UAVEMENTS,
I
I 1
Geosynthetic Clay Liner
(((J(1(jb(}
SF
' 130,680'
S0.50
S65,340.001
I2
Pond RecirculationEguipment
000000
LS
1
$46,046.05
$46,046.051
3
Washed River Rock (Stream Bedl
000000
SF
5,267
$7.16
S37,711.721
I 4
Decorative Boulder
000000
EA
9
$1,029.52
$9,265.681
I 5
8' Security Fence
000000
LF
901
S116.55
$105,011.551
I 6
Benches
000000
EA
5
$2,254.99
$11,274.90,
I 7
Tables
000000
EA
14
$3,339.69
$46,755.521
1 8
Trash Receptacles
000000
EA
9
$423.90
$3,815.to,
1 9
Drinking Fountain
000000
EA
EA
1
1
$7,770.00
$6,923AI
$7,770.001
S6,923.451
I 10
Bike Repqair Station
000000
S309.171
I 11
Pet Wash Station
000000
00 00 00
EA
EA
1
1
$309.17
$44,41oull
$44,400.001
Monument Si gqn
I12
13
Park Wayfinding & Rules Signage
00 00 00
EA
2
S2,196.25
S4,392.50
I 14
Inter�3retive Signage
000000
EA
5
$944.1 is
$4,720.G0
I 15
Iconic Pavilion
00 00 00
EA
1
$545,934.63
$545,934.63
16
42" Ornamental Metal Edge Protection
00 00 00
LF
990
S148.79
$147,302.10
1 17
Port-O-Pot Enclosure
000000
EA
1
$37,566.23
$37,566.231
I 18
Replace & Finish Wood Planks on Existing Pedestrian Bridge to Remain 000000
LS
1
$5,086.32
$5,086.321
I 19
Grills
00 00 00
EA
1
$753.17
$753.171
1 20
Sod
329213
SF
77,356
$1.10
SO
$85,091.601
$79,426.351
1 21
Bermuda HYdromulch
329213
SF
529509
32,1105
.19
$0.18
$5,904.901
I 22
Dam Slope Seed Mix & Erosion Control Blanket
32 92 13
SF
,
258,54/
S0.84
S217,179.481
I23
24
Native Trail Seed Hydromulch
AquaticPlantings
329213
329343
SF
SF
11,613
S4.22
$49,006.861
I 25
Tree Protection Fencing
000000
IF
9,600
$1.61
S15,456.001
1 26
Tree Plantings
329343
EA
68
$681.72
S46,356.961
1 27
Enhanced Landscape (Trimming & Grubbing)
00 00 00
SF
29,400
$0.32
$9,408.00
1
TOTAL UNIT
It: -ANDSCAPE ARCHITECTURE IMPROVEMENTS
$1,638,208.84
CRY ON TORT WORTH
STANDARD CONSTRUCTION SPECIRCATION DOCUMENTS -DEVELOPER AWARDED PROJECTS
Pam, Venice, Seplember 1, 7015 Addendum 4.00 42 43 Bid P,,,, I
004243
DAP -RID PROPOSAL
Page 2 oF2
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Aidlist Item
No. Description
I 1 6" Concrete Pvmt (Pavilionl
1 2 24'x36' Pavilion
I 3 8' Picnic Table
4 Charcoal Grill
1 5 Electrical Components and Fixtures
I
1 1
6" Concrete Pvmt (Pavilion)
1 2
30'x40' Pavilion
I 3
8' Picnic Table
I 4
Charcoal Grill
1 5
I
Electrical Components and Fixtures
I
I
I I
I
I
I Port-C-Pot Enclosure
Bidder's
Application
Project Item Information
Bidder's Proposal
Specification Section No.
Unit of I
I
Bid
Unit Price I Bid Value
pleasure
Quantity
UNIT III: ALTERNATE #1
321313
SY
141
$230.31 $32,473.71
0"000
EA
1
$123,749.34J $123,749.34
000000
EA
4
$6,905.751 $27,623.001
000000
EA
1
$753.17 $753.171
00 00 00
LS
1
$52,010.161 $52,010.161
TOTAL UNIT III: ALTERNATE #11
$236,609.381
UNIT IV: ALTERNATE#2
321313
SY
134
$283.99
$38,054.661
000000
EA
1
$151,849.11
$151,849.111
00 00 00
EA
6
$6,905.7 1
$41,434.501
00 00 00
EA
1
$753.17)
$753.171
00 00 00
LS
1
$52,010.1 61
$52,010.161
TOTAL UNIT IV: ALTERNATE 42
$284.101.601
I
UNIT V: ALTERNATE #3
1
I 00 00 00 1 EA I 1
$37,566.231
S37,566.231
#3 TOTAL UNIT IV: ALTERNATE I
$37,566.231
Bid Summary
UNIT I: CIVIL ENGINEERING IMPROVEMENTS I $3,166,458.171
UNIT It: LANDSCAPE ARCHITECTURE IMPROVEMENTS 1 $1,638.208.841
UNIT III: ALTERNATE #1 1 $236,609.381
UNIT IV: ALTERNATE 42 $284,101.60
UNIT V: ALTERNATE #3 I $37,566.23
Total Construction Bid $5,362,944.22
Contractor agrees to complete WORK for FINAL ACCEPTANCE within •.640= marking days after, the date when the
END OF SECTION
CRYOFt*ORTWORTH
STA,N'DARD CONSTRICTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS
Tam Version Sepkmbtr 1, 2015 Addendum 4.00 42 43 Rid P" l
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
00 43 13
BID BOND
Page 102
That we, ALCC, LLC dba Perfect Finish Landscapinq , known as
"Bidder" herein and Ohio Farmers Insurance Comoanv a corporate surety
duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum
of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project
designated as Sycamore Park Phase II
NOW, THEREFORE, the condition of this obligation is such that if the City shall award
the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the
terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute
such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the
execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or
Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's
total bid amount and the next selected bidder's total bid amount.
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County,
Texas or the United States District Court for the Northern District of Texas, Fort Worth Division.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the 19th day of December 2024.
ATTEST:
1 — &z� i ryv f o r
Wi riess as to Principal
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 913012021
PRINCIPAL:
ALCC, LLC dba Perfect Finish Landscaping
BY:
Signature
�r�r\vl-j/1
fNVame and itle
00 4100 Bid Proposal Workbook xlsx
Witness as to Surety Brooke Gordon, Client Service Specialist
Attach Power of Attorney (Surety) for Attorney -in -Fact
00 43 13
BID BOND
Page 2 of 2
Address: 5501 Fishtrap Road, Suite 331
Denton, TX 76208
SURETY.
Ohio Farmers Insurance Company
BY:
Sign e
Jay Jordan, Attorney -in -Fact
Name and Title
Address: 2255 Ridge Road, Ste. 333
Rockwall, TX 75087
Telephone Number: 972-772-7220
'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws
showing that this person has authority to sign such obligation. if Surety's physical address is different from
its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is
awarded.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021 00 4100 Bid Proposal Workbookxlsx
THIS'POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME
POWER # AND ISSUED PRIOR TO 10/10124, FOR ANY PERSON OR PERSONS NAMED BELOW.
General POWER NO, 4220012 14
Power Westfield Insurance Co.
of Attorney Westfield National Insurance Co,
CERTIFIED COPY Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All Men Uy These Presents, That WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPA14Y and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to inc(lividUalfy as a "Company` and collectively as 'Companies," duly
organized and existing under tile, Iaws of the State of Ohio: and having its FA-Incipal office In Westfield Center, Medina County, Ohio, do by these
pr"i ents make. constitute and appoint
TONY FIERRO, JOHNNY MOSS, JAY JORDAN, JEREMY BARNETT, JADE PORTER, ROBERT G. KANUTH, JARRETT WILLSON,
JACK NOTTINGHAM, BRADY WILSON, BRENNAN WILLIAMSON. JAROD JAGGERS, CALEB HALE. RYAN COX, JOINTLY OR
SEVERALLY
of ROCKWALL and State of TX its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in Its name,
place and stead. to execute. act nowledge and deliver any and all bonds, recognizanees, undertakings, or other instruments or contracts of
suretyship in any penal limit, and to bind any of the Companies thereby as fully and to the same extent as If such bonds were signed by the
Presldent. sealed with tile corporate seal of the applicable Company and duly attested by its Secretary. hereby ratifying and confirming all that the
said Attorneylsl-in-Fact may do hh the premises. Salfl appointment is made under and by authority of the following resolution adopted by the
Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY:
"Be It Resolved, that the Presiderd, any Senior Exe wive, any Secretary or any Fidelity & Surety Operations Executive or Tither Executive shall
I'R and is hereby vested with full power• and authority to appoint. any one or more suitable persons as Attarney(s)-in-Fact to represent and act for
and on behalf of the Conipany subject to the. following provisions:
Tile Attorney-M-Fact may be given full power and authority for and in the name of and on behalf of the Cornpany, to is xe.cute, acknowledge and
deliver, any and all bonds, recoctnizances, contracts, agreements of incfeninity and other conditional or obligatory undertakings and any and all
rntices and dacturents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be as binding upon the Company as If signecl by the President and sealed and attested by the Corporate Se retary."
"Be tt Fin"Mer Resolved, that the signature of any such designated person and the seal of the Company (heretofore or hereafter affixed to arrj
K. Wier of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
Seal shall be valid and binding Up0lr the Company with respect to any bond or undertat:ing to which It is attached." (Each adopted at a meeting
Iheld on February 9: 2000).
In Wibross Whereof, WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto
affixed this 10th clay of OCTOBER A.D., 2024 .
Corporate ,,..•••••rN.,,,
seals °ORAp
%ASURN,-,
�<
WESTFIELD INSURANCE COMPANY
WESTFIELD NATIONAL INSURANCE COMPANY
Affixed
c"" 3
OHIO FARMERS INSURANCE COMPANY
�
n T
N ` ,�Ea.A1 11 a
- sFM1,
SEAL
1848
q
State of Ohionnn,tin.WM�+
`,,.,,,
•,,,;4.,,,,..,•
By.
County of Medina ss.:
Gary W. (Stomper, National Surety Leader and
Senior Executive
On this 10th day of OCTOBER A.D., 2024 . before me personally carve Gary W. Stumper to me I:nown, who, being by me duty sworn.
(Aid depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY, WESTFIELD NATIONAL 114SURAIACE COMPANY and OHIO FARMERS INSURANCE COMPANY, tine companies described if) and which
execkded the al:,ove instr'url lent'. that the knows the seals of said Companies: that the seals affixed to said instrument are such corporate seals: that
they were so affixed liy order of the Boards of Directors of said Companies: and that he signed his name thereto by like order.
Notarial
Seal
n„N
d�tAL S'•,,
Affixed
State of Ohio
z^ Apo
Count/ of Medina
ss.: .•ar�oFo.
David A. Kotnik, Attorney at Law, Notary Public
My Commission Does Not Expire (Sec, 147.03 Ohio Revised Code)
I. Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby certify that the above and for•egoll,Q is a true and correct copy of a Power of Attorney. executed by said
Companies, which Is still In full farce and effect: and furthermore, the resolutions of the Boards of Directors, set oi.rt irr the Power of Attorney are
in full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 19th day of
December A.D., 2024
3
__••••�, ".
l
� •�NARTERFQ�;
r-:CaJ+ rot
v*�:• D
SEMI.. ;cam,:
oS
•.....l,,,..,,,,•••
r� .Secretary
Frank A. Carrino, Secretary
BPOAC2 (combined) (05.24)
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction,
improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the
same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a
comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders
must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas.
BIDDER:
END OF SECTION
By: Blake Martino
(Signature)
Title: CEO
Date: 12/19/2024
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021 00 41 00 Bid Proposal Workbook.xlsx
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 104193. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
ALCC, LLC dba Perfect Finish LandscaDin>
Company
S'SD I ����.,l S, �Q 331
Address
btA'4-%.-N --) czo�
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
By:hhr
Please Print)
Signature:)4AE
Title: C (3 N)
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
vec.r,e41.. W M I,%-u# n , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of A�-CG , 1-" �ba. ?rrfeaF ��n�sl� G•�clrc«�,�Kj for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this a`a day of
(vr t I , 20a—!�.
a-tE�
Notary Public in and for the State of Texas
[F�i—
TONI DOWD
END OF SECTIONtary Public, State of Texas,
omm. Expires 08-05-2026
Notary ID 129890000
--%
-
-.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 2011
Sycamore Park Phase H
104193
004540-1
Business Equity Goal
Page 1 of 2
I SECTION 00 45 40
2 Business Equity Goal
3
4 APPLICATION OF POLICY
5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.
6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises
7 (M/WBEs).
9 POLICY STATEMENT
10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
11 Finns when applicable, in the procurement of all goods and services. All requirements and regulations
12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
13 2020 (codified at: htt_Ds:Hcodelibraiv.amleaal.com/codes/ftworth/latest/ftwortli tx/0-0-0-22593) apply to
14 this bid.
15
16 BUSINESS EOUITY PROJECT GOAL
17 The City's Business Equity goal on this project is 6.52% of the total bid value of the contract (Base bid
18 applies to Parks and Community Services).
19
20 METHODS TO COMPLY WITH THE GOAL
21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the
23 ordinance through one of the following methods: 1. Commercially useful services performed by a
24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business
26 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime
27 contractor Waiver documentation.
28
29 SUBMITTAL OF REOUIRED DOCUMENTATION
30 Applicable documents (listed below) must be submitted electronically with the other required bidding
31 documents at the time of the bid under the respective Project via the Procurement Portal:
32 httns://fortwortlitexas.bonfireliub.com/aortal/?tab=ODenOI)Dortunities.
33 OR received no later than 2:00 p.m., on 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 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders
36 submit required documentation at the time of bid submission.
37
38 The Offeror must submit one or more of the following documents:
39 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;
40 2. Letter of Intent, for all M/WBE Subcontractors;
41 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if
42 participation is less than stated goal, or no Business Equity participation is accomplished;
43 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
44 all subcontracting/supplier opportunities; or
45 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor-
46 Protege participation.
47
48 These forms can be accessed at:
49 Business Equity Utilization Form and Letter of Intent
CITY OF FORT WORTH SYCAIIOREPARK PHASE II
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-104193
Revised June 7, 2024
004540-2
Business Equity Goal
Page 2 of 2
1 littDs://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/Business Ea_uity Utilization
2 Form_DVIN 2022 220324.1)df
3
4 Letter of Intent
5 httns://anus.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN
6 2021 xdf
8 Business Equity Good Faith Effort Form
9 httns://anns.fortworthtexas.aov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort
10 Fonn DVIN 2022.Ddf
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
Business Equity Prime Contractor Waiver Form
httDs:HaDDS.fortworthtexas.Qov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
Waiver-220313.Ddf
Business Equity Joint Venture Form
httDs:HaDDS.fortworthtexas.Lyov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint
Venture 220225xdf
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL
RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID,
REJECTED.
FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUITY DOCUMENTATION OR OTHERWISE,
COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-
RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS,
AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.
For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services
Department at (817) 392-2674.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 7, 2024
SYCAMORE PARK PHASE 11
CPN-104193
005243-1
Agreement
Pagel of6
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 ALCC, LLC dba Perfect Finish Landscaping 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:
_Paving, Drainage & Park 1mvrovements for Svcamore Park (Phase 11).
Citv Protect Number 104193
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. Eight Hundred Four
Thousand. Six Hundred Sixty -Seven Dollars and One Cent. ($ 4.804,667.01). Contract
price may be adjusted by change orders duly authorizedby the Patties.
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
Severity Five Dollars (775.0 ) for each day that expires after the time specified in
Paragraph 4.1 for Final Acceptance until the City issues the Final Letter ofAcceptance.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH Paving, Drainage B Park Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Sycamore Park (Phase11)
Revised December 8, 2023 CPN-104193
00 52 43 - 2
Agreement
Page 2 of 6
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
AN he Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non —Resident Bidder
3) Prequalification Statement
4) State and Federal documents project specific)
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
f. MaintenanceBond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
i. MBE and/or SBE Utilization Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifically intended to
operate and he effective even if it is alleged or proven that all or some of the
dama e.5 being sought were caused. in whole or in nart. by anv act. omission or
negligence of the city. This indemnity provision is intended to include, without
limitation, indemnity for costs, expenses and legal fees incurred by the city in
defending against such claims and causes of actions.
CITY OF FORT WORTH Paring, Drainage & Park Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Sycamore Park (Phase II)
Revised December 8, 2023 CPN-104193
005243-3
Agreement
Page 3 of6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification
provision is speeifically intended to operate and be effective even if it is alleged or
proven that all or some of the damages being sought were caused. in whole or in
part. by anv actomission or negligence of the city.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment ofContract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority toSign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non -appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH Paring, Drainage &Parklmproremenis
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Sycamore Park (Phase11)
Revised December 8, 2023 CPN-104193
00 s2 43 - 4
Agreement
Page 4 of
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time -employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifies that Contractor's signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more, which will be paid wholly or partly from public funds of the City,
with a company (with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will
not boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor's signature provides written verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds
of the City, with a company (with 10 or more full-time employees) unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code.
To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor's
signature provides written verification to the City that Contractor: (1) does not have a
practice, policy, guidance, or directive that discriminates against a firearm entity
or firearm trade association; and (2) will not discriminate against a firearm entity or
firearm trade association during the term of this Agreement.
CITY OF FORT WORTH Paring, Drainage & Pat* Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Sycamore Park (Phase II)
Revised December 8, 2023 CPN-104193
00 52 43 - 5
Agreement
Page 5 of
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 ofa11I-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 anyContractor
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 outof, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on -site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction
contractors or other entities, and do not relieve the construction contractors or any other
entity of their obligations, duties, and responsibilities, including, but not limited to, all
construction methods, means, techniques, sequences, and procedures necessary for
coordinating and completing all portions of the construction work in accordance with the
Contract Documents and any health or safety precautions required by such construction
work. The Engineer and its personnel have no authority to exercise any control over any
construction contractor or other entity or their employees in connection with their work or
any health or safety precautions.
CITY OF FORT WORTH Paring, Drainage & Parkbmprorements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Sycamore Park (Phasell)
Revised December 8, 2023 CPAs 104193
00 52 43 - 6
Agreement
Page 6 of
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager (`Effective Date").
Contractor: City of Fort Worth
By:
By:
' I
/ / 4&-
(((///
! �f
ii
02510r
(JunY
Dana Burghdoff (Jun 202511: 1CDT)Dana Burghdoff (JunY202511:j1 CDT)
a Burgh
Signature
Dana Burghdoff
Assistant City Manager
(Printed Name)
06/03/2025
opovnng0
Date ���opT9d1
0
Title
pFo °A0
Attest: °a�a $:,
Qua. % 'hh�°� dL4ynnEXAS,000�
/VI Kc
Address
Jannette Goodall, City Secretary
City/State/Zip (Seal)
05/23/2025 M&C: 25-0321
Date Date: Auril22.2025
Contract Compliance Manager:
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
Patrick Vicknair
Park Planner
Approved as to Form and Legality:
QUAIr—
Douglas Black (Jun 2, 202517:39 CDT)
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL
RECOMMENDED:
5� TY
AcElhany
SP JV
Dave Lewis
Director, Park &Recreation OFFICIAL RECORD
Department
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH
Paring, Drainage B Parkhnprorements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
for Sycamore Park (Phase11)
Revised December 8, 2023
CPN-104193
006113-1
PERFORMANCE BOND
Page 1 of 2
SECTION 00 61 13
2 PERFORMANCE BOND Bond No. 473176M
3
4 THE STATE OF TEXAS §
5 § KNOW ALI, BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, _ALCC, LLC dba Perfect Finish Landscaping ...... known as
8 "Principal" herein and Westfield Insurance Companv a corporate
9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as
10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
11 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal
12 sum of, _Four Million, Eight Hundred -Four Thousand, Six Hundred -Sixty Seven Dollars and
13 01 cents ($4,804,667.01), lawful money of the United States, to be paid in Fort Worth, Tarrant
14 County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our
15 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
16 presents.
17 WHEREAS, the Principal has entered into a certain written contract with the City awarded
18 the_22"d _ day of _April_, 2025_, which Contract is hereby referred to and made a part hereof
19 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
20 accessories defined by law, in the prosecution of the Work, including any Change Orders, as
21 provided for in said Contract designated as Sycamore Park Phase JI, 104193.
22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
23 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
24 perform the Work, including Change Orders, under the Contract, according to the plans,
25 specifications, and contract documents therein referred to, and as well during any period of
26 extension of the Contract that may be granted on the part of the City, then this obligation shall be
27 and become null and void, otherwise to remain in full force and effect.
28 PROVIDED FURTHER, that if any legal action be filed on this Bond, verlue shall lie in
29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
30 Worth Division.
CITY OF FORT WORTH Sycamore Park Phae 1I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104193
Revised December 8, 2023
00 61 13 - 2
PERFORMANCE BOND
Page 2 of 2
1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
3 accordance with the provisions of said statue.
4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
5 instrument by duly authorized agents and officers on this the 30th day of April
6 , 20 25
7 PRINCIPAL:
8 ALCC, LLC dba Perfect Finish Landscaping
9
10
11 BY:
12 Signature
13 ATTEST:
14Pli�nc,
16 (Principal) Secretary Name and Title
17
18 Address: 5501 Fishtrap Road, Suite 331
19 Denton. TX 76208
20
21 Y avor- -
22 mess as to Principal
23 SURETY:
24 Westfield Insurance Company
25
26
27 BY:
28 Si'g,46re/
29
30 Jay Jordan, Attorney -in -Fact
31 Name and Title
32
33 Address: 2255 Ridqe Road. Ste 333
34 Rockwall, TX 75087-
335
6
37 Brooke Gordon, Sr Client Service Specialist Telephone Number, 972.772,7220
38 Email Address: iay.iordanla baldwin.com
39
40 *Note: if signed by an officer of the Surety Company, there must be on file a certified extract
41 from the by-laws showing that this person has authority to sign such obligation. If
42 Surety's physical address is different from its mailing address, both must be provided.
43 The date of the bond shall not be prior to the date the Contract is awarded,
44 ;:L��o,..- ••oar' .;1.
• ° �.
CITY OF FORT WORTH Sycamore Park Phae H
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104l93
Revised December 8, 2023
0061 14-1
PAYMENTBOND
Page 1 of 2
SECTION 00 61 14
2 PAYMENT BOND Bond No. 473176M
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, _ ALCC, LLC dba Perfect Finish Landscaping known as
8 "Principal" herein, and Westfield Insurance Company , a
9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety"
10 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal
12 sum of Four Million, Eight Hundred -Four Thousand, Six Hundred -Sixty Seven Dollars
13 and 01 cents ($4,804,667.01), _ Dollars ($4,804,667.01), lawful money of the United States, to be
14 paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made,
15 we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
16 severally, firmly by these presents:
17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
18 22"d day of April, 2025, which Contract is hereby referred to and made a part hereof for all purposes
19 as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined
20 by law, in the prosecution of the Work as provided for in said Contract and designated as
21 Sycamore Park Phase 11,104193.
22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
26 force and effect.
27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
29 accordance with the provisions of said statute.
30
CITY OF FORT WORTH Sycamore Park Phase 11
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104193
Revised December 8, 2023
1
2
3
4
5
6
7
8
9
10
M
12
0061 14 - 2
PAYMENT BOND
Page 2 of 2
IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 30th day of
April
ATTEST:
(Principal) Secretary
ess as to ncipal
, 20 25 ,
PRINCIPAL:
ALCC, LLC dba Perfect Finish Landscaping
BY: VI/Gf,
Signature
48 ftc*-\ ',Wry on -Late
Name and Title
Address: 5501 Fishtrap Road, Suite 331
r Denton, TX 76208
SURETY:
Westfield Insurance Company
ATTEST: BY:
Signaliri/
-Is IIq- ._ — _
(Surety) Secretary
&eak 4-14olu
Brooke Gordon, Sr Client Service Specialist
Jay Jordan, Attorney -in -Fact
Name and Title
Address: 2255 Ridoe Road. Ste 333
Rockwall, TX 75087
Telephone Number: 972.772.7220
Email Address: jay.jordan@baldwin.com
Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws
showing that this person has authority to sign such obligation. If Surety's physical address is
different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
e F1�v U
o
. `' `n °nee •• �('�S �
Sycamore Pak Phase D �(ff��yy"
104193 i
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
SECTION 00 61 19
MAINTENANCE BOND
THE STATE OF TEXAS §
COUNTY OF TARRANT §
0061 19-1
MAiNTF.NANCE BOND
Pagel of 3
Bond No. 473176M
KNOW ALI, BY THESE PRESENTS:
That we ALCC, LLC dba Perfect Finish Landscaping , known as "Principal'
herein and Westfield Insurance Company , a corporate surety (sureties, if
more than one) duly authorized to do business in the State of Texas, known as "Surety" herein
(whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum
of Four Million, Eight Hundred -Four Thousand, Sig Hundred -Sixty Seven Dollars and 01
cents, ($_4,804,667.01,, lawful money of the United States, to be paid in Fort Worth, Tarrant
County, Texas, for payment of which sum well and truly be made unto the City and its successors,
we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the City awarded
the 22nd day of Aoril , 20 25 , which Contract is hereby
referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials,
equipment labor and other accessories as defined by law, in the prosecution of the Work, including
any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as
provided for in said contract and designated as Sycamore Park Phase II,104193; and
WHEREAS, Principal binds itself to use such materials and to so construct the Work in
accordance with the plans, specifications and Contract Documents that the Work is and will remain
free from defects in materials or workmanship for and during the period of two (2) years after the
date of Final Acceptance of the Work by the City ("Maintenance Period"); and
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
receiving notice from the City of the need therefor at any time within the Maintenance Period.
CITY OF FORT WORTH .sycamore Park Phase 11
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 104193
Revised December 9, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
006119-2
MAINTENANCE BOND
Page 2 of 3
NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defective Work, for which timely notice was provided by City, to a completion satisfactory to
the City, then this obligation shall become null and void; otherwise to remain in full force and
effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the
Surety under this Maintenance bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December S, 2023
Sycamore Park Phaee 11
104193
2
K
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
0061 19 - 3
MAINTENANCE BOND
Page 3 of 3
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 30th day of April
, 20 25
ATTEST:
(Principal) Secretary
fitness as to Princtpal
ATTEST:
�1 la
(Surety) Secretary
rooke Gordon, Sr Client Service Specialist
PRINCIPAL:
ALCC, LLC dba Perfect Finish Landscaping
BYa
^Signature
rbba
Name and Title
Address: 5501 Fishtrap Road, Suite 331
Denton, TX 76208
SURETY:
Westfield Insurance Company
BY:--
�3�??�tur�
Jay Jordan, Attorney -in -Fact.
Name and Title
Address: 2255 Ridge Road, Ste 333
Rockwall, TX 75087
Telephone Number: 972.772.7220
Email Address: jay.jordan(a)baldwin.com
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICAT10N DOCUMENTS
Revised December 8, 2023
do r/
Sycamore Pa>-k Phase If f r
Y 104193 -
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME
POWER ,# AND ISSUED PRIOR TO 10/10/24, FOR ANY PERSON OR PERSONS NAMED BELOW.
POWER NO. 4220012 14
General
Power
of Attorney
CERTIFIED COPY
Westfield Insurance Co.
Westfield National Insurance Co.
Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as 'Companies," duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these
presents make, constitute and appoint
TONY FIERRO, JOHNNY MOSS, JAY JORDAN, JEREMY BARNETT, JADE PORTER, ROBERT G. KANUTH, JARRETT WILLSON,
JACK NOTTINGHAM, BRADY WILSON, BRENNAN WILLIAMSON, JAROD JAGGERS, CALEB HALE, RYAN COX, JOINTLY OR
SEVERALLY
of ROCKWALL and State of TX its true and lawful Attorney(s)-i n- Fact, with full power and authority hereby conferred in its name;
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship in any penal limit, and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the
President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the
said Attorney(s)-i n- Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the
Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY:
"Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary."
"Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting
held on February 8, 2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto
affixed this 10th day of OCTOBER A.D., 2024 .
Corporate V • 1 I4",,,
Seals •+'� SUR�I/-
••.,
`i� �: ;�;!.,: •.,
/r/
�SINSUIP,�,�;•,
WESTFIELD INSURANCE COMPANY
WESTFIELD NATIONAL INSURANCE COMPANY
Affixed {�O? may' •,t`"�
r� :'' :4f :
,•°;�'tF '"a V,
OHIO FARMERS INSURANCE COMPANY
SEAL
}�$_i
=`u' ;��
=:, 184as •ram _
`'!f�j�+a
State of Ohio ' "4w,,,,,,a�
*,,,,,,.,•
illl,l,l„•
By
B
W. tumper, Natio er and
County of Medina ss.:
Senal surety
or Executive
On this 10th day of OCTOBER A.D., 2024 , before me personally came Gary W. Stomper to me known, who, being by me duly sworn,
did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which
executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals: that
they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order.
Notarial " „a•lul,l,,,, ,,,
Seal A\ A L S'•. ///�
Affixed � ���i���/% 9•'' //
State of Ohio �p� + a David A. Kotnik, Attorney at Law, Notary Public
County of Medina ss.: q 1" My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
Te oir
I. Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY; do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies, which is still in full force and effect: and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are
in full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 30th day of
April A.D., 2025
, •,,,,,11•Iy1,1,/,,,
o 84
c
1,,,, •111/1,11,,,.
'
, 111 /,I,I,I
...
t'oN
,..gym?•..
;c
SEAL it
SEAL
"e �HARTEg fO:;
ish:, 1848
'•+IOIIINH.N'• �
n�n,
�q.,ryimnu•H,'`••
BPOAC2 (combined) (05.24)
Seceetary`
Frank A. Carrino, Secretary
%Y,� ;`�.'t��y,.�•ot a/�� .
e