Loading...
HomeMy WebLinkAboutContract 64130CONTRACT FOR THE CONSTRUCTION OF PHYLLIS J. TILLEY MEMORIAL BRIDGE IMPROVEMENTS City Project No. 104094 Mattie Parker Mayor City Manager Director, Park Recreation Prepared for The City of Fort Worth PARK RECREATION 2025 DSGN Associates, Inc. Adopted September 2011 City of Fort Worth Standard Construction Specification Documents 00 00 00 STANDARD CONSTRUCTION SPECIFICATIONDOCUMENTS Page 1 of SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 01/17/2024 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 00 45 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 06/07/2024 00 52 43 Agreement 3/08/2024 00 61 13 Performance Bond 12/08/2023 00 61 14 Payment Bond 12/08/2023 00 61 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH Phyllis J. Tilley Memorial BridgeImprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104094 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPF,CiFiCATIONDOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents None Technical Speci�cations listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httn://fortwo rthtexas.gov/tnw/contractors/ or https://apps.fortworthtexas.gov/Proj ectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 03/11/2022 mo n�T i � i�� 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete Division 11— E ui m ll 67 13 Site F Division 26 - Electrical Division 31 - Earthwork 07/ 18/2022 31 00 00 Site Clearing 03/22/2021 � i�o rr�,.i,.��:�:oa ��,,..,.,,.�:,.� ni i��� � i�� � n � i��� 2 i�r�—vv �£�S �4�,z�T� 31 25 00 Erosion and Sediment Control 04/29/2021 �3H-9$ �e�s ��4o,z�� �,�o � ,-,��� Division 32 - Exterior Im rovements �� ni i� �-a-vnT �� ni i Q �Q 32 O1 29 Concrete Paving Repair �� , , �� �i,.� ;�.i„ �., „ r,.,,,. „ �� - - _--- = -- - ---� �� i i �n r: o fr..o.,�oa �,.�o r�,.,,..�o� �� �� i i�� r�,.,..,,..� rr..,.,.�„a u.,�o r,.,,..,,,,,. �� �'1 1 1 '2'7 r: ,:,1 T«,..,�,.,1 c,.;l C+,.L.:1;.,,,« 7�7T CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2024 i�i��i i�i��i 12/20/2012 , -, �-,� i�i��i n�ii�n� nQi��� Phyllis J. Tilley Memorial Bridge Improvements CPN 104094 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104094 Revised June 7, 2024 32 12 16 Asphalt Paving 6/07/2024 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 06/10/2022 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 17 23 Pavement Markings 06/10/2022 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 32 92 14 Non-Native Seeding 05/13/2021 32 92 15 Native Grass and Wildflower Seeding 10/06/2023 32 93 3 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection Sanitary Sewer 03/11/2022 33 01 32 Closed Circuit Television (CCTV) Inspection Storm Drain 12/08/2023 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings 09/09/2022 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 03/11/2022 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 03/11/2022 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104094 Revised June 7, 2024 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 05/06/2015 33 12 21 AWWA Rubber-Seated Butterfly Valves 04/23/2019 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP)12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 04/23/2019 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC)12/20/2012 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethylene (SRPE) Pipe 11/13/2015 33 41 13 Polypropylene Pipe for Storm Drain 06/10/2022 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 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 34 41 10 Traffic Signals 03/11/2022 34 41 10.01 Attachment A Controller Cabinet 12/18/2015 34 41 10.02 Attachment B Controller Specification 02/2012 34 41 10.03 Attachment C Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 03/11/2022 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 03/22/2021 00 00 00 STANDARD CONSTRUCTION SPECIFICATIONDOCUMENTS Page 5 of 5 Appendix �-9�8 GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-O 1 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104094 Revised June 7, 2024 00 01 00 CONSUTANT PROVIDED SPECIFICAITONS TABLE OF CONTENTS Page 1 of 1 CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements CPN 104094 SECTION 00 01 10 CONSULTANT PROVIDED SPECIFICATIONS - TABLE OF CONTENTS DIVISION 03 CONCRETE 03 35 19 SPECIAL CONCRETE FINISHES DIVISION 09 PAINTING 09 91 00 PAINTING DIVISION 26 ELECTRICAL 26 01 26 TESTING OF ELECTRICAL SYSTEMS 26 05 19 LOW VOLTAGE ELECTRICAL CONDUCTORS & CABLES 26 05 19.01 WIRE CONNECTIONS AND DEVICES 26 05 26 GROUNDING & BONDING FOR ELECTRICAL SYSTEMS 26 05 33.01 CONDUITS 26 05 33.04 PULL AND JUNCTION BOXES FOR ELECTRICAL SYSTEMS 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 24 16 PANELBOARDS DIVISION 31 EARTHWORK 31 22 00 GRADING 31 23 16 EXCAVATION DIVISION 32 EXTERIOR IMPROVEMENTS 32 84 00 IRRIGATION SYSTEM END OF SECTION 00 01 10 8/13/25, 9:06 AM CITY COUNCIL AGENDA Create New From This M8�C M&C Review DATE: 8/12/2025 REFERENCE NO.: M&C 25-0744 LOG NAME: CODE: C TYPE: NON- PUBLIC CONSENT HEARING: F��T��o�7�� -��- 80TRINITY PARK - TILLEY PLAZA � SUBJECT: (CD 9) Authorize Funding Agreement with and Accept Matching Funds from Streams & Valleys, Inc., in the Amount of $750,000.00, Approve the Use of Up to $750,000.00 from the Future Community Partnerships Fund, Authorize Execution of a Contract with C. Green Scaping, LP in the Amount of $906,528.80 for Construction of Tilley Plaza in Trinity Park, Adopt Appropriation Ordinances; and Amend the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize funding agreement with Streams & Valleys, Inc. for use of funds for the Tilley Plaza project as a one-time capital contribution to support improvements in Trinity Park; 2. Accept matching funds from Streams & Valleys, Inc. in an amount of $750,000.00 for the Tilley Plaza project; 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Special Donations Capital Projects Fund, subject to the receipt of the funds in the amount of $750,000.00 from Streams & Valleys, Inc. for the purpose of funding in the Tilley Plaza project (City Project no. 104094) upon receipt of the funds from Streams & Valleys, Inc.; 4. Approve use of $750,000.00 from the Future Community Partnerships Programmable Project (City Programmable No. P00047) for the construction of Tilley Plaza (City Project No. 104094), in Trinity Park; 5. Adopt the attached appropriation ordinance adjusting receipts and appropriations in the General Capital Projects Fund by decreasing receipts and appropriations in the Future Community Partnerships Programmable Project (City Project No. P00047) by $750,000.00 and increasing receipts and appropriations in the Tilley Plaza Project (City Project No. 104094) by the same amount; 6. Authorize the execution of a contract with C. Green Scaping, LP in the Amount of $906,528.80 for Tilley Plaza project; and 7. Amend the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize an agreement with Streams & Valleys, Inc. to contribute funds for construction of Tilley Plaza in Trinity Park as a 1:1 match with City contributions from Future Community Partnerships funding, and to authorize a contract with C. Green Scaping, LP in the amount of $906,528.80. Tilley Plaza will be located at the west end of the Phyllis J. Tilley Memorial Bridge in Trinity Park. Streams & Valleys, Inc. (S&V) was formed in 1971 as a non-profit organization dedicated to the beautification of the river and the development of the river system as a recreational amenity. Early efforts included working with the Tarrant Regional Water District (TRWD) to construct low-water dams that created more aesthetically pleasing water levels, and collaborating with the Park & Recreation Department (PARD) to build trails along the riverbanks. In 1971, fewer than three miles of trail existed along the river. By 2003, there were 30 miles of trails, and today, more than 72 miles of trails are in place. apps.cfwnet.org/council_packet/mc_review.asp?ID=33604&councildate=8/12/2025 1 /3 8/13/25, 9:06 AM M&C Review The centerpiece of the proposed park enhancement is the Phyllis J. Tilley (PJT) Memorial Bridge, completed in August 2012, which connects the Central Business District with the Cultural District. The enhancement plan at Tilley Plaza will include redesigned pathways connecting to the pedestrian bridge, a tree grove with seating overlooking the river, and enhanced landscaping with ornamental trees and native plantings. Electrical upgrades will also be included, providing outdoor receptacles to support various programming. The project was advertised in Star Telegram on April 3 and 10th, 2025. The following bids were received on May 29th, 2025: Bidders C. Green Scaping Northstar Construction, LLC L.J Design & Construction, LLC Capko Concrete Structure L.L.0 The Fain Group, Inc Jerdon Enterprise, L.P Base Bids Bi� rnate qmount $782,948.80 $123,580.00 $906,528.80 $1, 062, 829.00 $125, 000.00 $1,187, 829.00 $1,111,248.01 $130,612.35 $1,241,860.36 $1,179,700.88 $119,273.39 $1,298,974.27 $1,179,605 40 $1,672,742.00 $124,000.00 $1,303,605.40 $126,155,00 $1,798,897.00 Representatives from TRWD, U.S. Army Corps of Engineers, City of Fort Worth Water Department, and (PARD) have reviewed the construction activities associated with the proposed park enhancements. All parties agree that the planned improvements will not interfere with existing infrastructure or create any obstruction issues related to the Trinity River. Construction of Tilley Plaza is scheduled to begin in November 2025 and will last for approximately six months. PARD proposes that the City provide community partnership funds as a 1:1 match to the contributions from S&V. These combined funds will support all approved park improvements within an approximately one-acre area directly adjacent to the PJT Memorial Bridge on the west bank of the Trinity River in Trinity Park. Funding for the Tilley Plaza park improvements will be as follows: Fund Name General Capital Projects Fund (Future Community Partnership) Special Donations Capital Project Fund (S&V) Authority Amount This M&C $750,000.00 This M&C $750,000.00 Total Funding $1,500,000.00 The park improvements at Tilley Plaza are estimated to increase PARD's annual maintenance costs by $6,000.00 beginning in Fiscal Year 2026. In addition, S&V will be required to enter into a Maintenance Agreement with PARD for the funding and management of enhanced landscape maintenance for the life of the improvement. Funding for this project was not included in the FY2025-2029 Capital Improvement Plan (CIP) due to verification of partnership funds after the CIP submission deadlines. The action in this M&C will amend the FY2025-2029 Capital Improvement Plan as approved in connection with Ordinance 27107-09-2024. Funding is budgeted in the Future Community Partnership Program for this project. Trinity Park is located in COUNCIL DISTRICT 9. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the Future Community Partnerships programmable project within the General Capital Projects Fund and the Special apps.cfwnet.org/council_packet/mc_review.asp?ID=33604&councildate=8/12/2025 2/3 8/13/25, 9:06 AM M&C Review Donations Cap Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the General Capital Projects Fund and Special Donations Cap Projects Fund for the Trinity Park-Tilley Plaza project. Prior to an expenditure being incurred, the Park & Recreation Department has the responsibility of verifying the availability of funds. TO CFund Department Account ProjectTProgram Activity Budget �Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: Dana Burghdoff (8018) Dave Lewis (5717) Joel McElhany (5745) ATTACHMENTS 80TRINITY PARK - TILLEY PLAZAfid table.xlsx (CFW Internal) 80TRINITY PARK - TILLEY PLAZAfunds avail.docx (CFW Internal) GS-1295 Form.pdf (CFW Internal) Location Map MC.pdf (Public) ORD.APP 80TRINITY PARK - TILLEY PLAZA A024(r3).docx (Public) ORD.APP 80TRINITY PARK - TILLEY PLAZA A024(r5).docx (Public) S&V Request for Partnership Funds.pdf (CFW Internal) Tilley Plaza - Layout & Materials Plan.pdf (CFW Internal) Tilley Plaza - Sections and Elevation.pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=33604&councildate=8/12/2025 3/3 00 os is-i ADDENDA Page 1 of 1 April 28tht", 2025 Prospective Bidders Addendum #1 Phyllis J. Tilley Memorial Bridge. CPN: 104094 TO ALL BIDDERS: PRE-BIDDER'S MEETING QUESTION CLARIFICATIONS 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. REQUEST FOR INFORMATION 1. Q: When is construction expected to start? A: Construction is expected to start September 2025. PROJECT MANUAL The bid opening date has been moved to Thursday, May 29t", 2025. REFER to Section 00 11 13 - INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for tbe construction of Phyllis J. Tilley Memorial Bridge Improvements ("Project") will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until {2:00 P.M. CST, Thursday, May 29th, 2025 REFER TO "SECTION 00 42 43 PROPOSAL FORM" Items 1-14, 1-15, 1-16 descriptions, unit of ineasurement, and quantity have changed to reflect clarification made for the benches and trench grates. The water meter line item has been removed, and the water fountain has been moved to bid alternates. The form attached shall replace the original proposal form. End ofAddendum #1 Bid Opening Date: May 29th, 2025 Acknowledge the receipt of this Addendum on your Proposal. By: Oliver Penny Landscape Architect (817) 392-5759 ol iver. pen ny(a�fortworthtexas.gov Release Date: 4/28/2025 Addendum #2 Tilley Plaza City Project No. 104094 5/20/2025 TO ALL BIDDERS: Please attach this to your specifications. This addendum is hereby made a part of the Contract Documents and are issued to modify, explain or correct the original drawings and/or project manual. CONSTRUCTION DOCUMENTS REFERTO CD—SHEETC1-01 C1-01 Sheet Paving and Storm Drain plan has been updated to include updates demonstratingthe location and continuation of the 36" mainline located on site. REFER TO CD — SHEET L8-00 L8-00 Irrigation Plan has been updated to include the proposed location of the 2" water meter that will be installed by the City of Fort Worth's Water dept. End of Addendum #2 Bid Opening Date: May 29th, 2025 Acknowledge the receipt of this Addendum on your proposal. By: Jessica Alvarado Park Planner iessica.alvaradoC�fortworthtexas.gov Release Date: 5/20/2025 00 42 43 BID PROPOSAL Page I of4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Biddcr's Proposal Bidlist Item Description Spea Section Unit of Bid Unit Price Bid Value No. No. Measure Quantity BASE BIDS UNIT 1 BASE BID ITEM - PHYLLIS J. TILLEY MEMORIAL BRIDGE PARK 1-01 General Conditions 00 00 00 LS 1 1-02 Remove Concrete Pavement 02 41 15 SY 620 1-03 24" and Larger Tree Removal 31 10 00 EA 1 1-04 Excavation 312316 CY 300 1-05 Construction Fencing 01 50 00 LF 1100 1-06 Removal of Gravel 31 10 00 SY 322 1-07 Tree Protection 31 25 00 LF 410 1-08 Site Erosion Control/ Construction Entrance - Install & 31 25 00 LS 1 Remove 1-09 5" Concrete Walk 32 13 20 SF 11,200 1-10 Concrete Retaining Wall 32 32 13 CY 100 1-11 Painting Retaining Wall 09 90 00 SF 1,190 1-12 Concrete Walk Expansion Joint 32 13 13 CLF 10 1-13 Park Table 11 67 13 EA 4 1-14 Plexus Bench with back 11 67 13 EA 3 1-15 Plexus Bench without back 11 67 13 EA 3 1-16 Stay Bench without Back 11 67 13 EA 8 1-17 Trench Drain Grates LS 1 1-18 Trench Drain 33 46 02 LF 90 1-19 6" PVC Outfall Pipe LF 30 1-20 Sidewalk Flume 32 13 13 EA 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phyllis J. Tilley Memorial Bndge Improvements Revised 9/30/2021 104094 00 42 43 BID PROPOSAL Page 2 of 4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Biddcr's Proposal Bidlist Item Description Spea Section Unit of Bid Unit Price Bid Value No. No. Measure Quantity 1-21 Native Grass, Hydromulch 32 92 15 SY 1,323 1-22 Match Existing Grass, Hydromulch 32 92 15 SY 3,000 1-23 Shade Tree 32 93 43 EA 10 1-24 Ornamental Tree 32 93 43 EA 53 1-25 Butterfly Garden Plants 32 93 43 EA 813 1-26 Permanent Irrigation 32 84 00 LS 1 1-27 Temporary Irrgation 32 84 00 LS 1 1-28 Tree Up Lights EA 20 1-29 Replace Electrical Service 20 05 00 EA 1 1-30 Electrical Ground Box Receptacle EA 12 1-31 Misc. Electrical LS 1 1-32 Electrical Conduit, Conductors and Ductbanks LS 1 1-33 Electrical Pullboxes EA 3 1-34 Electrical Start-up and testing LS 1 1-35 Bike Repair Station EA 1 UNIT 1 PHYLLIS J. TILLEY MEMORIAL BRIDGE PARK BASE BID TOTAL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phyllis J. Tilley Memorial Bridee Improvements Revised 9/30/2021 104094 00 42 43 BID PROPOSAL Page 3 of 4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Biddcr's Proposal Bidlist Item Description Spea Section Unit of Bid Unit Price Bid Value No. No. Measure Quantity ALTERNATE BIDS UNIT 1- ALTERNATE BID ITEMS 1-1 Water Fountain EA 1 UNIT 1 ALTERNATE BID ITEM TOTAL UNIT 2 ALTERNATE BID ITEMS - ALLOWANCE 2-01 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $1,000.00 $1,000.00 2-02 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $1,000.00 $1,000.00 2-03 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $1,000.00 $1,000.00 2-04 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $2,500.00 $2,500.00 2-05 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $5,000.00 $5,000.00 2-06 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $7,500.00 $7,500.00 2-07 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $10,000.00 $10,000.00 2-08 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $15,000.00 $15,000.00 2-09 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $20,000.00 $20,000.00 2-10 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $20,000.00 $20,000.00 2-11 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $30,000.00 $30,000.00 BID SUMMARY BASE BIDS UNIT 2 ALTERNATE BID ITEM ALLOWANCE TOTAL $113,000.00 UNIT 1 BASE BID ITEM - PHYLLIS J. TILLEY MEMORIAL BRIDGE PARK BASE BID TOTAL ALTERNATE BIDS UNIT 1 ALTERNATE BID ITEMS UNIT 2 ALTERNATE BID ITEMS - ALLOWANCE $113,000.00 ALTERNATIVES TOTAL $113,000.00 BASE + ALTERNATE BIDS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phyllis J. Tilley Memorial Bndge Improvements Revised 9/30/2021 104094 00 42 43 BID PROPOSAL Page 4 of 4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Biddcr's Proposal Bidlist Item Description Spea Section Unit of Bid Unit Price Bid Value No. No. Measure Quantity UNIT 1 BASE + UNIT 1 ALTERNATE BID ITEM - PHYLLIS J. TILLEY MEMORIAL BRIDGE PARK UNIT 2 ALTERNATE BID ITEMS - ALLOWANCE $113,000.00 END OF SECTION BASE + ALTERNATIVES TOTAL $113,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phyllis J. Tilley Memorial Bridee Improvements Revised 9/30/2021 104094 00 11 13 INVITATION TO BIDDERS Page 1 of 3 CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104094 Revised 2/08/24 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Phyllis J. Tilley Memorial Bridge Improvements will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities,under the respective Project until 2:00 P.M. CST, Thursday, Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 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 https://vendorsupport.gobonfire.com/hc/en-us 00 11 13 INVITATION TO BIDDERS Page 2 of 3 CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104094 Revised 2/08/24 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: This scope of this project is to improve the western bank of the Trinity River that leads to the Phyllis J. Tilley Memorial Bridge. Those improvements include re-designed pathways connecting to the bridge, a tree grove with seating overlooking a pollinator garden and a grassy circular berm aligned on axis with the centerline of the bridge. There will also be electrical improvements providing outdoor receptables to provide power to vendors for various programing, as well as lighting for the tree grove. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 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 https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities ,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 under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities ,under the respective Project. PREBID CONFERENCE Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: TIME: 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 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 104094 Revised 2/08/24 City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from and reserved by the City for the Project. ADVERTISEMENT DATES END OF SECTION 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Phyllis J. Tilley Memorial Bridge Improvements CPN 104094 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS Defined Terms 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and pluralthereof. 1.2.1.Bidder: Any person, firm, partnership, company, association, or corporationacting 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 whomCity (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Qualification of Bidders (Prime Contractors and Subcontractors) 3.1. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.2. In addition to prequalification, additional requirements for qualification may berequired within various sections of the Contract Documents. 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Phyllis J. Tilley Memorial Bridge Improvements CPN 104094 3.3. Special qualifications required for this project include the following: None 4. Examination of Bidding and Contract Documents, Other Related Data, andSite 4.1. Before submitting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2.Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3.Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4.Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, ifany, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5.Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of theContract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6.Should perform independent research, investigations, tests, borings, and suchother means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7.Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Phyllis J. Tilley Memorial Bridge Improvements CPN 104094 evidence that the Bidder has made the investigations, examinations and tests herein required. 4.1.8.Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies inor 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 ContractDocuments. 4.1.9. the Intent to Bid section. You must indicate your intent to bid to beable to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 Supplementary Conditions for identification of: 4.2.1.those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the ContractDocuments. 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 contiguousto the site that have been utilized by City in preparation of the ContractDocuments. 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Phyllis J. Tilley Memorial Bridge Improvements CPN 104094 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 6.1. All questions about the meaning or intent of the Bidding Documents are to be directedto City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Phyllis J. Tilley Memorial Bridge Improvements CPN 104094 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 https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 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. 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 11. Subcontractors, Suppliers and Others 11.1.-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 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Phyllis J. Tilley Memorial Bridge Improvements CPN 104094 the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, otherperson 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 beentered. 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 ora 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 beshown. 12.6. Bids by individuals shall show the Bidder's name and official address 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbersof 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Phyllis J. Tilley Memorial Bridge Improvements CPN 104094 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 https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities. 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 unitsof Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusionexists 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. qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice ofAward. 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 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Phyllis J. Tilley Memorial Bridge Improvements CPN 104094 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 theCity. 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 inthe best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 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 obtaina business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contractis 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 https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection ofBid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will beaccompanied 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 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) (state.tx.us) https://www.ethics.state.tx. us/data/form s/conflict/CIS.pdf � ■ ■ � ■ ■ CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: C. Green Scaping, LP 2401 Handley Ederville Rd. By: Curtis J. Green Ft. Worth, TX 76118 Signature: /' ' �� Title: Vice President END OF SECTION CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104094 Revised February 24, 2020 00 41 00 Bid Proposal Workbook.xlsx 00 41 00 BID FORM Page 1 of 3 TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: City Project No.: 104094 SECTION 00 41 00 BID FORM PARK IMPROVEMENST AT: PHYLLIS J. TILLEY MEMORIAL BRIDGE PARK Units/Sections: UNIT 1 BASE BID ITEM - PHYLLIS J. TILLEY MEMORIAL BRIDGE PARK 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perForm and fumish 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, includingwithout 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 Phyllis J. Tilley Memorial Bridge Improvements Revised 913012021 104094 00 41 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. �ualification The Bidder acknowledges that the following work types must be performed only by qualified contractors and subcontractors: a. Site clearing and demolition with minimum site disturbance b. Concrete sidewalks, driveways and barriers free ramps c. Installation of playground & site fumiture d. Site grading d. Installation of site solar lighting e. Installation of irrigation system / drinking fountain 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 180 Cal. days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by�a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Qualification Statement, Section 00 45 12 g. Conflict of Interest Statement Section 00 3513 "If necessary, C1Q 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 Phyllis J. Tilley Memorial Bridge Improvementc Revised 913012021 104094 00 41 00 BID FORM Pege 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 Altemate Bid Items Total Base Bid Altemate Bid Total Bid 7. Bid Submittal This Bid is submitted on May 29, 2025 Respectfull� su ' , B ��----- � - ( ture) Curtis J. Green (Printed Name) Title: Vice President Company: C. Green Scaping, LP Address: 2401 Handley Ederville Rd. Ft. Worth, TX 76118 State of Incorporation: Texas Email: careenCo�areenscaoina.com Phone: 817-577-9299 END OF SECTION $782,948.80 $123,580.00 $906,528.80 by the entity named below. Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phyllis J. Tilley Memorial Bridge Improvements Revised 9/30/2021 104094 00 42 43 BID PROPOSAL Page 1 of 4 1-01 General Conditions 00 00 00 LS 1 $25,800.00 $25,800.00 1-02 Remove Concrete Pavement 02 41 15 SY 620 $31.00 $19,220.00 1-03 24" and Larger Tree Removal 31 10 00 EA 1 $2,800.00 $2,800.00 1-04 Excavation 31 23 16 CY 300 $63.00 $18,900.00 1-05 Construction Fencing 01 50 00 LF 1100 $12.00 $13,200.00 1-06 Removal of Gravel 31 10 00 SY 322 $27.00 $8,694.00 1-07 Tree Protection 31 25 00 LF 410 $6.00 $2,460.00 1-08 Site Erosion Control/ Construction Entrance - Install & Remove 31 25 00 LS 1 $5,800.00 $5,800.00 1-09 5" Concrete Walk 32 13 20 SF 11,200 $9.30 $104,160.00 1-10 Concrete Retaining Wall 32 32 13 CY 100 $1,380.00 $138,000.00 1-11 Painting Retaining Wall 09 90 00 SF 1,190 $11.00 $13,090.00 1-12 Concrete Walk Expansion Joint 32 13 13 CLF 10 $990.00 $9,900.00 1-13 Park Table 11 67 13 EA 4 $4,020.00 $16,080.00 1-14 Plexus Bench with back 11 67 13 EA 3 $3,800.00 $11,400.00 1-15 Plexus Bench without back 11 67 13 EA 3 $2,730.00 $8,190.00 1-16 Stay Bench without Back 11 67 13 EA 8 $3,280.00 $26,240.00 1-17 Trench Drain Grates LS 1 $7,900.00 $7,900.00 1-18 Trench Drain 33 46 02 LF 90 $160.00 $14,400.00 1-19 6" PVC Outfall Pipe LF 30 $58.00 $1,740.00 1-20 Sidewalk Flume 32 13 13 EA 2 $2,360.00 $4,720.00 UNIT 1 BASE BID ITEM - PHYLLIS J. TILLEY MEMORIAL BRIDGE PARK BASE BIDS Bid ValueUnit PriceBid Quantity Bidlist Item No. SECTION 00 42 43 PROPOSAL FORM Bidder's Proposal Description Project Item Information Unit of Measure Spec. Section No. Bidder's ApplicationUNIT PRICE BID CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Phyllis J. Tilley Memorial Bridge Improvements 104094 00 42 43 BID PROPOSAL Page 2 of 4 Bid ValueUnit PriceBid Quantity Bidlist Item No. SECTION 00 42 43 PROPOSAL FORM Bidder's Proposal Description Project Item Information Unit of Measure Spec. Section No. Bidder's ApplicationUNIT PRICE BID 1-21 Native Grass, Hydromulch 32 92 15 SY 1,323 $2.60 $3,439.80 1-22 Match Existing Grass, Hydromulch 32 92 15 SY 3,000 $1.00 $3,000.00 1-23 Shade Tree 32 93 43 EA 10 $4,750.00 $47,500.00 1-24 Ornamental Tree 32 93 43 EA 53 $1,013.00 $53,689.00 1-25 Butterfly Garden Plants 32 93 43 EA 813 $42.00 $34,146.00 1-26 Permanent Irrigation 32 84 00 LS 1 $65,800.00 $65,800.00 1-27 Temporary Irrgation 32 84 00 LS 1 $7,200.00 $7,200.00 1-28 Tree Up Lights EA 20 $1,900.00 $38,000.00 1-29 Replace Electrical Service 20 05 00 EA 1 $10,900.00 $10,900.00 1-30 Electrical Ground Box Receptacle EA 12 $1,000.00 $12,000.00 1-31 Misc. Electrical LS 1 $8,320.00 $8,320.00 1-32 Electrical Conduit, Conductors and Ductbanks LS 1 $38,700.00 $38,700.00 1-33 Electrical Pullboxes EA 3 $1,000.00 $3,000.00 1-34 Electrical Start-up and testing LS 1 $1,200.00 $1,200.00 1-35 Bike Repair Station EA 1 $3,360.00 $3,360.00 $782,948.80UNIT 1 PHYLLIS J. TILLEY MEMORIAL BRIDGE PARK BASE BID TOTAL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Phyllis J. Tilley Memorial Bridge Improvements 104094 00 42 43 BID PROPOSAL Page 3 of 4 Bid ValueUnit PriceBid Quantity Bidlist Item No. SECTION 00 42 43 PROPOSAL FORM Bidder's Proposal Description Project Item Information Unit of Measure Spec. Section No. Bidder's ApplicationUNIT PRICE BID 1-1 Water Fountain EA 1 $10,580.00 $10,580.00 $10,580.00 2-01 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $1,000.00 $1,000.00 2-02 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $1,000.00 $1,000.00 2-03 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $1,000.00 $1,000.00 2-04 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $2,500.00 $2,500.00 2-05 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $5,000.00 $5,000.00 2-06 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $7,500.00 $7,500.00 2-07 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $10,000.00 $10,000.00 2-08 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $15,000.00 $15,000.00 2-09 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $20,000.00 $20,000.00 2-10 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $20,000.00 $20,000.00 2-11 Phyllis J. Tilley Memorial Bridge Park Allowance NA LS 1 $30,000.00 $30,000.00 $113,000.00 $782,948.80 $782,948.80 $10,580.00 $113,000.00 $123,580.00 UNIT 1 - ALTERNATE BID ITEMS UNIT 1 ALTERNATE BID ITEM TOTAL UNIT 2 ALTERNATE BID ITEMS - ALLOWANCE BASE BIDS UNIT 1 BASE BID ITEM - PHYLLIS J. TILLEY MEMORIAL BRIDGE PARK BASE BID TOTAL ALTERNATE BIDS UNIT 1 ALTERNATE BID ITEMS ALTERNATE BIDS UNIT 2 ALTERNATE BID ITEMS - ALLOWANCE UNIT 2 ALTERNATE BID ITEM ALLOWANCE TOTAL BID SUMMARY ALTERNATIVES TOTAL BASE + ALTERNATE BIDS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Phyllis J. Tilley Memorial Bridge Improvements 104094 00 42 43 BID PROPOSAL Page 4 of 4 Bid ValueUnit PriceBid Quantity Bidlist Item No. SECTION 00 42 43 PROPOSAL FORM Bidder's Proposal Description Project Item Information Unit of Measure Spec. Section No. Bidder's ApplicationUNIT PRICE BID $793,528.80 $113,000.00 $906,528.80 UNIT 1 BASE + UNIT 1 ALTERNATE BID ITEM - PHYLLIS J. TILLEY MEMORIAL BRIDGE PARK END OF SECTION BASE + ALTERNATIVES TOTAL UNIT 2 ALTERNATE BID ITEMS - ALLOWANCE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Phyllis J. Tilley Memorial Bridge Improvements 104094 00 43 13 BID BOND Page 1 of 2 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, C Green Scaping, LP , known as "Bidder" herein and Merchants Bonding Company (Mutual) 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 Fo�t 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 Phyllis J. Tilley Memorial Bridge Improvements NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal andlor 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 WoRh Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the � day of M8y _, , 2024. ATTEST: C� L ' Witness as to Prin al CITY OF FORT WORTFi STANOARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30I2021 PRINCIPAL: C Green Scaping, LP BY: _ �— ignature .,,��1�-I-iS �1. C-�r���iC� k�r� � c� P�'►-� n ' Name and Title Phyllis J. Tilley Memarial Bridge Improvements CPN 104094 00 41 00 Bid Proposal Workbook.xlsx �0 4313 BID BOND Paae 2 of 2 +{ L 7+ Wit ss as to Sur Page Terry - Customer epresentative Attach Power of Attorney (Surety) for Attorney-in-Fact Add�855: 2401 Handley Ederville Road Fort Worth, TX 76118 SURETY: Merchants Bonding Company (Mutual) L'i�'-1 l�ll. ir�1L�.a�..�I . _ m- Ginny Buchanan - Power of Attorney Name and Title AddfeS5: 830 S 135E Denton, TX 762D5 Telephone Number: sao-ss2-sss� *Note: If signed by an officer of the Surety Company, fhere must be on file a certified extract from the by laws showing that this person has authority to sign such obiigation. 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 Phyllis J. Tilley Memorisl Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 1D4094 Revised 9/30/2021 DO 41 00 Bid Proposal Workbook.xlsx MERCHANTS�� BONDING COMPANYt,. POWER OF ATTORNEY KnowAll Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of lowa, d/b/a Merchants National Indemnity Company (in Califomia only) (herein collectively called the "Companies°) do hereby make, constitute and appoint, individually, Candace Duron; Chris Long; Cyndy Cates; Erin Neill; Ginny Buchanan; James E King; Jeff P King; Jeffery Buckley; Kyle King; Kylie Kelsoe; Stephen Hopkins their true and lawiul Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attomey or CeRification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In cannection with obligations in favor of the Florida Department of TranspoRation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of TranspoRation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 3rd day of February , 2024 . ��..�....,,� ••' 10 N '•• �'y?�RPOiQI �0�: 'Q �ZG _0_4�o:v': ' s' 2003 �,� - ;;�d�. .•�`:;: . �y�' � � .•�.. ..�• .• O�NG•���J,o• ; �o?�p�PU pR.9y: ; � C� � •. .c . : f-' �' -°- � ' r �; 3 ' a'� 1933 : C: .y • •�1i. . v�; :a . . . •`� . . .��,• - • . . . MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. dlbla MERCHANTS NATIONAL INDEMNITY COMPANY By P.�s�de�t STATE OF IOWA '•. i3' .•' '. � .• COUNTY OF DALLAS ss. ''",,,,,•••• • • - • • • On this 3rd day of February 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �p,R�'4�5,� Penni Miller -� — - -'"_-�._� , � 1 Z �� Commission Number 787952 �_ �`-`��� • • My Commission Expires — towA lanuary 20, 2027 �` � � � `'� �_���Notary_.Publl� �`� (Expiration of notary's commission does not invalidate this instrume�t) I, William Wamer, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness UVhereof, I have hereunto set my hand and affixed the seal of the Companies on this 1 day of May , 2025 . •''' 1 O N ���'' � • . . . .. o� P� . q< �'o o• U��C • C��,'�' :• � RPOR ep: • �+�,•�tp� A9 : �� t•,�� : GO qj: , y:� :�; C,� �q'�.� :'�.c o s�e/ � ' �� :Q;2 -o- 0:�: �Z:Z -o- Q;-.: s:IG�� � . � � �' ; v'•. 2003 ,:,,�� y 1933 ' y. Secretary •� ,� . J�. .a��. .b��.,,. .,.;a�: � •.���•. �. •'�'!�: POA 0018 (1/24) ��''•'..�:....+•' '••�..n. I 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 ot 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 nonresidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of �State Here or Blank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of �State Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. � BIDDER: C. Green Scaping, LP 2401 Handley Ederville Rd. 0 Ft. Worth, TX 76118 By: Curtis J_ Green ./� /� i Title: Vice President �ate: 5 j� a 1 2 5 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Phyllis J. Tllley Memorial Bridge Improvement� Revised 9/30/2021 104094 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 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 34 35 36 37 38 39 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. 104094. 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. C�l�J�M�,7:T-�III� C. Green Scaping, LP Company 2401 Handley Ederville Rd Address Ft. wortn, -rx �s� � a City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT § �� gy; Cathleen Ruiz Please Signature: Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared cath�een Ruiz , knoum 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 C. Green scaping, �P for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN iJNDER MY HAND AND SEAL OF OFFICE this 4 day of September � 2025, ��``'«'•r`F'�;'•, :�TACY L[E GEiG�:Ni�1�LLER , ; ���•.... e• �• ,,>: �_': �� fv�tan,� Pu�lsc, St�Ye of Texas �: I �N,,�. /�.' ='� Comm. E><pires Q3-13-2026 j�' ' _ i9�` �nF ��}` . . '�,,,������ P�lo2ary ID 125E�i7920 . ;�:� �:E:. - � Notary Public �� and for t State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Phyllis 7. TIlley Memorial Bridge Improvements CPN 104094 00 52 43 - 1 Agreement Page 1 of 6 CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104094 Revised December 8, 2023 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on , is made by and between the City of Fort Worth, a Texas home rule municipality,acting by and through its duly authorized City Manager,, 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. CityandContractor,inconsiderationofthemutualcovenantshereinaftersetforth,agreeas 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: Phyllis J. Tilley MemorialBridge Improvements 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 Dollars ($). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 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 Dollars ($) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. 00 52 43 - 2 Agreement Page 2 of 6 CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104094 Revised December 8, 2023 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. 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 Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. 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. 00 52 43 - 3 Agreement Page 3 of 6 CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104094 Revised December 8, 2023 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 00 52 43 - 4 Agreement Page 4 of 6 CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104094 Revised December 8, 2023 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 those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that 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.gy 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 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. 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 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. 00 52 43 - 5 Agreement Page 5 of 6 CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104094 Revised December 8, 2023 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR AGENTS, OR LICENSEES.City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. 00 52 43 -6 Agreement Page 6 of6 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: C Green Scaping, LP By: Cathtee11 �u,zCathleen Ruiz (Oct 1, 202512:03:19 CDT) Signature Cathleen Ruiz (Printed Name) President Title 2401 Handley Ederville Rd. Address Fort Worth, TX 76118 City/State/Zip 10/01/2025 Date Io -SP- J.tMcElhany CITY OF FORT WORTH City of Fort Worth By: Dana Buri vidoffDana Burghdoff (Oct 14,202 Dana Burghdoff Assistant City Manager Date Attest: � A � Jannette Goodall, City Secretary (Seal) M&C: 25-0744 Date: 8/12/2025 Contract Compliance Manager: C«dz'.raw C/a,� Crlst11nCh1Ve2(0ctl5,202508:36: 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.5 A� Je icaAlvarado Park Planner Approved as to Form and Legality:-� Bslig\\� 'W�Ml1&P4, 202s n:01:2, co Ii Sr. Assistant City AttorneyAPPROVAL RECOMMENDED: -�ctor Park & Recreation DepartmentST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Phyllis J. Tilley Memorial Bridge Improvements CPN 104094 00 61 13 - 1 PERFORMANCE BOND Page 1 of 2 1 2 3 4 5 6 7 THE 5TATE OF TEXAS COUNTY OF TARRANT SECTION 00 bl 13 PERFORMANCE BOND Bond No. 101489188 § § KNOW ALL BY THESE PRESENTS: § 8 That we, C. Green Scapin�, LP _ , known as 9 "Principal" herein and Merchants Bonding Company {Mutual) , a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 12 "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 Texas, known as "City" herein, in the penal 13 sutn of, Nine Hundred Six Thousand Five Hundred Twenty Ei�ht & 80/100*** Dollars 14 ($ 906,528.80 1, lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly tu be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 18 presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 12th day of August ,�Q 25 , which Contract is hereby referred to and made a part 20 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 21 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 22 provided for in said Contract designated as Phyliis J. Tilley Memorial Bridge Improvements, CPN 23 104094. 24 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 26 perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 31 PRUVIDED 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 32 Worth Division. CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DdCUMENTS CPN 104094 Revised December 8, 2023 OOb113-2 PERFORMANCE BOND Page 2 of 2 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 34 35 36 37 38 39 40 41 42 43 44 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 25th day of Aug ust � 2� 25 , ATTEST: � ���(Principal) Se tary Witness as to Principal PRINCIPAL: C. Green Scapin�, LP � � 1 BY. ! Signature c ���,��o��. P,�S;d��- Name and Title Address: 2401 HandleY Ederville Rd. Ft. Worth, TX 76118 SURETY: Merchants Bonding Company [Mutual)_ . � � � _•7. 1 � / _/ � _- = � - / I Courtney J. Gouldin�Attorne -y in_Fact Name and Title Address: P•O. Box 14498 Des Moines, IA 50306 � .�.�v _. -L. . itness as to �urety Ricky Pleasant, Jr. Telephone Number: 800-678-8171 Email Address: �ourtney.goulding@usi.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 da,te the Contract is awarded. CIT'I' OF FORT WORTfI Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION 5PECIFICATION DOCUMENTS CPN 104094 Revised December S, 2023 00 61 14 - 1 PAYMENTBOND Page 1 of 2 1 2 3 4 5 6 7 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 14 PAYMENT BOND § § KNOW ALL BY THESE PRESENTS: § 8 That we, C. Green Sca in LP , known as 9 "Principal" herein, and Merchants Bondin Com an Mutual , a 10 corporate surety (sureties), duly authorized ta do business in the State of Texas, known as "Surety" 11 12 13 herein (whether one or more), are heid 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 penal sum of Nine Hundred Six Thousand Five Hundred Twenty Eight & 80/100*** Dollars 14 ($ 906,528.80 j, lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment af which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 12th day of August , 20 25 , which Contract is hereby referred to and made 20 a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 21 22 and other accessories as defined by Iaw, in the prosecution of the Work as provided for in said Contract and designated as Phyllis J. Tilley Memorial Bridge Improvements, CPN 104094. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 29 30 31 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CTI'Y OF FORT WORTH Phyllis J. Tilley Memarial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104�94 Revised December S, 2023 0 006114-2 PAYMENTBOND Page 2 of 2 1 2 3 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 25th day of _ August , 2p 25 , PRINCIPAL: C. Green Scaping, LP ATTEST: (Principal) cretary Witness as to Principal SURETY: Merchants Bonding Compan (Mutual) ATTEST: i i � �J��� _i<...� � ��1__� _ � / Courtney J. Goulding, Attorney-in-Fact Name and Title .�t-� Witness as to SL�r ty Ricky Pleasant, Jr. Address: P.O. Box 14498 Des Moines, IA 50306 Telephone Number: 800-678-8171 Email Address: courtney.goulding@usi.com 5 6 7 8 9 10 11 12 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 ta 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 SECTIUN CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCITON SPECIFICATION DOCUMENT5 CPN 104094 Revised December S, 2023 i�ame ana iiue Address: 2401 Handley_Ederville Rd. Ft. Worth, TX 76118 006119-1 MAINTENANCE BOND Page 1 of 3 1 2 3 4 5 6 7 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 19 MAINTENANCE BOND § § KNOW ALL BY THESE PRESENTS: § 8 That we C. Green Scapi�, LP , knowri as 9 "Principal" herein and Merchants Bonding Company �Mutualj _, a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" 11 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum 13 OfNine Hundred Six Thousand Five Hundred Twenty Eight & 80/100**�ollars ($906 528.80 , 14 lawfixl money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 15 of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 12th day of _ Au�ust , 20 25 , which Contract is hereby 20 referred to and a made part hereof for all puxposes as if fully set forth herein, to furnish all materials, 21 eyuipment labor and other accessories as defined by law, in the prosecution of the Work, including 22 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as 23 provided for in said contract and designated as Phyllis J. Tilley Memorial Bridge Improvements, 24 CPN 104094; and 25 26 WHEREAS, Principal binds itself to use such materials and to so constnxct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will remain 28 free from defects in materials or workmanship for and during the period of two (2) years after the 29 date of Final Acceptance of the Work by the City {"Maintenance Period"); and 30 31 32 33 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 Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104094 Revised December 8, 2023 00 61 19 - 2 MAINTENANCE BOND Page 2 of 3 CITY OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104094 Revised December 8, 2023 NOW THEREFORE,the condition of this obligation is such that if Principal shall remedy 1 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 2 the City, then this obligation shall become null and void; otherwise to remain in full force and 3 effect.4 5 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 6 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be 7 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the 8 Surety under this Maintenance bond; and9 10 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 11 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 12 Worth Division; and13 14 PROVIDED FURTHER,that this obligation shall be continuous in nature and successive 15 recoveries may be had hereon for successive breaches.16 17 18 19 006119-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 25th day of 3 August , 20 25 , 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 ATTEST: �-- (Principal) S retary Witness as to Principal ATTEST: PRINCIPAL: C. Green ScapingLLP �� � BY: � Signature �_a�(rer��i�si d� Name and Title Address: 2401 Handley Ederville Rd. Ft. Worth, TX 76118 SURETY: Merchants Bonding Compa� (11liut�al) 1 � � � / / _•T. � .' �� _ :, � Courtney J. Goulding, Attorney-in-Fact Name and Title Address: P.O. Box 14498 Des Moines, IA 50306 � � — - Wrtness as to 5ur Ricky Pleasant, Jr. Telephone Number: . 800-678-8171 Email Address:courtney.goulding@usi.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. CIT'Y OF FORT WORTH Phyllis J. Tilley Memorial Bridge Improvements STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS CPN 104094 Revised December 8, 2023 �V1 � ERC��AI�TTS � BONDING C(31vLPAN� POWER OF ATTORNEY KnowAll Persons By These Presents, that MERCHANTS BONDING COMPANY {fUIUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of lowa, and MERCHANTS NATIONAL INDEMiVITY COMPANY , an assumed name of Merchants Natianai Bonding, Inc„ (herein coilectively called the "Companies") do hereby maks, constitute and appoint, individually, Brian Kenyon; Courtney J Goulding; Cynthia Giesen; Keenan Lehmann; Wesley M Pitts; William H Pitts Jr their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to sxecute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behaff of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing ar guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by iacsim'sle under and by authority of the By-Laws adopted by the Board of Directors of the Companies. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute an behalf of the Company, and attach the ssal of the Company thereto, bonds and underkakings, recognizances, contracts of indemrtity and ather writings obligaiory in ths naturethereof." "The signature ofi any authorized officer and the seal of the Campany may 8e afi#ixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and defivery of any bond, undertaking, recognizance, or other suretyship o obligations of the Company, and such signature and seal when so used shail have the same force and effect as though manually fixed," In connection with obligations in favor of the Fiorida Department af Transportation only, if is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release ofi retained percentages andlor final estimates on engineering and constructian contracts required by the State of Florida Department of Transportatiort. it is fuily understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obiigations under its bond. In connection with obligations in favor of the Kentucky Department of Fiighwxys only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless priar written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at leasf thirty (30} days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this �•.•�. ��•u��rr� ri■� 2nd day of June , 2025 •• �1NG �p'•� �,.•`KtiONq�'••.� ��`` p{,R�y`'•� MERCHANTS BONDING COMPANY (MUTUAL) : �O� �p�R �A9.� ��.'t1P:•••P� • �.�•.,� � �.L�D��pR �F�+ � MERCHANTS NATIONAL BONDING, INC. `�tq:'GO '4j:.,'d� � � ��;�40� ��4j, 0� � � y ; Gp.� �Yj9 � ` MERCHANTS NATIONAL INDEMNITY COMPANY .2 �� ;t:Z �' ,.t • -o- ��3' :ai -o- ���= �z' �n• . • :" � .Q� � `o. �v�. 1933 : y; �v':, 2003 ;;��' ;s: ; �+, . c• • .�e;, a. . . v� . �a :d' . c .��'•••. ..••� \,'� . •.•��••.........:��.• '.3� . �"�: BY �� � �. ..,� ��o .�Y�'�--- ' " �. '••....••' '••...�...••• .<< Q,�.. STATE OF IOWA �� President COUNTY OF DALLAS ss. On this 2nd day of June 2025 , befare rrte appsared Larry Tayior, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY; and that the seals affixed ta the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was si ned and sealed in behal# ofi #he Com anies by authority of their raspective nards of Directors. ,�p��A�s+ Penni Miiler , � Commission Number 787952 z r� • • My Commission Expires �O'�NA January 20, 2027 {Expiration of notary's commission Notary Pubfic does not invalidate this instrument) i, Elisabeth Sandersfeld, Secretary of MERCHANTS 80NDING COMPA4VY {MUTUAL), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS NATIONAL INDEMNITY COMPANY do heteby certify that the above and ioregoing is a true and correct copy of the POWER-bF- ATTORNEY executed by said Companies, which is stifl in fuil force and effect end has not been amended or revoked, In Witness Whereof, I have hereunto set my hand and affixed the seaf of the Companies on this v.�+s�day of �� ,���� �...., _ �p1N0 �p'. `� .?f ` ` � PO •e • ; � 'v°� Rq� ��.� : .� ��;Z -o- v�:3� . .�• • v 1933 . • : •�' •�j�•.,,, ,,; `•� � . . . . � . �. . . .��� �. POA 0018 (5/25) 10Nq� :� -o- d�� '� 2003 ; ;� �. .;����: .• �.� •..�.••,7 �. ���+��n u ��s'��� �.....++ : q`��iAL t1vD �a i :•?PGPti�FOR,y�.r�, �s. .�; � '-�. :�' ��: _' %�3 : : v6,• a ; • � ,-� • �� SY`•..� ..• 1� �a •�'•■..�s�s se��etary MERCHANTS� BONDING COMPANY�� MERCHANTS BONDiNG COMPANY iMUTUAL) • P.O. BOX 1449$ � DE� MOlNES. I(�WA 5030G-3498 PHONE: (800) G78-8171 • FAX: (515> 243-3854 Have a complaint or need help? ff you haue a problem with a claim ar your premium, catl your insurance company or HMO first. If you can`t work out the issue, the Texas bepartment of Insurance may be able to help. Even if you fiie a complain# with the Texas Department of insurance, you should also file a comptaint or appeal through your insurance company or HMO: If you don't, you may lase your right to appeai. 7o get information or file a complaint with your insurance campany or HMO: Merchanis Bonding Company (Mutual) Call: Compliance O�cer at (800) 671-8171 Toil-free: (800) 671-8171 Email: regulatory@merthantsbonding.com Mail: P.O. Box 14498, Des Moines, lowa 50306-3498 To get insurance information, you may also contact your agent: USI Insurance Services Call: 512-451-7555 Mail: 7600-C N. Capital of Texas Hwy #200, Austin, TX 78731 The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a questian: 1-800-252-3439 File a comptaint: www.tdi.texas.gov Emaii: ConsumerProtection@tdi.texas.gov Mail: C�nsumer Protection, MC: CO-CP. Texas Department of Insurance, PO Box 12030 Austin TX 78711-2030 � •Tiene una ue'a o necesita a uda? Si tiene un problema con una reclamacion o con su prima de seguro, flame primero a su compania de seguros o HMO. 5i no puede resolver el problema, es posible que el Departamento de Seguros de Texas (i'exas Department o# Insurance, por su nombre en ingles) pueda ayudar. Aun si usted presenta una queja ante el Departamenta de Seguros de Texas, tambien debe presentar una queja a traves del proceso de qu�jas o c!e apelacianes de su compania de seguros o FlMO. Si no lo hace, podria perder su derecho para apelar. Para obtener informacion o para presentar una queja ante su eompania de seguros o HMO: Merchants Bonding Campany (Mutual) Llame a: Compliance Officer al (800) 671-8171 Telefono gratuito: (800) 678-8171 Correo electronico: regulatary@merchantsbonding.com Direccion postal: P.O. Box 74498 , Des Moines, lowa, 50306-349$ EI Depa�tamento de Seguros de Texas Para obtener ayuda con una pregunta relacionada con fas seguros o para presentar una queja ante el estado: Llame con sus preguntas al: 1-800-252-3439 Presente una queja en: www.tdi.texas.gov Correo electronico: ConsumerProtection@tdixexas.gov Direccion postal: Consumer Protection, MC: CO-CP, Texas Department of lnsurance PO Box 72030 Austin TX 78711-2030 SUP 0032 TX (7/23)