HomeMy WebLinkAbout064452 - Construction-Related - Contract - C.C. Zamora Construction, Inc.Ctt.INOWMEEIM
FORT WORTH
CONTRACT
FOR
THE CONSTRUCTION OF
McLeland Tennis Center Outdoor Court Improvements
City Project No. 105168
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Dave Lewis
Director, Park & Recreation Department
Prepared for
The City of Fort Worth
Park & Recreation Department
2025
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FORT WORTH
City of Fort Worth
Table of Contents
Adopted September 2011
00 00 00
TABLE OF CONTENTS
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
Page I of 2
Last Revised
0005 10
Mayor and Council Communication
11/18/2025
0005 15
Addenda
08/22/2025
00 11 13
Invitation to Bidders
02/08/2024
0021 13
Instructions to Bidders
01/17/2024
0035 13
Conflict of Interest Statement
02/24/2020
0041 00
Bid Form
09/30/2021
00 42 43
Proposal Form Unit Price
01/20/2012
0043 13
Bid Bond
09/30/2021
00 43 37
Vendor Compliance to State Law Nonresident Bidder
06/27/2011
00 45 26
Contractor Compliance with Workers' Compensation Law
07/01/2011
00 45-49-
C -,'
03 in9�, o71:202T
00 52 43
Agreement
09/19/2025
0061 13
Performance Bond
12/08/2023
0061 14
Payment Bond
12/08/2023
0061 19
Maintenance Bond
09/19/2025
00 61 25
Certificate of Insurance
07/01/2011
00 72 00
General Conditions
03/08/2024
0073 00
Supplementary Conditions
03/08/2024
Division 01- General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 2500
Substitution Procedures
07/01/2011
01 31 19
Preconstruction Meeting
08/17/2012
01 3120
Project Meetings
07/01/2011
01 32 16
Construction Schedule
10/06/2023
01 3233
Preconstruction Video
07/01/2011
0133 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 5000
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
03/22/2021
01 57 13
Storm Water Pollution Prevention Plan
07/01/2011
01 58 13
Temporary Project Si na e
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 7423
Cleaning
07/01/2011
0177 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 McLeland Tennis Center Outdoor Court Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 105168
Revised June 7, 2024
Come!)
TABUOFCQJ=S
NF2of2
Technical Specifications listed below are included for this Proj ect by reference and cam be
viewed/downloaded from the City's website at:
httm9/fortworthtesas.eov/tmw/contractors/
or
https://apw.fortworthtexm.zov/ProiectRmurcei/
IN vioion 02 - Existina Conditions
02 41 l3
Selective Site Demolition
03/112022
0241 IS
Paying Removal
02WM16
Division 32 - Exterior Improvements
321313
Concrete Pavia
06/10/2022
32 13 20
Concrete Sidewalks Driveways and Barrier Free Ramps
12/092022
13231 13
1 Chain Fences and Oates
12/202012
1329213
1 Soddin
05/132021
Div`om34-Trams nation,
34 71 13 Traffic Control 03222021
I)ivisom 11—E ui memt
116600 Athlctic ui ment N/A
Appendix
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
END OF SECTION
CITY OF FORT WORTH MrJalnd Terris Caen Oe Covehiprove
STANDARD ODNSTRUC M SMCNICATION DOCUN S Cey PryeceNumber10510
Revised hoe 7,2M4
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 1111825 M&C FILE NUMBER: M&C 25-1089
LOG NAME: 80MCLELAND TENNIS CENTER OUTDOOR COURT IMPROVEMENTS
ALIBJECT
(CD 11) Reject Bid Received from F.H. Paschen, S.N. Nielsen & Associates, LLC and Authorize Execution of a Contract with C.C. Zamora
Construction, Ina, in the Amount of $565,392.88 for the McLeland Tennis Center Outdoor Court Improvements Project
it is recommended that the City Council:
1. Reject the bid received from F.H. Paschen, S.N. Nielsen & Associates, LLC, for the Md_eland Tennis Center Outdoor Court Improvements
project (City Project No. 105168);
2. Authorize execution ofa contract with C.C. Zamora Construction, Ina, in the amount of$565,392.88 for the McLeland Tennis Center Outdoor
Court Improvements project (City Project No. 105168); and
3. Authorize waivers or all associated City permit fees.
DISCUSSION
The purpose of this Mayor and Coundl Communication (M&C) is to reject the apparent low bidder's bid and authorize execution of a construction
contract with C.C. Zamora Construction, Ina for the McLeland Tennis Center Outdoor Court Improvements project. The project base bid items
include the installation of24 guy wires to stabilize the existing light poles, as well as placing 2,400 square yards of reinforced topping slab
concrete on 3 of the existing courts.
This project was advertised for bid on June 25 and July 2, 2025, in the Fort Worthy Star -Telegram. On August 28, 2025, the following bids were
received and tabulated.
BIDDER
BASE BID
F.H. Paschen, S.N. Nielsen &Associates, LLC
$478,97t65
C.C. Zamore Construction, Inc.
$685,392.68
Capko Concrete Structures, LLC
$585,320.00
Fence Fanatics, LLC
G2 General Contractors
$535,600.00.
$812,731.00
ision Builders Management, LLC
$582,965.00
When contacted, F.H. Paschen, S.N. Nielsen & Associates, LLC, the apparent low bidder forthe project, confirmed that they would not be able to
self -perform the required minimum of 35% of the value of the contract. Therefore, staff recommends rejection of their bid and to award the contract
to C.C. Zamora Construction, Ina, the 2nd lowest bidder.
Funding is budgeted in the General Capital Pmjects Fund for the Park & Recreation Department for the purpose of funding the FV2023 McLeland
Assessment project, as appropriated.
McLeland Tennis Center is located in COUNCIL DISTRICT 11.
FISCAL INFORMATION I CERTIFICATION:
The Director of Finance certifies that funds are available in the orrtent capital budget, as previously appropriated, in the General Capital Projects
Fund for the FY23 McLeland Assement project to support the approval of the above recommendations and award of the contract. Prior to any
expenditure being incurred, the Park & Recreation Department has the responsibility to validate the availability of funds.
Submitted for City Manager's Office bv: Dana Burghdoff 8018
Originating Business Unit Head; Dave Lewis 5717
Additional Information Contact: Joel MrElhany 5745
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1a1
Complete Mos. 1-4 and 6 if there are ireereded parkes.
OFFICE USE ONLY
Complete Nos 1, 2, 3, S. and 6 if there are no ifrested parties.
CERTIFICATION OF FILING
CatiOfate Number:
1 Name of business entity fling form, and the city, state and country of the business enntys place
ofbusiness.
2025-1365606
CC Zamora Construction, Inc
Pon Mich, TX United States
was FMtl:
2 Name of governmental entry or safe agency that Is a patty to the contract for which the form Is
D911912D25
being filed.
City of Fat Worth
Date AckrwNedged:
3 Provide the Identftaflon number used by the governmental entity a slap agency to track or idea iy Me contract, and provide a
Eescrlptlan of the servkes, goods, or other property to be provided under the contract.
CPN 105168
McLeland Tennis Center Outdoor Court Improvements
4
Name of Interested Party
Chy, State, Country (place of business)
Nature of Interest
check IkabN
Controlling
Intermediary
Zamora, Wpe
River Oaks, TX United States
X
Zamora, Linda
River Oaks, TX United States
X
Peters, Brandon
Pon North, TX United Slates
X
5 Chack only N there Is NO interested Party. .
6 UNSMRN DECLARATION
Myrvmeis . and my date of bkkl is��.
Myaddressis ._ ,_,—NNW, USA*
(ay) (ere) (ap msel (County)
I declare under penally of Penury Marine foregoing is true and mrrem
F eared irr�RsyiznrT Cdu y, slate of % S--x' n . at Me t9 �llaY ofkAk�nl;c, 20 LY.
(merdn) (van
!�..e YAGUIRREU
s T•: sigmwedauMaizedageddtwkwfingbwsN Sently
My NoYty ID01316MM (o,wew,al
9
Fof 04}}M by Tp1�, hOii45ionjj www.elhirs.stale.ix.us version V4.1.0.t10dDfd8
11• 111
ADDENDUM #1
0005 15
ADDENDA
Page 1 of 3
McLeland Tennis Center & Pickleball Courts
City Project No 105168
07/07/2025
TO ALL BIDDERS:
Please attach to your specifications. This addendum is hereby made a part of the
Contract Documents and is issued to modify, explain or correct the original drawings
and/or project manual.
PROJECT MANUAL
REFER TO "SECTION 00 11 13 INVITATION TO BIDDERS"
The bid opening date has been changed to August 28, 2025. The attached 00 11 13
Invitation to Bidders specification shall replace the original Invitation to Bidders
specification.
END OF ADDENDUM #1
Bid Opening Date: Augst 28, 2025
Acknowledge the receipt of this Addendum on your Proposal.
By: 91L!/e-4 /
Oliver Penny
Project Manager
Release Date: 07/07/2025
0005 15
ADDENDA
Page 2 of 3
ADDENDUM #2
McLeland Tennis Center Outdoor Court Improvements
City Project No 105168
8/22/2025
TO ALL BIDDERS:
Please attach to your specifications. This addendum is hereby made a part of the
Contract Documents and is issued to modify, explain or correct the original drawings
and/or project manual.
CONSTRUCTION DRAWINGS
1. REFER TO SHEET 5: Item descriptions revised. Sheet 5 here shall replace original Sheet 5.
2. REFER TO SHEET 9: Notes revised. Sheet 9 here shall replace original Sheet 9.
3. REFER TO SHEET 10: Notes revised. Sheet 10 here shall replace original Sheet 10.
4. REFER TO SHEET 12: Concrete topping detail added. Sheet 12 here shall replace original Sheet 12.
5. REFER TO SHEET 15: Anchor Detail added. Sheet 15 here shall replace original Sheet 15.
PROJECT MANUAL
The MWBE Ordinance was suspended by City Council action on August 5, 2025. No MWBE goals will be
required for this project. Section 00 45 00 and the MWBE Appendix shall be removed from the project
manual. All references to MWBE shall be removed from the project manual.
A revised project manual will be provided in the conformed documents prepared post -bid.
SECTION 00 42 43 BID PROPOSAL
The proposal form has been revised. Please use the Proposal Form provided in this Addendum.
REQUEST FOR INFORMATION
The following questions were received during the Pre -Bid meeting held July 9, 2025, and via Bonfire.
Answers are provided below.
1. Is there a preferred or recommended installation method for guy wires being installed in native soil, not
concrete?
A: The guy anchors are power -installed and are to be screwed into the ground until the required torque is
achieved. The contractor is to refer to manufacturers' recommendations on torque required to achieve the
tension loads indicated in the plans. No anchors are to be installed directly into concrete. For anchors to
be installed within the limits of the existing tennis courts, the existing concrete shall be sawcut (max.
24"x24"), anchor installed into native soil, and the concrete restored. See detail on revised plan Sheet 15.
2. Will equivalent materials be approved for the acrylic tennis court surfacing, e.g. material such as
ACRYTECH?
A: An approved equal will be allowed granted that it meets standards as outline in the plans and
specifications.
3. On sheet 5 the fencing is referred to as aluminum material. Please confirm if materials are galvanized
steel in lieu of aluminum.
0005 15
ADDENDA
Page 3 of 3
A: All fencing shall be galvanized steel.
4. On sheet 10 on the north elevation of court 1: reference to remove 120LF of 20' chain link. During a
site visit it was noted that currently there is a retaining wall with fence on top. Please confirm if fence and
retaining wall are to be demoed or only fence and to install 10' on top of wall in lieu of the 20'."
A: The retaining wall shall remain. Only fence should be removed and reinstalled/replaced at existing
height.
5. Would post -tensioned concrete be an approved substitution from the reinforced concrete courts?
A: No, post -tensioned concrete is not an option.
6. Can you please provide section detail for the concrete?
A: Refer to detail on Sheet 12.
OTHER GENERAL COMMENTS:
NONE
END OF ADDENDUM #2
Bid Opening Date: August 28, 20025
Acknowledge the receipt of this Addendum on your Proposal.
By:
Scott L. Maynor, PE
Project Manager
Release Date: 8/22/2025
0011 13
INVITATION TO BIDDERS
Page 1 of 2
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of Mcleland Tennis Center Outdoor Court CPN 105168
("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, August 28, 2025.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City
Council Chambers.
Your submissions must be uploaded, finalized and submitted prior to the Project's posted due
date. The City strongly recommends allowing sufficient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/response
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
https:Hfortworthtexas.bonfirehub.com/portal/?tab=openOl2portunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en-
us
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
CITY OF FORT WORTH Mcleland Tennis Center Outdoor Court Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 105168
Revised 2/08/24
0011 13
INVITATION TO BIDDERS
Page 2 of 2
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com)
*%1 8)ZK81 WKIA110:1 "1
The major work will consist of the (approximate) following: Installation of new fencing,
installation of 24 guy wires to stabilize existing leaning light poles as well as placing 2,400 SY
Reinforced Topping Slab Concrete at the McLeland Tennis Center.
1Z1Z4ll)u1ORNINN*14.11u11►YRIllWer.111003Wold 1oleo K
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=92enOoortunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
https:Hfortworthtexas.bonfirehub.com/portal/?tab=ol2enOI2portunities, 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: July 9, 2025
TIME: 10:00 AM
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City 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.
ADVERTISEMENT DATES
1st date for advertisement: June 25, 2025
2nd date for advertisement: July 2, 2025
END OF SECTION
CITY OF FORT WORTH Mcleland Tennis Center Outdoor Court Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 105168
Revised 2/08/24
0021 13
INSTRUCTIONS TO BIDDERS
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
1. Defined Terms
Page 1 of 9
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3— Qualificatie
44The. City d4e, right to require ", quali-fied aentraater. whe is the. apparent leA,
—
n-its-sel�-
inf rmntion nhn..t kel, Personnel to be assi nod to the- projeat And n.�netr��r+inn onhe-lii�le-
to st the City ,n e-.,o . in�� +�'
let.. i_ j.
the- oti nl .te-d time kame- Wiw_d nn that Ci 'r, arro&gme-.4t of that rnhmi#ad
inf r.nPtinn e-n.lo �the- r-d of Gontrant will he- marl to the-
e
fir re-'e-ntin the- apparant ln.:, hidde-r ag nnn_rna nncive- 0 fF nte-.l rr�ntrnrtnrc will he-
i4AtifiaEI-in w itin
McLeland Tennis Center Outdoor Court Improvements
CITY OF FORT WORTH City Project Number 105168
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4.Omitted.
4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.7. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
CITY OF FORT WORTH McLeland Tennis Center Outdoor Court Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 105168
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
4.1.8. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima -facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be able
to submit a bid to the City.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification
o£
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4. Standard insurance requirements, coverages and limits.
CITY OF FORT WORTH McLeland Tennis Center Outdoor Court Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 105168
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights -of -way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
CITY OF FORT WORTH McLeland Tennis Center Outdoor Court Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 105168
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
6. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City electrically through the Vendor Discussions section under the respective Project via
the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2
p.m., the Monday prior to the Bid opening. Questions received after this day may not be
responded to. Interpretations or clarifications considered necessary by City in response
to such questions will be issued by Addenda. Only questions answered by formal
written Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
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.
CITY OF FORT WORTH McLeland Tennis Center Outdoor Court Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 105168
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
10. Substitute and "Or -Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or -equal" items.
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or -
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
Conditions and is supplemented in Section 0125 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
��laf.,r+l,o��rr�}��+;.�„
��ises-irl-�i�-se�asts-$�BAa-e1;gr-S�-Sgstiel}-89-4�-48-��-
Ait/UVRR
4usi o&s
�-245-34-I-I-2029), seclifisd at:-
i/-�sedgliaga-kse�sedgs/�t�e�latgst�€�e�-t�d�9-9-2��
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
CITY OF FORT WORTH McLeland Tennis Center Outdoor Court Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 105168
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form,
provided with the Bidding Documents, prior to the time indicated in the Advertisement or
INVITATION TO BIDDERS.
14. Withdrawal of Bids
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
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 units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
CITY OF FORT WORTH McLeland Tennis Center Outdoor Court Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 105168
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at 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 of Bid.
CITY OF FORT WORTH McLeland Tennis Center Outdoor Court Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 105168
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
18. Signing of Agreement
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH McLeland Tennis Center Outdoor Court Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 105168
Revised/Updated 1/17/24
003513
CONFLICT OF I WEREST STATEMENT
Pepe 1 of 9
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 Secretarys
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 Loral 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)
httos:/Av .ethics.state.tx.usldatalfonns/conflict/CIS.odf
CIQ Form does not apply
❑ CIQ Farm 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: (G ZAt""'n'f Zx^.srO"rco�
`vet G✓o2 rN� Tr 96/// BY: 40a dd-e'm
Signature:
Title: GE° � � Z+r'•'xn �,+rriz✓vsa�'"
iV,N't. AREL GUIRRE
fd MyNftIDp1316PM
z.
EVIrwh 927,2025 END OF SECTION
CRY OF FORT W ORTH
STANMRD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Febmary 24, 2120 10-1051M McLeland Rid Proposal Workbook rev 1
0041 00
BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: McLeland Tennis Center Outdoor Court Improvements
City Project No.: 105168
Units/Sections: -Unit 1 Base Bid Items - McLeland Tennis Center Outdoor Court Improvements
-Alternate A Bid Items - McLeland Tennis Center Outdoor Court Improvements
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive
levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021 10-105168 McLeland Bid Proposal Workbook rev 1
0041 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Site clearing and demolition with minimum site disturbance
b. Concrete pavement for tennis courts
c. Helical piles and guy wire installation
d. -
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 90 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones) within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
'If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021 10-105168 McLeland Bid Proposal Workbook rev 1
DD at 00
BID FORM
Page 3a13
6. Total Bid Amount
6.1. Bidder vnlI 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 d the extended amounts.
6.3, Evaluation of Alternate Bid Items
Total Base Bid - Court Improvements $565,392.88
Additive Alternate Bid - New Fencing $254,840.00
Total Bid
7. Bid Submittal
This Bid is submitted on 8/28/25
Respectfully submitted,
(Signature)
Brandon Peters
(Printed Name)
Title: CEO
Company: CC Zamora Construction, Inc
Address: 3815 Austin Ln
Fort Worth, Tx 76111
State of Incorporation: Texas
Email: brendon@mmoraconstruction.com
Phone: 817-7594063
$820,232.88
#REFI
by the entity named below.
Receipt is acknowledged of the
following Addenda:
Initial
Addendum No.1:
Addendum No. 2:
car
Addendum No.3:
Addendum No.4:
Corporate Seat:
ARELYAGUIRM
My NotaryD#131e,B M
`+
EVIMAugust 71, 202."
END OF SECTION
CITY OF FORT NORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rew lMMD21 10-105168 McLelantl 8d Pmwsa MAbmk rev
CERTIFIEDCOPY POWEROFATTORNEY
KNOWPIL MEN BY THESE PRESENTS'. T tMAMEMCANALTERNATIVEINSU CECORFORAT*N,ewpxalblagentrs]eM exME'p bJ viavdge
Nndtle Sined�awne (Yoryanmm wMdT mS56CWpe Rmd Earl Evanesce. N.J. OMS, he norm, megweeeM ygaMM.eMtygexpemnLL.
chore make. mNwx aM appoint
xtale E. SCM1malx and EM SCM1mh
mate. execukN aM Cefuero] Yn
and wlM1ammeatlentas Yaiped
Me Saudi of preMndssd Company duly held on Me nth
by of Est uYIWS, a bqy or wriN appears blow,
IN WITNESS MEREOF, Me AMERICAN ALTERNATVE INSIMANCE CORPOMTIIXI Me caused ib caprats oral to be baeu W / bill and gam Mal to be sped
by he May Mannerism age.es this aemdm of Bepambes, 2021.
33 i.M°oMR'
..:.: r i:....
B1
-Y:
�si
bRdteel G. ltt
Kerr.,SEAL
PEsame
�-
sl: ... ......
FORM
Spru cie Rivera
Oepuly General Carpel & Sautes y
"AM OF FEWJERSEY, COIIMY 6 gG1E U
TIYblgilginebumeMeu admWeQTtl bAvemeby mute da4n twN'¢eSengie 2P by d Sepinhr, 10R1, Ey MiNad G. Herter ndlpiutle Rion wM1a am
pnaWYYmwnm mn
SECRETARY'S CERTIFICATE
The undersigned, Igacia Riven. hereby cemfiez
n '
MyS sin 1
(tam sman Exy f
My Cenm'sYpn Egaea FaWry4IDMB
1. That the redesigned is Secrosy ofAmvicm Alterative Wzame Corporation. a corporatist ofthe Sane ofDNaawx:
2 not the miginal poem ofMusical of which Me imedng is a copy ban duly evmmd an behad'afmid Corporation an the day of its dam am her me since ban
resided. amended ormoti fled; that the utdersgnd hascarynted toe f nepuip copy, Moved nath sad wigmal paver ofmamry, am that the same is true am correct
mpyofadd original passer ofati and of the whole therl
a That the angiml tesdutim of which the Milbuing is a copy was duly adopted at anal recorded in the innurb a[ a regular medip ofthe Road of
Directors of mid Catpohation duly had on Augset4, I"S. anal has not arm ban worked, arrested or modified.
RESOLVED, Met each ofthe follawinaomceha m die Caparaim, namely, Me Reaidcm the Executive Vice President, Me Senior Vim IYddrnt;
am the Vice Presidents, bc, am they hemby ane, auM1anad, ban time W time In that dteretim, w appoind such agent or agents or atwmcy or
mameya-in-fm as teemed by them recnmry or desitade fr the pupowofmtrying on this Corporation 'a business, and toempatm such spin
or spits or marrney orananryzo-tom M execute am deliver, ofiaCapopon's pmeand an in baler If, am under is and or dhenvoe% wrcty
bards, surry undemkogsarwrcrycammsauade by this Capontim as way thertm
RESOLVED. than the aigumwrc afatty audnnad atbces affe Capotoflan mtl Be Caryamton ixa ors ba aRizM by famimile w sty poxes of
aibtmy attl rcvmanm of ary power of matey arcenificne of eitM given for Ire aernim afaM vrery baud, surrey uttlmakog, a wrty
mmmd, vrM1 aigpue>ro sal, wlm w uxd bdn8 hereby adopted by the Capantim az the original aiguewrt of ouch afflceraM the aigiml
d affe Caryopon,w ba valid and biitling upon toe Capmtim wNt the ante frceaM eMmt aztMMh manmltyaRxet.
FURTHER RESOLVEDthatmypiaappointntmabythe Cap ionafMGMaminaM respma M1ewby nnfled,cmflmcd attl approved.
FURTHER RESOLVED,thmfeSmeryorary Ambtad Scmrc afiis Caporahnishmbywthrmdwcmifyatlddivawaryperonta avM1om
such anificnim attl dN ivory m %h deemed ace vary mtl dmimble in the apinim a f wch Sevcnry a r Aaimin Smeary, a the copy of tle fnegoitg
�luti�n
a The udasi8pdhazwnpned theimp�inFmpexdmidangimlrcmlutiavmwrtmded,wtlfryrttleuteme mdmrutcopin afatl
an8ipl rcwluomaz wrtcardel red atlh'Muwtietmf
Wifassthehattl ofthe utdeesignd this 2ftdq of AelEun ma.
AMERIGNALTERNATIVE ❑BCRANCECORPORATION
Aoem-
b, .e
�4oaA' Igmcio Riven
Deputy Gemwl Counsel &Secretary TRS-1001-1
IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call American Alternative Insurance
Corporation toll -free telephone number for
information or to make a complaint at:
1-609-243-4757
You may also write to American Alternative
Insurance Corporation at:
American Alternative Insurance Corporation
555 College Rd. E.
Princeton, NJ 08540
You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of
Insurance:
P.O. Box 149091
Austin, TX 78714-9091
Fax: (512) 490-1007
Web: http://www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIM DISPUTES: Should you
have a dispute concerning your premium or about
a claim you should contact the American
Alternative Insurance Corporation first. If the
dispute is not resolved, you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This
notice is for information only and does not
become a part or condition of the attached
document. 00 ML0042 44 04 16
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja:
Usted puede Ilamar al numero de telefono gratis
de American Alternative Insurance Corporation
para informacion o para someter una queja al:
1-609-951-8295
Usted tambien puede escribir a American
Alternative Insurance Corporation:
American Alternative Insurance Corporation
555 College Rd. E.
Princeton, NJ 08540
Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion
acerca de companias, coberturas, derechos o
quejas al:
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas.
P.O. Box 149091
Austin, TX 78714-9091
Fax: (512) 490-1007
Web: http://www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
DISPUTAS SOBRE PRIMAS O RECLAMOS: Si
tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el American
Alternative Insurance Corporation primero. Si no
se resuelve la disputa, puede entonces
comunicarse con el departamento (TDI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para proposito de informacion y no se
convierte en parte o condicion del documento
adjunto.
WcnDM w 42 a
PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
MCWeMrmmie Cmue
O aA
Mn n-re maen
Unsl-
araetne,.
No.
�n�P11O°
SFninn6o.
Setliop Hn
uwof
Mama
a8
l5tir hi[C
aid Value
1
Mobilizatun
017O.OIw
IS
1
538 .Ba
539.M W
2
Remove&Rezan Awning
iWl.9999
EA
1
$15,Ow.w
$15,w0.w
3
Convete Pavement Removel(3•Depth)
0241AWO
SY
400
E23.w
$55,2w.w
4
Guv Wirq Pmtective Covers, and Anemr lmlallatinn
9999.9999
EA
31
MWO.w
$170,SOO.w
5
IY MWulm Wy Wire Protective rencing Santini
iwi.9999
j LF
3W
$95.w
$36,1w.w
6
Steel Reinfceced Conmme TOM'M Slab (3-in) (Coeur; 3- & 4
only)
SY
2,4w
$75.75
$18119w.w
Block SodJmg
3292.01w
$Y
3w
$M.00
$S,OW.w
B
Single Lane Clcaure. Weekday, Iar Mile
347I.w20
DA
I
S7,e )W
$7,5w.w
9
Tennis Court Resurfacmg(Cour62,3,&4 only)
9999.9999
$Y
;4w
s20.w
S49,w0.w
10
'1 isms Conn Painting &Seri inCouns23.&4only) I
iWi.iWi
EA
3
W.Ummli$6,w0.w
Seb-Taal Until I -
%6 9188 $565 92A8
Afteindc
Remove 4-fi Galsaevod$tcel Olin Link reae(rm only)
9999.9999
LF
IBO
Ww
$ew.w
AA2
Remove IDR Gah'en¢W Steel Chem LiM Fence(Fence only)
9999.9999
LF
2, 160
SS.w
$11.W.w
AA3
Remova 2Dfi Galvanized SIMI Chain Link Fence(Fence only)
9999.9999
IT
420
5550
$2,310w
AA4
Remove Sin le GmvenrzW Sta•1 Chem Link Fear Gete
9999.9999
EA
10
$105.w
E1,Ow.w
AA5
Remove Dauble Ga lvanaed Steel Chain Link Feone Gate
9999.9999m
$105.w
$210.w
M6
Install 4-R Galvanized Steel Chem link Fence(F'ence only)
iWl.9999
$as.w
$8,1w.w
AA)
IvtalllDfi Galvanized Stcd Chain LinkFerme(Fence erd
scram only)
99999999ivacy
$T5wInvall2D8
_
Galvanized Steel Chain I.mk Fence (Fence xivaryscram only)
9999.9999$115.wa,3w.wIntall
Sinto Gahanized Steel Chain Link Fence Gate
iWi.iWi
E1.Sw.w
$15,w0.w
GmteBDouble Gdvonisd $[vl Chain Link Ferxte Gete
9999.9999
$2,500.w
Sub -Total Allernulive A
BID SUMMARY
BASE BID
Un81 Bane Bid IMms- MUmard Tennis Cantor OUW= Coist IIryYUaenenb: 5565,392 W
Base Bid TOMI SW 392.88
ALTERNTE MD
A naviaeA Bid items- MclNand Tews CMee Ould Cw meals $254,940w
Altermle BM Taal E25 un.m
BASE+ALTERNATE BIDS
SECTION W 4 13
BID BOND
KNOW ALL BY THESE PRESENTS:
Wd313
BIOBOND
Pa 1 2
That we, C.C. Zamora Co151YU010r. M. ,known as
'BHder heed and Anvuharn Alemative murance Cogxxmi3n a corporate surety
may authoAtttl to do business in the State of Texas, known as 'Surety' herein, are hell and firmly bound unto the Ciy
of Fat Worth, a municipal MMDration created pursuant to the laws of Texas, known as 'City' herein, in the penal sum
of five Ferment )S%) of Bidder's maxim um bid price, in lawful money of the United States, to be paid in Fort Wont,
Tarrant County, Texas for the payment of wHdh sum well and buy to be made, we bind ourselves, our heir; emoutors,
administrators, succors and assigns, jokey and severally, firmly by geese pnesenfa.
VVNEREAS, the Prindpal has submitted a bid or proposal to perfam Walk for the folavhg project
designated as Mdeland Tennis Center Outdoor Court lmprosnonte
NOW, THEREFORE, the C(Xxlition of this obligaGm is such that if Me City shorn awaxti
the Contract for the foregokrg project to the Principal, and the Prindpal shorn satisfy all requirements and conditions
rtsiuved for the execution of the Contract and stu l enter into the Contact in writing with the Ciy in amordame weh the
terms of such same, than this oblgation shall be and become mill and void. If, however, the Prindpal fails to execute
such Contrad'n amorda m with the terms of some or fails to safsy a0 naquiremen6 and conditions required for Me
execution of hie Contract, this bond shall become the property of the City, without mmume of the Prindpal antllor
Surety, not to exceed the penalty hereof, and shag be used to compensate City for the differeme between Prindpal's
total bid amount and the next selected Udders total bid amount -
PROVIDED FURTHER, Nat if any legal action be filed on Nis Bontl, venue shall lie in Tartan County,
Texas or Me Urated States District Court for Me Northam Disiict of Texas, Fat Worth Division.
IN WITNESS WHEREOF, the Prindpal and Me Surety have SIGNED and SEALED this instrument by
duty authorised age nts a nd officers on this the 28h day of August .2U5.
PRINCIPAL:
C.C. Zamora Construction, Inc.
BY:-
-EIgrau
ATTEST:
it —� 1/L L�vr Z�...za fesr���F.•r
Witicss as b mnapal
� theme aOd Tel
.ell ARELYAGUIRRE
Myl'IW AjgUdv,2026
Bti74
CIIYOF R)"YADR114 mcle"d 'ami3 Cexcer GrMrwCann lugrmemenb
4nNlmxm0 CON81gUmTIX1>pEGFlpxllox OOquxExlb ON Pm*a.VlwlCer 1051M
ReWeE wNLe31 W dt W &E Pmpaal WM]yJ.h.M
W 013
="a
v.ye zmz
Aachen 3815 Aie8n lane
Fan ~h.0 78111
SURETY:
AnrF nAMmathe Insurance Caoa'alion
hey: v
l/ wre
Erk SNmahrPaamey-IrFFatl
Name arc! THIS
M&eas555 Colage Rd. E.
Ihlnaeon, NI OW
Par
Telephone Number. 88838 49
Attach Power of Attorney (Surety) for Attameyin-Fact
'Nate: If signed by an officer ofthe Surety Company, there must be on 81e a ceNBe l eRmct from me by laws
showing that this person has authanty to sign such dAgation. If Surety's physical addiess a Cifzrent from
its mailing address, bath must be pho i d. The agate of the hoist shag rot be priorto the Fate the Con:rect a
awaraeE.
ENT) MSECIION
ON6 FIX MR11 Al Imdl'eunle Cener Gibbor C'ouel lmyememeM
6lAVaiROCOHaIRUCTION 9PECIFMAMM'OCOUMENA CW P,;e .Nw Sr IMIM
nnuuE NJ 1 w4lwei p gawwaNpYJlp
0043 T
VENDOR CONPLWNCE TO STATE LAW
Page 8 of g
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. W
BIDDER:GL Tim'"'"o2e Lo,✓Sp,✓
3Sfr Avtnr'� u^
`oRf Nio2iNi
%z "111
MEeAGUIRRE
My NoblylDk43f6Be634
PypyespuglMTl, 2026
END OF SECTION
By tr aA Pv. p6rd rS
(Signature)
Tile: Gyo� (� Z>•"'s'r^r Ae+ rie✓crror
CRYOFFORTWORTH
STANDARD CONSTRUCTION SPECIFICATUN DOcMENTS
Reviaetl SMWM21 10.t08188IMleNM eitl Plopo-.al Wakpopk rev 1
10
Il
12
13
14
15
16
17
IS
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
m45M-1
CONTRACTORCOMPLIANCE Wrr1i WORKERS COMPENSATION LAW
Page 1 of I
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. 105168 Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
LG ZA 04w.r .:c By: ic,TFzf
Company (Please Print)
38y>� 14yxfzs per✓ Signature:
Address
�o/Gr W27N, x 76/// Title: o je�-D
City/State/Zip � (Please Prim)
THE STATE OF TEXAS
COUNTY OF TARRANT
BEFORE ME, the undersigned authority, on this day personally appeared
R I(anann 2e tcp . known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of j<. f' . 7g ern (A (`W1 frig N-10 1. lh(j for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN
��'��,
UNDER MYHAND AND SEAL OF OFFICE this dayof
—+mlm1+-� 20M
NO[ Public in a for he State of eI s
ENO OF SECTION
ARELYM#IME
:y y RYNdatYDN18189B89t
'"`'.f.,9t:"v Fi�YeeAupIM 2T, 2028
emYOFFORTWORTII nreelo reameeemer txa Cwn 1m iveenu
STAWARD CONSTRUCTION SPECIFICATION W MLWIS Cir Profeci Nemb 10519
rsva: Juy 1,2011
005243- 1
Agreement
Page l of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on November 18, 2025, is made by and between the City of Fort
Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
("City"), and C.C. Zamora Construction, Inc., authorized to do business in Texas, acting by and
through its duly authorized representative, ("Contractor"). City and Contractor may jointly be
referred to as Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
McLeland Tennis Center Outdoor Court Improvements
_CPN 105168
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 Five Hundred Sixty -Five Thousand Three Hundred
Ninety-Tivo Dollars and Eighty -Eight Cents ($565,392.88). 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 90 days < Ninety calendar days>
after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of
the General Conditions, plus any extension thereof allowed in accordance with Article 12 of
the General Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City <Seven Hundred and
Seventy Five>Dollars ($775.00) for each day that expires after the time specified in
Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance.
CITY OF FORT WORTH McLeland Tennis Center"Owd00r"CorinImprovenrents
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 105168
Revised September 19, 2025 (effective September I, 2025)
005243-2
Agreement
Page 2 of 6
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. Worker's Compensation Affidavit
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is 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.
CITY OF FORT WORTH McLelmid Tennis Center Outdoor Court Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City, Project Number 105168
Revised September 19, 2025 (effective September 1, 2025)
005243-3
Agreement
Page 3 of 6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specifically intended to 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 I of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a Court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non -appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH McLeland Tennis Center Outdoor Court Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cio- Project Number 105168
Revised September 19, 2025 (effective September 1, 2025)
005243-4
Agreement
Page 4 of 6
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time -employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifies that Contractor's signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more, which will be paid wholly or partly from public funds of the City,
with a company (with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will
not boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor's signature provides written verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds
of the City, with a company (with 10 or more full-time employees) unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor's signature
provides written verification to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
CITY OF FORT WORTH McLeland Tennis Center Outdoor Court Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project A4uuber 105168
Revised September 19, 2025 (effective September I, 2025)
005243-5
Agreement
Page 5 of 6
7.11 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (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'S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
7.12 No Third -Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third -party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on -site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractors or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
racantaA @A the SR;211 R„ IWli atip izopm. ! A;gt«A,.t.;,r, feil_Fe t8 abide by the
C—i"- ef Fort Worth ptibiie wmks coMmets fox" Pei i0d OF ffille Of 110t ieSs t!12111 011C year. -
CITY OF FORT WORTH McLeland Tennis Center Outdoor Cowl bnprorements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 105165
Revised September 19, 2025 (effective September 1, 2025)
005243.6
Agoe=nt
Fege 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:
By:
i�
(Printed Name)
City of Fort Worth
By:
D uta 8cg kq do-FF
Dana Burghdoff
Assistant City Manager
12/11/2025
Date
TitleAttest: A$ 8� �i1-�1�1+@
SpIr
Address Jenrette Goodall, City Secretary
/072( G✓o2rr, ii[ 76111
City/State/Zip (Seal)
11/1y/Z f M&C: 25-1089
Date Date: November 18, 2025
Contract Compliance Manager:
By signing, 1 acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
0"Aw7
Oliver Penny
Landscape Architect
Approved as to Form and Legality:
q6
nn
Douglas W. Black rn Sr. Assistant City Attorney
KG
/An�PP-PD: APPROVAL RECOMMENDED
Fese
Dave Lewis, Director,
Park& Recreation Department OFFICIAL RECORD
CITYSECRETARY
FT. WORTH, TX
CITY OF FORT WORTH McLeluM Tenntr Center OUIE r Coarrrmytmanzno
STANDARD CONSTRUCTION SPECmCATION DOCUMENTS 00,F Kn Nonttvr1051ee
Revised Seperober 19, W25(e1&aive Septem rI, 2025)
0061 13 - 1
PERFORMANCE BOND
Page i of"_'
Bond Number: S7A2S00006157
i SECTION 00 6113
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we,—C.C. Zamora Construction. Inc. , known as "Principal"
9 herein and American Alternative Insurance Corporation , a corporate surety(sureties, if
10 more than onc) duly authorized to do business in the State of Texas, known as "Surety" herein
1 I (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 Texas. known as "City' herein, in the penal sum of,
13 Five Hundred Sixty -Five Thousand, Three Hundred Ninety -Two Dollars and Eighty -Eight Cents
14 ($565.392.88), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
15 Texas for the payment of which sum well and truly to be made, we bind ourselves. our heirs,
16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
17 WHEREAS, the Principal has entered into a certain written contract with the City
18 awarded the 18th day of _November , 2025 , which Contract is hereby referred to and made a
19 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor
20 and other accessories defined by law, in the prosecution of the Work, including any Change
21 Orders, as provided for in said Contract designated as McLeland Tennis Center Outdoor Court
22 Improvements, City Proieet Number 105168.
23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
24 shall faithfully perform it obligations under the Contract and shall in all respects duly and
25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
26 specifications, and contract documents therein referred to, and as well during any period of
27 extension of the Contract that may be granted on the part of the City, then this obligation shall be
28 and become null and void, otherwise to remain in full force and effect.
29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
31 Worth Division.
CITY OF FORT WORTH iWeLeland Tennis Comer Outdoor Courf Improvements
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CitY Project Number 105168
Revised July 1.2011
W6113-'_
PERRORMANCL BOND
PW2M±
I This bond is made and executed in compliance with the provisions of Chapter 2253 of the
2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
3 accordance with the provisions of said statue.
4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED
5 this instrument by duly authorized agents and officers on this the 19h day of
6 NormnCs 2025
7
8
9
10
II
12
13
14
IS
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
45
ATTES
(Principal) S�Uary
Witness as to ptn
Wit ss as to Surety
PRINCIPAL:
C.C. Zamora Conahuetol, Inc
BY:
Signature
&rdon Plan, Chef E¢caiue OKON
Name and Title
Address: Wm Aus6nlare
Fan WOM.Tx 75111
SURETY:
Amencan Allarnalow Insurance Comaatlon
BY: 1 -F aL�'I A __
Signature Q
Mcale E Schmalz, Amorney-In{act
Name and Tide
Addmas: 555555 COaeae M. EM. E.
FFina Ion, NJ 0640
Telephone Number. 60B=115141295
*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 dam the Contract is awarded.
CITY OF PURT WORTH Alrldmd Tomb Cerner O� CWal rmpmwane
STANDARD CONSTRUCTION SPECIFICATION DOCUMMIS Cix Rgeaa:Vvmber IOS/M
Reveal My 1.2011
CERTIFIEDCOPY POWER OF ATTORNEY
KNMALL MEN SY TKESE PRESENTS: Trader AMERICAN ALTERNATIVE INSURANCE CORPORATION. aa me
Ian die Seale d Celaxam CCmpodden7 wMaR am555COIMq Read Else Pnnrelon 14.109533. has male. ammabdand appointed and W Neduarm a,
die make, mneMamateappo t
RNaM E. Selmak ate Erie Sclmam
aid IAtmmg FM,m Pmrelon,'0 Me Sher Near bray, each d them acres m ban Nl p3'm 0 a wM ut W miss a Make, b make, execW and
on Its f, m So" or CPwrery, harder and orb kMge givenfor ary and all papxeq also b areculedmi"ver on meb as/aeeab nervers.e4enams.
rents, warrant comets orstp Uon nlaNp kI MVNa orutlMiiryy provide], beam. tam no singleWnd a unbm M an male, exwled aMdd'eerd WI
a sort Compreearary, pNm el Me pW sum me assumed to sum d One NundrW MillMn OdMn K1g0Ag0.0001.
arm and uMrm for wedupaxambwhenddy, emab]Ly vatl AtbmglalimFacl, roll In bvWrgrWnaad Compn/ore furry atebthmameexmrltmi viprod
Pne'vbM d wad Considers mimWpYsnaW amemel byim Setlenry.
rpii a made undraMbyautlw d a mnab Revsulon# M a memiingd Me Mudd 0nxmrs Need Company day had on Me 9N
day OfAmidst, 1e75, a orgy tlwhath appae Mow.
IN VASTNESS VrHEREOF, Ce AMERICAN ALTERNATIVE INSURANCE CORPORATION has caused Its coryaan Seat he henunm affixed ate Mempeemb to Megroi
m m day aaMmzeddlfiren wore zrdy asynemba, zbz1.
By.
SEchaM O. K Wnm
PR9Aer11
Mind
Deputy General Counsel 8 Secondary
STATE OF NEW JERSEY, COUNTYOF SOMERSET
The brglmg NaW mete wan acmraMmgad Mbn rro m meare dMro romvamrn Ma b^dy d SepbnMr, zMt. V IAPPR G Yams aq Igrew Rivera. Mo an
piWy Mvxrl b ma.
FC'ps^NL'or`.
SECRETARY'S CERTIFICATE
The undersigned, Igrocio Riven, hereby crnifcs:
_'Yin SmWm'pPaga I
SaidJrs"It 'r
MCmmsw.Expense
Febmby S iOSfi
s. Tb Me preaAbe omrdigholformer
Soecfmmtuutyhi ofofahich
de, threatening
eforeginegIinswacopy
e SCmo3t duly
inY cioan,caatarndpon behalf dtbe SdtaCustomer
on Meday ofes dent. and him IS znehas
rcrondndd amthin the him; mmfe llekregin6 rod tbmmfwith mid aigintl pomr ofatarm. and MMe rc IS Lose and correct
of mid original dver ofadary and Oftlwibe thereof.
J. TTmttle original Comorm n duly
held
following aa[pY was duly adoptudd M. aid recorded in en theamountsormmo[a rtglartmelingof Me Mend Of
Dimcmrsofmid CORmmion dulybeld on August J,199g.and ban not lime Man rtvoked,nmendndor mndiflnd.
RESOLVED,that each Of that following officers M this Compendium. renMy, Bb Prt3idem Ind Eumtive Vice Pmaidem, Be Senor Via Pre idmti
and the Vice Prt3Nmm, be, And they brody am. Submitted, from lime m time in their diwrelim, to appoint such agent or Sgm3 or Rumored, or
atmtrmi-infazt Or rimmed by them necessary a dissemble for the molloseofcammg on this Corlmration'3 bmirlm. and w empower arch agm
or Agra or mtomey or atmnrys-in-Mct m execute and deliver. in MIS Corpornim i made ate m imbtlalf, and under imam1 or abenrim.3umty
batla zaery undertaking or worry commas made by tbiz Corpwaim m zuret. M m.
RESOLVED, lbal Me mmeY and Invocationon of aorpanowyearaobf mrimmmlty or c dnihthcemCe oorfpeaitmbimr gavteen 0for
CMoetpettectmon ofi mmaayumbe YaRMpxnndJ, Sandyb'rdy undertaking.
nderaking a Sureoryf
eorarant Cozigmtt .mandal,whenbi usMbeingbemby tionbyflee Capaatbna3 cl oriw aigulurcdSubother and Me Origirel
ttal rifles Corporation, m be valid and billing upon tb Corporation aiM the tame forte and c1Fd m lbugb manual} Mixnd.
FURTDER RESOLVED. hem my priurpppintmems bythe Corporation of MGA3 am, in Al a3gcts, hereby ntifiedcmhrmM aM approved.
FURTHER RESOLVED. that the Sectary or any Assistant Secretary ofthi3 Corporation i3 hereby mObrized as anif, and del iver to am person to zJbnr
lutmion.ion, toleun and delivery maybe deerNM mcafyy mtl dminheMMe pmim dzubSammyor Amizmnt5mrcm5'.ameepp5'oftbe forgoing
rem
S. lMe undeMgrwdbmcomparcd the Porcgemg.mPwrsotmidoriginal rtmlaiom y m rccorhd,atl hey x the sanewe andcoaatmpim ofmid
origirol mwMlimns msO rcmNedmdoY•le �aMle devwl'.
W ilmalb landdtle undmicaM y.J d's aaa d:reJC:rpmtim this 191M dryd Matthew ,1025.
LL AMERIGIIN ALTERS. TIVE INSURAM:E CORPORATION
(P^pro�rA�Rn$$gg
A� B9,i
�"/Jio Apple Rived
DSpaf'cenem cannH sseaemry TRS•1007.1
IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS
IMPORTANT NOTICE
To obtain information or make a complaint.
You may call American Alternative Insurance
Corporation toll -free telephone number for
information or to make a complaint at:
1-609-243-4757
You may also write to American Alternative
Insurance Corporation at:
American Alternative Insurance Corporation
555 College Rd. E.
Princeton, NJ 08540
You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of
Insurance:
P.O. Box 149091
Austin, TX 78714-9091
Fax: (512) 490-1007
Web: http://www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas_gov
PREMIUM OR CLAIM DISPUTES: Should you
have a dispute concerning your premium or about
a claim you should contact the American
Alternative Insurance Corporation first. If the
dispute is not resolved, you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This
notice is for information only and does not
become a part or condition of the attached
document. 00 ML0042 44 04 16
AVISO IMPORTANTE
Para obtener informacion o pare someter una
queja:
Usted puede Ilamar al numero de telefono gratis
de American Alternative Insurance Corporation
pare informacion o pare someter una queja al:
1-609-951-8295
Usted tambien puede escribir a American
Alternative Insurance Corporation:
American Alternative Insurance Corporation
555 College Rd. E.
Princeton, NJ 08540
Puede comunicarse con el Departamento de
Seguros de Texas pare obtener informacion
acerca de companias, coberturas, derechos o
quejas al:
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas:
P.O. Box 149091
Austin, TX 78714-9091
Fax: (512) 490-1007
Web: http://www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.aolr
DISPUTAS SOBRE PRIMAS O RECLAMOS: Si
tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el American
Alternative Insurance Corporation primero. Si no
se resuelve la dispute, puede entonces
comunicarse con el departamento (TDI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo pare proposito de information y no se
convierte en parte o condition del documento
adj unto.
0061 14- 1
PAYMENT BOND
Page I of 2
Bond Number: S7A2S00006157
1 SECTION 00 61 14
2 PAYMENT BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, C.C.. Zamora Construction. Inc , known as "Principal"
8 herein, and American Alternative Insurance Corporation , a corporate
9 surety (sureties), duly authorized to do business in the State of Texas, known as "Surety' herein
10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
1 I corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal
12 sum of Five Hundred Sixtv-Five Thousand. Three Hundred Ninetv-Two Dollars and Eighty -Eight
13 Cents ($565.392.88), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
14 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs,
15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents:
16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
17 _I8th day of November , 2025 , which Contract is hereby referred to and made a part hereof
18 for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other
19 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and
20 designated as McLeland Tennis Center O uldoorCourl Improvements. CioProieclNumber 105168
21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
22 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
25 force and effect.
26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
28 accordance with the provisions of said statute.
29
CITY UP FORT WORTH Alt -Leland Tenons Cenler Ouldoor Court hnprovemenrs
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CLv Project Number 105168
Revised December 8.2023
Un61 Id-2
PAYMENT BOND
Page 2 oF2
I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the 191h day of
3 November 20 25
4
5
6
7
8
9
IU
12
ATTEST:
(Principal) Secretary
6 - -
ttness as to inc al
ATTEST:
(Sure ) Secretary
7
Witne s
7 as to Surety
PRINCIPAL:
C.C. Zamora Construction, Inc.
BY:
Signature
Brandon Peters, Chief Executive officer
Name and Title
Address: 3515 Austin Lane
Fort worth, TX 76111
SURETY:
American Alternative Insurance Corporation
BY: IL& F
Signature
Nicole E. Schmalz, Attorney -In -Fact
Name and Title
Address: 555 College Rd. E
Princeton, NJ 08540
Telephone Number: 609-951-0295
Email Address: nicdeQschmalzaurety.com
Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws
showing that this person has authority to sign such obligation. If Surety's physical address is
different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
END OF SECTION
CITY OF FORT WORTH .11e1.elanrl Tennis Center ourrlow• c "oily, hirprorearents
STANDARD CONSTRUC HON SPECIFICATION DOCUMENTS Cih, Project Kninber 105168
Rry ised Decemher 8, 2023
CERTIFIED COPY POWER OF ATTORNEY
bil MEN BY THESE PRESENTS'. TM AMERKANALTERNAINE INSURANCECORPORATON,emryarabnaryarixN aM euaEnp by viWeattle
Iew d1M SMNd OMaxate(Coryaofm'f withafliceaMhh Oalege Red Faq Probi N.J. OM3,bas mee,cmmtdmaMawiMn ,aMbythew premenM1.
Mae maMO mmethi arm apacimt
blurb S. lclamlz anal Erm Sa1maN
issue and IsMJ Mdrrmyn a,MPrMaM, n the Ease of New Jersey, seem of Non des m Me NI
deliver on Is hit, as Surey or C sumab. ImMaeM weeMEmm onenhrarl all pvpman. allam�
This elemental made undermal by authority ofamatter Revel momen eta reason dtlle Soared OrMurt dead Company My her copies Oth
dayd Auput, 1975, ampydwhich appear Mee.
IN V ITNESS VvHEAEOF.theAEERICAN ALTERNATIVE INSURANCE CORPORATION MawaN mcapmnk mamas Ilermnla a/fired, and pMx presmhb he vpxd
by AN duly attemdmen the 24^my d&m ,Zan.
�a �rpevon�i
g33$,
By r ,:.,.
Midad G. Kama
President
Agest
Ignecid Rives
Deputy Gemrel COtxael & Secretary
STATE OF NEW JERSEY, COW TV OF SOW MET
Thefam amp Meaummit was zamMW pW Mbe me by mean of cases mMmafen tlis 2t^day alSgiYnM, 2O2t, by Manse. G Eemv e'd Inseam; Risen wlw me
pen corny *rl tame.
ue'
3 �P �L�b
• �WaW
f r
Sian NaarNunq p..bl: Ir,
Sib dN'Mw eost
My CommGonmbwn Eagraa FMmary S, 2028
SECRETARY'S CERTIFICATE
TheuticniR 'd. lEmcio Rrvma lere"l ithal
I. Tit the udemLgrad is Secretary of American Almmaive tremame Copdion, a compmnon oflbe Sasc of Uelaeal
2. That the aigklal poucr of attanry of sxmich the deal ing is a copy miss duly cveculM an hMlf timid Cooperation an the do) of its Jobe, and him me Ance been
moved, amended V beat rud, that the udenigedlas camped the faing copy thereof sviIt end argon posy afmmmcy, and that team is a one and co meet
eopya Ad id aiOwI power of mbmcy and athe stole theal
1 The to ad San! resolution of wmidh the biling is a coy was duly Woo nl and normal o the in trial d: aregular mrcetim of the Bond of
Dtecaxs of and Calwatian tidy held on August a, 1998. and has an same been revoked, amended ammdiFire.
REM LVEa Mat each of the bllonving officers or this Caposel man It. the Reared. the Executive Vice per sidl the Senior Vice R Mora,
end the Via Preemal W. and they hereby am, aushmed, than time to time in their dixermon, to rpmim such after or acne or attorney or
-iwret As demand by than pecbermy or damage fin She purpose afcadyinn tin the Corporation's Iadimem, and to emporia much again
cosponsor attorney matoneysil to necuc and deliver n this Corporation s ease and an its behalf and under its real or chords, summ
bonds, surety undertakings isurey romans mode by this Corporation aswrty thereon.
RESOLVED, pat Nice signature of any auidzd officer aft Cbrpormon and to Corporation ail ma be aRad by fiam mile to anparer of
attorney ad revocation of ay pose of attorney or cardrimm of either given for M execution of any wady bond. suety udvtall or suety
comsat much sigoue and sal. win w cud being hereby adopted by the Corporation as the aigirel signal or such officer and the coal
am; ofte CortmrI to be valid and biding upon to Corpoatial oath the Some fora add t m tough mmmaly affixed.
FURTHER RESOL VIED, tot any Kim approval by the Corporation of MGAs are. in all inspects, ireby h ipd. chimed and appeal
FURTHER RESOLVED, tot Im Someay saran Among Scemsary ofthn Corporations is Meby, auhorizd m cestity and deliverer any lwwn no wlnm
such cenibmtion and delivery my be deemd necessary am desiable in the opinion of such Necessary orAmnsamSometay,a tM copy ofk damping
resolution.
a. Ile udear Mho corhpartd thel.mBMm copies ufmid origiel mmAuions as m corded, And they me the sae sue and cooled cablies ofmid
ongiml immutems err m recorded ari G, the "Iule hlmeml:
Wimps the hvM ofNeudengttvimM tte sat b`mis:Orysalianthis l9P Jey of NavaMer 2ou.
AMERICAN ALTERNATIVE I.YSI'RANCF. CORPORATION
F
�� :. s be :.tire
relm" IgmcoRivme ,+ ' c
Deputy GermmlCounsel sSeereary TRS-I001-11
IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call American Alternative Insurance
Corporation toll -free telephone number for
information or to make a complaint at:
1-609-243-4757
You may also write to American Alternative
Insurance Corporation at:
American Alternative Insurance Corporation
555 College Rd. E.
Princeton, NJ 08540
You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of
Insurance:
P.O. Box 149091
Austin, 7X 78714-9091
Fax: (512) 490-1007
Web: http://www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
PREIMUM OR CLAIM DISPUTES: Should you
have a dispute concerning your premium or about
a claim you should contact the American
Alternative Insurance Corporation first. If the
dispute is not resolved, you may contact the
Texas Department of Insurance.
A T TA_"'H TKIS NOTICE TO YOUR POLICY: This
notica is for infonmation only and does not
becoma a part or condition of the attached
document. 00 ML0042 44 04 16
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja:
Usted puede Ilamar al numero de telefono gratis
de American Alternative Insurance Corporation
para informacion o para someter una queja al:
1-609-951-8295
Usted tambien puede escribir a American
Alternative Insurance Corporation:
American Alternative Insurance Corporation
555 College Rd. E.
Princeton, NJ 08540
Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion
acerca de companias, coberturas, derechos o
quejas al:
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas.-
P.O. Box 149091
Austin, TX 78714-9091
Fax: (512) 490-1007
Web: http://www_tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
DISPUTAS SOBRE PRIMAS O RECLAMOS: Si
tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el American
Alternative Insurance Corporation primero. Si no
se resuelve la disputa, puede entonces
comunicarse con el departamento (TDI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para proposito de information y no se
convierte en parte o condition del documento
adjunto.
0061 19- 1
MAINTENANCE BOND
Page I of 3
Bond Number: S7A2S00006157
1 SECTION 00 6119
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we C.C. Zamora Co nstrtctio n, I nc. known as "Principal" herein and
8 American AI_tenat.ive Insurance Corporation corporate surety (sureties, if more than
9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
1 i pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Five Hundred
12 Sixty -Five Thousand, Three Hundred Ninety -Two Dollars and Eip-hty-Eight Cents ($565,392.88).
13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment
14 of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs,
15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
16
17 WHEREAS, the Principal has entered into a certain written contract with the City awarded
18 the] 8th day of -November, 2025, which Contract is hereby referred to and a made part hereof for
19 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
20 accessories as defined by law, in the prosecution of the Work, including any Work resulting from
21 a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract
22 and designated as McLeland Tennis Center Outdoor Court Improvements, City Project Number
23 105168: and
24
25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
26 accordance with the plans, specifications and Contract Documents that the Work is and will remain
27 free from defects in materials or workmanship for and during the period of two (2) years after the
28 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
29
30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
31 receiving notice from the City of the need therefor at any time within the Maintenance Period.
32
CITY OF FORT WORTH McLelaud Tennis Center Outdoor Court Improvenuvus
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Munber 105168
Revised September 19, 2025
0061 19-2
MAINTENANCE BOND
Pace 2 of3
I NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to
3 the City, then this obligation shall become null and void; otherwise to remain in full force and
4 effect.
5
6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the
9 Surety under this Maintenance bond; and
10
1 I PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
12 Tarrant County. Texas or the United States District Court for the Northern District of Texas, Fort
13 Worth Division; and
14
15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
16 recoveries may be had hereon for successive breaches.
17
18
iD
CITY OF FORT WOR'1 14 McLelrrnd Tennis Center Outdoor Court buprovernents
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cipy Prgjecl Number 105168
Revised September 19.2025
Oa6119-3
MAINTENANCEaOND
Ibg 3 of
I 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 IBm day of November
3 20 25
5
6
7
8
9
10
II
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
ATTE$II:
(Principal) Secretary
IMM _IN
ATTES :
(Su Secretary
Wl[n sasm Surety
PRINCIPAL:
C.C. Zi mom Corebu Lion. Inc.
Signature
BMMm Peters, Cher EeealMe 08ker__ _
Name and Title
Address: 3815Auatn tone
FortWaM, Tx 76111
SURETY:
American Altema8ve Ireuralce Corporation
BY: A F
Siglmmre CCC
Neale E Scbma14 AttarneyJn-Fact
Nameand Title
Address: 555 C91bae R4. E.
Pmicemn.NJ Ca5aO _
Telephone Number: ew961-9m
Email Address: �cav®eamarnumwn
"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.
CHI OF FORT NORTH WLe'nnd Tenle Cover GnWurCornvbgrmmenvr<..
STANDARD CONSTRUCTRON SPECIFICATION DOCUMF.Y. CIh ProJen A'uman 30363
Rerird Segenber 1%2005
CERTIFIEDCOPY POWER OF ATTORNEY
KNOW ALLMEN BY THESE PRESENTS TMVY AMERICAN ALTERNATIVE INSURANCE CORPORATEIN, amrPanitn w9anizea and evuanB by Nmn of Ent
breeders SMYd OeMware (Caryusamj wRdRut at 555Colp Rats&9,PM ", NA MUM1wmahr,wnMtW andaPg tW and by Mw pa
dwa mass, cereal are appal
Nerse E. Bdowlz and Eric SeI z
ON zue and MOM AIMIreraAnFect at Paneam. In tie Malty H New Jersey weM1 d Nan 21 to mine U pvarb bi JAMOA my d ff Of MOM, to lab, exeale sed
deaver an Me beM1W,w Sandy or C arnry, bends anil unhemdngs given lor any are Y pupate, alwto eNeaY and MI On ile b 2W w lwewid mnewle, edensl e,
agreement, vdwn, contains ortl aaow rea6ig b MOM or units Mp mM1. lnxmer, Met m eNBM bond or undstome so made resume and relative "I
"a Priso ent of tad Car
TOM a99ainwem6 max a
xrd Arpus. 1975, aaq
Amin -racy, and veer maw mteen
natant dMaeoaddDwmxe dwncamanyd ben an Me 27M
IN WITNESS IAHEEREOF. Ne AMERICAN ALTERNATIVE INSURANCE CORpORATIXi M1w meat iismr�na real ke be hewumo aflmd, and Mete prmm%ro w epned
by, I%duly salbaizelofficers Mle 24axr Of SePYnMer, 2021.
>�nyrdaAaE
a: SEAL
9:'
BY � •:.
Mimar G. Kerner
president
<Izii.
AIkN: �—
IgnacoRivea
Deputy General C mmel 6 seenI
STATE Cl` NEW JERSEY. COUNTY Cl` aOWMU
Thelapanp insEuiwntwaa knrMeY2ea More fib b/ mwn donlneroYrluten Mn b'" xy d SefvenYar, A21, by Mcbael G KemerarmI9nado Rrvem who are
paaYulr known to aY.
SECRETARY'S CERTIFICATE
la andeniRad.IRnab Rn'em arthycenglin:
�I r
LrnN SanUpv�Nru�.�` —_
SllyCmm r.Ex
Mi CanmYfna EzaFm FAiuvy 4 2SZ6
1. ThmME undeniQatl a Smreblry Of American AlterreMfe Iwumce Coryombn. a conferral of Me Sae ofDelanart:
2. Then Me Original Rancor ofmmmcy ofuhich Mc foregoing is a<opy ads duly ecaamd on Rbufd aid Corporation on the day of as die. and MOM not since been
moged.amaded or trial Mat de is a anal nmrmt
copy of aid oignal poser ofMromcyam of Me aide MaaE
S. Then tRorgnal resolution dwhim the following is acopyevas dulyaaopYd at ail morded in Me miaxs of, a die u mningoffie Road of
Directors ofine Cosporation duly Inca on Augur a, 1996,ambas ronece been revoked, ammam or modified.
RESOLVED. den each ofMe folloanngodlcers of Nis Corporation, nanely, Me PMSAMt the E.caotive Vice Prosidrnt Mc Senior Via Paaid:mc,
and the Vice Psnvnmv a. am May hereby are auborized from the M time in lair d&MLM. Y appomt such agent Or agents or anorncy or
mtomeys-in-f ct as danN by Mom teensy or desirable for Sn purple ofcurying an thus Corporetion's adrins am an empolver such agent
or mom a mbrlcey ora tnmEys-it-Oat nen:me and deliver, in this CorpaetiW's come am an its behi ad urdcr iY Oral or discover. surety
M ,sury underlakngs a lam<artrwm come by Mrs eapomtiat maurely Megan.
RESOLVED. Met Me sigeature of any auhwzm officer of the Corpomion am Me C'orporunn a sd may be Mlisad bvt imile in my poser of
luny and monition of any pm Hr of money or cerfiltaia of NMEr given for de execution of any shady, bard. safety urdirml or mmy
<onmnt sob sigelmufe am sail, wily so and song herby mopM by Ne Corporman as Mc original sigwtune also& oR er ad due• origiml
sail of the Corpaetioa to a valid and banding upon Me COIRmlion wits Me forte and effort as though normally affixed.
FURn HER RESOL WIX Mat aty prior VOMMUMMU by Me Corpofation of MGAS am in Al Aspects. Mercy mind, mnnrmed am approved.
FURTHER RESOLVED. tM to Secri or any America Smeary dMO Co rmen is hereby aubaerd n anify am delivers any person as ldnnt
such ossification and de body may His deemed necessary and &4Mle in Mc opinion ofsuch Sardary or Auddint Seaelary, a ate copy ofthe faegeMg
solution.
a. The examined as compared Me nfegengcopes ofead origin a resolution; as meoomod. ad day arc to come true and mast copies ofmid
orignd rem'ulions as so rocorded and M AN: tthok-:Faenf
Wiaem So hem Office umemiMen ecru the Sailc.sed Cmlrormon Mid 19M day of November •M25.
AMF.RWAN ALTERNATIF'E INSUMNCE MRIIR.ATION
Cc�i9
4 a23 Igmclo Rome
Depay Crystal Council Ase<reYry TRS-1001-1
IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call American Alternative Insurance
Corporation toll -free telephone number for
information or to make a complaint at:
1-609-243-4757
You may also write to American Alternative
Insurance Corporation at:
American Alternative Insurance Corporation
566 College Rd. E.
Princeton, NJ 08540
You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of
Insurance:
P.O. Box 149091
AUSLiri, TX 78714-9091
Fax: (512) 490-1007
Web: http:iANww.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIM DISPUTES: Should you
have a dispute concerning your premium or about
a clairn you should contact the American
Alternative Insurance Corporation first. If the
dispL_,8 is not resolved, you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This
nctice is for information only and does not
become a pare or condition of the attached
dCCUmant. 00 ML0042 44 04 16
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja:
Usted puede Ilamar al numero de telefono gratis
de American Alternative Insurance Corporation
para informacion o para someter una queja al:
1-609-951-8295
Usted tambien puede escribir a American
Alternative Insurance Corporation:
American Alternative Insurance Corporation
555 College Rd. E.
Princeton, NJ 08540
Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion
acerca de companias, coberturas, derechos o
quejas al:
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas:
P.O. Box 149091
Austin, TX 78714-9091
Fax: (512) 490-1007
Web: http://www.tdi.texas.gcv
E-mail: ConsumerProtection r@tdi.texas.go�
DISPUTAS SOBRE PRIMAS O RECLAMOS: Si
tiene una disputa concerniente a su prima o a un
redamo, debe comunicarse con el American
Alternative Insurance Corporation primero. Si no
se resuelve la disputa, puede entonces
comunicarse con el departamento (TDI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para proposito de informacion y no se
convierte en parte o condicion del documento
adj u nto.
FoxJ
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: C.C. Zamora Construction, Inc.
Subject of the Agreement: comanlorthe Construction ofaaeiandTennis Center Outdoor Court
M&C Approved by the Council? * Yes ® No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes ® No ❑
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ® Ifonly spec fic information is
Confidential, please list what information is Confidential and the page it is located
Effective Date: Expiration Date:
If differentfrom the approval date. If applicable.
Is a 1295 Form required? * Yes ® No ❑
*Ifso, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: Ifapplicable. 105168
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number9 Yes ® No ❑
Contracts need to be routed for CSO processing in the following order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not providers the contract will be
returned to the department.