Loading...
HomeMy WebLinkAboutContract 47923 fill CI1Y D.O.E. RLE FORT WORTH oWI'►C'TN CONTRACTOR'S BONDING CO. CONSTRUCTION'S COPY CLIENT DEPARTMENT PROJECT MANUAL FOR THE CONSTRUCTION OF MARK IV PARKWAY AND CANTRELL SA NSOM ROAD ADDENDUM NO. 4 City Project No. 02261 Betsy Price Dav d Cooke Mayor City Manager Douglas W. Wiersig, P.E. Director,Transportation and Public Works Department John R. Carman Director,Water Department Richard Zavala Director, Parks and Community Services Dep irtment Prepared for The City of Fort Worth Transportation and Public Works Department February 2016 Lffsyste M TBPE FIRM F-3557 � ranSystems OFFICIAL RECORD 500 W. 7 Street, Suite#I 100 Fort Worth,TX 76102 CITY SECRETARY Phone: 817-339-8950 FT,WORTH, TX Fax: 817-336-2247 E O F T.. ...:........................... CHAD G. PARTNER % 02/16/2016 0 /.............. .. ............ 112864 S,ON ` ►'�`�E�G-��� ,uN 2� X16 Ole Cl�s� imp- FO RT WO RT H 4* City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pagel of 8 SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small l3tisiness Entefpr-ise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 5713 Storm Water Pollution Prevention Plan 01 5813 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 7719 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised February 2.2016 Addendum No.2 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project;hard copies are included in the Project's Contract Documents Division 02-Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03- Concrete 03 30 00 rteas4 In Plaeo n,.ner-et 0334 16 Gefter-ete Base Material fer-Tfeaeh Repair- Division 26-Electrical Division 31 -Earthwork 31 1000 Site Clewing 3123 16 Unclassified Excavation N 23 23 Beffew 31 24 00 Embankments 313600 r t iefts M 37 00 Ripf" Division 32-Exterior Improvements 3201 17 PeFmanei#Asphalt Paving Repak 3201 19 T-empefafy Asphalt Paving Repaif 32 0i 29 Gener-ete Paving Repai 32 W 23 Flexible Base Gewses 3211 29 32 1133 GemepA T+eatedBase C-eur-ses 321216 Asphalt Pav 32 13 13 Concrete Paving 3231 13 Chain Fm—ees ffin—d gates 323126 WiFe F- ffre and Ga4es 323129 Weed F-eftees and Gates CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised February 2,20I6 Addendum No.2 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 323213 Cast in PlaeeCaner-ete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 -Utilities 33 0i 30 gewer and Mafiheie Testing tien 3304 111 Ce fasio rContfol Test Stations 33 04 12 Magnesium Anode Cath,die nr„teetian SysteFfl 33 04 40 Cleaning andkeeeptanee Testing of Watef Mai 33 04 50 Cleaning of Sewer-Mains 33 05 12 Water her 33 05 i 3 Frame, !''eve f and l=fade Rings 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33-0516 !',.nefoto Watef V.,u4s 33-005 1117 rte,ner-ete Gell r-s 330520 Auger Befing 3305 -21 Tunnel T e- 1 tee 330522 Steel !''acing Pipe 33 05 23 Hand Tupaielin 33 05124 hist..11atio of!`aR4er Pipe i !-.,sing or.Ttimiel 1 i e'r-Plat-e 330526 Utility Mar-ker-s/Laeatef 33 05 30 T , atio of Existing i Ttilitie 33 i i 05 Belts AT..ts and!':..&kers 33 i 1 1!1 Duefile ir-en Pipe 33 1 1 1 1 Ptiet:le!fen Fittings 33 11 12 Polyvinyl Chlefide(PVC) Pr-essufe Pip 33 i i i3 Gonerete Press tfe Pipe Bar- \xI,-apped Stool Cylindef Type 33 1 1 14 Bttfie 1 Stool Pipe and Fitting 33 i2 1 n W tef Ser,.:ees 1 ineh to 2 ine 331220 Resilient Seated Gate Valve 33 1221 A VPAI A Rubber Seated Butte.-fl,.Valves 33 1225 Gameetion to Existing Alater-Mai*s 33 i2 30 GembinatianAif Valve Assemblies for-Potable Watef System 33 12 Oft Fife Hydfants 33 1250 Water-Sample Statiefis 33 1260 St,nda-a Blow off Valve A ssefni,1,. 33 31 12 r-ti fed i Dlaee Pipe(!-11212) 33 3i i5 High Density Polyethylene(14PPE) Pipe for Saaitaf�, Sewef 33 31 220 Pei),,.n)4 Chloride(PVC) G.-ay t„ San t.,r„ Sewer Pip 33 3i 2i D„15.,.iny Chloride(PVC) Closed Pfef.le Gravity Sanitary Sewer Pip 33 31 22 San t.r„ Sewer-Slip hi =gig 33 3123 Safi t„r,. Sower-Pipe CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised February 2,2016 Addendum No.2 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 33 1 50 ee..:«., y S@WeF Se....:ee n,.....0868.ffl e.,a Qe-..:ee LiftS 33 3170 r,,...,i.:...,+:e.. A:..Valve f Sanitary Sewe..For-ee Mains 333910 rent i n1..ee Genefete Manholes 333920 n..eeast Gone-ete M.nhe es 333930 Fiberglass Mmiliales 333960 EPDXY LifieFs for-sanitmy Sewer-94uetwes 93 41 11 High Density Pelyethylene(UPPE)Pipe for-Steffa Pfai 334600 Subdr-ainage 33 4601 S104ed Stet..,.,n,.ai ffS 33 4692 T_en h Dr—airs 33 499--110 castin Plaee*,f...4he es and r.metienBoxes 33 4920 Cttfb and Drep Wets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34-Transportation 34 41-10 Tmfx:e Signals 34 41 10.01 AttfkebmentA—wi t-el t e.Cabinet 34 41 11 Tempefefy T-Faffie Signals 34 41 13 Refmvifig T+affie Signal 34 41 15 Reetangular-Rapid Flashing Beeee 34 41 16 Pedestfian Hybrid&igfW 34 4120 Roadway lllumkwAien Assemblies 34 4120.01 Aftefial LED Roadway Lafftifmffies 34 4120.02 Ffe ay LED Roadway baffiiaair-e 34 4120.03 ResiderAial LED Roadway Lwainair-es 34 4130 Signs 3471 13 Traffic Control Additional Technical Specifications 0335 13 Integral Concrete Color 32 90 10 Irrigation System 99 99 00 Additional Specifications Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proj ectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02 -Existing Conditions 02-01 1; Seleetiyf SiteDermolitier: 0241 14 Utility A bandepAnetfit 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised February 2,2016 Addendum No.2 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 03 34 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26-Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 -Earthwork 31 1000 Site Clearing 31 23 16 Unelassified Exeava4efi 31 23 23 Borrow 31 24 00 Efnbaftkfflents 31 2500 Erosion and Sediment Control 31 3600 Gabions 31 3700 Riprap Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 3201 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 13 13 Goner-ete pa"'in 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 1725 Curb Address Painting 3231 13 Chain Fences and Gates 3231 26 Wire Fences and Gates 3231 29 Wood Fences and Gates 3232 13 Cast-in-Place Concrete Retaining Walls 322-91 19 T,.pseil Plaeeffient and Finishing of Pafk.,ays- 3293 43 T fees and Shfu s Division 33 -Utilities 3301 30 Sewer and Manhole Testing 3301 31 Closed Circuit Television(CCTV)Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 3304 10 Joint Bonding and Electrical Isolation 3304 11 Corrosion Control Test Stations 3304 12 Magnesium Anode Cathodic Protection System CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised February 2.2016 Addendum No.2 000000-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of S 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation,Embedment,and Backfill 3305 12 Water Line Lowering 33 05 13 Frame,Cover and Grade Rings 3305 14 Adjusting Manheles,Wets,Valve Re*es,and Other-Stmetums to CHe 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts,Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 11 13 Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 1210 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber-Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 1250 Water Sample Stations 33 1260 Standard Blow-off Valve Assembly 3331 12 Cured in Place Pipe(CIPP) 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 3331 15 High Density Polyethylene(HDPE)Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride(PVC)Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber(WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 3341 11 High Density Polyethylene(HDPE)Pipe for Storm Drain 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised Febnuuy 2,2016 Addendum No.2 000000-7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 3349 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 3:3 49 40 Stefm Dr-ainage Headwalls and Wingwalls Division 34-Transportation 3441 10 Traffic Signals 3441 10.01 Attachment A—Controller Cabinet 3441 10.02 Attachment B—Controller Specification 3441 10.03 Attachment C— Software Specification 3441 11 Temporary Traffic Signals 3441 13 Removing Traffic Signals 3441 15 Rectangular Rapid Flashing Beacon 3441 16 Pedestrian Hybrid Signal 3441 20 Roadway Illumination Assemblies 3441 20.01 Arterial LED Roadway Luminaires 3441 20.02 Freeway LED Roadway Luminaires 3441 20.03 Residential LED Roadway Luminaires 3441 30 Aluminum Signs 34 71 13 Tr-affie&)PAfel Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements Geotechnical Engineering Study END OF SECTION CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised February 2.2016 Addendum No.2 THIS PAGE INTENTIONALLY LEFT BLANK Official site of the aty of Fort Worth,Tens CITY COUNCIL AGENDA FORT WORTH COUNCIL ACTION: Approved on 5/3/2016 DATE: 5/3/2016 REFERENCE C-27707 LOG 20MARK IV PARKWAY AND CANTRELL- NO.: NAME: SANSOM ROAD C002261 CODE: C TYPE: NON- PUBLIC NO CONSENTHEARING: SUBJECT: Authorize Execution of a Construction Contract with JLB Contracting, LLC, in an Amount Up to $2,835,119.98, Including Potential Incentives, to Construct a Roundabout at the Intersection of Mark IV Parkway at Cantrell-Sansom Road and all Necessary Paving, Street lights, Sidewalks, Landscaping and Drainage Improvements and Provide for Additional Costs for a Total Project Amount of$3,850,546.55 to Include Final Design, Contract Project Management, Contingency, Staff Costs (2014 BOND PROGRAM) (CPN CO2261) (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with JLB Contracting, LLC, in an amount up to $2,835,119.98, including potential incentives, to construct a roundabout at the intersection of Mark IV Parkway and Cantrell-Sansom Road and all necessary paving, street lights, sidewalks, landscaping and drainage improvements to provide infrastructure and transitions to the existing street connections. DISCUSSION: The 2014 Bond Program includes funding for Mark IV Parkway to provide improvements for safety, mobility and capacity at the intersection of Mark IV Parkway and Cantrell Sansom Road. This project will replace the existing temporary traffic signal with a two-lane roundabout and reconstruct a portion of pavement extending east of the intersection. The project was advertised in the Fort Worth Star-Telegram on January 21, 2016 and January 28, 2016. Sealed bids were submitted on February 18th, 2016 with JLB Contracting, LLC, qualifying as the lowest bidder. The following three bids were received: Bidder Base Bid Bid Alternate 2 Total Bid JLB Contracting, LLC $2,659,721.98 $85,398.00 $2,745,119.98 Jackson Construction,Ltd. $3,130,167.70 $117,507.00 $3,247,674.70 Stabile&Winn,Inc. $3,538,634.55 $82,750.00 $3,621,384.55 The project bid consists of a Base Bid and two alternatives. The Base Bid includes all elements necessary to construct the roundabout intersection improvements. Bid Alternate 1 requested bid pricing for fast setting concrete (high early strength concrete) in order to complete pavement construction in a shorter timeframe. Bid Alternate 2 sought bid pricing for reconstruction of a portion of deteriorated pavement extending east of the intersection. Staff determined that the use of high early strength concrete included in Bid Alternate 1 would not significantly accelerate the construction schedule due to phasing requirements for maintaining traffic during the construction process. There are potential incentives of$3,000.00 per day, not to exceed $90,000.00, built into the construction contract if the contractor delivers the project prior to the specified substantial completion date. Failure to deliver the project by the specified substantial completion date will subject the contractor to liquidated damages of$3,000.00 per day until substantial completion is achieved. Based on the qualifications and financial abilities to perform and furnish the work in accordance with the contract documents within the prescribed time, Staff recommends to award the Base Bid and Bid Alternate 2 to JLB Contracting, LLC. The following is a summary of the overall total cost for this project: PROJECT ELEMENTS BUDGET Design Consultant Costs $ 595,038.50 Property Acquisitions $ 56,081.00 Construction Base Bid $2,659,721.98 Construction Alternate 2 $ 85,398.00 Potential Construction Incentives $ 90,000.00 City Project Management,Inspections,Quality Control Assurance and Coordination $ 224,307.07 Project Contingencies(five percent) $ 140,000.00 Project Total Cost $3,850,546.55 This construction contract will be primarily funded through the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014). The PARD Department maintenance impact is expected to begin in April of 2018 and estimated to be $10,864.50 for Park Operations and $500.00 for Trades in Fiscal Year 2018. Beginning in Fiscal Year 2019, the operating impact is anticipated to be $21,729.00 for Park Operations and $1,000.00 for Trades annually. Construction in anticipated to commence in May 2016 and be completed January 2017. Contract time for final completion is 250 calendar days. M/WBE OFFICE: JLB Contracting, LLC, is in compliance with the City's BDE Ordinance by committing to seven percent MBE participation and documenting good faith effort. JLB Contracting, LLC, identified several subcontracting and supplier opportunities. However, the MBE's contacted in the areas identified did not submit the lowest bids. The City's MBE goal on this project is 15 percent. The project is located in COUNCIL DISTRICT 2. FISCAL INFORMATIONXERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the 2014 Bond Program. Appropriations to Pending Expenditures/ Remaining Funding Source Date Encumbrances Balance 2014 Bond Program Arterials $2,244,000.00 $1,627,563.73 $616,436.27 2014 Bond Program Intersections $1,538,107.00 $1,538,107.00 $ 0.00 2007 Capital Funds $ 44,890.00 $ 41,591.88 $3,298.12 Street Rehabilitation Fund $ 23,549.55 $ 23,549.55 $ 0.00 TOTAL $3,850,546.55 $3,230,812.16 $616,436.27 TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 340141 0200431 5740010 CO2261 C3980 2015 14010204 $1,207,012.9 34014 1 0200431 5740010 CO2261 C2380 2016 14010199 $1,538,107.0 Submitted for City Manager's Office b Jay Chapa.(5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Todd Estes (5448) ATTACHMENTS 02261 MarklV Cantrell Sansom - MC Mag.gdf JLB Contracting Form 1295.pdf Mark IV Parkway and Cantrell Sansom Road Addendum No. 1 CITY OF FORT WORTH TRANSPORTATION&PUBLIC WORKS INFRASTRUCTURE DESIGN AND CONSTRUCTION GROUP ADDENDUM NO. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MARK IV PARKWAY AND CANTRELL SANSOM ROAD CITY PROJECT NO. 02261 Proposal Date: Thursday,February 18,2016 Addendum No. 1 Issued: February 4,2016 The contract and documents for the subject project are hereby revised or amended as the following: The addenda and updated documents have been posted on-line and can be viewed at: https://proieg=int.buzzsaw.com/fortworthgov/Infrastructure%2OProjects/02261%20- %20Mark%20I V%20and%2OCantrel l%2OSansom/Bid%2ODocuments%2OPackage/Addendum%2ONo.%20 1?public Project Manual: Section 00 11 13 Invitation to Bidders shall be replaced Section 00 11 13 Invitation to Bidders in the addendum. The RECEIPT OF BIDS date has changed to the following: DATE: Thursday,February 18,2016 Contractor: Addendum No.2 will be issued prior to Friday,February 12,2016. Information to Bidder's: This Addendum No. 1,forms part of the Specifications and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this addendum No. 1 by completing the requested information at the following locations: 1. In the space provided in Section 00 4100 Proposal Form 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the Proposal submittal. Pg 1 Mark IV Parkway and Cantrell Sansom Road Addendum No. 1 RECEIPT CKNOWLE GES: Douglas W. Wiersig, P.E. Director By: Department of Transportation/Public Works I, Title: ] Z a5l#eI By: W.Todd Estes,P.E. Program Manager Pg 2 Mark IV Parkway and Cantrell Sansom Road Addendum No.2 CITY OF FORT WORTH TRANSPORTATION&PUBLIC WORKS INFRASTRUCTURE DESIGN AND CONSTRUCTION GROUP ADDENDUM NO.2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MARK IV PARKWAY AND CANTRELL SANSOM ROAD CITY PROJECT NO.02261 Proposal Date: Thursday,February 18,2016 Addendum No. 1 Issued: February 4,2016 Addendum No.2 Issued: February 12,2016 The contract and documents for the subject project are hereby revised or amended as the following: The addenda and updated documents have been posted on-line and can be viewed at: https://Vroiectpoint.buzzsaw.com/fortworthgov/l nfrastnicture%20Proiects/02261%20- %20Mark%201 V%20and%2OCantrell%2OSansom/Bid%2ODocuments%2OPackage/Addendum%20No.%20 2?public Project Manual: Section 00 00 00 Table of Contents shall be replaced with Section 00 00 00 Table of Contents in the addendum. • Technical Specification 02 41 14—Utility Removal/Abandonment has been modified by the Engineer specifically for this Project. • Technical Specification 33 4920—Storm Drainage Headwalls and Wingwalls has been modified by the Engineer specifically for this Project. Section 00 42 43 Proposal Form shall be replaced with Section 00 42 43 Proposal Form in the addendum. Revised Bid Items • Bid Item No. 10: 0241.2201 Remove 4' Sewer Manhole • Bid Item No. 27: 3124.0101 Embankment by Plan • Bid Item No. 119: 3331.4119 8"DIP Sewer Pipe • Bid Item No. 121: 3301.0001 Pre-CCTV Inspection • Bid Item No. 122: 3301.0002 Post-CCTV Inspection • Bid Item No. 126: 3305.0109 Trench Safety • Bid Item No. 154: 9999.0000 Pavement Reclamation—3"Asphalt Pvmt Type D Pg 1 Mark 1V Parkway and Cantrell Sansom Road Addendum No. 2 Added Bid Items • Bid Item No. 25: 3123.0103 Borrow by Plan • Bid Item No. 63: 9999.0000 Remove& Reset 24" SET, 1 pipe • Bid Item No. 113: 3311.0161 6" PVC Water Pipe • Bid Item No. 117: 3312.4111 16"x6"Tapping Sleeve& Valve • Bid Item No. 118: 3201.0400 Temporary Asphalt Paving Repair Section 00 52 43 Agreement shall be replaced with Section 00 52 43 Agreement in the addendum. • Form 1295 language added at Article 5.1.A.2.j. Section 00 72 00 General Conditions shall be replaced with Section 00 72 00 General Conditions in the addendum. • Article 9.01 paragraph modified to be more specific on defining City's Project Manager. Section 00 73 00 Supplementary Conditions shall be replaced with Section 00 73 00 Supplementary Conditions in the addendum. • SC- 8.01 paragraph modified for clarity on allowable work hours. • SC-9.01 paragraph modified to be more specific on defining City's Project Manager. Section 02 41 14 Utility/Abandonment shall be added as included in the addendum. Section 33 49 40 Storm Drain Headwalls, Wingwalls and Safety End Treatments shall be added as included in the addendum. Project Plans: Project Plan sheets shall be replaced with the attached Project Plan sheets in the addendum. Design changes include: • Removed"REMOVE SS MH(1 EA)"text. o Sheet 41. • Revised sanitary sewer plans. o Sheets 132 and 133. • Added City of Fort Worth Paving Standard—32 01 17-D520. o Sheet D-30A. Pg 2 Mark IV Parkway and Cantrell Sansom Road Addendum No. 2 Contractor Ouestions: • Clarification needed for disincentives for the Project. o There are no disincentives for the Project. Only liquidated damages at$1250 per day. • Clarification needed for standard work hours and process to obtain City approval to extend work hours. 0 lam to 6pm, Monday—Friday 0 9am to 4pm on Saturday o With prior City approval, the contractor may work extended hours. o Between lam to 9am and 4pm to 6pm Monday-Friday,additional travel lane(s)closures and/or any impacts to traffic due to construction operations outside of the approved traffic control lane configuration will be prohibited. • Clarification needed for estimated start time of construction for bidding purposes. o March 20—target date for Notice of Intent to Award o April 4`h—target date for Notice to Proceed o Dates are estimates only and are not binding. • Clarification on number of Portable Message Signs to be required in the field during construction and bid quantity of 48 weeks. o Four(4)Portable Message Signs are to be used on this Project with each Portable Message Sign to be in used for 12 weeks each. o Portable message signs shall be used to convey future traffic shifts and street closures for all construction phases. Portable message signs shall be placed I week in advance of major traffic shifts and maintained for 2 weeks afterwards at locations designated by the City's Engineer. Portable message signs shall be placed 10 days in advance of street closures and maintained for the duration of the detour at the locations designated by the City's Engineer. • Clarification needed on adding bid item for removing and resetting PSET on sheet 36 and 108 of the plans. o Bid Item No. 63: 9999.0000 Remove& Reset 24" SET, 1 pipe added. • Clarification needed on adding bid item for temporary asphalt pavement for construction of sanitary sewer lines on sheet 132 and 133 of the plans. o Bid Item No. 118: 3201.0400 Temporary Asphalt Paving Repair added. o Sanitary sewer plans revised on sheet 132 and 133. o City of Fort Worth paving standard—32 01 17-13520 added. • Clarification needed for construction easement to remove and replace sanitary sewer manhole on sheet 133 of the plans. o Proposed sanitary sewer manhole location revised. Existing manhole to remain. o Bid Item No. 10: 0241.2201 Remove 4' Sewer Manhole revised. o Bid Item No. 119: 3331.4119 8" DIP Sewer Pipe revised. Pg 3 Mark IV Parkway and Cantrell Sansom Road Addendum No. 2 o Bid Item No. 121: 3301.0001 Pre-CCTV Inspection revised. o Bid Item No. 122: 3301.0002 Post-CCTV Inspection revised. o Bid Item No. 126: 3305.0109 Trench Safety revised. o Removal and sanitary sewer plans revised on sheet 41, 132 and 133. • Clarification needed on adding bid items for 6"water pipe and 16"x6"tapping sleeve and valve on sheet 129 of the plans. o Bid Item No. 1]3: 3311.0161 6"PVC Water Pipe added. o Bid Item No. 117: 3312.4111 16"x6"Tapping Sleeve& Valve added. • Clarification needed for adding bid item for borrow material based on earthwork quantities of excavation by plan and embankment needed. o Bid Item No.25: 3123.0103 Borrow by Plan added. • Does City-Specified Time of Completion of 250 days include the construction of additive alternate for pavement reclamation? o Yes. • Clarification needed for pavement reclamation bid item and construction specifications in plan set. Plan calls for use of cem-lime stabilization and pulverized material, is this correct? o Yes. o Pulverizing, excavating, hauling and cem-lime stabilization will not be paid for directly, bust shall be considered subsidiary to Bid Item No.154: 9999.0000 Pavement Reclamation—3"Asphalt Pvmt Type D. • Clarification needed for Additive Alternate 1 bid proposal. If this alternate is selected,will the contractor be paid for both,total base bid and additive alternate 1 bid? o Yes. o The Total Base Bid includes all paving quantities for the project including the roundabout. o Additive Alternate 1 only includes paving quantities for the roundabout. o The bid proposal for Additive Alternate 1 will be the difference between using 11"HES Conc Pvmt and 11"Conc Pvmt; 8"Flexible Base and 8"Lime Stabilized Subgrade; and additional excavation by plan. o If Additive Alternate 1 is selected,the roundabout will be constructed per the typical section for Additive Alternate 1 shown in the plans, and the Total Base Bid and Additive Alternate 1 bid when totaled will cover the cost to construct the roundabout per those details. Pg 4 Mark IV Parkway and Cantrell Sansom Road Addendum No. 2 Information to Bidder's: This Addendum No. 2, forms part of the Specifications and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this addendum No. 2 by completing the requested information at the following locations: 1. In the space provided in Section 00 41 00 Proposal Form 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the Proposal submittal. RECEIPT ACKNOWLEDGES: Douglas W. Wiersig,P.E. / Director By G Department of Transportation/Public Works Title: t / /✓G� S �L By: W.Todd Estes,P.E. Program Manager Pg 5 Mark IV Parkway and Cantrell Sansom Road Addendum No. 3 CITY OF FORT WORTH TRANSPORTATION&PUBLIC WORKS INFRASTRUCTURE DESIGN AND CONSTRUCTION GROUP ADDENDUM NO.3 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MARK IV PARKWAY AND CANTRELL SANSOM ROAD CITY PROJECT NO.02261 Proposal Date: Thursday,February 18,2016 Addendum No. 1 Issued: February 4,2016 Addendum No.2 Issued: February 12,2016 Addendum No.3 Issued: February 15,2016 The contract and documents for the subject project are hereby revised or amended as the following: The addenda and updated documents have been posted on-line and can be viewed at: https://proiectpoint.buzzsaw.com/fortwoi-thgov/Infrastructure°/o20Proiects/02261%20- %20Mark%201 V%20and%20Cantrel l%20SansonVBid%20Documents%20Package/Addendum%20No.%20 3?public Proiect Manual: Section 00 42 43 Proposal Form shall be replaced with Section 00 42 43 Proposal Form in the addendum. Revised Bid Items • Bid Item No. 151: 3213.0206 11"Conc Pvmt HES o The total unit price per square yard(SY)shall be entered. o Deduction Bid Item No. 38: 3213.0106 H"Conc Pvmt added. • Bid Item No. 152: 3211.0113 8"Flexible Base, Type A,GR-1 o The total unit price per square yard(SY)shall be entered. o Deduction Bid Item No. 34: 3211.0400 Hydrate Lime added. o Deduction Bid Item No. 35: 3211.0502 8"Lime Treatment added. • When using the Bid Proposal Workbook excel file,enter total unit prices for each bid item for Additive Alternate 1. Unit prices for 11"Conc Pvmt,Hydrated Lime, and 8"Lime Treatment deductions shall be the same unit prices used for the total base bid items. Pg I a r Mark IV Parkway and Cantrell Sansom Road Addendum No. 3 Information to Bidder's: This Addendum No. 3,forms part of the Specifications and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this addendum No. 3 by completing the requested information at the following locations: 1. In the space provided in Section 00 4100 Proposal Form 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the Proposal submittal. RECEIPT ACKNOWLEDGES: Douglas W. Wiersig, P.E. /J Director Department of Transportation/Public Works 1 / Tale: L l/ By: V � G�f � W.Todd Estes,P.E. Program Manager Pg 2 A r Mark IV Parkway and Cantrell Sansom Road Addendum No.4 CITY OF FORT WORTH TRANSPORTATION&PUBLIC WORKS INFRASTRUCTURE DESIGN AND CONSTRUCTION GROUP ADDENDUM NO.4 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MARK IV PARKWAY AND CANTRELL SANSOM ROAD CITY PROJECT NO. 02261 Proposal Date: Thursday,February 18,2016 Addendum No. 1 Issued: February 4,2016 Addendum No.2 Issued: February 12,2016 Addendum No.3 Issued: February 15,2016 Addendum No.4 Issued: February 16,2016 The contract and documents for the subject project are hereby revised or amended as the following: The addenda and updated documents have been posted on-line and can be viewed at: littl2s://Vi-oiectpoitit.buzzsaw.com/fortworthp V%20and%2OCantrell%2OSansom/Bid%2ODocuments%20Package/Addendum%20No.%20 4? ublic Project Manual: Section 00 42 43 Proposal Form shall be replaced with Section 00 42 43 Proposal Form in the addendum. Revised Bid Items • Bid Item No. 48: 9999.0000 Integral Concrete/Textured 8"Concrete Pedestrian Buffer o 8-inch Concrete thickness added to bid item description. • Bid Item No. 50: 9999.0000 Integral Concrete/Textured l 1"Concrete Truck Apron o Concrete thickness revised to l l-inches. Contractor Questions • Clarification needed for concrete truck apron and concrete pedestrian buffer thickness. o Concrete truck apron is 11-inches thick. Bid Item No. 50 description revised. o Concrete pedestrian buffer is 8-inches thick. Bid Item No. 48 description revised. Pg 1 Mark IV Parkway and Cantrell Sansom Road Addendum No. 4 • Clarification needed for Bid Item No. 112: 3311.0021 C303 Fittings. o All cost associated with installing an 8"blind flange at the existing 16"x8"tee shown on sheet 129 of the plans shall be subsidiary to"C303 Fittings". Information to Bidder's: This Addendum No. 4,forms part of the Specifications and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this addendum No. 4 by completing the requested information at the following locations: 1. In the space provided in Section 00 4100 Proposal Form 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the Proposal submittal. RECEIPT ACKNO LEDGES: Douglas W. Wiersig, P.E. Director Department of Transportation/Public Works Title: ��� /�� � By: W.Todd Estes,P.E. Program Manager Pg 2 001113-I INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Mark IV Parkway and Cantrell Sansom Road—Paving and 6 Drainage Improvements Project No. 02261 will be received by the City of Fort Worth Purchasing 7 Office: 8 9 City of Fort Worth 10 Purchasing Division 11 1000 Throckmorton Street 12 Fort Worth, Texas 76102 13 until 1:30 P.M. CST, Thursday, February 18, 2016, and bids will be opened publicly and read 14 aloud at 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 Reconstruct the intersection at Mark IV Parkway and Cantrell Sansom Road to a mutlilane 18 roundabout. 19 The major work will consist of the(approximate) following: Roundabout, Concrete Paving, 20 Landscape, Irrigation Restoration, Storm Drain Adjustments, Water and Sanitary Sewer 21 Adjustments, Street Lighting, Pavement Marking and Signage. 22 23 PREQUALIFICATION 24 The improvements included in this project must be performed by a contractor who is pre- 25 qualified by the City at the time of bid opening. The procedures for qualification and pre- 26 qualification are outlined in the Section 00 21 13 —INSTRUCTIONS TO BIDDERS. 27 28 DOCUMENT EXAMINATION AND PROCUREMENTS 29 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 30 of Fort Worth's Purchasing Division website at http://www.fortworthgov.or2/purchasin>?/and 31 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site on 32 Thursday, January 21, 2016. The Contract Documents may be downloaded, viewed, and printed 33 by interested contractors and/or suppliers. The contractor is required to fill out and notarize 34 the Certificate of Interested Parties Form 1295 and the form must be submitted to the 35 Project Manager before the contract will be presented to the City Council. The form can be 36 obtained at hftvs://www.ethics.state.tx.us/tec/1295-Info.htm . 37 38 Copies of the Contract Documents may be purchased from: 39 TranSystems Corporation, 500 West 7`I' Street, Suite 1100, Fort Worth, TX 76102, 40 817- 339-8950 on Monday, January 25, 2016. Call a minimum of 24 hours in advance 41 to schedule pickup. 42 43 The cost of the Contract Documents is: 44 Set of Contract Documents with half size drawings: $100 45 46 47 48 CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised July 1,2011 Addendum No. I 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 PREBID CONFERENCE 2 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 3 BIDDERS at the following location, date,and time: 4 DATE: Wednesday,February 3,2016 5 TIME: 10:00 AM 6 PLACE: PMO Conference Room 7 8 LOCATION: City Hall—2nd Floor 9 1000 Throckmorton St. 10 Fort Worth,Texas 76102 11 12 13 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 14 City reserves the right to waive irregularities and to accept or reject bids. 15 16 INQUIRIES 17 All inquiries relative to this procurement should be addressed to the following: 18 Attn: Lissette Acevedo,P.E.,PTOE,City of Fort Worth 19 Email: Lissette.Acevedo@,fortworthtexas.gov 20 Phone: 817-392-2722 21 AND/OR 22 Attn: Chad Gartner,P.E., TranSystems Corporation. 23 Email: cizizartnerAtransystems.com 24 Phone: 817-334-4430 25 26 ADVERTISEMENT DATES 27 Thursday,January 21,2016 28 Thursday,January 28, 2016 29 30 END OF SECTION CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised July 1,2011 Addendum No.1 002113-1 INSTRUCTIONS TO BIDDERS Page I of I I 1 SECTION 00 21 13 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 7 00 - GENERAL CONDITIONS. 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided) makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified(even if inadvertently opened) shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving—Requirements document located at; 41 httj2s://yrojectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 42 %20Construction%2ODocuments/Contractor%o2OPr2qualification/TPW%2OPavinQ 43 %20Contractor%2OPrgqualification%2OPropram/PREOUALIFICATION%20REO 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised August 21,2015 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of I 1 1 httt)s•//vrojectvoint buzzsaw com/fortworthgov/Resources/02%20- 2 %20Construction%20Documents/Contractor%o2OPrNualification/TPW%2OPavin� 3 %20Contractor%20Pr�ualification%20Prosram/pREOUALIFICATION%20RE 4 UIREMENTS%20FOR%2OPAVING%2000NTRACTORS.PDF?public 5 6 3.1.3. Water and Sanitary Sewer—Requirements document located at; 7 ht!Rs://Proj=oint.buzzsaw.com/fortworthgov/Resources/02%20- 8 %20Construction%2ODocuments/Contractor%o2OPrggualification/Water%2Oand%2 9 OSanitM%2OSewer%2OContractor%2OPrequalification%2OProlrram/WSS%2bre 10 gual%20requirements.doc?public 11 12 13 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 14 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 15 45 11,BIDDERS PREQUALIFICATIONS. 16 17 3.2.1. Submission of and/or questions related to prequalification should be addressed to 18 the City contact as provided in Paragraph 6.1. 19 20 21 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 22 bidder(s)for a project to submit such additional information as the City, in its sole 23 discretion may require, including but not limited to manpower and equipment records, 24 information about key personnel to be assigned to the project,and construction schedule, 25 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 26 deliver a quality product and successfully complete projects for the amount bid within 27 the stipulated time frame.Based upon the City's assessment of the submitted 28 information, a recommendation regarding the award of a contract will be made to the 29 City Council. Failure to submit the additional information, if requested,may be grounds 30 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 31 notified in writing of a recommendation to the City Council. 32 33 3.4.In addition to prequalification,additional requirements for qualification may be required 34 within various sections of the Contract Documents. 35 36 4. Examination of Bidding and Contract Documents, Other Related Data,and Site 37 38 4.1.Before submitting a Bid, each Bidder shall: 39 40 4.1.1. Examine and carefully study the Contract Documents and other related data 41 identified in the Bidding Documents(including "technical data" referred to in 42 Paragraph 4.2.below).No information given by City or any representative of the 43 City other than that contained in the Contract Documents and officially 44 promulgated addenda thereto, shall be binding upon the City. 45 46 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 47 site conditions that may affect cost,progress,performance or furnishing of the 48 Work. 49 CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised August 21,2015 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of I I 1 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 2 progress, performance or furnishing of the Work. 3 4 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 5 contiguous to the Site and all drawings of physical conditions relating to existing 6 surface or subsurface structures at the Site(except Underground Facilities) that 7 have been identified in the Contract Documents as containing reliable "technical 8 data" and (ii)reports and drawings of Hazardous Environmental Conditions, if any, 9 at the Site that have been identified in the Contract Documents as containing 10 reliable "technical data." 11 12 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 13 the information which the City will furnish. All additional information and data 14 which the City will supply after promulgation of the formal Contract Documents 15 shall be issued in the form of written addenda and shall become part of the Contract 16 Documents just as though such addenda were actually written into the original 17 Contract Documents. No information given by the City other than that contained in 18 the Contract Documents and officially promulgated addenda thereto, shall be 19 binding upon the City. 20 21 4.1.6. Perform independent research, investigations, tests, borings, and such other means 22 as may be necessary to gain a complete knowledge of the conditions which will be 23 encountered during the construction of the project. On request, City may provide 24 each Bidder access to the site to conduct such examinations, investigations, 25 explorations,tests and studies as each Bidder deems necessary for submission of a 26 Bid. Bidder must fill all holes and clean up and restore the site to its former 27 conditions upon completion of such explorations, investigations, tests and studies. 28 29 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 30 cost of doing the Work, time required for its completion, and obtain all information 31 required to make a proposal. Bidders shall rely exclusively and solely upon their 32 own estimates, investigation, research, tests, explorations, and other data which are 33 necessary for full and complete information upon which the proposal is to be based. 34 It is understood that the submission of a proposal is prima-facie evidence that the 35 Bidder has made the investigation, examinations and tests herein required. Claims 36 for additional compensation due to variations between conditions actually 37 encountered in construction and as indicated in the Contract Documents will not be 38 allowed. 39 40 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 41 between the Contract Documents and such other related documents. The Contractor 42 shall not take advantage of any gross error or omission in the Contract Documents, 43 and the City shall be permitted to make such corrections or interpretations as may 44 be deemed necessary for fulfillment of the intent of the Contract Documents. 45 46 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 47 CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of I 1 1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any,on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing surface and 8 subsurface structures(except Underground Facilities)which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents,but the"technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any"technical data" or 17 any other data, interpretations, opinions or information. 18 19 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 20 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means,methods,techniques, sequences or 23 procedures of construction(if any)that may be shown or indicated or expressly required 24 by the Contract Documents, (iii)that Bidder has given City written notice of all 25 conflicts, errors,ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 27 etc.,have not been resolved through the interpretations by City as described in 28 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4.4.The provisions of this Paragraph 4, inclusive,do not apply to Asbestos,Polychlorinated 33 biphenyls (PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work,Etc. 38 39 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities,construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised August 21,20I5 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of I I 1 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 3 of-way, easements, and/or permits are not obtained, the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way, easements, and/or permits, and shall submit a schedule to the City of how 9 construction will proceed in the other areas of the project that do not require permits 10 and/or easements. 11 12 6. Interpretations and Addenda 13 14 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 23 24 City of Fort Worth 25 1000 Throckmorton Street 26 Fort Worth, TX 76102 27 Attn: Lissette Acevedo,P.E.,PTOE,City of Fort Worth Transportation and Public 28 Works 29 Fax: (817) 392-6543 30 Email: Lissette.Acevedo@,fortworthtexas.gov 31 Phone: (817)392-2722 32 33 34 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 35 City. 36 37 6.3.Addenda or clarifications may be posted via Buzzsaw at 38 https://projectpoint.buzzsaw.com/fortworthgov/Infrastructure%20Proiects/02261%20- 39 %20Mark%2OIV%20and%2OCantrell%2OSansom/Bid%2ODocuments%2OPackag_eZpub 40 lic 41 42 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 43 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 44 Project. Bidders are encouraged to attend and participate in the conference. City will 45 transmit to all prospective Bidders of record such Addenda as City considers necessary 46 in response to questions arising at the conference. Oral statements may not be relied 47 upon and will not be binding or legally effective. 48 49 50 CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised August 21,2015 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 11 1 7. Bid Security 2 3 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 4 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 5 the requirements of Paragraphs 5.01 of the General Conditions. 6 7 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 8 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 9 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 10 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 11 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 12 other Bidders whom City believes to have a reasonable chance of receiving,the award 13 will be retained by City until final contract execution. 14 15 8. Contract Times 16 17 8.1. The Contractor will receive the Notice to Proceed 30 days after City issues the 18 Notice of Award. 19 20 8.2. Contract Time: The designated time to achieve Final Acceptance as stated in the 21 Agreement. 22 23 9. Incentive/Disincentives 24 25 Provisions for Incentives are defined in the Supplementary Conditions and set forth in the 26 Agreement. 27 28 10. Liquidated Damages 29 Provisions for liquidated damages are set forth in the Agreement. 30 31 11. Substitute and "Or-Equal" Items 32 The Contract, if awarded,will be on the basis of materials and equipment described in the 33 Bidding Documents without consideration of possible substitute or"or-equal" items. 34 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or"or- 35 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 36 City, application for such acceptance will not be considered by City until after the Effective 37 Date of the Agreement. The procedure for submission of any such application by Contractor 38 and consideration by City is set forth in Paragraphs 6.05A.,6.05B.and 6.05C. of the General 39 Conditions and is supplemented in Section 0125 00 of the General Requirements. 40 41 42 43 44 45 46 47 48 49 50 CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of I I 1 12. Subcontractors, Suppliers and Others 2 3 12.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 4 12-2011 (as amended), the City has goals for the participation of minority business 5 and/or small business enterprises in City contracts. A copy of the Ordinance can be 6 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 7 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 8 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 9 Venture Form as appropriate. The Forms including documentation must be received 10 by the City no later than 2:00 P.M. CST, on the second business days after the bid 11 opening date. The Bidder shall obtain a receipt from the City as evidence the 12 documentation was received. Failure to comply shall render the bid as non- 13 responsive. 14 15 12.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 16 or organization against whom Contractor has reasonable objection. 17 18 13. Submittal Requirements 19 20 13.1. Minority Business Enterprise(MBE) Provisions: 21 22 13.1.1. All Bidders shall note that it is the policy of the City of Fort Worth to 23 ensure the full and equitable participation of Minority Business 24 Enterprises(MBE) in the procurement of goods and services. If the total 25 dollar value of the contract is greater than$50,000, then an MBE 26 subcontracting goal may be applicable. 27 13.1.2. The MBE goal on this project is 15%. 28 13.1.3. Interested Bidders must obtain a MBE listing from the M/WBE Office at 29 817-212-2674 to ensure that MBE listings reflect only those currently 30 certified by the North Central Texas Regional Certification Agency 31 (NCTRCA) located in the six 6 county geographic marketplace that has 32 been accepted by the City ("Marketplace"). The Marketplace is made up 33 of the counties of: Tarrant, Dallas, Denton, Johnson, Parker and Wise. 34 Offerors are strongly encouraged to confirm that each MBE that it 35 intends to use is located in the geographic marketplace to ensure that the 36 MBE will be counted towards the established goal. 37 13.1.4. A Minority Business Enterprise is defined as a business concern 38 located in the Marketplace meeting the following criteria: 39 13.1.4.1. is at least 51 percent owned by one or more minority persons, 40 or, in the case of any publicly owned business, at least 51 41 percent of the stock is owned by one or more minority persons; 42 and 43 13.1.4.2. management and daily business operations are controlled by one 44 or more minority persons who own it. 45 46 13.1.5. The business must be certified prior to recommendation of award in 47 order for the participation to be counted towards the established goal. 48 49 13.1.6. Bidders must submit the best value utilization form within 5 business 50 days of submitting their Best Value Proposal. 51 CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised August 21,2015 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 1 I 1 13.1.7. If a Bidder is certified as a DBE,MBE, SBE or WBE firm,please be 2 aware that the City's Ordinance does not allow a certified company to 3 count itself towards the established goal;the goal represents 4 subcontracting opportunities. 5 6 13.1.8. If a Bidder(regardless of certification status or if a non-D/NI/SBE), 7 however, forms a joint venture with one or more MBEs,the MBE joint 8 venture percentage participation will be counted towards the established 9 goal. The appropriate City of Fort Worth Joint Venture form must be 10 submitted for review and approval in order for it to be counted. The City 11 of Fort Worth strongly encourages joint ventures. 12 13 13.1.9. If Bidder failed to meet the stated MBE goal, in part or in whole,then a 14 detailed explanation must be submitted to explain the Good and Honest 15 Efforts your firm made to secure MBE participation. 16 17 13.1.10. Failure to submit the MBE participation information or the detailed 18 explanation of the proposer's Good and Honest Efforts to meet or exceed 19 the stated MBE goal,may render the proposal non-responsive. The 20 MBE plan will be part of the final weighted selection criteria. 21 22 14. Bid Form 23 24 14.1. The Bid Form is included with the Bidding Documents; additional copies may be 25 obtained from the City. 26 27 14.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 28 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 29 the Bid Form. A Bid price shall be indicated for each Bid item,alternative, and unit 30 price item listed therein. In the case of optional alternatives,the words "No Bid," 31 "No Change," or"Not Applicable"may be entered.Bidder shall state the prices, 32 written in ink in both words and numerals,for which the Bidder proposes to do the 33 work contemplated or furnish materials required.All prices shall be written legibly. 34 In case of discrepancy between price in written words and the price in written 35 numerals,the price in written words shall govern. 36 37 14.3. Bids by corporations shall be executed in the corporate name by the president or a 38 vice-president or other corporate officer accompanied by evidence of authority to 39 sign. The corporate seal shall be affixed. The corporate address and state of 40 incorporation shall be shown below the signature. 41 42 14.4. Bids by partnerships shall be executed in the partnership name and signed by a 43 partner,whose title must appear under the signature accompanied by evidence of 44 authority to sign. The official address of the partnership shall be shown below the 45 signature. 46 47 14.5. Bids by limited liability companies shall be executed in the name of the firm by a 48 member and accompanied by evidence of authority to sign. The state of formation of 49 the firm and the official address of the firm shall be shown. 50 CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 1 I 1 14.6. Bids by individuals shall show the Bidder's name and official address. 2 3 14.7. Bids by joint ventures shall be executed by each joint venturer in the manner 4 indicated on the Bid Form. The official address of the joint venture shall be shown. 5 6 14.8. All names shall be typed or printed in ink below the signature. 7 8 14.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 9 which shall be filled in on the Bid Form. 10 11 14.10. Postal and e-mail addresses and telephone number for communications regarding the 12 Bid shall be shown. 13 14 Evidence of authority to conduct business as a Nonresident Bidder in the state of 15 Texas shall be provided in accordance with Section 00 43 37 —Vendor Compliance 16 to State Law Non Resident Bidder. 17 18 19 15. Submission of Bids 20 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 21 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 22 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 23 envelope, marked with the City Project Number, Project title, the name and address of 24 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 25 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 26 envelope with the notation "BID ENCLOSED" on the face of it. 27 28 16. Modification and Withdrawal of Bids 29 30 16.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 31 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 32 must be made in writing by an appropriate document duly executed in the manner 33 that a Bid must be executed and delivered to the place where Bids are to be submitted 34 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 35 are opened and publicly read aloud,the Bids for which a withdrawal request has been 36 properly filed may, at the option of the City, be returned unopened. 37 38 16.2. Bidders may modify their Bid by electronic communication at any time prior to the 39 time set for the closing of Bid receipt. 40 41 17. Opening of Bids 42 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 43 abstract of the amounts of the base Bids and major alternates (if any) will be made available 44 to Bidders after the opening of Bids. 45 46 18. Bids to Remain Subject to Acceptance 47 All Bids will remain subject to acceptance for the time period specified for Notice of Award 48 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 49 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 50 CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised August 21,2015 00 21 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 11 1 19. Evaluation of Bids and Award of Contract 2 3 19.1. City reserves the right to reject any or all Bids, including without limitation the rights 4 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 5 and to reject the Bid of any Bidder if City believes that it would not be in the best 6 interest of the Project to make an award to that Bidder,whether because the Bid is 7 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 8 meet any other pertinent standard or criteria established by City. City also reserves 9 the right to waive informalities not involving price, contract time or changes in the 10 Work with the Successful Bidder. Discrepancies between the multiplication of units 11 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 12 between the indicated sum of any column of figures and the correct sum thereof will 13 be resolved in favor of the correct sum. Discrepancies between words and figures 14 will be resolved in favor of the words. 15 16 19.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 17 among the Bidders, Bidder is an interested party to any litigation against City, 18 City or Bidder may have a claim against the other or be engaged in litigation, 19 Bidder is in arrears on any existing contract or has defaulted on a previous 20 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 21 Bidder has uncompleted work which in the judgment of the City will prevent or 22 hinder the prompt completion of additional work if awarded. 23 24 19.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 25 other persons and organizations proposed for those portions of the Work as to which 26 the identity of Subcontractors, Suppliers,and other persons and organizations must 27 be submitted as provided in the Contract Documents or upon the request of the City. 28 City also may consider the operating costs,maintenance requirements,performance 29 data and guarantees of major items of materials and equipment proposed for 30 incorporation in the Work when such data is required to be submitted prior to the 31 Notice of Award. 32 33 19.3. City may conduct such investigations as City deems necessary to assist in the 34 evaluation of any Bid and to establish the responsibility, qualifications, and financial 35 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 36 organizations to perform and furnish the Work in accordance with the Contract 37 Documents to City's satisfaction within the prescribed time. 38 39 19.4. Contractor shall perform with his own organization,work of a value not less than 40 35%of the value embraced on the Contract,unless otherwise approved by the City. 41 42 19.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 43 responsive Bidder whose evaluation by City indicates that the award will be in the 44 best interests of the City. 45 CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised August 21,2015 0021 13-11 INSTRUCTIONS TO BIDDERS Page 1 I of 11 1 19.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 2 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 3 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 4 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 5 comparable contract in the state in which the nonresident's principal place of 6 business is located. 7 8 19.7. A contract is not awarded until formal City Council authorization. If the Contract is 9 to be awarded, City will award the Contract within 90 days after the day of the Bid 10 opening unless extended in writing. No other act of City or others will constitute 11 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 12 the City. 13 14 19.8. Failure or refusal to comply with requirements may result in rejection of Bid. 15 16 20. Signing of Agreement 17 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 18 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 19 Contractor shall sign and deliver the required number of counterparts of the Agreement to 20 City with the required Bonds, Certificates of Insurance, and all other required documentation. 21 City shall thereafter deliver one fully signed counterpart to Contractor. 22 23 24 25 END OF SECTION CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised August 21,2015 0035 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. hftp://www.ethics.state.tx.us/forms/ClQ.pdf hftp://www.ethics.state.tx.us/forms/CIS.pdf El CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: JLB Contracting, LLC By: James G Humphrey PO Box 24131 Signature: ] Fort Worth, Texas 76124 Title: Sr VP END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Bid Proposal Workbook Add 4 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Mark IV Parkway and Cantrell Sansom Road City Project No.: 02261 Units/Sections: Unit I Paving and Drainage Unit II Water Unit III Sanitary Sewer Unit IV Landscape and Irrigation 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. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Bid Proposal Workbook Add 4 0041 00 BID FORM Page 2of3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution, Urban and Renewal,24-inch diameter and smaller b. Sewer Collection System, Urban/Renewal, 12-inches and smaller c. Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) d. Roadway and Pedestrian Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 250 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. The City-Specified Time of Completion is 250 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.3. The Incentive Daily Value is$3,000.00 per day for each Day that the Work is determined by the City to be complete for Final Acceptance prior to the City-Sepcified Time of Completion taking into account any additional time extensions as documented in an approved Change Order. The maximum number of Days for which incentive may be paid is limited to 30 Days. 4.4. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work 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 6. Total Bid Amount CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Bid Proposal Workbook Add 4 0041 00 BID FORM Page 3 of 3 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Base Bid $2,559,719.23 Additive Alternate 1 $101,742.55 Additive Alternate 2 $85,398.00 Total Bid $2,659,719.23 7. Bid Submittal This Bid is submitted on 2/18/2016 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial followin Addenda: By:_ .,,✓ }--- ' - Addendum No. 1: L2 64 (Signature) Addendum No. 2: , Addendum No. 3: /J James G Humphre lAddendum No.4: (Printed Name) Title: Sr VP Company: JLB Contracting, LLC Corporate Seal: Address: PO Box 24131 Fort Worth, Texas 76124 pNTR4 State of Incorporation: Texas 1001 o Email: +d" i\' f A Phone: 817-261-2991 v OArll , �� END OF SECTION il►1� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forrn Revised 20150821 Bid Proposal Workbook Add 4 0420 6e)FROrOML PwIds SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Roped ham W-.bm Bidder.Pmpuasl Bidlul I® Doampoon spa .um thus M Bid Qudily Lica Rim eid Vohs No. Sutim Nu. Meaame UNIT 1 PAVING AND DRAINAGE GENERAL 1 024LO100 Remove Sidewalk 02 41 13 SF 6 1 $0.82 $5,026.02 2 0241.0300 Remove AOA 024113 EA 2 $85.00 $170.00 3 024LOW1 Remove Concrete Drive 024113 SF 1 $0.93 $1,674.93 4 024LOM Remove Flue 024113 LF 599 $5.50 33 .50 5 024LOOM Remove R 024113 SF SW $3.30 120 6 024LO900 Remove Mist Cont Structure flume CANTRELL STA 24+031 024113 LS 1 $1,100.001 $1,100.00 7 0241-3100 Remove Asph Pvmt 624115 I5 SY S.189 $5.00 $31 134.00 8 0241.1000 Remove Conc Pvmt 024115 SY 5,691 $7.88 $43 593.06 9 10241.1M Remove Cooc Curb 8 Gutter 02 4115 LF 578 $3.85 $2,225.30 10 02412201 Remove 4'Sewer Manhole 024114 EA 1 2 $765.00 $1,5w.00 11 024IM14 Remove 21'Storm Line 024114 LF 78 $12.00 $936.00 12 0241.3016 Remove 27'Storm Line 024114 LF 17 $12.00 $204.00 13 0241.3019 Remove 36'Storm Una 024124 LF 15 $12.00 $180.00 14 024L3021 Remove 42"Storm Uns 024114 LF 65 $12.00 $780.00 15 024L3023 Remove 48"Storm UM 024114 LF 716 111`12.001 $8 592.00 16 024L3402 Remove S'Storm Junction Box 024124 EA 2 $1,425.001 32 0.50.00 17 0241A001 Remove W Curb Inlet 02 41 14 EA 1 3675.00 75.00 l8 0241A101 Remove 10'Recessed Inlet 024114 EA 1 $875.00 75.00 19 0241.4103 Remove 24'Recessed Inlet 024114 EA 2 $1,425.00 32 850.00 20 3130.0101 Site Clearing 311000 LS 1 $9,050.00 $9,050-00 21 3110.9102 6"42'Tree Removal 311000 FA 1 37 UX00 $12,210.00 22 3110.0103 12"-18"Tree Removal 311000 EA 2 $550.00 $1,100.00 23 3110.9101 18"-24"Tree Removal 3110 OD EA 1 $820.00 3620.00 24 3123.0301 Unclassified Excavation by Plan 312316 CY 2,390 $7.26 $17,351.40 25 3123.0103 Borrow by Pian 312323 CY 1,970 $16.42 $32,347.40 26 3125.0101 SWPPP 21 acre 312500 LS 1 $5,300-001 300.00 27 317A.0101 Embankment bV Plan 312400 CY 439D $3.83 $9,153.70 28 9999.0000 Remove Ex Street n 02 4113 EA 27 3135.00 $3,645.00 29 3231.0211 Barbed WMe Fenn Metal Posts 323126 LF 578 $6.80 $3,814.80 30 3471.0001 Traffic Control 347113 LS 1 $20,&W.00 850.00 31 3471-0002 Portable Message Sian 34 71 13 WK 48 $690.00 $28320.00 32 3441.2001 Traffic nal 344113 EA 1 $2190.00 $2190.00 33 19999.000D Salvage Street Lisht Arm and Fbdure 344120 EA 6 $220.00 $1,320.00 PAVING 34 321LO400 ed Lime 321129 TON 272 $180.00 $43,520.00 35 3211-0542 8'Lime Treatment 44 LEW 321129 SY I 170 $2.95 $U,951.50 36 3212.0302 2'Asphalt Pvmt Type D 321216 SY 1,340 $10.00 $13,400.00 37 9999.000011'Asphalt Base Tvg 8 321216 SY 1,340 $54.25 $72,05.00 38 3213.0106 11"Conc Pvmt 32 13 13 SY 10,361 $78.45 $812,820.45 39 3213DWI 4"Cont Sdewalk 321320 SF 39,256 $4.67 $183,325.52 40 3213.0103 8"Concrete DrWowaV 32 13 20 SF IA32 $7.29 $13,355.28 41 3213.0503 Barrier Free Ranip,IM M-1 321320 EA 9 $670.00 $6,030.00 42 13213.DS05 Baffler Free Ramp,Type M-3 32 13 20 EA 1 $600.00 $800.00 43 3213.0506 Barrier Free Ramp,IM P-1 321320 EA 7 $670.00 690.00 44 3213.0507 Baffler Free T P-2 321320 EA 3 $745.00 $2,235.00 45 3213.0509 Barrier Free T C-2 321320 EA 1 $980.00 980.00 46 3213.0510 Barrier Free T C-3 32 13 20 EA 4 $950.00 33 800.00 47 3216.01016"Cone Curb and Gutter 321613 LF 23 .00 $759.00 48 9999.00001 rel extured 8"Concrete Pedestrian Buffer 033513 SF 3 2 $12.28 $47,225.52 49 9999.0000 Int M e ctured 4'Concrete Median Island 033513 SF 4 $8.37 075.13 50 9999.0000 I extured 13"Concrete Truck 03 3513 SY 463 $127.50 032.50 51 9999.0000 Sdemfk BIW Ram 321320 EA 1 2 SM-001 $1380.00 DRAINAGE 52 334LO201 21"RCP Clots III 33 41 10 LF 132 $105.50 $14,058.00 53 3341.0205 24'RCP Gass III 334110 LF 448 $118.50 $53.088.00 54 3343.9207 24'RCP Class V 334110 LF 20 $142.50 32 850.00 55 3341.0208 27'RCP Class III 334110 LF 12 $127.00 $1,524.00 56 3341.0309 36'RCP Class III 334110 LF 16 $170.00 $2,72000 57 33411302 6x3 Box Culvert FW Height Less Than 2 334110 LF 785 3400.00 $314,000.2q 58 334LM 6x4 Sox Cui ert 334110 LF 8 $430.00 $3,440.00 59 3349AIM 24'SET 1pipe 334940 EA I $2 400.00 $2,400.00 60 3349.6001 101 Recessed Inlet 33 49 20 EA 1 $4,380.001 380.00 61 3349.6002 25'Recessed Inlet 33 49 20 EA 4 $7,000.00 $28,000.00 62 3349.6003 20 Recessed Inlet 33 49 20 EA 4 $5,375.00 333 500.00 63 9999.0000 Remove&Rest 24'SET 1 pipe 33 49 20 EA 1 $495.00 $495.00 64 9999.0000 i100T FINTyw 1{4'Manhole 333910 EA 1 $3,230.00 $3,23000 65 9999.0000 Tx00T Inlet DI-1-02 33 49 20 EA 1 $4,5%.00 $4,8W.00 PAVEMENT MARKING AND SIGNAGE 66 3217.0002 4"SLD Pvmt Marking HAS 321723 LF 2.O03 $1.10 $2 .30 67 3217.0003 4"BRK Pvmt Maddq HAS 321723 LF 924 $1.10 $1,010.40 68 3217.201 8"SLD Pvmt Mark HAS 321723 LF 488 $1.75 $801.50 69 3217.0202 B"SLD Pvmt MwWng HAS 321723 LF 160 $1.75 $280.00 70 3217.0401 1B'SLD Pvmt Marking HAE 321723 LF 97 $5.50 $533.50 71 3217.0501 24'SLD Pvrrm Marift HAE(WI 321723 LF 1155 $6.80 $7.M.00 72 3217.1003 Lane L end DBL Arrow 321723 EA 16 $202.00 32- 73 3217.2102 REFI.Raised Marker TY-I-C 321723 EA 19 $4.40 $03.00 74 13217.2103 REFI.Raised Marker TY II-A-A 3317 23 EA 65 $4.40 88.00 75 32172104 REFL Raised Marker TY-II-C-11 1 321723 FA 83 $4.40 $365.20 76 13217A305 Remove 18"Pvmt MwMngt 1 32 17 23 1 LF 1 2701 $3.30 $581.00 CTrY OF I=e'OM wr I OOeQlalCllOr/ereC3YJtT UOQ.aawrs WrrgD•n�A 4 F.-i.wananm �Nw- W4243 rr2df SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Applications Rajst Inem lafametim Biddwa ProPod Bwh,t Item D SP-fid- Unum! Wd Qumsey Uo Phce Bid Value No. Segien No. Mame 77 3217.4307 Remove Raised Marker 321723 EA 816 $1.40 $1142.40 78 3217.4402 Remove Lane end Arrow 321723 EA 5 $110.00 $550.00 79 3217.4404 Remove Lane Legend On 321723 EA 5 $110.00 .00 SO 3441.1802 Advanced Waml Flasher AssemblySolar 999900 EA 2 $10885.00 $2/370.00 81 344L1821 Remove Flashi Beacon 34411D EA 2 710.00 $1420.00 82 3441.4003 Furnish/Install Install Alm n Ground Mount Std. 344130 EA 55 $410.00 $22,5W.00 83 34415001 RRFB 51 Sided Solar 34 4115 EA 4 $8,680.00 $26,720.00 84 9999MW Install 18"Yield Triangles 3217 23 EA 74 $38.50 $2 849.00 85 9999.0000 Lane L end Yield Text 321723 EA 8 $290.00 $2,320.00 ILLUMINATION 86 2605.0112 Install Elec Sery Pedestal 260500 EA 1 $4,760.00 $4,760b() 87 2605.3015 2"CONDT PVC SCH 80 fn 26 OS 33 LF 1,388 $8.78 $12.155.88 88 26053025 3"CONDT PVC SCH 80 26 05 33 LF 1 DD3 $12.00 $12,036.00 89 2605.3026 3"CONDT PVC SCH 80 B 260533 LF 81 $16.50 $1,336.50 90 2605.3031 4"CONDT PVC SCH 40 T 26 OS 33 LF 296 12ii $3,892.40 91 9999.00004"CONDT RM 260533 LF 25 $26.30 $857.50 92 3441.3502 Ground Bac TAm B w non 344110 EA 24 $550.00 $13,200.00 93 3441.3002 Rdwy ilium Assmbly TY 9,11,D-25,and D-30 344120 EA 10 $1,840.00 $16,400.00 94 344L3W3 Rdwy Ilium TY 18 19 and D-40 344120 EA 1 3 $1,700.00 $5,100.00 95 3441.3201137W LED F6nure 344120 EA 22 5815.00 17930.00 96 3441.3301 R Ilium Foundation TY 12 and 4 34 4120 EA 10 $930.00 $9,300.00 97 34413302 R Ilium Foundation TY 3 5 6 and 8 36 4120 EA 3 $1 .00 $3,780.00 98 344134042.2-2-4O El"Conductor 344120 LF 71 $3.00 $4713.00 UNIT I PAVING AND DRAINAGE SUBTOTAL 834.39 UNIT II WATER 99 024L3001 Water Une Groutft 024124 CY 1 5550.00 $350.00 100 0241.1218 V-12"Water Abandonment Plug 024114 EA 2 $165.00 $330.00 101 0241.1302 Remove 6"Water Valve 024114 EA 1 5300.00 $300.00 102 024L1303 Remove 8"Water Valve 02 41 14 EA 1 5300.00 $300.00 103 0242.1S10 SalvfteFire Hydrant 024114 EA 1 5300.00 $300.00 104 3305.0103 Exploratory Excavation of E)dLUM UtRRles 330530 EA 1 $985.00 $985.00 105 3305.0108 Miscellaneous Structure adjustment-Vault CANTRELL STA 24+70 330514 EA 1 $4,050.00 $4,050.00 106 3305.0108 Miscellaneous Structure Adjustment-VaultNWTURN STA 20~29 330514 EA 1 $4,600.00 *4,e00.00 107 13305.0106 Miscellaneous Structure Adjustment-Vauh NETURN STA 16139 330524 EA 1 1 $4,400. $4,400.00 JOS 3303.0108 Miscellaneous Stnecture Ad ustmant-Vault SETURN STA 19+56 330S14 EA 1 $4,050. $4,050.00 109 3304.0109 Trench 330.510 LF 56 $1.10 $61.60 110 3305.0111 Valve Box Ad ustment 330514 EA 6 $310.00 $1,850.00 111 3305.0202 Imported EmbedimeWlacklill,CSS 330510 CY 3 $71.00 $213.00 112 3311.0021 0303 Rttinp 331113 LS 1 $3,9M.00 $3,950.00 113 3311.01616"PVC Water Pipe 33 11 12 LF 46 $99.00 $4,&14.00 114 3312.0001 Fire Hydrant 331240 EA 1 $3,720.00 $3,720.00 115 331220031"Water Service 331220 EA 1 $5,900.00 $5900.00 116 33123002 6"Gate Valve 3312 20 FA 1 $985.00 $985.00 117 3312611116"x6"Ta Sleeve&Valve I 33122S EA 1 1 $9,200.00 f9 .00 UNIT II WATER DISTRIBUTION SUBTOTAL SN.300.50 UNIT NI SANITARY SEWER 118 3201.0400 Temporary h Paying Repak 320118 LF 156 $37.251 $5,811.00 119 3331.4119 8"DIP Sewer Pipe 331110 LF 169 $145.001 $24,W5.00 120 3331.420510"DIP Sewer 331110 LF 77 $150.00 $11550.00 121 3301.0001 Pre CCtV Inspection 330131 LF 472 $3.28 $t548.18 122 3301.0002 Post-CCTV Inspection 330231 LF 472 $2.20 $1,038. 123 3301.0101 Manhole Vacuum Testiqj 330130 EA 4 $185.00 $060.00 124 3305.0112Concrete Colter 330517 EA 4 $360.00 $1440.00 125 3305.0114 Manhole Ad ustmerd Ma's w Cover 340514 EA 2 $2,735.00 $5,470.00 126 3305.0109 Trench 330510 LF 282 $1.10 $310,20 127 330522021 ed Em Backfill CSS 33 OS 30 CY 3 $71.00 $213.00 128 9999.00001"Water Meter BoxAdustrilent 331210 EA 1 M.001 $385.00 129 19999.0000 2"Water Meter Box AdIustment 331210 EA 1 $575.001 $575.00 130 3339.10014'Manhok 33 39 20 EA 1 4 $3,610.001 $14,440.00 UNIT M SEWER DISTRIBUTION SUBTOTAL S67.945.76 UNIT IV LANDSCAPING AND IRRIGATION 131 3291.0100 Topsoll 329119 CY 3,338 $7.17 $23,930.71 132 32920100 Block Sod Placement 329223 Sy 16,491 55.62 $92,e79.42 133 9999.00001"Locked Gate Valve for Irrigation Main 32 9010 EA 2 $230.00 $480.00 134 9999.0000 Drip Irrigation System•Central Island 329010 LS 1 S9,050.00 $9 950.00 135 9999.0000 Landsca -Yucca Red Wakel' roloe 'P.P.L, 329343 EA 6 $30.00 $180.00 136 9999,0000 Landscape-Solt Yucca uta) mentos) 32 93 43 EA 6 $28.50 $171.00 137 9999.0000 Landsca •Dwark 1 nese 1 (Juniperys rocumbenls'Now'j nese 32 93 43 EA 90 $29.501 $2,655.00 138 9999.0000 Landscape•Cetoneastar Rock Corone)ster horozoritalisj 329343 EA 36 U9.501 $1082.00 139 9999.0000 Landsca -Mu Gress White Cloud'ftuhienbergio coilbres 32 93 43 EA 1 54 $12.001 $848.00 140 9999.0000 Lands -Little Bunn 'Fountain Grass'Pennlsehrm)b nodes 329343 EA L430 $9.851 $14,055.50 141 9999.0000 Landscape-Buffalo 609 Buchbe da ion 329313 Sy 2,520 $5.10 $12,852.00 142 9999.0000 Landsca -12'Concrete Mow Strip 313700 LF 461 $17.30 $7,975.30 143 9999.0000 Landscape-Decomeod Granite Wallovay 321320 SF 980 $3.00 $2,940.00 144 9999.0000 Landscape-General Use Compost 329343 CY 215 $44.00 $9,460.00 145 9999.0000 Landscape-Landscape Mulch 32 93 43 CY 215 $49.00 $10,535.00 146 9999.0000 Landscape-Planting Bed Prep 329343 Sy L131 $5.05 $5711.55 147 9999.0000 Landscape-Maintenance 32 9343 LS 1 $I$35.00 1 535.00 148 9999.0000 AOowance-I Restoration-Medians LS 1 $2,500.00 $2.500.00 149 9999.0000 Allowance-IrriMlon Restoration-Parkwa LS1 S? $2,500.00 150 9999.0000 Allowance-Construction LS i 578,000.0500.00 0 $78 000.00 UNIT IV LANDSCAPE AND IRRIGATION SUSTOTALI $277,830.48 cTre'W PORT wom STANDAeDCONSIa11CIlON SPPLIFICATLON DOLIZAENB WIN W.H AAtA Foo Rw�J mlmlm AA6,"ten e 00424 BID PRIxVti.4L SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Pryect Item lof um Ridder pr.1 el Mdhsi Item SPecdi..- U.,nl N. U""' Seeuon No. Measiae Bid Qua°tib Unit P.. I3id Vabn Subtotal $2,659,719.23 Total BASE Proposal $2,659,719.23 Tad Ba.e Bid L $2859 719.23 Addithe ARemW,BW ADDITIVE ALTERNATE 1 151 3213.0206 11"Conc Pvmt MES 321313 SY 3,103 $ 97.25 $301,766.75 38 3713.0106111Conc Pvmt Deduction SY (3,103) $ 78.45 -$243,430.35 152 3211.0113 8"Flexible Base Type A GR-1 32 1123 SY 3,251 $ 17.85 $58,030.35 34 3211.0400 Hydmted Lime Deduction TON 71 $ 160.00 -$11,360.00 35 3211.0502 8"Lime Treatment 48 L SY Deduction SY (3,251) $ 2.95 -$9,590.45 153 3123.0101 Unclassified Exuvation by Plan 3123 16 CY 723 $ 8.75 $6,326.25 CELL F297=CELL F52.Enter Unit Prim from Bid Rem No.38 11"Conc Pvmt). CELL F289-CELL F48.Enter Unit Prim from Sid Rem No.34 rated Ume. CELL F190-CELL F49.Enter Unit Prke from Bid Item No.3S 8"Lime Treatment. Tad Addbhe Alft—k I Bid $101 742.55 ADDITIVE ALTERNATE 2 154 19M.0000 Pavement Reclamation-3"Asphalt Pvmt Type D 1 321216 SY 3,3i0 $ 25.80 $85,39&G0 To I AddlMve ARelvae 2 Bid $85,396.00 TNd ad $2 859 719.23 END OF SECTION CRY OF F(M'f W(xiT}f SI,I DARD CONSTRI'R'Iki\SPBCffICATION[N%l Aa'MS Bid FhyuJ w._•• Tdd,l Tam xsysE 20120120 A.. . N0.4 BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we 1LB Contracting, LLC as Principal hereinafter called the Principal, and Westfield Insurance Company as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth, Texas as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid (5%)----------------------------- Dollars (S------------------------), for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Mark IV Pkwy NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 18th day of February 2016 TLB CONTRACTING. LLC \NG, QCr� Principal (Seal) Name/Title LU ov�';. :'�z� WESTFIELD INSURANCE COMPANY �n ''•..• •'CQ` .� Surety (Seal) By: le W. ey torney-in-Fact THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER#AND ISSUED PRIOR TO 04/20/11,FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220052 06 " Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company' and collectively as 'Companies,' duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County,Ohio, do by these presents make,constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W.SWEENEY, ELIZABETH GRAY,JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fad may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved,that the President,any Senior Executive,any Secretary or any Fidelity&Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver,any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' 'Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8,2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D.,2011 . Corporate �\#3y�ty .• �K�NA(/ • ��$"(►��"�„,� WESTFIELD INSURANCE COMPANY seals \`,.....•««C� -`gyp;.• •..NSG •`""''•"'O-� WESTFIELD NATIONAL INSURANCE COMPANY Affixed JR! .ops O;• ••,p o•�: OHIO FARMERS INSURANCE COMPANY � f r3�s.M,L s ro; '� SEAL -Pz- =•�'�NRTf�'G.�'3 lob :N, :m_ cd: ;S= 4 .,r ... .. aram 1848 ,��,,•• By- State of OhioL. Kinnaird, Jr., National Surety Leader and , County of Medina ss.: Senior Executive On this 20th day of APRIL A.D.,2011 , before me personally came Richard L. Kinnaird, Jr. to me known,who, being by me duly sworn, did depose and say,that he resides'in, Medina, Ohio;that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above Instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial ,,.«., Seal 4 �` R�A L +k, • Affixed OJ* i r • William J. Kahelin,A rney at Law, Notary Public State of Ohio s-N ! 0 My Commission Does Not Expire(Sec.147.03 Ohio Revised Code) County of Medina ss.: ,•9 O F r• •'•••O•.I_.••••• 1,Frank A.Carrino,Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby.certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors, set out in the Power of Attorney are In full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 18th day of February A.D 2016 < ........ ..,� M„w..w.,..y. =�sRFAi t�• -v• •Z« " Mdjto�i Secretar 4 ✓/+t.C7.ad = SEAL '.r.12 =�-• Y0: 3 �� "� / �y;� ,�,• •o_S 0; : 1648 _ Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Blank , 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 State Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. D BIDDER: JLB Contracting, LLC By: James G Humphrey PO Box 24131 !� JL�!� (Signature) Fort Worth, Texas 76124 Title: Sr VP Date: 7- END END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Bid Proposal Workbook Add 4 004511 -I BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven(7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation,LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun& Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised July 1,2011 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not,in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America.This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion,or(2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts.Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment.Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend,.or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised July 1,2011 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised July 1,2011 THIS PAGE INTENTIONALLY LEFT BLANK 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution, Urban and Renewal,24-inch diameter and Woddy Contractors 16-Apr smaller Sewer Collection System, Urban/Renewal, 12-inches and Woody Contractors 16-Apr smaller Concrete Paving Construction/Reconstruction JLB Contracting, LLC 17-Jan (LESS THAN 15,000 square yards) Roadway and Pedestrian Bean Electrical Inc 17-May Lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: JLB Contracting, LLC By: James G Humphrey PO Box 24131 '46L='— -'n '�' (Signature) Fort Worth, Texas 76124 Title: Sr VP Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Bid Proposal Workbook Add 4 FORT WORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable--Block 3 is to be left blank if Block 1 and/or Block 2 is checked) FlHas fewer than 100 employees and/or FlHas less than$6,000,000.00 in annual gross receipts OR FIDoes not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches, and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development, 24-inches and smaller Water Transmission,Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised December 20,2012 0045 13-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning ,24-inches and smaller Sewer Cleaning ,42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised December 20,2012 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual,name of owner and reason. CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised December 20,2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner,officer,director, or stockholder of your firm is an employee of the City,or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse,child,or parent of an owner,officer, stockholder,or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition.This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised December 20,2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general,limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised December 20,2012 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as"various".The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model, and general common description of each. CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised December 20,2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force,necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised December 20,2012 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page l of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 02261. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 JLB CONTRACTING, LLC By: J 12 Company (Please Print) 13 14 Signature: 15 Address P.O.BOX 24131 16 FORT WORTH,TX 76124 17 Title: 5 /z,. i/ 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARR.ANT § 24 25 BEFORE AIE the�;�}dersigned authority, on this day personally appeared 26 JpImzr- C. 4"Atepr/ , known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of Jtz CO,jTPAr-T1NG, LcAr-- for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVN UNDER MY HAND AND SEAL OF OFFICE this day of 32 n 201� 33 34 ` "�+►"'•. JAMIE GREENWAY 35 ati�,. �;' ';�": Notary Public, State of Texas 36 ':,w., e My Commission Expires Not ry ublic in and •r the State Texas "%N�o��;;�'� September 25, 2016 37 38 END OF SECTI 39 CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised July 1,2011 'THIS PAGE INTENTIONALLY LEFT BLANK 00 45 40-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page I of 1 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 4 See Section 00 21 13 Paragraph 13.1. 5 6 END OF SECTION CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Parkway COMPETITIVE SEALED PROPOSAL CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 December 4,2015 THIS PAGE INTENTIONALLY LEFT BLANK 00 52 43- 1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on May 3, 2016 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and JLB Contracting, LLC, authorized to do business in Texas, acting by and through 6 its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 1 1 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Mark IV Parkway and Cantrell Sansom Road 16 City Project No. CO2261 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, Substantial Completion and Final Acceptance as 20 stated in the Contract Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 250 days after the date when the 23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 24 3.3 Incentive/Disincentive 25 A. Incentive 26 Incentive for timely completion of the Work as defined in the Supplementary 27 Conditions to General Conditions shall be the Daily Value of$3,000 per day. The 28 Contractor will earn the Incentive for each Day that the Work is determined by the City 29 to be complete for Final Acceptance prior to the City-Specified Time of Completion 30 taking into account any additional time extensions as documented in an approved 31 Change Order. The Final Acceptance Date will be the date determined by the City and 32 as stated on the Final Letter of Acceptance issued by the City. The maximum number 33 of Days for which the incentive may be paid is limited to 30 Days. Any extension 34 granted in a Change Order does not increase the potential Incentive. Any Incentive 35 payment earned by the Contractor shall be made at Final Payment. CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road COMPETITIVE SEALED PROPOSAL CONSTRUCTION SPECIFICATION DOCUMENTS Project No,02261 Revised February 2,2016 Addendum No.2 005243-2 Agreement Page 2 of 5 36 3.4 Liquidated damages 37 Contractor recognizes that time is of the essence of this Agreement and that City will 38 suffer financial loss if the Work is not completed within the times specified in Paragraph 39 3.2 above, accounting for any extension thereof allowed in accordance with Article 12 of 40 the General Conditions. The Contractor also recognizes the delays, expense and 41 difficulties involved in proving in a legal proceeding the actual loss suffered by the City 42 if the Work is not completed on time. Accordingly, instead of requiring any such proof, 43 Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor 44 shall pay City One thousand pro hundred rt, Dollars ($1.250.00) for each day that 45 expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues 46 the Final Letter of Acceptance. 47 48 Article 4.CONTRACT PRICE 49 City agrees to pay Contractor for performance of the Work in accordance with the Contract 50 Documents an amount in current funds up to two r,iilion, eight hundred thirty-five thousand, 51 one hundred nincteer� and 98/1"1100 Dollars ($2.83-5,119.98). 52 Article 5. CONTRACT DOCUMENTS 53 5.1 CONTENTS: 54 A. The Contract Documents which comprise the entire agreement between City and 55 Contractor concerning the Work consist of the following: 56 1. This Agreement. 57 2. Attachments to this Agreement: 58 a. Bid Form 59 1) Proposal Form 60 2) Vendor Compliance to State Law Non-Resident Bidder 61 3) Prequalification Statement 62 4) State and Federal documents(project specific) 63 b. Current Prevailing Wage Rate Table 64 c. Insurance ACORD Form(s) 65 d. Payment Bond 66 e. Performance Bond 67 f. Maintenance Bond 68 g. Power of Attorney for the Bonds 69 h. Worker's Compensation Affidavit 70 i. MBE and/or SBE Commitment Form 71 j. Form 1295 Certification No. U10 — 2141 Zi 72 3. General Conditions. 73 4. Supplementary Conditions. 74 5. Specifications specifically made a part of the Contract Documents by attachment 75 or, if not attached, as incorporated by reference and described in the Table of 76 Contents of the Project's Contract Documents. 77 6. Drawings. 78 7. Addenda. 79 8. Documentation submitted by Contractor prior to Notice of Award. CITY OF FORT WORTH Mark IV Parkway and Cantrell Sansom Road COMPETITIVE SEALED PROPOSAL CONSTRUCTION SPECIFICATION DOCUMENTS Project No.02261 Revised February 2,2016 Addendum No.2