Loading...
HomeMy WebLinkAboutContract 48172 CITY SECRUARY D.O.E. FILE CITYSECIM CONTMCT No.—qVL� CONTRACTOR'S BONDING Co. CONSTRUCTION'S Copy CLIENT DEPARTMENT ", T4Co,tEC'F ! IANUAL FOR THE CONSTRUCTION (-)V Park improvements at JT Hinkle Park Coventry Hills Park City ProJect No. C00041 & C01 79! Bets),Price David Coolk-c. M avor Rwhord Zavala Director. Parks, & Community' 5elviccs Prepared fax, The City or Fort Worth Parks & Community Sel-Vices 2016) Shield Engineeving Group,PLLC 1600 West 71" Street, Suit,-, 200 Fort Worth, TX 76102 Firmil F-1103' OFT ........... .......... RYAN J.HILL........... ILL ....................................... F 7� 114314 MYSECRUAW CVIS I RACT NOe 0 FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 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 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bijdefs Wequalifioation-s 0045 12 Prequali fleation Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 09-4311 Small BusinessE ger-prise Geal 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 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 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 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised November 22,2013 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents 1168 13 Site Furnishings—Benches,Bollards, Shade Pavilion,Picnic Tables, Trash 32 92 13 Hydromulching, Seeding and Sodding—Sod stapling 3125 13.02 Erosion and Sediment Control-Pyramat TRM Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps:Hproj ectpoint.buzzsaw.com/client/fortworth.i4ov/Resources/02%20- %20Construction%20Documents/Specifications Division 02-Existing Conditions 0241 13 Selective Site Demolition 024 1 14 r 1+ili+..D.,.v..,ya /n bafi 1.,,,, e + 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete 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 260500 Cv ,mon Werk nosu4s rf f reetr-xe ar 2605 43 URder-ground poets and Raee..ays f f leetr-ieal Systems Division 31-Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 313600 11.,1.ions 31 37 00 uipr-ap �Z �rcrpz aP Division 32-Exterior Improvements 2 nl 17 +Asphalt 1+n n 3✓��rr��@fl}2aixcixczx§puux�x Paving 3201 18 Temporary Asphalt Paving Repair 3z-01 29 32 11 23 Flexible Base Courses 32 1129 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 Concrete Paving 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised November 22,2013 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 3231 43 Cha;., >;en"e"and Gate" 3231 2`6 Wire l:enee" and!'_ate" 32 31 29 Wood Renes and Gate" 3232 12 Cast ;n Plaee f''a rete Retaining Zxl.,lls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding,and Sodding 32 93 43 Trees and Shrubs Division 33-Utilities 33 W 30 Sewer and>`nanhatLa.Te"+;n 33-0134 (ala"ed G;,.auit Television(rrTl/)hispe..t;an 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 40 Ia r„rt Banding and ElectricalIaancti oix 33 04 1 1 Ger.•osion Genteel 'Te"+ Stations -v-r-z�cvn oo�rorrcorrcx vex wrorasxvno 33 04 12 Maanesiu n na,7e rathadie Woteetion Syst",., 33-04-30 Te,,,na,.afy WaterSerwiees 33 04 nn Gleaning and n ratanee Testing ofWat,.,`,rain" 33 04 50 Glea44iag of Se.yev>\aainS 3305 10 Utility Trench Excavation,Embedment, and Backfill 33 05 12 Wa4er-Line Lowering 3305 ig >:,ame Gov an 7 r,.a 7e P;na" 3305 14 Adjusting Mank les, IlValve al<e Boxes, 2 d Other-Str et«es to Grade 33 05-16 Ganefeto Water-V.,,,lt" 3305 17 Concrete Collars 33 05-220 Auger-neem, 33 05-2-1 Tunnel Liner-Plato 33-45-22 Stool CasingP;ne 33-45 23 Hand T-un elifig 33-05'24 InstalWie„ f Ga,.r:e,.Pipe:n Gasiiig„r T,,.,,,ol Liner- 33 iner Pl't /�c i xnscnrrcrcrorr-Qr ..1...J. .,,.,,.,.b.. �555,5,....�.. �. .. 33-05 26 Utility Marker"/r ae tar 33 05 30 Location of Existing Utilities 33 4105 Pelts T.h t" and Gaskets 33 1 1 1/l Duet:le!Fan Npe 33-11 11 Duet;le Iran Fittings 33 11 12Paha,;n„1 Chloride (PVC)Pressure Pip 331--ri 0 Genefete Pfessefe Pipe, .,, \11,..,,,,.0.7i P . Steel Gyli.de f Type 33 11 14 P„r;ed Steel Pipe and Rit+;n a" 33 12 10 Water Services 1-inch to 2-inch 33 12 11 bafge Watef Meter-s- 3320 Pe";tient Sea4e,7 Gate VaWe 33-1224 n 1171170 Rubber Sea4e.7 P„tterfly Val4. 33 1225 Connection to Existing Water Mains 33 1230 Gombin"t;a„Air-Valve n" ,,,b.lie" fe f Potable Water Systems 3312-40 Fire 1454,."„+" 33 1250 Water Sa,nnle Station" 33-12-60 Standard Blow off VaA e Assembly 33 3-1 12 !'„re.7 :n Pla6e Pipe ((`IPP) 33 3413 Fiberglass Peinf r..ed Pipe for-Gr-a.,45,Sani+a,•.,_Sew erg 33 31 15 High Density Polyethylene(HDPE) Pipe for- Sanitafy Se�e 33 31 24 Polyvinyl Chloride (PVC)rr ,;ty S_an;ta Se of Pipe CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041 &C01791 Revised November 22,2013 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 3 j 2i Polyvinyl r'hler-ide (PVC)Closed Pfefile Gr-a ,;+<,_Sanitafy Sewer-Pipe 33 3122 Saiiitary Se r Slip hining 33 3423 Sanit.,r<,Sewer-Pipe Enlafgef en 33 34 so Sanitary Sewea Se. iee Ganneetions and Se ._ee Line 33 31 70 C,,,,-.i,in t;,,,, Ai,:Valve for c,,a4 r<,Sewer>i oree nawi 3339 1!1 Cast i Dlaee!`.,,-e fete Taa.4ole� 33 3920 Pfee st Generete Manholes 33T30 Fibefglass manholes 333940 Wastewater-rceels c,am be f(AL G) 33 3960 Epe?i<,r ; s for San t.,r<, Sewer-Struetur-es- 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 3341 11 High Density Polyethylene(HDPE) Pipe for Storm Drain 33 4600 Stibdr-ainage 33 6-0TOTOT4GCrC7 rO2III DSI L[ZIZ, 33 4602 T--'fene h nrainxs 33 no 10 Cast i Ulaee Manholes and junetieii Boxes 33-49X20 Gufb and Drop inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34-Transportation 34 41 10 T-r- ff e Sig 6 311 41 11 Te fflpe f y Tf ff e Signals 34 411-113 Ref:n.<ing- fa. f e Signals 311 41 15 Reet..,,.., laf Rapid Flashing Beaeo 34 41 16 14 ,br:.1 Signal 34 41-20 Roadway rtl,,,,,;,..,t:,., Assemblies 34 41 30 n 1,,,,l:n,,m Signs 3471 13 Traffic Control Appendix [Include appropriate Sections belou,. Delete or strike-thru if not used] GG 4.01 Availability of hands GC-4.02 Subsurface and Physical Conditions GG 4.04 Uadefg+aufid Faoilities GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GG 6.09 Permits aiid W444ies GG 6.2 4 14andiser-iminatien GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised November 22,2013 00 11 13-1 INVITATION TO BIDDERS Page 1 o1`2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of Park Improvements at JT Hinkle Park and Coventry Hills Park 5 will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 1000 Throckmorton Street 10 Fort Worth,Texas 76102 11 until 1:30 P.M. CST,Thursday, May 5, 2016, and bids will be opened publicly and read aloud at 12 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the(approximate)following: 16 17 JT Hinkle Park: Construct 840 LF 6' wide concrete trail, 10 LF 4'-8"culvert crossing with curb, 18 120 LF 48"RCP with Sloping Headwall,40 LF 1"water service,27'x27' Pavilion with 24'x24' 19 shade,4 planting areas, 2 sidewalk benches,and 1 playground. 20 21 Coventry Hills Park: Construct 40 LF of culvert crossing, 4,885 LF 8' wide concrete trail and 130 22 LF 6' wide concrete trail. 23 24 25 PREQUALIFICATION 26 The improvements included in this project must be performed by a contractor who is pre- 27 qualified by the City at the time of bid opening.The procedures for qualification and pre- 28 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 29 30 DOCUMENT EXAMINATION AND PROCUREMENTS 31 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 32 of Fort Worth's Purchasing Division website at http://www.fortworth og v.orWpurchasing/and 33 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 34 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 35 suppliers. 36 37 Copies of the Bidding and Contract Documents may be purchased from: 38 Shield Engineering Group 39 1600 West 7t1i Street, Suite 200 40 Fort Worth,TX, 76102 41 42 43 The cost of Bidding and Contract Documents is: 44 Set of Bidding and Contract Documents with full size drawings: $100 45 Set of Bidding and Contract Documents with half size(if available)drawings: $60 46 47 48 PREBID CONFERENCE CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [lnsert Project Numbed Revised July 1,2011 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 1 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 2 BIDDERS at the following location, date, and time: 3 DATE: April 20, 2016 4 TIME: 2:OOPM 5 PLACE: 4200 South Freeway, 6 Suite 2200 Conf. Rm. #1 7 Fort Worth, Texas 76115 8 LOCATION: La Grand Plaza, second floor conference room#1 9 10 11 CITY'S RIGHT TO ACCEPT OR REJECT SIDS 12 City reserves the right to waive irregularities and to accept or reject bids. 13 14 FUNDING 15 Any {Contract) (or) {Contracts) awarded under this INVITATION TO BIDDERS (is) {are) 16 expected to be funded from revenues generated from (user fees) {bonds) {grants) (etc) and 17 dedicated by ((Resolution)) of((OTTINER's Administrative Board)) to the work under this 18 INVITATION TO BIDDERS. 19 20 INQUIRIES 21 All inquiries relative to this procurement should be addressed to the following: 22 Attn: Tonda Rice, City of Fort Worth 23 Email: Tonda.rice@fortworthtexas.gov 24 Phone: (817)392-5759 25 AND/OR 26 Attn: Ryan Hill, Shield Engineering Group, PLLC. 27 Email: ryan.hill@segpllc.com 28 Phone: 817-810-0696 29 30 ADVERTISEMENT DATES 31 April 7'r', 2016 32 April 14", 2016 33 34 END OF SECTION CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 ADDENDUM #1 Park Renovations at JT Hinkle Park Coventry Hills 5/4/16 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. CONSTRUCTION DRAWINGS REFER TO SHEET 28 • Replaced equipment schedule. Refer to attached. PROJECT MANUAL REFER TO 00 42 43 Page 1 • See detailed changes to Proposal Form below. 00 42 43 PROPOSAL FORM REFER TO PAGE 1 - UNIT 1: JT Hinkle Park • Added Item No. 30 9999.000X Concrete Mowstrip at Landscape Planting Beds — quantity added for mowstrip around planting beds (655 LF). Refer to attached. END OF ADDENDUM #1 Bid Opening Date: Thursday, May 5, 2016 Acknowledge the receipt of this Addendum on your Proposal. By: on Rice, LI, CPSI, Project Manager Release Date: May 4, 2016 Shield Engineering Group,PLLC Z,fai rwi ,A ou O �c6ro_5ro 513 EXISTING PLAYGROUND MOW A RIP W1 SAFETY SURFACING WYN Lu CL >W Z o (L C.RV PLAYGROUND LAYOUT 00 11 13-1 INVITATION TO BIDDERS Page I of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of Park Improvements at JT Hinkle Park and Coventry Hills Park 5 will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 1000 Throckmorton Street 10 Fort Worth,Texas 76102 11 until 1:30 P.M. CST,Thursday,May 5, 2016,and bids will be opened publicly and read aloud at 12 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the(approximate)following: 16 17 JT Hinkle Park: Construct 840 LF 6' wide concrete trail, 10 LF 4'-8"culvert crossing with curb, 18 120 LF 48"RCP with Sloping Headwall, 40 LF 1"water service,27'x27' Pavilion with 24'x24' 19 shade,4 planting areas, 2 sidewalk benches;and 1 playground. 20 21 Coventry Hills Park: Construct 40 LF of culvert crossing,4,885 LF 8' wide concrete trail and 130 22 LF 6' wide concrete trail. 23 24 25 PREQUALIFICATION 26 The improvements included in this project must be performed by a contractor who is pre- 27 qualified by the City at the time of bid opening.The procedures for qualification and pre- 28 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 29 30 DOCUMENT EXAMINATION AND PROCUREMENTS 31 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 32 of Fort Worth's Purchasing Division website at http://www.fortwoi-th og v^org/purchasin;/and 33 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 34 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 35 suppliers. 36 37 Copies of the Bidding and Contract Documents may be purchased from: 38 Shield Engineering Group 39 1600 West 70'Street, Suite 200 40 Fort Worth,TX, 76102 41 42 43 The cost of Bidding and Contract Documents is: 44 Set of Bidding and Contract Documents with full size drawings: $100 45 Set of Bidding and Contract Documents with half size(if available) drawings: $60 46 47 48 PREBID CONFERENCE CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised tidy 1,2011 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 1 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 2 BIDDERS at the following location, date, and time: 3 DATE: April 20,2016 4 TIME: 2:OOPM 5 PLACE: 4200 South Freeway, 6 Suite 2200 Conf. Rm.#1 7 Fort Worth, Texas 76115 8 LOCATION: La Grand Plaza, second floor conference room#1 9 10 11 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 12 City reserves the right to waive irregularities and to accept or reject bids. 13 14 FUNDING 15 Any Contracts awarded under this INVITATION TO BIDDERS are expected to be funded from 16 revenues generated from Park Dedication Fees for Coventry Hills and 2004 CIP, Park 17 Dedication Fees, and TPYIT Storer TI'ater and Gas Bonus Fees for J.T. Hinkle and dedicated by 18 ((Resolution)) of((ORWER's Administrative Board))to the work under this INVITATION TO 19 BIDDERS. 20 21 INQUIRIES 22 All inquiries relative to this procurement should be addressed to the following: 23 Attn: Tonda Rice, City of Fort Worth 24 Email: Tonda.rice@fortworthtexas.gov fortworthtexas.gov 25 Phone: (817)392-5759 26 AND/OR 27 Attn: Ryan Hill, Shield Engineering Group,PLLC. 28 Email: ryan.hill@segpllc.com 29 Phone: 817-810-0696 30 31 ADVERTISEMENT DATES 32 April 7r' 2016 33 April 14"', 2016 34 35 END OF SECTION CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised July 1,2011 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 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 https•//projectpoint buzzsaw.com/fortworthgov/Resources/02%20- 42 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPavinl? 43 %20Contractor%2OPrequalification%2OProg,ram/PREQUALIFICATION%20REQ 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised November 27,2012 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 httpss•//proiectpoint buzzsaw com/fortworthp�ov/Resources/02%20- 2 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPavin 3 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REQ 4 UIREMENTS%20FOR%2OPAVING%2000NTRACTORS.PDF?public 5 6 3.1.3. Water and Sanitary Sewer—Requirements document located at; 7 littps:Hprojectpoint buzzsaw.com/fortworthgov/Resources/02%20- 8 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%20and%2 9 OSanitary%2OSewer%2OContractor%20Prequalification%2OProgram/WSS%20pre 10 dual%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 3,.5- 37 38 39 40 41 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 42 43 4.1.Before submitting a Bid, each Bidder shall: 44 45 4.1.1. Examine and carefully study the Contract Documents and other related data 46 identified in the Bidding Documents(including"technical data" referred to in 47 Paragraph 4.2. below).No information given by City or any representative of the 48 City other than that contained in the Contract Documents and officially 49 promulgated addenda thereto, shall be binding upon the City. 50 CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041 &CO 1791 Revised November 27,2012 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 2 site conditions that may affect cost, progress,performance or furnishing of the 3 Work. 4 5 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 6 progress,performance or furnishing of the Work. 7 8 4.1:4 J, in aeear-danee with Title V! ef the Civil fthts 10 Ae!of 1964,9 of+252, 42 U.S.C. 20004+ 2000,1 n a Title 49 rode „f 11 Feder-a! Regulations,D rt t of Tv. npe44 ati Subtitle n Of ee of the 12 Seeretafy,Pai4 2i,NondisefiFnifiation in Feder-all), assisted pFogfaffls of thee 13 14 bidders that it will J instife that in „J, 15 this advei4isefnent,tninefit�l business enterprises will be a r-de full , eft,,.,;+y to 16 s4mit bids in response to this in-vitation and will not be disefiminated agaifist E) 17 18 19 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 20 contiguous to the Site and all drawings of physical conditions relating to existing 21 surface or subsurface structures at the Site (except Underground Facilities)that 22 have been identified in the Contract Documents as containing reliable "technical 23 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 24 at the Site that have been identified in the Contract Documents as containing 25 reliable "technical data." 26 27 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 28 the information which the City will furnish. All additional information and data 29 which the City will supply after promulgation of the formal Contract Documents 30 shall be issued in the form of written addenda and shall become part of the Contract 31 Documents just as though such addenda were actually written into the original 32 Contract Documents.No information given by the City other than that contained in 33 the Contract Documents and officially promulgated addenda thereto, shall be 34 binding upon the City. 35 36 4.1.7. Perform independent research, investigations,tests, borings,and such other means 37 as may be necessary to gain a complete knowledge of the conditions which will be 38 encountered during the construction of the project. On request, City may provide 39 each Bidder access to the site to conduct such examinations,investigations, 40 explorations,tests and studies as each Bidder deems necessary for submission of a 41 Bid. Bidder must fill all holes and clean up and restore the site to its former 42 conditions upon completion of such explorations,investigations,tests and studies. 43 CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised November 27,2012 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 2 cost of doing the Work,time required for its completion, and obtain all information 3 required to make a proposal. Bidders shall rely exclusively and solely upon their 4 own estimates, investigation, research,tests, explorations, and other data which are 5 necessary for frill and complete information upon which the proposal is to be based. 6 It is understood that the submission of a proposal is prima-facie evidence that the 7 Bidder has made the investigation, examinations and tests herein required. Claims 8 for additional compensation due to variations between conditions actually 9 encountered in construction and as indicated in the Contract Documents will not be 10 allowed. 11 12 4.1.9. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 13 between the Contract Documents and such other related documents. The Contractor 14 shall not take advantage of any gross error or omission in the Contract Documents, 15 and the City shall be permitted to make such corrections or interpretations as may 16 be deemed necessary for fulfillment of the intent of the Contract Documents. 17 18 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 19 20 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 21 the site which have been utilized by City in preparation of the Contract Documents. 22 The logs of Soil Borings, if any, on the plans are for general information only. 23 Neither the City nor the Engineer guarantee that the data shown is representative of 24 conditions which actually exist. 25 26 4.2.2. those drawings of physical conditions in or relating to existing surface and 27 subsurface structures(except Underground Facilities)which are at or contiguous to 28 the site that have been utilized by City in preparation of the Contract Documents. 29 30 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 31 on request. Those reports and drawings may not be part of the Contract 32 Documents,but the "technical data" contained therein upon which Bidder is entitled 33 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 34 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 35 responsible for any interpretation or conclusion drawn from any "technical data" or 36 any other data, interpretations, opinions or information. 37 38 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 39 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 40 exception the Bid is premised upon performing and furnishing the Work required by the 41 Contract Documents and applying the specific means,methods,techniques, sequences or 42 procedures of construction(if any)that may be shown or indicated or expressly required 43 by the Contract Documents,(iii)that Bidder has given City written notice of all 44 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 45 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 46 etc., have not been resolved through the interpretations by City as described in 47 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 48 and convey understanding of all terms and conditions for performing and furnishing the 49 Work. 50 CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&C01791 Revised November 27,2012 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,Polychlorinated 2 biphenyls (PCBs), Petroleum,Hazardous Waste or Radioactive Material covered by 3 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 4 Documents. 5 6 5. Availability of Lands for Work,Etc. 7 8 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for 9 access thereto and other lands designated for use by Contractor in performing the Work 10 are identified in the Contract Documents. All additional lands and access thereto 11 required for temporary construction facilities, construction equipment or storage of 12 materials and equipment to be incorporated in the Work are to be obtained and paid for 13 by Contractor. Easements for permanent structures or permanent changes in existing 14 facilities are to be obtained and paid for by City unless otherwise provided in the 15 Contract Documents. 16 17 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 18 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 19 of-way,easements, and/or permits are not obtained,the City reserves the right to cancel 20 the award of contract at any time before the Bidder begins any construction work on the 21 project. 22 23 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 24 way,easements, and/or permits, and shall submit a schedule to the City of how 25 construction will proceed in the other areas of the project that do not require permits 26 and/or easements. 27 28 6. Interpretations and Addenda 29 30 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 31 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 32 received after this day may not be responded to. Interpretations or clarifications 33 considered necessary by City in response to such questions will be issued by Addenda 34 delivered to all parties recorded by City as having received the Bidding Documents. 35 Only questions answered by formal written Addenda will be binding. Oral and other 36 interpretations or clarifications will be without legal effect. 37 38 Address questions to: 39 40 City of Fort Worth 41 1000 Throckmorton Street 42 Fort Worth,TX 76102 43 Attn: Tonda Rice, Parks and Community Service 44 Fax: (817)392-5724 45 Email: Tonda.rice@fortworthtexas.gov fortworthtexas.gov 46 Phone: (817)392-5759 47 48 49 CITY OF FORT WORTH 7T Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised November 27,2012 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 2 City. 3 4 6.3.Addenda or clarifications may be posted via Buzzsaw at 5 http://www.fortworthtexas.gov/purchasing/. 6 7 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 8 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 9 Project. Bidders are encouraged to attend and participate in the conference. City will 10 transmit to all prospective Bidders of record such Addenda as City considers necessary 11 in response to questions arising at the conference. Oral statements may not be relied 12 upon and will not be binding or legally effective. 13 14 7. Bid Security 15 16 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 17 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 18 the requirements of Paragraphs 5.01 of the General Conditions. 19 20 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 21 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 22 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 23 default, rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 24 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 25 other Bidders whom City believes to have a reasonable chance of receiving the award 26 will be retained by City until final contract execution. 27 28 8. Contract Times 29 The number of days within which, or the dates by which, Milestones are to be achieved in 30 accordance with the General Requirements and the Work is to be completed and ready for 31 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 32 attached Bid Form. 33 34 9. Liquidated Damages 35 Provisions for liquidated damages are set forth in the Agreement. 36 37 10. Substitute and "Or-Equal" Items 38 The Contract, if awarded,will be on the basis of materials and equipment described in the 39 Bidding Documents without consideration of possible substitute or"or-equal" items. 40 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 41 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 42 City, application for such acceptance will not be considered by City until after the Effective 43 Date of the Agreement. The procedure for submission of any such application by Contractor 44 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 45 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 46 47 11. Subcontractors, Suppliers and Others 48 CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised November 27,2012 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 2 12-2011 (as amended),the City has goals for the participation of minority business 3 and/or small business enterprises in City contracts. A copy of the Ordinance can be 4 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 5 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 6 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 7 Venture Form as appropriate. The Forms including documentation must be received 8 by the City no later than 5:00 P.M. CST, five(5) City business days after the bid 9 opening date.The Bidder shall obtain a receipt from the City as evidence the 10 documentation was received. Failure to comply shall render the bid as non- 11 responsive. 12 13 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 14 or organization against whom Contractor has reasonable objection. 15 16 12. Bid Form 17 18 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 19 obtained from the City. 20 21 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 22 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 23 the Bid Form. A Bid price shall be indicated for each Bid item,alternative, and unit 24 price item listed therein. In the case of optional alternatives,the words "No Bid," 25 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, 26 written in ink in both words and numerals,for which the Bidder proposes to do the 27 work contemplated or furnish materials required.All prices shall be written legibly. 28 In case of discrepancy between price in written words and the price in written 29 numerals,the price in written words shall govern. 30 31 12.3. Bids by corporations shall be executed in the corporate name by the president or a 32 vice-president or other corporate officer accompanied by evidence of authority to 33 sign. The corporate seal shall be affixed. The corporate address and state of 34 incorporation shall be shown below the signature. 35 36 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 37 partner,whose title must appear under the signature accompanied by evidence of 38 authority to sign. The official address of the partnership shall be shown below the 39 signature. 40 41 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 42 member and accompanied by evidence of authority to sign. The state of formation of 43 the firm and the official address of the firm shall be shown. 44 45 12.6. Bids by individuals shall show the Bidder's name and official address. 46 47 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 48 indicated on the Bid Form. The official address of the joint venture shall be shown. 49 50 12.8. All names shall be typed or printed in ink below the signature. 51 CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised November 27,2012 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 2 which shall be filled in on the Bid Form. 3 4 12.10. Postal and e-mail addresses and telephone number for communications regarding the 5 Bid shall be shown. 6 7 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 8 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 9 to State Law Non Resident Bidder. 10 11 13. Submission of Bids 12 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 13 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 14 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 15 marked with the City Project Number, Project title,the name and address of Bidder, and 16 accompanied by the Bid security and other required documents. If the Bid is sent through the 17 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 18 with the notation "BID ENCLOSED" on the face of it. 19 20 14. Modification and Withdrawal of Bids 21 22 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 23 withdrawn prior to the time set for bid opening. A request for withdrawal must be 24 made in writing by an appropriate document duly executed in the manner that a Bid 25 must be executed and delivered to the place where Bids are to be submitted at any 26 time prior to the opening of Bids. After all Bids not requested for withdrawal are 27 opened and publicly read aloud,the Bids for which a withdrawal request has been 28 properly filed may, at the option of the City,be returned unopened. 29 30 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 31 time set for the closing of Bid receipt. 32 33 15. Opening of Bids 34 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 35 abstract of the amounts of the base Bids and major alternates(if any)will be made available 36 to Bidders after the opening of Bids. 37 38 16. Bids to Remain Subject to Acceptance 39 All Bids will remain subject to acceptance for the time period specified for Notice of Award 40 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 41 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 42 43 17. Evaluation of Bids and Award of Contract 44 CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised November 27,2012 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 2 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 3 and to reject the Bid of any Bidder if City believes that it would not be in the best 4 interest of the Project to make an award to that Bidder,whether because the Bid is 5 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 6 meet any other pertinent standard or criteria established by City. City also reserves 7 the right to waive informalities not involving price,contract time or changes in the 8 Work with the Successful Bidder. Discrepancies between the multiplication of units 9 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 10 between the indicated sum of any column of figures and the correct sum thereof will 11 be resolved in favor of the correct sum. Discrepancies between words and figures 12 will be resolved in favor of the words. 13 14 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 15 among the Bidders,Bidder is an interested party to any litigation against City, 16 City or Bidder may have a claim against the other or be engaged in litigation, 17 Bidder is in arrears on any existing contract or has defaulted on a previous 18 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 19 Bidder has uncompleted work which in the judgment of the City will prevent or 20 hinder the prompt completion of additional work if awarded. 21 22 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 23 other persons and organizations proposed for those portions of the Work as to which 24 the identity of Subcontractors, Suppliers, and other persons and organizations must 25 be submitted as provided in the Contract Documents or upon the request of the City. 26 City also may consider the operating costs,maintenance requirements,performance 27 data and guarantees of major items of materials and equipment proposed for 28 incorporation in the Work when such data is required to be submitted prior to the 29 Notice of Award. 30 31 17.3. City may conduct such investigations as City deems necessary to assist in the 32 evaluation of any Bid and to establish the responsibility, qualifications,and financial 33 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 34 organizations to perform and furnish the Work in accordance with the Contract 35 Documents to City's satisfaction within the prescribed time. 36 37 17.4. Contractor shall perform with his own organization, work of a value not less than 38 35%of the value embraced on the Contract, unless otherwise approved by the City. 39 40 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 41 responsive Bidder whose evaluation by City indicates that the award will be in the 42 best interests of the City. 43 44 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 45 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 46 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 47 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 48 comparable contract in the state in which the nonresident's principal place of 49 business is located. 50 CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised November 27,2012 0021 13- 10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 2 to be awarded,City will award the Contract within 90 days after the day of the Bid 3 opening unless extended in writing. No other act of City or others will constitute 4 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 5 the City. 6 7 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 8 9 18. Signing of Agreement 10 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 11 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 12 Contractor shall sign and deliver the required number of counterparts of the Agreement to 13 City with the required Bonds, Certificates of Insurance, and all other required documentation. 14 City shall thereafter deliver one fully signed counterpart to Contractor. 15 16 17 18 END OF SECTION CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&C01791 Revised November 27,2012 00 3513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 3513 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror,or respondent(hereinafter also referred to as"you")to a City of Fort Worth 5 (also referred to as"City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law.This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work.The referenced forms may be downloaded from the website links provided below. 10 11 I'ttP://wwxv,etllics,state.tx.us/foi-ms/CIQ.i)df 12 13 http://www.ethics,state'.tx.us/foi-iiis/CIS.pdf 14 15 F�71 CIQ Form is on file with City Secretary 16 17 0 CIQ Form is being provided to the City Secretary 18 19 0 CIS Form is on File with City Secretary 20 21 Q CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 y2827 r 1 By- 28 Company j (Please Print) 29 30 PQ � CQ� Signatur y 31 Address 32 33 ` 34 City/State/Zip —G (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS JT Hinkle&Coventry Hills Park Improvements Revised March 27,2012 C00041&C01791 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The City Manager C/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: CITY OF FORT WORTH PARK AND RECREATION DEPARTMENT PARK RENNOVATIONS PARK IMPROVEMENTS AT JT HINKLE&COVENTRY HILLS City Project No.: 00041 &C01791 Unit/Parks: Unit 1/JT HINKLE PARK Unit 2/COVENTRY HILLS PARK 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 0000 43 1300 42 43_00 43 37_00 46 12_00 35 13—Bid Proposal Workbook.xls 00 41 00 BID FORM Page 2 of 3 d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 180 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 410000 43 13_00 42 4300 43 3700 45 1200 35 13—Bid Proposal Workbook.xls 0041 00 BID FORM Page 3 of 3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Base Bid $0.005► Alternate Bid $0.00 goes Ct-7$ + �7 Additive Alternate Bid $0.00 Total Bid $0.00 �� 7. Bid Submittal This Bid is submitted onm eth D�yr Yfoy j- by the entity named below. Respectfull submitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: 5-11-iI& (Signature) Addendum No.2: 4Addendum No. 3: re Addendum No. 4: (Printed Name) Title: lith >�t e�j Y110-Y0Ar--pJ1 < Company: Company Name Here Corporate Seal: Address: Address Here po Address Here or Space " c�teTX City, State Zip Code Here State of Incorporation: State Here---VX Email: Your Email Address Here ootl ler,_ -ri ah e;-'W- Phone: 5W-Phone: Your Phone Number Here END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook.xls 00 42 43 BIDPROPOSAL Page I of 4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. I Section No. Measure Quantity PHASEUNIT 1: JT HINKLE 1 3110.0101 Site Clearing 31 1000 AC 1.46 2 3123.0101 Unclassified Excavation by Plan 3123 16 CY 2850 3 3123.0103 Borrow Import 312323 CY 2850 )3 E�" 37v c1 4 0241.1300 Spot Remove Cone Curb&Gutter 02 41 15 LF 15 ](> kr 5 0380.0001 Sawcut&Connect to Existing Concrete 03 80 00 LF 12 6 3201.0151 Asphalt Pavment Repair,water Service 3201 17 LF 32 26 C11 Q 7 3216.01016"Cone Curb 32 16 13 LF 3 8 3213.050X Barrier Free Ramp,Type X-# 32 13 20 EA 2 I �®� Z�w - 9 3213.0302 5"Conc Sidewalk(6'wide) 32 13 20 SF 5027 Aja Z Z&3ql 10 9999.000X Seeding,Wildflower mix 32 92 13 SF 11958 o Z� 251j , M 11 3292.0400 Seeding,Hydromulch 32 92 13 SF 18169 S00 32 12 9999.000X Mulch in plantingAreas 3392 13 SF 4885 �E 13 9999.000X Pyramat Turf Reinforcement Matting 312500 SY 131 4,3,,7,5- 1;-7-3) , Z S 14 9999.000X Grass Sod&Staples 32 92 13 SY 131 Z�` 7-5- 15 s15 9999.000X Remove&Relocate of Existing Boulders 0241 13 EA 9 /per fi-- C)qC-3 EK 16 9999.000X Bollards 32 00 00 EA 2 17 )-460 C 17 9999.000XBenches 116813 EA 2 feq "gj; 18 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 1 7Z V -07tX-) 19 3312.2003 1"Water Service 33 12 10 EA 1 20 9999.000X Quick Coupling Valve 341210 EA 1 21 3312.28011"Water Meter 33 1210 EA 1 22 3341.0409 48"RCP,Class 111 3341 10 LF 120 23 9999.000X 48"Sloping Headwall 33 49 40 EA 1 °a5`" 24 0241.4401 Remove Exist 48"Headwall 0241 14 EA 1 25 9999.000X Conect to Exist 48"RCP 33 49 40 EA 1 26 9999.000X Culvert Crossing 34 49 40 LF 5 � � 7 27 3305.0109 Trench Safety 33 05 10 LF 160 28 3471.0001 Traffic Control 3471 13 MO 1 �� ( 29 3125.0101 SWPPP >1 acre 312500 LS 1 30 9999.000X Concrete Mowstrip at Landscape Planting Beds 32 13 13,3213 2 LF 655 PHASE 1 Base Bid Total v y Alternate 1 i 1 13341.0908 48"HDPE Pipe 1334111 ILF 120 2y Alternative 1 Total ;2-&g Lf_) MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Rerised20120120 0041 00_004313_004243_004337 004512 003513 Bid Proposal Workbookxls 00 42 43 BID PROPOSAL Page 2 of4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value ' UNIT 1: JT HINKLE PHASE 2 1 3123.0101 Unclassified Excavation by Plan 3123 16 CY 145 2 3125.0101 SWPPP >I acre 31 25 00 LS 1 6y OC 3 3213.0302 S'Cone Sidewalk 32 13 20 SF 375 4 0380.0001 Sawcut&Connect to Existing Concrete 03 80 00 LF 33 5 3292.0400 Seeding,Hydromulch 32 92 13 SF 821 p 6 9999.000X Trash Receptacles 11 68 13 EA 1 &S. 7 9999.000X Playground 03 30 00 EA 8 9999.000X Furnish and Install Shade Pavilion 116813 EA 9 9999.000X Pavilion Slab and Footing 03 30 00 SF 729 10 9999.000X 6'Picnic Tables 1168 13 EA 3 4D 9., 11 9999,OOOX Benches 11168 13 1EA 2 PHASE 2 Base Bid Total ' Phase 1 Base Bid+Phase 2 Total 4�r- CITY OF FORT WORTH STANDARD CONSTRUCTIONSPECIRCATIONDOCUMN1'S Foran Revised 20120120 004100_004313 004243_004337 004512_003513_Bid Proposal WorlbookAs 00 42 43 BID PROPOSAL Page 3 of 4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid Description Unit PriceBid Value No_ Section No. Measure I Quantity COVENTRYUNIT 3: 1 3110.0101 Site Clearing=sum of all sidewalk 31 1000 AC 1 ,Q 7C11` 7CO 2 3123.0101 Unclassified Excavation by Plan 3123 16 CY 381.4 1 Z` L},Ij-�7L4�a 3 3125.0101 S WPPP >1 acre 31 25 00 LS 1 3,240- 3240`e 4 3213.0302 5"Cone Sidewalk 32 1320 SF 10297 ,Z5r j(j�t 'Z 5 0380.0001 Sawcut&Connect to Existing Concrete 03 8000 LF 25 6 9999.000X Culvert Crossing 34 49 40 LF 16 `2 �H 7 3292.0400 Seeding, } 7�Hydromulch 32 92 13 SF 9707 8 9999.000X Pyramat Turf Reinforcement Matting 312500 SY 29 9 9999.000X Grass Sod&Staples 13292 13 SY 29 Base Bid Total Alternate 1-Trail A 1 3123.0101 Unclassified Excavation by Plan 3123 16 CY 70.2 Ell 4Z. 2 3213.0302 5"Conc Sidewalk 32 1320 SF 1895 ,'Zy �1'f4 Yy 3 0380.0001 Sawcut&Connect to ExistingConcrete 03 80 00 LF 27 z' 4 3292.0400 Seeding,Hydromulch 3292 13 SF 1895 Altemative 1 Total Alternate 2-Trail A&Trail D 1 3123.0101 Unclassified Excavation by Plan 3123 16 CY 724.8 2 3213.0302 5"Conc Sidewalk 32 1320 SF 19569 S,LS- 3 0380.0001 Sawcut&Connect to Existing Concrete 03 80 00 LF 27 4 9999.000X Culvert Crossing 34 49 40 LF 40 5 3292.0400 Seeding,Hydromulch 32 92 13 SF 18416 y ZC, 6 9999.000X Pyramat Turf Reinforcement Matting 31 25 00 SY 38 ( ,7i Zj,,).Z, 7 0241.1300 Spot Remove Conc Curb&Gutter 0241 15 LF 9 [iQ rS, 8 3213.05OX Barrier Free Ramp,Type X-# 1321320 EA 1 Z�L' •— Alternative 2 Total Alternate 3-Trail B 1 13123.0101 Unclassified Excavation by Plan 3123 16 CY 369.2 2 3213.0302 5"Conc Sidewalk 32 13 20 SF 9967 ZS t1 70 3 0380.0001 Sawcut&Connect to Existing Concrete 03 80 00 LF 8 J(o`�= ZZv 4 3292.0400 Seeding,Hydromulch 3292 13 SF 9967 Z V# Alternative 3 Total Base Bid+Altemative 1 Total L/&„ Base Bid+Alternative 2 Total k Base Bid+Altemative 3 Tota!,511L,0 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 004100004313 004243 0043 37_00 45 12_00 35 13 Bid Pmposal Workbook.xls GO 42 43 BIDPROPOSAL Pagge 4 of 4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity Bid Summary Base Bid UNIT 1:JT Hinkle Phase 1 �/0 70 UNIT 1:JT Hinkle Phase 2 UNIT 2:Coventry ! 7 . 71 Total Base Bid � Alternate Bid UNIT 1:JT Hinkle Phase 1 Alternate 1 Total Alternate Bid Additive Alternate Bid UNIT 2:Coventry Alternate 1 Alternate 2 Alternate 3 ZbbC)"7 , Total Additive Alternate Bid r-11 Total Bid C , (p) END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUAfF MS Form Revised 20120120 00 410000 43 13_00 42 43_00 43 37 00 45 12_00 35 13 Bid Proposal Workbookxls Rid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Raydon, Inc., as Principal, hereinafter called the Principal. and the Washington Intei-national Insurance Company, a Corporation created and existing under the laws of the State of New flanipshil-e, whose principal office is in SchaunibuEg. IL. as Surely, hereinafter called the Surety, are held and firmly bound Unto the City of Ft. Wot-tli, Texas. its Obligee, hereinafter called the Obligee, in the sum of Five Pei-cent (s%') or the Greatest Amotint Bid ($-- i<<__--------), for the payment of which suns, well and truly to be made.. (lie, said Principal and the said Surety, bill(] ourselves. our heirs, executors, administrators. successors and assigns,jointly and severally, firmly by these presents. Whereas, the Principal has submitted it bid for ParkImm-overnents at J.T. Hinkle mid Coventry Hills Park City Pi-oiect No. 000041 & C01791 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Oblige in accordance with the terms of such bid, and give such bond or bonds -.Is may he specified in the hidding,or Contract documents with good and sufficient surety for the faithful lie rfornia lice of such contract zinc] for the prompt payment of labor and material furnished in the prosecution thereof, or in [lie 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 aniount. specified in said bid and such larger ainount for which the Obligee may in good faith contract with another PaFIN to perform the work covered by said bid, then this obligation shall he IILIII in(] void, otherwise, to remain in full force and effect. Signed and sealed this Sth day of]Flay, 2016. Attest: Raydon, Inc. (Principal) ff BN By (S FA L) Witness: Washington International Insurance Company By ;Kevin Dunw. Attorney-in-Fact (SEAL) Vorm S-3266-4 Printed in U.S.A12-70 NAS 4IfI2I'TY GROUP NCIRTi i AN"IERIC";AN SITEC:'IALTY INSURANC'k COMPANY \VASiII?*NLiTON iNFI RNATIO AI,. INSURANCE CO'vIPANY GENERAI,POWER OF:4`CI'C1RNEY KNOW ALI, 1IFN BY T it SE 1921 SGN'I'S, 111 V'I''vt rt i,=+m ricsm Sptneialty Insnt;mce C'ompam.it corporation duke organizes)and existing tinder lat%s of the State ol',Nm I lainshire.and htlxnit!its principsd office in the city of'%tmrchcstcr.Net%I tampslure.and Wlashiugtt3n imeruittionaI Insurance Company.a cbrporntion organized in)d exiting under the Ian's ol'Ilfe S-it c of Nkw I fill upsIIire.and haying its prinefpaI office in the City al' SChatunburp.Illinois,each does hereby make,coustittae and aplioirw W,iAWRFMT Ii1 OWN.TRACY`I !C'KIsIi, KFVlilil.i.IAINN ami SI"I`VFNTUC KFR JC)tTxi"iT_Y OR SFIVFRAI I.Y Its(lite;full Iatt'I'ui.11fornc}( j-its-Pact.to milke,cxccule,senl:full deliver,f6r arld nn its bchalfand a,its stet and decd,bands or Other tvritinvS obligatory fn file nature of I blind on helialfofeach of said i_"ontptniec,it<,urea}.on ccfnlract;elf iretyship iv;ar,or may be required or per;niltc:d It-, lave,rcgolntimf,couiract or odter<visc,prov'idcd that no bland or undertaking Of contract or stimy'ship executed under this authority shall exeead file amount of: FIM'M11.1 ION(S 0i()(I,t)fI040)I)t)i LARS I'hfs Power ol`Atforney fs pranted and is signed by facsimile under and by the;luthuriiv fit life fltHovvine Resolutions adopted by ilii Roarik tit' I tirector,ol'both Norih American SpccialtyInsurance Compam and Wilshfngton Intemiltioltnl Insurance Coo pam ill mcclhlgs duly called and helot on file 9'11 ofMio,2012: "RESC)LVE1),that am,two(If the Illv,idc:ut.,,any %lamiging Director.any Senior Vice i'residetu,am Vice Prv.,iricuf.ant As,istnui Vice 11resident, lits Sc:cretan�or;Ili) As istaui Seeman be.and each or any ofthem hcrchy is authorized to execute it Pocv,cr of`Attorney qualifying the auarncy named Ili the,civen Po*,; cr of Altorues ice exectdc fill b'dialfof file Company bond;,tit tdc;rtilk,hills and all Coluracts of surety'.and th,ll each fur any elf them herehy is authorized to attest to the cxecufioo of any such l+omvcr of t1.11orucy'and to aftaeh therein the seal of the C.°onlpauyand it f, 1:1 TTI II:R RLL ILVI-I).Illat the sipnautre of Stich officers and Ilse seal offhe Company may he aliXcd In 11M.suck power of Anorncc'or Itt any evuliltcfuc te.latim!111c to by facsimilc,and any ouch power ofAnornet'ear cerriftcate bearing such facsimile signallive"for ffcsimile seat shill)be Minding upon life C omp+ally v%lien so affixed and in file iinture will regard to¢my hued,oath akinp or contract ofsurcly to kthich it is auachcd... 5 cr!$ii Gr t++t4ttA(� ry Iiv 6z" �tG� t Sr111 _ ' 5+a t Su lr s}r+iar%sr ( slrril (14 a+fila ire In rr,aff Hnnr nst i`ampant C ' x itf77 $�ft1 Scisins t ne f rr+idcnf nr\nrsfs S rrkxn lf+r..ialipfnwur�nrr f nnslran; +� ,� ,yryAMFs� 'd` 1 IIIIIN\etdN �".-'V"1" 5 ''^, 1� s �Grr�''• ��+d. li-lid.SI.i'.+wnp,Vit.P—tdrul ai lt'aildn;u�o Ourr+spnxunUr+nrnswz t'ennpnet a%' ,a't. k Circ Prr+I111n1 ur Yn+yfs All-irndSpto.II}Inmrnnrr 1'nmpnny IN WI I NI'';S\tilILRLAfl',North American Specialty Insurance Compatly and waslminoll 117terltaniS173I ilr:strance Coulpanl"have cnlr4ed(heir official seals it-,he hereunto noised.-furl thc::c present5 nt Ix sk-mcd Iry Ihcir authoriacd officcf,this2ollt dal-of .lune )p 12 North American Specialty Insurance Company' Washington International insurance C'ornlmnt titiifc cll,lililmis t°ountyofCook SS: (`)If Ibis 26111 day-of Julie 7(f 12.beliir<file,a Notary Public persmmilly appeared_4tebven 11..rincicr.,on ,Senior Vice F`tesiticrkt fila Wa,zhingtou Intctuatitmill insmanct-Company and Senior'Vice Presiclelfl(If'Muff,American Sltccii,11Y InSifrance Collipirnyand 1)titid '%C Layillan. Vice i'resident of\i shinpion International Insurance Company and Vicc t resident(If Nurilt American Specially Insuritucc("onnpany, personally krum it to file,vc'hcl being by the duly sworn,ackllowlcdp.d that filer sigued III,--abotc�hmer of:wornc%�if,,officer,ofllnd aeknowleaged said instrument to tic lite vufuntafry act and deed oftiteir respeetive eampattics. F L"OFFICIA DLSE13Sublic.Swe(iflllinnls Donna I). Sklem,Nntnry Public mizsil)n Ecplms I(!n(w2n 15 1, lcffict t ioldtlero . Ili:duly steeled AsIslaul Secretary off NIorill Atvwricafli Specialty Insuriutce Comp civ and\V'ashintgttnl Il% ntcruntionai Insurance Compa .drrhavIly ccrtft+,thin file above;aid l6reroin2 is it true and correct coley of a Ilmvcr ofAltorIIvv f;ivcn If) said Norill American Specially losrmiuce C"oulp,tny and k\aiillintoli international Insurimcc Camri pa ,.trhfcb is still in full litres and effect, iN WITNESS NVI11,1:1 C,)F.I hit%e.sct my[land atsd affixed the"Cal,of the Companies Itis 5111 day of Nla}' '211 Iii tefr t i;Idty; V—P,wkw 4 ntIftl l,t,•nzi.�n rf U'x,i�ini4 n( ;nstios ill un�ud+ngxr+d". Ili Srciltn. ip•:saln'tn+s ru;f.`!11p�sm 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: Company Name Here By: Printed Name Here Address HeredXC - �� ~ Address Here or Space ��- Z�C ern Ir i%ce ). J (Signature) City, State Zip Code Here 1�yZ� Title: Title Here � T �Q ��. Date: " END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.)ds FORT WORTH. SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership General Partnership Name under which you wish to qualify 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" 0045 13-2 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) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR Does 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 JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised December 20,2012 004513-3 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 JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 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 PORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041 &CO 1791 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 JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised December 20,2012 0045 13-6 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 JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised December 20,2012 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCE SHEET 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 IT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&C01791 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 parry with any information,while this statement is in force,necessary to verify said statement. 7�'zi vrv�;�r dul sworn, deposes and says that he/she is the *- « �- of` c.�c ` 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 PHILIP M.GUTHRIE _* :+ My Notary ID#128609442 Expires May 9,2019 Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Inserl Project Number] Revised December 20,2012 RAYDON INC. PO Box 671 Breckenridge, Texas 254-559-5012 local 817-773-4601 References for parks completed with Brian Smith as Project Manager Parks at Texas Star The project included the construction of a baseball stadium, t ball fields, and youth soccer fields, concrete flatwork, brick work, steel structure, lighting, irrigation, landscaping, iron work, utilities, and decorative concrete. McCormick park The project included the construction of concrete trails, bridge, pavilion, underground utilities, and site furnishings. 1501 Pipeline Road, Euless, Texas Owner contact Ray McDonald, Director of Parks 817-685-1669 Euless splash park Construct and install a zero depth water play ground 600 S. Main Street, Euless, Texas Owner contact Ray McDonald, Director of Parks 817-685-1669 Harmon Park, Sylvania Ct. Fort Worth, Texas soccer fields Delga Park, 1001 Nixxon St. Fort Worth, Texas baseball field, concrete work, chain link fencing West Community Park, West Loop 820, Fort Worth, soccer fields, road, parking lot, chain link, irrigation, grassing, utilities Sandy Lane Park, Fort Worth baseball field, grassing, creek stabilization Hallmark Park, Fort Worth, soccer field improvements Owner contact Scott Penn, Senior Landscape architect, 817-871-5750 Wooldridge park phase 1 River Oaks, Texas Owner contact Marvin Gregory, City Manager, 817-626-5421 ext.324 Wooldridge Park phase 2 Design and build a BMX track in River Oaks, Texas Owner contact Marvin Gregory, City Manager, 817-626-5421 Ed Collett Park, West Vickory, Fort Worth, Texas. Owner; Fort Worth Parks and Community Services Contact; Scott Penn 817-999-0261 This job included a new parking lot, reworking of a baseball field, trails and exercise equipment, under ground utilities, and pavilion. Cost; $280,000.00 CP Hadley Park Ocean dr. Fort Worth, Texas Owner; Fort Worth Parks and Community Services Contact; Eric Seabock 817-480-4403 This project included over a mile of trails, grading, pavilion and park equipment, three bridges, retaining walls, and under ground utilities. Cost; $278,000.00 Rolling Hills Soccer complex Joe B. Rushing Rd. Fort Worth, Texas Owner; Fort Worth Parks and Community Services Contact; Joel MacElhany 817-392-5745 This project includes a 72000 sf parking lot, seven soccer fields, side walks, Equipment, irrigation, grassing, and a cricket pitch. Cost; under construction (approx. $800,000.00) Falcon Ridge Park Academy street, Fort Worth, Texas Owner; Fort Worth Parks and Community Services Contact; Carlos 817-999-0259 This project included Trails, excavation, playground equipment, and park benches Cost; $195,000.00 Golf Course Renovations at Meadowbrook Golf Course Fort Worth, Tx. Owner; Fort Worth Parks and Community Services Contact; Carlos 817-999-0259 This project included a dam, retaining wall, excavation, leveling, top soil, grassing. Quanah Park Fort Worth, Tx. Owner; Fort Worth Parks and Community Services Contact; Joel MacElhany 817-392-5745 This job included sidewalks, solar lighting, road work, and site furnishings Cost; Albany City Park Owner; City of Albany Contact; Billy 325-762-0297 This job included; sidewalks, playground renovation, 2 pavillions, baseball field, skate park, basketball court, parking lot, and site furnishings Burl Wilkes Park Owner; City of Arlington Contact; Jason Landrem , 817-713-5858 This project included; sidewalks, playground boarder and surfacing, pavillion, skate park, landscaping, park furnishings Marrow Bone Springs Park Owner; City of Arlington Contact; Jason Landrem 817-713-5858 This job included; grading, grassing, erroision control Z-Boaz Park in progress Owner; City of Fort Worth Contact; Scott Penn, 817-999-0261 This job includes; parking lot cubs and gutter, drainage, grassing, sidewalks and approach River Legacy Park in progress Owner; City of Arlington, Tx Contact; Eric Seebock, 817-308-9025 This job includes; excavation and embankment of approx. 20,000 cy, Side walks, drianage, erosion, gabion baskets Bimbo Baseball Field Owners Bimbo Bakery Contact; Tim Conn, 918-706-6697 This job included the rework of a baseball field Z-Boaz Dog Park Phase II in progress Owner; City of Fort Worth, Tx. Contact; Scott Penn, 817-999-0261 This job includes, grading, sidewalks, fencing, grassing, building a tank, landscaping, stone entry Ac®RIDO® CERTIFICATE F LIABILITY IN U AN DATE(MM/DDIYYYY) 1/14/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed, If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME CT Judy Branch Tucker Agency, Ltd. PHONE . (817)336-8520 FAx �. (817)336^6501 P O Box 2285 E-p LE .judy@tuckeragency.com INSURERS AFFORDING COVERAGE NAIC# Ft. Worth TX 76113 INSURERA:Te-as Mutual Ins Co INSURED INSURER B: Raydon, Inc. INSURER C: P O BOX 671 INSURER D: INSURER E; ,Breckenridge TX 76,524 INSURER F: COVERAGES CERTIFICATE NUMBER:15/16 WC Revised REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR POLICY NUMBER MMIDONY MMIDDIYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ GE TO RENTED COMMERCIAL GENERAL LIABILITY DA PREMISES Ea ocwrrence $CLAIMS-MADE 1-1 OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICY 0 PRO-JFC1LOC $ AUTOMOBILE LIABILITYCOMBINED SINGLE LIMIT Ea accident ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY Per accident $ AUTOS AUTOS ( ) HIRED AUTOS NON-OWNED PROPERTY DAMAGE AUTOS er acci ent $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTIONS $ A WORKERS COMPENSATION X WC STATU- OTH- AND EMPLOYERS'LIABILITY y/N ANY PROPRIETORlPARTNERIEXECUTIVEE.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? N� NIA _ (Mandatory in NH) SF-0001084915 /1/2015 /1/2016 E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under - DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT $ 1 000 000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Waiver of subrogation as required by written contract applies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Tracy Tucker/JUDY "i �" - ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. 1NS025 mmnnst m Tha ArnDn nama anti innn nra ranicfaraei marlte of arnion Client#: 133150,11 RAYDOINC ACORD... CERTIFICATE OF LIABILITY INSURANCE F-DATE(MMIDDIYYYY) 1 6/29/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the Certificate-holder Is an ADDITIONAL INSURED,the policy(ies)must be endorsed.I# IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: USI Southwest Dallas PHONE, 214 443 214 443-3100 FAX -3900 2711 N. Haskell Ave.,Suite 2000 IAIC:No Extj� '(11 No): E-MAIL Dallas,TX 75204 ADDRESS: 214 443.3100 ------- INSURER(S)AFFORDING COVERAGE NAIC# INSURER A,Zurich American Insurance Compa 16535 INSURED Raydon, Inc. INSURER F,American Guarantee & Liability 126247 I PO Box 671 NSURER C Breckenridge,TX 76424 INSURER D INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO I FIE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT To WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT 10 ALL THE TERMS. EXCLUSIONS ADD CONDITIONS OF SUCH POLICIES. LIMITS 511OWN MAY HAVE SEEN REDUCED BY PAID CLAIMS. INSR _ ADDLSUBR POLICY i POLICY LTR TYPE OF INSURANCE f —INSR VVVD------- POLICYNUMBER -tIyIfjIDDfYYyY)j(MMjo0"yY) LIMITS A X COMMERCIAL GENERAL LIABILITY CPOO19808600 07/0112016 07101/2017 EACH OCCURRENCE 31,000,000 DAP TO RILNIED CLAINIS-MADE X:I OCCUR XBI/PD Ded:25000 PREMISE, s300,000 � MEL)EXk1 I1111 $10,000 PE-7,RSOV%I,A A)V INJURY -,1,000,000 GEN'LAGGREGATFLIN1,11 APILIE I S PER FENEPM-AULGRLGATN s2 000,000 PRO- I POLICY JECT LOC PIRUDUGIS-COMPIOP AGG s2,000,000 01 HER A AUTOMOBILE LIABILITY :BAP019808900 07101/2016107/01/2017 I ' 8JNFD SINGLE IVI T ------- si,0001000 X ANY AUTO BODILY V,IJURYrPw Hers o,k,, S r. ALL OWNED SCHEDULED AUTOS AUTOS EDINLY INJURV fi'w accOsnt) Nor!-O"'NEv' T X HIRED AUTOS X AUTOS T B Xi UMBRELLA LIAB X C)CCUR AUCO23083300 1/01/2016 07/0112017 EF Ii oc,C10PRENCE S5,000,000 EXCESS LIAB CLAWS-MADE 999 AGG P E GA T E t-5,000,000 _-_D____ A WORKERS COMPENSATION AND EMPLOYERS'LIABILITY WC019808700 7101/2016107/01/201-t X I ANY PROPIT�IETORPARTtJER�'Eh,EC,'UTfVFI Y-I-N SI&TUTE I OFFICFRrMFMMEIR EXCLUDED? i N/A L L EADH ACCIDENT N :-1,000,000 (Mandatory In NH) EI bl,�;-�ASE-:-��AEMPLO)'F-E�,�1,000,000 If yes,(I&SMbs under DESCRIPTION OF OPERATIONS boloo L L.DISEASE-PIODICY Ul,lU S1,000,000 A I Leased/Rented CP0019808600 07/0112016107101/2017 $400,000 Lirnit Equipment $5,000 Deductible L DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD IUI,Additional Remarks Schedule,may be attached If more spact,is required) The General Liability and Auto Liability policies include an automatic Additional Insured endorsement that provide Additional Insured status to the Certificate Holder, only when there is a written contract or written agreement between the named insured and the Certificate Holder and with regard to work perfortned on behalf of the named insured.The General Liability,Auto Liability and Workers Compensation policies provide a Blanket Waiver of Subrogation in favor of the same, when required by written contract, The (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE 1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014101) 1 of 2 The ACORD name and logo are registered marks of ACORD #SI8154399/MI8147711 RDSZP CITY OF ARLINGTON PREOUALIFICATiON STATEMENT FOR PUBLIC IMPROVEMENTS (PAWING, DRAINAGE OR WATER & SANITARY SEINER) Contractor:Z2, cq-, - Date: Please state the type of project you want to do for the City of Arlington: ® Subdivision(paving, drainage or water & sanitary sewer for development projects) ® Capital Paving and/or Drainage ® Capital Water and Sanitary Sewer s� Project name,if applicable: INSTRUCTIONS All information on the PREQUALIFICATION STATEMENT FOR PUBLIC IMPROVEMENTS and the PREQUALIFICATION STATEMENT OF CONTRACTOR'S SURETY must be complete and the forms submitted together to: DEPARTMENT OF PUBLIC WORKS AND TRANSPORTATION,MS 0 i-0220 101 W.Abram Street Arlington, Texas 76010 Phone: 817-459-6550 Fax: 817-459-6585 Completed prequalification application will take approximately three weeks to process. If a project is';a joint venture, both contractors must complete separate prequalification forms. If you wish to bid on a City of Arlington capital improvement project (paving, drainage, or water and sanitary sewer), a completed prequalification statement must be submitted at least three weeks prior to bid opening. There is no guarantee that a contractor will be prequalified prior to bid opening. If you wish to construct public street, drainage or water and sanitary sewer improvements associated with a private development, a completed prequalification statement must be submitted at least three weeks prior'to submittal of Three-Party Contracts. Three-Party Contracts will not be approved until the contractor is prequalified. This Prequalification Statement consists of three (3) parts. The first part pertains to type of project and work type the contractor wishes to be prequalified for. The second part (Sections A through D) pertains to Contractor's status information. The third part is the Prequalification Statement of Contractor's Surety, in which the Surety company will need to complete. Additional information/documentation from the Contractor or Surety Company may be required during the application review process. The contractor is not automatically placed on the "Prequalified Bidders List" with submittal of forms. Written verification of prequalification will be forwarded to the contractor by the City. If the contractor has been prequalified by the City, the contractor will be allowed to perform that approved work type for any projects. The contractor will not be required to resubmit a new application with each project. However, if the contractor has been temporary prequalified, the contractor will be required to resubmit a new application prior to performing any future projects. Version 8t2013 CITY OF ARLINGTON PREQUALIFICATION STATEMENT FORPU LIC IMPROVEMENTS (PAVING, DRAINAGE OR WATER & SANITARY SEWER) Please indicate the type(s) of work you wish to be prequalified to perforin: (check all that apply) Or-Asphalt Paving - Includes the placing and compaction of hot mix asphaltic concrete and the application of prime or tack coats. ® Auxiliary Lanes—Concrete paving of deceleration, acceleration, left/right turn lanes, and concrete panels less than 100':LF. ® Bridge Work-A drainage structure of over twenty foot (20') span measured from face to face of abutments; the work shall include layout and control; driving piling, pouring piers, ;columns, caps, abutments, approaches, wing walls, parapet walls and slabs; steel erection; setting pre-cast or pre- stressed concrete members and installation of handrails. ® Channel Linina - Includes the excavation,forming, placing,finishing,and curing of concrete. O'Concrete Paving - Includes the setting of forms, placing, consolidating, finishing, and curing of concrete used for road surface. This item requires the contractor to have at least two years of experience using a slip form or form riding paver with power-driven spreaders, power-driven vibrators, power-driven transverse strike-off,and screed. ® Concrete Structures -Includes major structures such as box culverts, wing walls, and retaining walls 4' or higher. ff'-Demolition - Includes the destruction and disposition of structures. arthwork- Includes preparation of right-of-way, clearing, grubbing, excavation, embankment, and placing of top soil. $ 0encina -The installation of posts,bracing,fence fabric, rails,gates,etc. ,-J;r'Gabions-Includes installation of baskets. landscaping-Includes seeding,sodding, planting of trees and shrubs, and irrigation. j iscelloneous Concrete- Includes such items as inlets, junction boxes, headwalls, vaults, curb and gutter, driveways,valley gutters,and concrete panels less than 100 LF. Sidewalk—Includes setting of forms and placing of concrete for sidewalks and sidewalkretaining walls less than 4'. ® Storm Sewer-Includes the excavation, bedding, laying, jointing, and backfilling of reinforced concrete pipe,corrugated metal pipe,or cast in place storm pipe. ® Street Repair—Includes replacement of small areas of concrete and asphalt paving, such as, ditch line repairs and small areas along newly placed curb & gutter or pedestrian ramps. Subjado Pre ap ration - Includes lime treatment and Portland cement treatment. ® Manhole Rehabilitation - includes partial replacement of manholes, complete replacement of manholes, repairs and interior coating on manholes, and testing of manholes. O Water and Sanitary Sewer Lines and Appurtenances - Includes excavation, bedding, laying and joining, backfilling and testing. ® Water and Waste Water Plant Construction - Includes excavation, forming and concrete placement, piping and appurtenances,painting,pumps,electrical wiring,testing and clean up. ® Booster Stations and Putnam Stations (Structures) - Includes excavation, pump and motor installation, piping and appurtenances,electrical wiring,telemetry,testing and clean up. Version 8(2013 C3 Tank Erection-Includes excavation, foundation, erection, piping and appurtenances, valves, lighting, telemetry,testing and clean up. O Painting - Includes the surface cleaning and preparation and the application of prime and finish coats to metal or wood. ® Other- Version 8/2013 CONTRACTOR INFORMATION: Please complete the appropriate Section A, B, or C. All contractors must complete Section D SECTION A's If the contractor is a CORPORATION,complete this section. Name of corporation: Raydon, Inc. Same Registered name of corporation Doing business as TX 1986 Date charter expires State of corporation Date of corporation filing(if non-Texas corporation, date Certificate of Authority was Issued) Contact person: Brian L. Smith- Project Manager First name Middle name Last name Title 817/773-4601 raydon_brian@sbcglobal.net Area code and cell phone number e-mail address Registered agent. First name Middle name Last name Address City County State Zip Area code and phone number Area code and fox number Area code and cell phone number e-mail address Corporation's principal office: 300 FM 3099 N Breckenridge Stephens TX 76424 Street address City County State Zip P.O. Box 671 Breckenridge Stephens TX 76424 Mailing address(if different from above) City County State Zip 254/559-5012 254/559-8254 Area code and phone number Area code and fax number Person executing contract on behalf of corporation: Brian L. Smith Project Manager First name Middle name Last name Title 421 Grant Cr. White Settlement Tarrant TX 76108 Street address City County State Zip Same Mailing address(if different from above) City County State Zip 817/773-4601 817/246-4765 75-2235384 Area code and phone number Area code and fox number Federal Tax Identification No. 817/773-4601 raydon_brian@sbcglobal.net Area code and cell phone number e-mail address Version 8/2013 Additional Officers/Personnel: Darrell E. Shortes President First name Middle name Last name Title 254/559-0198 raydon@texasisp.com Area code and cell phone number e-mail address First name Middle name Last name Title Area code and cell phone number e-mail address SECTION s If the confracfor is a PARTNERSHIP,complefe chis section First Partner. First Middle Lost Residence address City County State Zip Area code and cell phone number e-mail address Second Partner: First Middle Last Residence address City County State Zip Area code and cell phone number e-mail address Business: Name under which you are engaged in business(if operating under an assumed name) Website Address Street address City County State Zip Mailing address(if different from above) City County State Zip Principal place of business-County&State Name of contact person Title Area code and phone number Area code and fax number Federal Tax Identification No. Contact person: First name Middle name Last name Title Area code and cell phone number e-mail address Version 8/2013 SECTION C: If the contractor is a SOLE PROPRIETOR, complete this section Name: First Middle Lost Business name under which you are engaged in business(if operating under an assumed name) Residence: Street address City County State Zip Area code and phone number Business: Street address City County State Zip Mailing address(if different from above) City County State Zip Area code and phone number Area code and fax number Federal Tax Identification No. Area code and cell phone number e-mail address Principal place of business: County State Contact person: First name Middle name Last name Title Area code and cell phone number e-mail address SECTION D: Mork history and references 1. Number of years in business as a general contractor on the types of work requesting to be prequalified for: 25 2. Types of work done: (check all that apply) Asphalt Paving R(Concrete Structures 621'Landscaping 93""Subgrade Preparation ❑ Auxiliary Lanesu�d/Demolition `"Mises Concrete C3 Manhole Rehabilitation ❑ Bridge Work Iii Earth Work Sidewalks ❑ Booster/Pump Stations ❑ Channel Lining 93'Fencing ❑ Storm Sewer ❑ Tank Erection no Concrete Paving QrGabions &YStreet Repair ❑ Plant Construction ❑ Painting R'Water&Sanitary Sewer Line ❑ Other Version 8/2013 3. List major construction equipments, such as paving machine or other equipments appropriate to perform work(for example,GOMACO GPH 2800 Slipform Paver): (use attachments if necessary) See Attached 4. Greatest number of contracts in excess of $100,000 under construction at one time in the company's history: 11 5. Greatest number of contracts in excess of $200,000 under construction at one time in the company's history: 4 6. Approximate average of dollar volume of incomplete work outstanding under contract at any one time: $4 million 7. List completed projects of the type of work qualifying for or similar work, plus the following information on each project: (use attachments if necessary) See Attached Proiect Year built Types(s)of work Owner/Design Engineer Contract price Contact person Area code&phone number City Inspector/Contact Number(required) City Engineer/Contact Number(optional) b. Year built -T-k es'gn Engineer Contract price Contact person Area code&phone number C7-7f"-rpe—or/-Contoct Number(required) City Engineer/Contact Number (optional) Year built .ypes;s)of work 0-ner/Design Engineer Contract price Contact person Area code&phone number City Inspector/Contact Number(required) City Engineer/Contact Number(optional) 8 2013 8. List incomplete projects, plus the following information for each project listed: (use attachments if necessary) �. See Attached Project Types(s)of work Owner/Design Engineer Contract price Contact person Area code&phone number City Inspector/Contact Number(required) City Engineer/Contact Number(optional) b. Project Types(s)of work Owner/Engineer Contract price Contact person Area code&phone number City Inspector/Contact Number(required) City Engineer/Contact Number(optional) C, Project Types(s)of work Owner/Engineer Contract price Contact person Area code&phone number City Inspector/Contact Number(required) City Engineer/Contact Number(optional) 4. Have you or any present partner(s)or officer(s)failed to complete a contract? No If yes,name of project Year built Owner/Engineer Contract price Contact person Area code&phone number Name of owner and/or surety Contact person Area code&phone number 10. Are there any unsatisfied demands upon you as to your accounts payable? No If yes, give names, amounts,and explanations: 11. Bank reference(use additional sheets of paper,if necessary): First National Bank Kevin Simmons Name*Lbank Bank officer 101 E. Walker Breckenridge Stephens TX 76424 MolI3 address City CountyState Zip 25 /559-2222 254/559-9805 Area code and phone number Area code and fax number Version 8013 12. Municipality reference(use additional sheets of paper, if necessary): )- Name of city 2 0 C�o,�1to person Title 919 �_ Wl C �-A.t. h2�i �l `fix' N_, a10 Mailing address 1 City County State Zip � 94/�7 J Area code and phone number Area code and fax number J:Z 4 7-q Area code and cell phone number e-mail address 13. Other credit references: a. See Attached Name Area code and phone number Area code and fox number Address City County State Zip Area code and cell phone number e-mail address b. Name Area code and phone number Area code and fax number Address City County State Zip Area code and cell phone number e-mail address Pursuant to advertisement for bids and information for prospective bidders for above-mentioned types of projects, the undersigned is submitting the information as required with the understanding that the purpose is for your confidential use, only to assist in determining the Prequalifications for this organization to perform the type and magnitude of work designated, and further, guarantee the truth and accuracy of all statements made, and will accept your determination of prequalifications without prejudice. The surety herein named,any other bonding company,bank, subcontractor,supplier, or any other person(s),firm(s), or corporation(s) with whom I (we) have done business, or who have extended any credit to me (us) are hereby authorized to furnish you with any information you may request concerning performance on previous work and my (our) credit standing with any of them; and I (we) hereby release any and all such parties from any legal responsibility whatsoever on account of having furnished such information to you. CONTRACTOR: Copy to local underwriting office of proposed surety: _.—_ -_—a =____ __ _ — Ccmpony name(please type or print) S. Address City State Zip Area code and phone number Fax number Version 8/2013 CITYOF ARLINGTON PREQUALIFICATION STATEMENT OF CONTRACTOR'S SURETY (To be completed by Surety company) Along with the Prequalification Statement for Public Improvements,return to: Department of Public Works and Transportation City of Arlington P.O.Box 90231,MS 01-0220 Arlington,Texas 76004-3231 Phone. 817-459-6571 Fax: 817-459-6585 Raydon, Inc. 254/559-5012 254/559-8254 Contractor's name Area code and phone number Area code and fax number _P.O. Box 671 Breckenridge Stephens TX 76424 Address City County State Zip 1. Has this surety furnished contract bonds on contracts now complete? Yes 2. Has this surety furnished contract bonds on contracts now incomplete? Yes 3. What is the maximum bonding capacity of this contractor? $5 million 4. Is the current financial information on this contractor satisfactory? Yes 5. Does information obtained indicate accounts are paid when due? Yes If not,give details: 6. Is it your opinion that the contractor has sufficient experience and financial resources to satisfactorily perform the contract? Yes 7. Provided this contractor does not assume other commitments or that you do not acquire further information that in your opinion wit oterially affect the contractor's capacity to perform this contract, will you furnish the bonds as specified? Yes Remarks: SURETY: Tucker & Dunn Bonding Agency 12402 Slide Rd Suite 301 Address Lubbock TX 79424 Signature City State Zip Attorney in Fact 806/687-2663 Title Area code and phone number 07/21/2014 806/687-4948 Date Area code and fax number Xe\Department info\Share\requalification\Fors\Prequal Statement.doc Version 8/2013 N N N M N M O N cH N rq c-I 4- C3 pct O Y O i 0 O Y O �L O O O N O N O N O N O N O N O N >O N O N O N O O 41 � 41 u .40 4-1 41 Y +O+ Ln Ln t%) V) Ln Ln to Ln N in Ln O O O O N O O O O O LO m 1\ 40) O W LD Ln M Ln O 00 00 O lO h d• ll C aM-1 Ol O O cr' O N O LO 01 =3 1p N M Ln Lf) N LD m O M LO Ln lQ 1\ LD r- O E ih i/} Ln t!t• 1 "L? tf} C O O C O O O 0 u s+ 0 0 U u d N > M N 61 i N ei L QMM00 41 ru O M � -i 41 M d 4n LD L LOO Li 1-4 V) N (A N O O l"n O N O Qj L!) O L'!) O M (� lD Q N O M CJ M U 00 00 (6 0601 N N t� �4- LD U to C W LrL Lf) Y Ln C Q! Q \ i \ L \ 3 \ O \ \ \ Q) 1 \ O B Ln B I f) O ? Ln N Q Ln O I� m cP > v U cV 0 0 O O L N 4' N I, Ln N >. .-1 1-1 B -B, M S N S N U M U M M Ol O M J 00 N OC 4n 01V) n a ++ B u u c u v v > •= + L L L C O - L Ba) v a) B 4n u u v Y 4 � e Q a a) co J J J Q Q O -) 0 v a1 a) O i U U N Q f° j- �- E- U S U U F- C � O G - V B 06 N yj 41 O S O B Ln Q en B U 41 co to 0) — C > a) B L — h O U Q I— Q U U z S S U IH lD Y N l0 O LD LD X L C3) C Q^) U 6^1 x I--' tw _x Ln N a) Ln a) c O a) E v a) N "O N — u — N — Ln — u ' al (n -0 -0LD 'O Ln a) B B aj Q e-i Q Q a-1 Q < Ln Q S l7 2 Q O Q 0) a> v O c v O M- LnV) N > 41 C 4-+ =$ O C 0000 V) J E '6 O C z N E -a �--(U 0 m 3 � B 4n Q f2 a) eii O M O ,O d O _v4 E 'O® � ++ O E E a) CLO — O a Q E L L 4n T3 D O aL U u �' ++ B a) B B a U U Z N Q Ln Q 06 U � 41 V) S S Q Ln Raydon,Inc. P.O.Box 671 Breckenridge,TX 76424 Current Projects 7/18/2014 Contract Name Contract Price Billed to Date %Complete Crowe Group-Wylie ISD Kindergarten 537180 446466 83% Crowe Group-Lawrence Hall Volkswagen 284831 244195 861 Wiley Hicks,Jr.-Jayton-Girard ISD Expansion 443947 334769 75% Griffin Construction-Abilene Nursing Home 494106 428769 87% Imperial Construction-Dyess AFB CE Consolidation 140000 114950 82% Pepper Lawson-Hamby WWTP 1449882 1001394 69% Tegrity Construction-Clyde ISD 140290 117379 84% Primetime Family-Soccer Complex 657359 420000 64% City of Arlington-Burl Wilkes Park 64325 37972 59% Crowe Group-Abilene Zoo 198010 27500 147/6 Wiley Hicks,Jr.-Kia of Abilene 421604 178216 42% Total 4831534 3351609 69% 2:30 PM Raydon, Inc. 07/21/14 Total Equipment List July 21, 2014 Customer Make-Model Serial# License 026-1985 Utility Trailer 1985 Utility Enclosed Trailer TR159613 40229F 030-Raydon Shop or Yard Raydon Shop or Yard 031=84 International Water Truck 1984 International 1HTLDTVN8EHA61487 1C90182 075-1981 Atoka Trailer 1981 Atoka Trailer AT48169 7461 O 081-1988 Poly Pipe String Trailer 1988 Poly Pipe String Trailer TR13161 20YTWB 082-1988 30'Pipe Trailer 1988 30'Pipe Trailer TR164946 98327) 089-1978 Fontain Drop Deck Trailer 1978 Fontain 40'Trlr 30159 Y15423 090-BJ Power Tongs BJ Power Tongs 095-1978 Load Trailer 1978 Load Trailer CB781890 282191 104-1990 Belshe Backhoe Trailer 1990 Belshe Trailer 16JF01425L1021425 605711 111-1984 Nuttal Equipment Trailer 1984 Nuttall Equipment Trailer NMC235EXXD3950568 74578Y 113-1979 General Trailer 1979 General Trailer 18HA7945 98365J 114-19914.5 Ton Int.Winch Truck 1991 4.5T Int.Truck 1HTSDZ7N5MH343268 1C90185 116-Falcon Air Compressor on utility trlr Falcon Air Compressor 1 M9US1229RA452050 98366) 124-1986 40'Pipe Trailer 1986 Pipe Trailer TR160725 85ZNNX 135-Leased Equipment Leased Equipment 139-1994 Service Trailer 1994 Service Trailer TBD139 98334J 145-1994 Tilt Poly Trailer 1994 Tilt Poly Trlr. TBD 50TWKD 152-John Deere Forklift John Deere Forklift 357351 155-1985 Int'I Water Truck 1985 Int'I Water Truck 1 HTLDUXM4FHA22634 BN60090 166-Ingersol Rand Roller Ingersoll Roller 231C 167-Small Asphalt Spray Trailer Asphalt Trailer 169-Zetor Tractor Zetor Tractor 2697 175-Ingersoll Compactor Ingersoll Compactor 09704126 177-1977 Hyster Lowboy Trailer 1977 Hyster Lowboy 20866 74568Y 189-1986 Great Dane Trailer 1986 Great Dane 1 GRDM9027GM017401 Y15375 190-1993 Shopmade Trailer 1993 Shopmade Trailer TR176511 75203H 197-185 Ingersoll Rand Air Compressor 1994 185 Ingersoll Compressor 241952UKE308 23M726 198-Boring Equipment Stegemoller Boring Equip. 199-1998 Bruton Backhpe Trailer Bruton Trailer 28820 32585E 220-Cat 120G Motorgrader Cat Motor Grader 120G 87V3526 230-2000 Aerall SLR Kere 130 Crack... Aerall SLR-Model Kere 130 14130 231-Rex Mixer Rex Mixer SP2888 233-1984 Ford/Etnyre Asphalt Distributer 1984 Ford Asphalt Distr. 1 FDXK87U5EVA38393 AJ41208 234-1995 Shopmade Trailer 1995 Shopmade Trailer 0868366 23822C 245-1999 Belshe Backhoe Trailer 1999 Belshe BackhoeTrailer 16JF01629X1033095 86ZNNX 250-1995 Western Star Haul Truck 1995 Western Star 2WKPDCXHOSK936736 1090186 251-1995 Western Star Haul Truck 1995 Western Star 2WKPDCXH3SK936620 1C90187 253-1973 Spreadking Chip Spreader 1973 Spreadkind Chip Spreader 147 259-1989 Mate Trailer(Belly Dump) 1989 Mate Trailer 1 M9B39227KHO36935 74557Y 260-Cat 140G Motorgrader Cat 140G Grader 72V10008 263-1989 Trail King 3-Axle 1989 Trail King 3-Axle 1TKH05133KM112655 Y15392 264-1995 Western Star Dump Truck 1995 Western Star Dump Truck 2WKPDCXH2SK939167 AJ41262 265-1995 Western Star Dump Truck 1995 Western Star Dump Truck 2WKPDCXH3SK939470 BW09686 266-1995 Western Star Dump Truck 1995 Western Star Dump Truck 2WKPDCXH2SK939556 BWO9690 267-1995 Western Star Dump Truck 1995 Western Star Dump Truck 2WKPDCXH8SK939187 BN60147 268-John Deere 624G Loader John Deere Loader 624G DW624GB552938 269-2000 Ditch Witch Vactron F30fTra... Ditch Witch Vac.F30/Trl 1 DSB202S2117V2503 40197F 270-Slaw-Knox PF 875 Paver Blaw-Knox PF875 Paver PF875-02-8715 271-2000 Blaw-Knox DA 210 Sealer Blaw-Knox Da210/Sealer DA210-01-191 275-Broce Broom RJ 300 Broce Broom RJ300 87745 276-Case 1845 Skid Steer Case 1845 Skid Steer JAF0242087 277-CAE Trucks CAE Trucks 278-Cat PS-130 Pneumatic Roller Cat PS-130 Pneumatic Roller 279-John Deere 310E Backhoe JD 310E Loader Backhoe T0310EX849710 281-47"Bitelli Roller 47"Bitelli Roller 0738-BITEL DTV325 283-2000 Ford F250 Pickup 2000 Ford F250 Pickup 1 FTNX21 SOYEA82632 23XBY7 284-1999 International Mechanic Truck 1999 International 1 HSSDAAN3XH614119 BN60054 286-2005 Dodge 1 Ton 2005 Dodge 3500 Pickup 3D7MR46CO5G762043 BG11131 288-2005 Kobelco Excavator Kobelco Excavator SNYQ8U1986 MODEL SK210 292-LB 90DE New Holland Backhoe LB90DE New Holland Backhoe 31048806 294-2000 Ford F-350 1 Ton 2000 Ford F-350 1 FDWX36F8YEC50616 295-2005 C&M Trailer 2005 C&M Trailer 1 CACH182X57032793 13214P 296-2002 Ranco End Dump Trailer 2002 Ranco End Dump Trailer 1 R9ESB5012L008593 Y15384 298-1988 Chevy Water Truck 1988 Chevrolet Water Truck 1 GBJ7D1 F0JV102370 BWO9669 299-Leeboy 420 Pneumatic Roller Leeboy 420 Pneumatic Roller 420-45557 300-RG140 New Holland Motorgrader RG140 New Holland Motor Grader N5AF00067 307-Kobelco SLK 210 Excavator Kobelco SK 210 Excavator TQ08U2171 Pagel 2;30 PM Raydon, Inc. 07/21/14 "total Equipment List July 21, 2014 Customer Make-Model Serial# License 308-New Holland LB90 Backhoe New Holland Backhoe LB90 31030921 11089 311-1998 Western Star Haul Truck 1998 Western Star Haul Truck 2WLPDCJHOWK953739 1C90191 312-JD 31 OG Loader Backhoe John Deere 31OG Loader Backhoe T031 OGX897387 313-1994 Thacker Gooseneck Trailer 1994 Thacker iT9FH3223RL404001 39ZJSS 314-2002 New Holland LB90 Backhoe 2002-New Holland Backhoe 31034467 315-1993 Ingersoll Rand DD90 Roller 1993 Ingersoll Rand 6063 316-1993 International Water Truck 1993 International Water Truck 2HSFMA7ROPCO63862 67RMF4 317-2006 Chevrolet Pickup 2006 Chevrolet 1 GCHC29UX6E280291 07YFC4 318-John Deere 624 Wheel Loader John Deere 624 Wheel Loader DW624EB535935 320-20'Scissorlift 20'Narrow Scissorlift 609560/SKY JK 321-2007 Chevrolet 2500 Pickup 2007 Chevrolet 2500 Pickup 1GCHC29U87E116717 BWO9667 322-20'Scissorlift 20'Scissorlift JLG Commander 0-020337 0200018389 Model#CM 2046 323-24'Scissorlift 24'Scissorlift JLG Commander C 031036 0200024286 Model#CM2546 324-Kubota 4WD Tractor Kubota M1055SDSC1 4WD Tra... 52758 w/Loader Bucket/Cutter 325-2007 Chevrolet Tr 2500 2007 Chevrolet Truck 2500 1GCHC23U37F101870 69JCT5 326-2006 Shopmade Flatbed Trailer 2006 Shopmade Flatbed Trailer TR197144 07ZCMJ 327-Pemberton Material Densifier Gra... #327-Material Densifier Grappl 182-3-0107 328-NH G140 Motorgrader NH G140 Motorgrader N6AF00333 329-Asphalt Trailer 1965 Asphalt Trailer 3826215 X36339 330-Modular Office Trailer 10x40'T/A Modular Office Trlr 079720 332-Ingersol-Rand Smooth Drum Roller Ingersol-Rand Smooth Drum 141092 333-Bomag MPH10OR Reclaimer Bomag MPH100R Reclaimer 85729 334-Case 855D Crawler Loader Case 855D Crawler Loader JAK0006009 335-2000 JD Dozer 2000 JD 650H Dozer(Tractor) T0650HX884216 337-2008 Ford F-550 Truck 2008 Ford F550 Truck 1 FDAX56R18EB23707 AC30103 338-1998 Cat D5MXL Crawler Dozer CAT D5MXL Crawler Dozer 6GN1129 339-2002 Etnyre Heated Asphalt Trailer 2002 Etnyre Heated Asphalt Tri 1 E9M479492EO07183 11ZNNX 340-2003 Ford F-350 2003 Ford F-350 Pickup 1 FDSF34L43EC61969 AP65033 343-2008 Ford F-550 2008 Ford F-550 1 FDAX56R28ECO0262 AW32409 344-C-12 Jaw Crusher w/Screen Jaw Crusher w/Screen 8195(JC)/7641(Screen) Model C-12(JC) 345-NH Motorgrader G140 New Holland Motorgrader G140 N6AF00334 G140 Model 346-1994 GMC Top Kick Dump 1994 GMC Top Kick Dump 1GDM7H1J3RJ522739 19TMV6 347-2000 Ford F250 Utility 2000 Ford F250 Utility Truck 3FTNF201-4YMA62035 61 XDZ5 348-1992 TCM Forklift 1992 TCM Forklift 23H42305 Model#FG20N3 350-1994 Freightliner Water Truck 1994 Freightliner Water Truck 1 FUYDSEB2RH564379 85XBY7 351-2006 Belshe BF9T Trailer 2006 Belshe BF9T Trailer 16JF0162161042355 02756N 352-1995 Volvo Wheel Loader 1995 Volvo Wheel Loader L120C 353-2008 Ranco 32'Round End Dump... 2008 Ranco 32'End Dump Trlr 1 R9ES65048L008953 X69872 354-2008 Carry-On Cargo Trailer 2008 Carry-On Cargo Trailer 4YMCL12168t003427 16ZNNX 355-2006 IR XP185 Air Compressor 2006 IR XP185 Air Compressor 366131 UAQ222 23M737 356-Air Compressor IR XP185AW Air Compressor IR XP185AW 384972UDR821 23M741 359-Cat 613 Scraper Cat 613 Scrapper 071 MO1553 360-2008 Ford Truck 2008 Ford S-Duty Truck 1 FDAX57R68ED80084 05YCS9 361-JD 31OG Wheel Loader Backhoe JD 31OG Wheel Loader Backhoe T0310GX961162 362-ANH Kobelco Excavator Kobelco Excavator w/Buckets YQ09U3599 Model#SK21OLC 364-JCB Loadall w/Forks JC Loadall w/Forks JCB 506C 365-1999 Ford F-250 Utility Pickup 1999 Ford F-250 Utility Pickup 1FTNF2OS3XEE87242 39XBX7 366-135H Cat Motor Grader Cat Motorgrader CBC00191 367-Maxey 20'Utility Trailer Maxey 20'Utility Trailer(red 5R8SL20288MO10074 54730P 368-2008 Ford F-350 Crew Pickup 2008 Ford F-350 Crew Pickup 1 FTWW31 R38EE24083 BG11112 369-1998 Freightliner Straight Truck 1998 FRHT 1 FV6HFBA7WH943397 1C90184 370-2008 Ford F-150 Pickup 2008 Ford F-150 King Ranch 1FTPW14V68KE15199 73WHF8 371-Bitelli C-100 Roller Bitelli C-100 Roller 84" 115011506 372-Concrete Saw Concrete Saw FS 400 Lv 373-JD Loader Backhoe John Deere Loader Backhoe T031 OSG903529 375-Etnyre Chipspreader Etnyre Chipspreader K4535 376-1994 Chevrolet Pickup 1994 Chevrolet Pickup 1GBJC34N1RE241685 59FVW9 377-2009 Seal Rite Trailer 2009 Seal Coat Trailer M1561970 40237f 378-1998 Chevrolet Pickup 1998 Chevrolet Pickup 1GBJC34R8WFO12770 BN60307 379-2004 Ford Diesel Pickup 2004 Ford Diesel Pickup 1 FDXW46P74ED99227 AP64921 381-1999 Western Star(TTT) 1999 Western Star 2WKPDDXH4XK955853 1C90190 382-Etnyre BT-HL Distributor 1988 Ford Etnyre Distributor 009363UD/1 FDXK84A5J... 50HWL3 383-2006 GMC Van 2006 GMC Van 1GJHG39UO61224077 71LVD4 384-Topsoil Screen Topsoil Screen 386-Kawasaki Wheel Loader Kawasaki Wheel Loader 9704-5334 TAG 14372 390-Wheel Pnuematic Roller Dynapac Wheel Pnuematic Roller 620182 391-2000 Portable Tub Grinder Diamond Z PWG 1460 B Grinder 1 D9FX3426YC147014 392-2004 Ford F-150(Brian Smith) 2004 Ford F-150 1FTPX125X4NA01576 AF32404 Page 2 2:30 PM Raydon, Inc. 07/21/14 Total Equipment List July 21, 2014 Customer Make-Model Serial# License 393-2008 Ford F-150(Danny Bolin) 2008 Ford F-150 Pickup 1FTRF122X8KD96190 57LMJ8 394-1996 Western Star 1996 Western Star 2WKPDCJH3TK944632 1C90189 395-1995 Western Star 1995 Western Star 2WKPDCXH6SK937521 1C90188 396-2001 Ford 3/4 Ton Pickup 2001 Ford 3/4 Ton Pickup 1 FDNF20L11 EB70670 69ZFZ3 397-Sakai SW900 Roller Sakai SW900 Roller VSW27-30145 398-John Deere Loader Backhoe JD 410E Loader Backhoe T0410EX841229 399-1991 JD Motorgrader 1991 JD Motorgrader DW770BH5346 400-2006 Chevrolet Pickup 2006 Chevrolet Pickup 1GCHC29U46E204291 AP65040 401-2000 Freightliner Truck 2000 Freightliner 1FUYT VEBXYHF00988 1C90183 402-1999 Belly Dump Trailer 1999 CPS Belly Dump Trailer 4Z4111625XP002019 X11408 403SE-1998 Chevrolet Pickup 1998 Chevrolet Pickup 1GCGK29R2WE212738 AP64965 404SE-2006 3/4 Ton Pickup 2006 Chevrolet 3/4 Ton Pickup 1GCHC29UO6E128200 BWO9802 405SE-JLG Scissor Lift(All terrain) JLG Scissor Lift 0200078530 Model#260-MRT 406SE-Scissor Lift Genie Scissor Lift Genie 2632 86189 407SE-2005 JD 31OG Loader Backhoe 2005 JD 31 OG Loader Backhoe T031 OGX953758 408SE-2003 Chevrolet Pickup 2003 Chevrolet Pickup 1GCHC24U43Z137221 BE62062 409SE-1992 Etnyre Asphalt Trailer 1992 Etnyre Heated Asphalt Trl 1 E9T442OXNE007053 410SE-Cat Trachoe Cat Trachoe 411 SE-2000 Clements End Dump Trail... 2000 Clements EndDump Trailer 5C2BB38B4YM000051 W79865 412SE-2000 Chevrolet Pickup 2000 Chevrolet Pickup 1GBJC34J3YF449296 413SE-2005 JD Loader Backhoe 2005 JD Loader Backhoe T031 OGX954216 414SE-1995 Belly Dump Trailer 1995 Belly Dump Trailer 1 C9111625SP389433 415SE-1992 Belly Dump Trailer 1992 Belly Dump Trailer 1 C9111621 NP389367 Y15371 416SE-1982 Trailmaster Gooseneck T... 1982 Trailmaster Goosenck Trlr 11428420 98177J 417SE-Cat 140G Motorgrader Cat 140G Motorgrader 72VO4829 418SE-JD 31 OG Loader Backhoe 310 JD Loader Backhoe T031 OGX957634 420SE-2006 Ford F-150 2006 Ford f-150 1FTPX12596KD65802 BT98999 421SE-Storage Trailer Storage Trailer 1GRAA9625GS105703 Z47483 422SE-Plate Tamper Vib.Plate Tamper V-5222/Multiquip Model V-5222 424SE-2011 Ford F-550 2011 Ford F-550 Pickup 1 FDOW5HT2BEC64736 BH76431 425SE-2002 Chevrolet K2500 HD 2002 Chevrolet K2500 HD 1GBHK24UX2Z227270 BY25678 426SE 2012 Welding Trailer 11WEC1222CW308226 85079N 427SE-2000 Chevrolet Pickup 1 GCGK24R3YR137292 BWO-9741 428SE-2012 Weiler P385 Asphalt Paver 2012 Weiler P385 P385-1118 429SE-2000 Ford E-150 Van 2000 Ford E-150 1 FMRE11 L91 HA63765 775-FNF 430RM-2004 Dump Trailer 2004 Dump Trailer 5257 432RM-Big Tex Goosneck Flatbed Tr... Big Tex Gooseneck Flatbed 433RM-75XT Case Skid Loader 75XT Case Skid Loader 80286 434SE-Sakai Roller SW320 Sakai SW 320 VSW36-20159C 435SE-Bitelli Roller 66"DTV 370 Bitelli Roller DN 370 099010027 436SE-2008 Ford F-150 SuperCrew 2008 Ford F-150 SuperCr 1 FTPW14V68KD87565 BMZ5326 437SE-2007 Cat D6RXL Dozer 2007 Cat D6RXL Dozer GJB01048 438SE-2002 Peterbilt 2002 Peterbilt 1XP5DB9X52N585815 1C90196 439SE-2008 John Deere 310J Backhoe T0310JX155984 440SE-2013 Hull Fuel Tank Trailer 2013 Hull Fuel Tank Trailer 1 H9BT1127DR572007 54762P 441SE-2006 140M Cat Motorgrader Cat 140M Motor Grader M9DO0778 442SE-2006 140H Cat Motor Grader 2006 140H Cat Motor Grader OCCA02123 443SE-2013 Ford F-550 2013 Ford F-550 1FDOW5GT6DEA81103 444-1998 Ford Van 1998 Ford Van 1FBSS31L1WHB54115 CJY5401 445-John Deere 323D Compact Track... John Deere 323D Track Loader 1TO323DKCCG233659 446-2005 Ford F-150 2005 Ford F-150 1 FTRF12205KE14419 447-2014 Big Tex Flatbed Trailer Big Tex Flatbed 25GN285 16VGX282OE2605311 38C3470 448-John Deere 31 OG Loader Backhoe John Deere 310 G Backhoe T031 OGX962710 449-John Deere 310J Loader Backhoe John Deere 310J Backhoe T0310SJ138503 450-Pump Trailer 451-2011 Ford F-250 Ext Cab 4x4 2011 Ford F-250 1 FT7X2B65BEC57961 C57961 452-2014 Big Tex Trailer 16VGX3525E2615360 342158H 453-2000 Terex Snorkel Lift Terex SVR 2000 2TB42 454-2004 Ford F-150 4WD 2004 Ford F-150 1 FTRX14W94NC22357 Page 3 254-559-5012 P.O. BOX 671 BRECKENRIDGE,TEXAS 76424-0671 325-548-9369 1465 ELMDALE RD. N. ABILENE,TX 79601 References 1. Abilene Rental Center 1357 S.Treadaway Abilene,TX 79602 325/676-1500(phone) 325/672-1509 (fax) 78252-account# 302184-account# 2. Vulcan Materials P.O. Box 849131 Dallas,TX 75284 210/524-3535 (phone) 210/524-3555 (fax) 0532050-account# 3. Martin Product Sales P.O. Box 3078 Houston,TX 77253 713/350-6815 (phone) 713/350-2813 (fax) 19715-account# Banking Reference 1. First National Bank Albany/Breckenridge 254/559-2222 (phone) 101 E. Walker 254/559-9805 (fax) Breckenridge,TX 76424 200730955-account# 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a),as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 000/1 (t C_�i_1:='i I Contractor further certifies that,pursuant to Texas Labor Code, 7 Section 406.096(b),as amended, it will provide to City its subcontractor's certificates of 8 compliance with worker's compensation coverage. 9 10 CONTRACTOR: 11 12 ri CQ-0- _� (-- gy• -i�i fit'fi`'`t �` 13 Compahy 0ease Print) 14 15 PL2 Signature: 16 Address 17 — K 18�yCg�E�I U CQ f� t�L Title: - T A 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME,the under gned authority, on this day personally appeared 27 known to me to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 29 the act and deed of for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 33 ,2A. 34 35 36 37 Notal iblic in and for the State of Texas 38 39 END OF SECTION =` PHILIP M.GUTHRIE :�. My Notary IG it 1286094ri2 Expires Mahk y 9,2019 40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS JT Hinkle&Coventry Hills Park Improvements Revised July 1,2011 C00041&C01791 004540-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 4 [This document is to be printed on "pink"paper in its final form] 5 APPLICATION OF POLICY 6 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal 7 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 8 subcontracting goal is not applicable. 9 10 POLICY STATEMENT 11 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 12 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 13 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 14 15 MBE PROJECT GOAL 16 The City's MBE goal on this project is 8%of the total bid (Base bid applies to Parks and Comnntnity 17 Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an 18 Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed 19 responsive. 20 21 COMPLIANCE TO BID SPECIFICATIONS 22 On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are 23 required to comply with the intent of the City's Business Diversity Ordinance by one of the 24 following: 25 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 26 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 27 3. Good Faith Effort documentation,or; 28 4. Waiver documentation. 29 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- 30 responsive.Any questions, please contact the M/WBE Office at(817)392-6104. 31 32 SUBMITTAL OF REQUIRED DOCUMENTATION 33 The applicable documents must be received by the Managing Department, within the following 34 times allocated, in order for the entire bid to be considered responsive to the specifications. The 35 Offeror shall deliver the MBE documentation in person to the appropriate employee of the Managing 36 Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the 37 documentation in the time allocated. A faxed copy will not be accepted. 1. Subcontractor Utilization Form,if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: the bid opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form,if participation is less than the bid opening date,exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form,if no MBE participation: the bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if firm will received by 5:00 p.m., five (5) City business days after perform all subcontracting/supplier work: the bid opening date,exclusive of the bid opening date. 5. Joint Venture Form,if utilizing a joint venture received by 5:00 p.m., five (5) City business days after to meet or exceed goal. the bid opening date,exclusive of the bid opening date. 38 END OF SECTION CITY OF FORT WORTH JT Hinkle&Coventry Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C00041&CO 1791 Revised December 20,2012 005243-1 Agreement Page] of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on August 2, 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 Raydon, Inc., authorized to do business in Texas, acting by and through its duly 6 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 11 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 Park Improvements at JT Hinkle Park and Coventry Hills Park 16 City Proiect Number C01791, C00041 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 180 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 Liquidated damages 25 Contractor recognizes that time is of the essence of this Agreement and that City will 26 suffer financial loss if the Work is not completed within the times specified in Paragraph 27 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 28 General Conditions. The Contractor also recognizes the delays, expense and difficulties 29 involved in proving in a legal proceeding, the actual loss suffered by the City if the Work 30 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 31 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 32 City Six Hundred Fifty Dollars ($650.00) for each day that expires after the time 33 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 34 Acceptance. CITY OF FORT WORTH JT Hinkle&Covenby Hills Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number C01791,C00041 Revised August 17,2012