Loading...
HomeMy WebLinkAboutContract 45044 1 CIN SECRETARY �� -- CITY SECRETARY �' '��• `��'�0 CONTRACT NO. U l D.O.E. FILE _ - CONTRACTOR'SBONDING CO, ` J CONSTRUCTION'S COPY PROJECT MANUAL CLIENT DEPARTMENT FOR J THE CONSTRUCTION OF .� Old Decatur Road —W.J. Boaz Road to McLeroy Blvd. TPW Project No. C223-207230174983 Water Project No. P253-607170174983 City Project No. 01749 . J Betsy Price Tom Higgins Mayor City Manager S. Frail{Crumb,P.E. l Director, Water Department J Douglas W. Wiersig,P.E. Director, Transportation and Public Works Department Prepared for J The City of Fort Worth Transportation and Public Works Department 1 A July 2013 ' ®®� Kimley-Horn ® and Associates, Inc. Texas Registered Engineering Firm F-928 I l 23I 3 ,0 OF 801 Cherry Street, Unit 11, Suite 950 , Fort Worth,TX 76102 y a Phone: (817) 335-6511 i°o°:.e°.e°°eeee°$eO,> Fax: (817) 335-5070 % N A.W DAC.LAIRE i `oee000goee 00000soo9 4 $ 9$52 KHA No. 061018103s�eED15��oe OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX RECEIVER OCT 2 (5) 2013 000000- I TABLE OF CONTENTS Page I of 8 1 SECTION 00 00 00 2 TABLE OF CONTENTS 3 4 5 Division 00-General Conditions 6 0005 10 Mayor and Council Communication 7 0005 15 Addenda 8 00 11 13 Invitation to Bidders 9 0021 13 Instructions to Bidders 10 0035 13 Conflict of Interest Affidavit } 11 0041 00 Bid Form 12 00 42 43 Proposal Form Unit Price 13 0043 13 Bid Bond 14 00 43 37 Vendor Compliance to State Law Nonresident Bidder 15 0045 11 Bidders Prequalification 16 0045 12 Prequalification Statement 17 0045 13 Bidder Prequalification Application 18 00 45 26 Contractor Compliance with Workers'Compensation Law 19 1ts0�l0�45 40 Minority Business Enterprise Goal ti 20 004541 Small Business EnteFpF se Goal 21 00 52 43 Agreement 22 0061 13 Performance Bond 23 0061 14 Payment Bond 24 0061 19 Maintenance Bond 25 00 61 25 Certificate of Insurance 26 00 72 00 General Conditions 27 00 73 00 Supplementary Conditions 28 29 Division 01-General Requirements 30 31 01 1100 Summary of Work 32 01 25 00 Substitution Procedures 33 01 31 19 Preconstluction Meeting 34 013120 Project Meetings 35 01 3216 Construction Progress Schedule 36 01 32 33 Preconstruction Video 37 013300 Submittals 38 01 3513 Special Project Procedures 39 01 45 23 Testing and Inspection Services -; 40 01 5000 Temporary Facilities and Controls 41 01 55 26 Street Use Permit and Modifications to Traffic Control 42 01 57 13 Storm Water Pollution Prevention Plan 43 0158 13 Temporary Project Signage 44 01 60 00 Product Requirements 45 01 66 00 Product Storage and Handling Requirements 46 01 70 00 Mobilization and Remobilization 47 01 71 23 Construction Staking and Survey 48 01 74 23 Cleaning 49 . 017719 Closeout Requirements CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 000000-2 TABLE OF CONTENTS Page 2 of 8 1 0178 23 Operation and Maintenance Data 2 01 78 39 Project Record Documents 3 4 Technical Specifications which have been modified by the Engineer specifically for this 5 Project; hard copies are included in the Project's Contract Documents 6 7 8 9 Division 02 -Existing Conditions 10 11 0241 13 S€leeti e Site Demolitie 12 02 41 14 U444-5,4-5,n o,,,,,y t i n t,.,,,a,,,,,,,e 13 0241 15 Paving Removal 14 15 Division 03-Concrete 16 033000 Cast in Place C,,,,ereto 17 03 3-0-13 Ce,+reltea Low Stfength material (Cr S ) 18 03 34 16 Conerete Base Material f-bF T+eneh Repa-if 19 03 8000 r\a,,difl.0+iens to E3kisting r'e...,.o+o-Strtie uFes 20 21 Division 26- Electrical 22 260500 C,,,,,,,,o W,,,•v Results for Eleeti4ea 23 2605 10 Demolition for-Elee+,.;,..,1 System 24 26 05 33 Raeeways and Boxes o.oto,.+,• al Systems 25 2605 43 T r a .,,a rnuc4s and R s r^•Eleetr alp y 26 27 Division 31-Earthwork 28 31 1000 Site Cto.,,ifig 29 3123 16 Unclassified Excavation 30 3123223 n,.,„.oily 31 31 24 00 Embankments 32 312500 Erosion and Sediment G—b-Al 33 31 36 00 n.,1,ions- 34 313700 Ripr-ap 35 36 Division 32 -Exterior Improvements 37 38 3201 17 Permanent Asphalt Paving Repai 39 3201 19 Temporaf),Asphalt Paving R-epai 40 32 012;9 Oenerete Paving Repai 41 321123 Flexible Base Courses 42 321129 Lime T,. ate Base GouFses 43 32 1133 Cement T,eate.a Base C,,,,,.�o� 44 321216 Asphalt halt nom,.;,,,: 45 3 13 C,•.,,.v Sealants- 46 321313 47 321320 Driveways and u.,F fie,•Free Ramps 48 3213-73 C,..,erete Paving mint Sealants 49 32 14 16 Briek r 1,,;+Pa-vin 50 3216-13 C to C,,,•t, and Gutte fs and Valley Gut4e,• CITY OF FORT WORTH Old Decatur Road-W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 000000-3 TABLE OF CONTENTS Page 3 of 8 1 32 1723 Pavement Markings 2 3231 13 Chain Fences and Gate 3 323126 Wire Fenees-and-Gates 4 323129 Wood Fenees a Gates 5 3232 13 Gast in Plaee Cenetvte Retaining Walls 6 32s91 19 Topsy Placement and Finish;„ �,,.s r-1T TICrc -xCi'ICL-rrxTx FPLC .� 7 32 92; 13 14- dro T f„lehin Seeding,and Sodding 8 3 -93 43 Rees and-ah'rubs 9 10 Division 33-Utilities 11 33$1 30 Sewer and Manhole Testing 12 33 0131 Gl9sed-Ci-rodi+Television z (CCTV) in spec+' on 13 33 03 10 $y"uosUm""im"rg vf-Enis+ ig-acdGi-Systems 14 33 04 10 joint 1=2.,,,.1in and Rlectr4,..,1 isolat; 15 33 04 11 Corrosion Control Test Stations j 16 33 04 T12 Magnesium Anode CathodicProteetioiSystem- 17 ys+ cix 17 33 04 30 Ta,,,por-.,,..,xxr 4er Ser-vice 18 33 04 40 Cleaningandzzcccg+"iceTesting vrWater-Mains o 19 33 04 50 Cleaning of Sewer Mains 20 3305 10 U44rt T+eneh ExcavationEmbedment-, and Baekfill 21 33 05 12 Water rine Lower-in 22 33 5-13 Frame, G�v r'-cr-aiird r �rcPcc�Gp rcr —rcmp 23 3305 14 Adjusting Manholes,Inlets, Valve Boxes, and Other Structures to Grade 24 33 05 16 Conefete Water Vaults 25 3305 17 Gonere-te Gel'rlea-s 26 330520 Auger-Ber-ing 27 33 05 21 Tunnel Liner Plate 28 33 05 22 Steel Cris,,-Npe 29 33 0523 Hand Tunneling 30 33 0524to atioirerGarrrci Dipc in Casing o"Tunnel Liner-Nate 31 330526 Utility T,rarkers/ oeators 32 33-05 30 be6aclonvrEizrscir'xg Ucmaco 33 33 1105 Bolts,-b + ,a Gaskets 34 33 41 10 Ductile r,•^„ Pipe 35 33-11-11 Duet le r,•o Fitting 36 33 11 12 Polyvinyl Ghkwide(PNIG)Pfessur-o Pipe- 37 33�1 13 Gonerete Pressure Pipe,R^„ xx-tapped, Stool Cylinde T 38 33 11 14Btwied Steel Pipe and Fittings 39 33 1210 Alater SeEviees l-ineh to 2 inen 40 3312 1� urgeAter4L4eters 41 33 1220 nGsZrrGr+Seated Gate Valve YT 42 33 1221 Aix r",mer Seated Butt�„Valves Valves > 43 33-1 25 G enneeiier to Existing Water Mains 44 33 1230 Combination TCrValve Assemblies for Potable TxC+GTVyJ+ rr -s 45 33 1240 Fire Rydfanls 46 331250 VA-Aer-Sample Stations 47 33 31 12 Cured in Pl ee Pipe(rP� 48 3331 13 Fiberglass Reinforced Pipe for n,.^,,;+y-Szaxitary Sewers 49 3331 15 High Density Polyethylene(14DP)Pip for-e •+ Sewe 50 33 3120 P31ur-i}y4 Chloride(vxrrG)-Gravity Sans+aFy Sewer Pipe CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 i 000000-4 TABLE OF CONTENTS Page 4 of 8 1 33 3 i 2i Pely 4tiyl G1}leride(PNIC) Closed ProfileGravity Samna,. Sewer Pipe Lining2 3331 22 Sanitary SeweF Slip 3 33 3120 Sanitary Sewer-Pipe R„1.,,..,.,, en 5 333170 Combination Air Valve for Sanitary Sewer Foree M 6 3339 10 Cast in Ulaeo rte,,, e fete Manholes 7 33 39 20 Pr-eeast G,,, eFete Manholes 8 333930 Fiber-glass Manholes 9 33 39 40-nWastewater reeess Chamber(WAG) 10 333960 Fpe. , ,Liners s for-Canna,,Sewe•CtFue�'-ut..5 11 33 41 1ri 10 Reinforeed ConereterPipe/(inverts 12 33 41 11 High Density Polyethylene(14DPE)Pipe for Storm DrL1112 13 33 4600 Subdr-ainage- 14 33 4601 Slotted Stor,,, 1,,•.,;„s 15 33 4602 T-r-en.l,Drains - 16 33 49 10 Cast ; nt Manholes to ,a r t; B irr race rvxulzric�r..o--aiza jai=ccrciii�oxcs 17 33-^x9 20 Curb and Drop inlets 18 33 49 40 St.,,.,,, il,•.,;, age 14ea 1,,alis and xxTing-=..,lls 19 20 Division 34-Transportation 21 34 41 10 T,•.,ff e Sig l., 22 34,-41 113 Removing T-+ ffie Signals 23 34 4120 Roadway illumination Assemblies blies 24 34 4130 Aluminum S;g*s 25 34 71 13 'i',..,ff;.. 26 27 Technical Specifications listed below are included for this Project by reference and can be 28 viewed/downloaded from the City's Buzzsaw site at: 29 30 lis://projectpoint.btizzsaNv.con/client/fortworthg_ov/Resources/02%20- 31 %20Construction%2ODocuinents/Specifications 32 33 34 Division 02-Existing Conditions 35 36 0241 13 Selective Site Demolition 37 0241 14 Utility Removal/Abandonment 38 0241 15 Paving Removal 39 40 Division 03-Concrete 41 03 30 00 Cast-In-Place Concrete 42 0334 13 Controlled Low Strength Material(CLSM) 43 03 34 16 Concrete Base Material for Trench Repair 44 03 80 00 Modifications to Existing Concrete Structures 45 46 Division 26-Electrical 47 26 05 00 Common Work Results for Electrical 48 2605 10 Demolition f F EleetFical Systems 49 26 05 33 Raceways and Boxes for Electrical Systems 50 26 05 43 Underground Ducts and Raceways for Electrical Systems CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 000000-5 TABLE OF CONTENTS Page 5 of 8 1 2 Division 31-Earthwork 3 31 1000 Site Clearing 4 31 23 16 Unclassified Excavation 5 312323 71 23 23 Borrow 6 31 2400 Embankments eats 7 31 25 00 Erosion and Sediment Control 8 313600 Gabielis 9 31 37 00 Riper 10 11 Division 32-Exterior Improvements 12 13 3201 17 Permanent Asphalt Paving Repair 14 3201 18 Temporary Asphalt Paving Repair 15 32 01 29 Concrete Paving Repair 16 32 1123 Flexible Base Courses 17 32 1129 Lime Treated Base Courses 18 32 1133 Cement Treated Base Coarses ' 19 32 12 16 Asphalt Paving 20 32 1273 Asphalt Paving Graek Sealants 21 32 13 13 Concrete Paving 22 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 23 32 13 73 Concrete Paving Joint Sealants 24 32 14 16 Brick Unit Paving 25 32 16 13 Concrete Curb and Gutters and Valley Gutters 26 32 1723 Pavement Markings 27 3231 13 Chain Fences and Gates 28 32 31 26 Wire Fences and Gates 29 323129 Wood Fences and Gates 30 32 32 13 Cast-in-Place Concrete Retaining Walls 31 3291 19 Topsoil Placement and Finishing of Parkways 32 32 92 13 Hydro-Mulching, Seeding,and Sodding 33 32 93 43 Trees and Shrubs 34 35 Division 33-Utilities 36 33 0130 Seaver and Manhole Testing 37 33-9131 Elesed-CirsuiTele,z speocron 3 8 33 03 10 Bypass Pumping of Existing Se Sy'-s+c crris 39 3304 10 mint Bending and Fled+., l 1selatio 40 33 04 11 GotTosion Control Test Stations 41 42 33 04 30 TempoFary ;zateF Services - > 43 33 04 40 Cleaning and Acceptance Testing of Water Mains 44 33 04 50 Cleaning Sewer-Mains 45 3305 10 Utility Trench Excavation,Embedment, and Backfill 46 3305 12 3AWer-Line Lower-ing 47 3305 13 Frame,Cover and Grade Rings 48 33 05 14 Adjusting Manholes, inlets, Valve Boxes,and Other St. te Grade 49 33 05 16 Concrete Water Vaults 50 3305 17 Concrete Collars CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 000000-6 TABLE OF CONTENTS Page 6 of 8 1 33 05 20 Auger Boring 2 33-05 21 Tunnel Liner r Dlate 3 33 05 22 Steel Casing Pipe 4 33 0523 Hand T.., nelin,g 5 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 6 33 05 26 Utility Markers/Locators 7 33 0530 Location of Existing Utilities 8 33 11 05 Bolts,Nuts, and Gaskets 9 33 11 10 Ductile Iron Pipe 10 33 11 11 Ductile Iron Fittings 11 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 12 33 111 1133 Gonefete PFessur€Pipe,Bar Ar,..,, ped Stool Gylinde•Typ 13 33 11 14 Buried Steel Pipe and Fitt' 14 33 1210 Water Services 1-inch to 2-inch 15 33 1211 Large Wate f Meters 16 33 1220 Resilient Seated Gate Valve 17 33 12-21 n gar M n„1,1, F Seated Bufto„fl, Valves 18 33 1225 Connection to Existing Water Mains 19 33 1230 Combination Air Valve Assemblies for Potable Water Systems 20 33 1240 Fire Hydrants 21 33 1250 Water Sample Stations 22 33 31 12 Cured in Dlaee Pipe(GTDD) 23 33 3113 Fiberglass Ref e Pipe f Gravity SanitarySew 24 33 31 15 High Density Polyethylene(14DPE)Pipe for eony Sewer 25 333120 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 26 33 3121 Polyvinyl! 1,1 .;to(vvG)Closed Profile QFa-vity r :?+ ,..,So,,.o,.v;,,o 27 333122 Sans+afy Sewer Slip Lining 28 33 3423 Sanitary Sewer Pipe?~nlar, eme 29 33 31 50 Sanitary Sewer Service Connections and Service Line 30 333170 Combination n it Valve f Sanitary Sewer Fore.>\4�;n 31 33 39 10 Cast-in-Place Concrete Manholes 32 33 39 20 Precast Concrete Manholes 33 33 3930 Fibe glass>` anl,,,les 34 33 3940 '.-r-a^ste r.,.,te f n eeass G1,,,, beF(WAG) G) 35 33 39 60 > ,Tines for Sanita ,Sewer St,...e4 o� � -vim— t.::j �. ., .....:j .. ....».,.,»..,., 36 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 37 33 41 11 High Density Polyetl,<,lene(HDPE)Pipe-fef St riuDFaii 38 33 46 00 e„1„1,-,mage 39 33 4601 Slotted St.,..,,, Drains 40 33 4602 T+eneh Drains 41 33 49 10 Cast-in-Place Manholes and Junction Boxes 42 33 49 20 Curb and Drop Inlets 43 33 49 40 Storm Drainage Headwalls and Wingwalls 44 45 Division 34-Transportation 46 34 41 10 T-f ffie Signals 47 34 41 13 Removing T+affie Signals 48 344120 Roadway illumination Assemblies 49 34 41 30 Aluminum Signs 50 3471 13 Traffic Control CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 000000-7 TABLE OF CONTENTS Page 7 of 8 1 Nonstandard City of Fort Worth Technical Specifications have been written by the 2 Engineer specifically for this Project; hard copies are included in the Project's Contract 3 Documents 4 5 02518 hrterlocking Concrete Pavers 6 02810 Automatic Irrigation Systems 7 02900 Tree, shrub, and Groundcover Planting 8 9 Technical Specifications listed below are for the Traffic Signal Installation for this 10 Project 11 12 The following are governing specifications for the traffic signal installation at the intersection of Old 1 13 Decatur Road and McLeroy Boulevard. 14 15 All specifications applicable to traffic signal equipment and construction for this project are identified as 16 follows: 17 18 TxDOT Standard Specifications: Adopted by the Texas Department of Transportation June 1,2004. Standard 19 specifications are incorporated into the contract by reference. 20 21 Item 416 Drilled Shaft Foundations(421)(440)(448) 22 Item 610 Roadway Illumination Assemblies(441)(442)(445)(446)(449)(620) 23 Item 618 Conduit(400)(476)(622) 24 Item 620 Electrical Conductors(610)(628) 25 Item 621 Tray Cable 26 Item 624 Ground Boxes(421)(440) 27 Item 628 Electrical Services(411)(445)(449)(618)(620)(627)(656) F 28 Item 662 Work Zone Pavement Markings(666)(668)(672) 29 Item 680 Installation of Highway Traffic Signals(416)(449)(610)(618)(620)(636)(682)(684)(688) 30 Item 681 Temporary Traffic Signal(680)(628) 31 Item 682 Vehicle and Pedestrian Signal Heads 32 Item 684 Traffic Signal Cables 33 Item 686 Traffic Signal Pole Assemblies(421)(441)(442)(445)(449) 34 Item 687 Pedestal Pole Assemblies 35 36 TxDOT Special Provisions: Special provisions will govern and take precedence over the specifications 37 enumerated hereon wherever in conflict therewith. 38 r 39 Special Provision to Item 416(416---001) 40 Special Provision to Item 500(500---005) 41 Special Provision to Item 502(502---033) 42 Special Provision to Item 506(506---013) 43 Special Provision to Item 620(620---001) 44 Special Provision to Item 628(628---001) 45 Special Provision to Item 682(682---001) 46 Special Provision to Item 685(685---014) 47 Special Provision to Item 6266(6266-017) 48 49 TxDOT Special Specifications: 50 51 Item 6266 Video Imaging Vehicle Detection System 52 Item 8260 Pedestrian Signals 53 Item 8723 Accessible Pedestrian Signal Unit 54 Item 8835 Audible Pedestrian Signal Unit CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 000000-8 TABLE OF CONTENTS Page 8 of 8 1 Appendix 2 GC-4.01 Availability of Lands 3 GC-4.02 Subsurface and Physical Conditions 4 GC-4.04 Underground Facilities 5 Fes' 4.06 Hazat!dotis EnvironmentalCondition t Site 6 GC-6.06.13 Minority and Women Owned Business Enterprise Compliance 7 GC-6.07 Wage Rates 8 GC-6.09 Permits and Utilities 9 GC-6.24 Nondiscrimination 10 GR-01 60 00 Product Requirements 11 12 END OF SECTION CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 MW_ neview Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT WORTH COUNCIL ACTION: Approved on 10/22/2013 - Ordinance Nos. 21012-10-2013 &21013-10-2013 REFERENCE 200LD DECATUR DATE: 10/22/2013 NO.: C-26526 LOG NAME: CONSTRUCTION BOAZ TO MCLEROY CODE: C TYPE: NON- PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with JLB Contracting, LLC., in the Amount of $3,978,902.65 for the Construction of Old Decatur Road from W J Boaz Road to McLeroy Boulevard, Provide for Project Costs and Contingencies for a Project Total in the Amount of$5,338,144.90, Authorize Execution of an Interlocal Agreement with the City of Saginaw in the Amount of$62,935.00, Accept Reimbursement in the Amount of $5,504.55 from the City of Saginaw for Costs Related to Signal Installation and Adopt Appropriation Ordinances (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Accept reimbursement from the City of Saginaw in the amount of$5,504.55 for costs related to traffic signal installation at Cromwell Marine Creek Road and Old Decatur Road; 2. Authorize the execution of an Interlocal Agreement with the City of Saginaw in the amount of $62,935.00 for reimbursement of City of Fort Worth's costs related to the installation of trees and irrigation along Old Decatur Road; 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the TPW Gas Well Revenues Fund in the amount of$4,672,264.90 from available funds for improvements to Old Decatur Road, from W J Boaz Road to McLeroy Boulevard; 4. Authorize the transfer in the amount of$665,880.00 from the Water and Sewer Fund to the Water Capital Projects Fund; 5. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$665,880.00 from available funds; and 6. Authorize the execution of a contract with JLB Contracting, LLC., in the amount of$3,978,902.65 for the construction of Old Decatur Road from W J Boaz to McLeroy Boulevard. DISCUSSION: Old Decatur Road will be expanded from a three-lane undivided roadway to a four-lane divided arterial from W J Boaz Road to McLeroy Boulevard in accordance with the City's Master Thoroughfare Plan. The 2008 Bond Program included funds for project design. On April 22, 2008, (M&C G-16117) City Council established a Special Projects Fund for Street Improvements and authorized the use of Gas Well Revenues in the amount of$15 million for arterial streets. Old Decatur Road is one of the roadways included in this funding. Gas Well funds will be used for right- of-way acquisition, required franchise utility improvements and project construction. Funding for this project is being provided from Gas Well Revenues and the Water Capital Projects Fund. The City of Saginaw is participating in this project and will reimburse the City of Fort Worth for costs related to traffic signal installation on Cromwell Marine Creek Road and for materials and installation of trees and irrigation on Old Decatur Road. http://apps . cfwnet. org/council_packet/mc_review. asp?ID=. . . 10/22/2013 1160L- nevi ew Page 2 of 3 This Project is Funded as Follows: Funding Source Amount TPW Gas Well Revenues Fund $4,603,825.35 Water Capital Projects Fund $ 665,880.00 City of Saginaw 68 439.55 Total $5,338,144.90 Anticipated Expenditures are as Follows: Construction Contract $3,978,902.65 Construction Services $ 394,139.88 ROW Acquisition $ 551,226.24 Utility Casement $ 220,000.00 Contingencies 193 876.13 Total $5,338,144.90 The project was advertised in the Fort Worth Star-Telegram on July 25, 2013 and August 1, 2013 and the following bids were opened on August 22, 2013. Bid Amount JLB Contracting, LLC $3,978,902.65 The Fain Group, Inc. $4,200,837.90 McMahon Contracting, L.P. $4,241,394.62 Ed Bell Construction Company $4,627,502.35 McClendon Construction Company Inc. $5,505,075.00 Jackson Construction, Ltd. $5,709,554.50 M/WBE Office- JLB Contracting, LLC., is in compliance with the City's BDE Ordinance by committing to 16 percent MBE participation on this project. The City's MBE goal on this project is 16 percent. This project is located in COUNCIL DISTRICT 7, Mapsco 33T and 33X. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the current capital budget, as appropriated, of the TPW Gas Well Revenues Fund and Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2) $68.439.55 4) PE45 538040 0609020 $665.880.00 C223 488100 207230174983 6) P253 541200 C223 541200 207230174983 $68.439.55 607170174983 $601.380.00 6) C223 541200 3) C223 472195 $4.603.825.35 207230174983 $3,377.522.65 201929990200 C223 541200 201929990200 $4,603,825.35 4& 5) P253 476045 $665.880.00 6071701749ZZ 5) P253 531350 $8,000.00 607170174952 5) P253 511010 $8,000.00 607170174952 5) P253 541200 607170174983 $626.380.00 5) P253 531200 http://apps . cfwnet. org/council_pacl<et/mc_review. asp?ID=. . . 10/22/2013 ria«. Kev iew Page 3 of 3 607170174984 $4,000.00 5) P253 531350 2 000.00 607170174984 5) P253 531350 607170174985 16.000.00 5) P253 511010 500.00 607170174991 5) P253 511010 500.00 607170174992 5) P253 511010 500.00 607170174993 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Mike Bennett (7910) ATTACHMENTS 20OLD DECATUR CONSTRUCTION W J BOAZ TO McLEROY C223 A014.doc 60OLD DECATUR CONSTRUCTION W J BOAZ TO McLEROY P253 A014 doc Location Map Old Decatur 01 749pdf i http://apps . cfwnet. org/council_packet/mc_review. asp?ID=. . . 10/22/2013 Old Decatur Road Addendum No. 1 CITY OF FORT WORTH TRANSPORTATION&PUBLIC WORKS INFRASTRUCTURE DESIGN AND CONSTRUCTION GROUP ADDENDUM No. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR OLD DECATUR ROAD FROM W.J.BOAZ ROAD TO MCLEROY BLVD. CITY PROJECT NO.01749 TPW# C223-207230174983 Water#P253-607170174983 Bid Date:Thursday,August 22,2013 Addendum No 1 Issued:August 9,2013 The contract and documents for the subject project are hereby revised or amended as the following: The addenda and updated documents has been posted on-line and can be viewed at: https://proi ectpoint.buzzsaw.com/fortworthgov/Infrastructure%20Proj ects/01749%20- %2001d%20Decatur%20Road-Boaz%20to%20McLeroy/Bid%20Package/Addenda?public Proiect Manual: Section 00 41 00 Bid Form shall be replaced with the Bid Form in the addendum. The following revisions have been made: 1. Page 2 of 3 Section 4. Time of Completion—Final Acceptance within 360 Days has been changed to 329 Calendar Days. Section 00 42 43 Proposal Form shall be replaced with the Proposal Form in the addendum. The following revisions have been made: Unit I Paving and Drainage: 1. Line Item I-61 3232.0100 Conc. Ret Wall with Sidewalk, Face quantity has been changed from 105 to 170. 2. Line Item I-134 3211.0113 8"Flexible Base,Type A,GR-1 has been added. 3. Line Item I-135 3201.0400 Temporary Asphalt Paving Repair has been added. Pg 1 Old Decatur Road Addendum No. t Construction Plans: 1. Sheet 02.19 Detail 32 13 20-13546 has been updated. 2. Sheets C6.19 to C6.23 have been included. CIailficatioras: 1. The contractor shall furnish and install the signal poles and equipment in accordance with the plans. 2. Item I-134 3211.0113 8"Flexible Base,Type A,GR 1 has been added for the locations requiring concrete block-outs for the traffic signal poles during traffic control sequencing. Information to Bidders: This Addendum No. 1,forms part of the Specifications-and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this addendum No. 1 by completing the requested information at the fallowing locations: I.- hi die space provided in Section 00 4100 Bid Form of the Bid Proposal. 2. Execute acknowledgement below and submit signed copy with your proposal at die time of the bid submittal. RECEIPT ACKNOWLEDGES: Douglas W.Wiersig,P.S. Director By:��z ,�Gari6'"� Department ofT ns o ati is Works Title: 5/I- _ ✓. ' i3y ike Bennett Project Manager $ � t y+�assa�tt\\ OF ls►ss-s�ssrs�wssssssass�! Nss s s %� sw7 f� tf4 +s+ Kfmley-Hom MF I and Assoclatess Inc. Texas Registered Engineering Firm F-928 Pg 2 Old Decatur Road Addendum No.2 CITY OF FORT WORTH TRANSPORTATION&PUBLIC WORKS INFRASTRUCTURE DESIGN AND CONSTRUCTION GROUP ADDENDUM No.2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR OLD DECATUR ROAD FitoM W.J.BOAZ ROAD TO MCLEROY BLVD. CITY PROJECT NO.01749 TPW# C223-207230174983 Water#P253-607170174983 Bid Date:Thursday,August 22,2013 Addendum No 2 Issued:August 20,2013 The contract and documents for the subject project are hereby revised or amended as the following: The addenda and updated documents has been posted on-line and can be viewed at: https://projectpoint.buzzsaw.com/fortworthgovMfrastructure%20Pro'ea cts/01749%20- %200ldVo20Decatur%o20Road-Boaz%20to%20McLeroy/Bid%20Packaae/Addenda?public Construction Plans: 1. Sheet C2.16 Detail 32 13 20-13508 and D511 has been updated. Replace Sheet C2.16 with the updated sheet. 2. Sheet C2.17 Detail 32 13 20-D515 and D517 has been updated. Replace Sheet C2.17 with the updated sheet. Clarifications• 1. The Temporary Construction Easements cannot be used to store material or equipment during construction. 2. The flagpoles called out to be relocated on Sheet C1.01 shall be removed not relocated. The removal of the poles shall be subsidiary to Item 1-213110.0101 Site Clearing. 3. The minimum 28 day compressive strength for the reinforced concrete shall be in accordance with City of Fort Worth Specification 32 13 13 and 32-13-20. a. Machine Paving:3,600 psi b. Hand Paving:4,500 psi Pg i Old Decatur Road Addendum No.2 i c. High Early Strength:4,500 psi at 28 days and 2,600 psi at 24 hours ' d. Driveways,sidewalks and barrier free ramps:3,000 psi Contractor Submittal Requirements: 1. A listing of the submittals required for construction has been included in this addendum for reference. The contractor is responsible for meeting the submittal requirements per the specifications. i Information to Bidders: 3 This Addendum No.2,forms part of the Specifications and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the same, Acknowledge your receipt of this addendum No. 1 by completing the requested information at the following locations: 1. In the space provided in Section 00 4100 Bid Form of the Bid Proposal. } 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. RECEIPT ACKNOWLEDGES: Douglas W.Wiersi P.E. Director By: -, 4~ Department o po. Public Works Title: 9- ✓ t� By: Mflce ennett Project Manager SOW 'r %eAIA RE�' 4 ssssssssessessseese 0.00* to **to 900#0:eef Ptt o ENS�,�•'• 0 Soso* G ce Kimley-Hom NN and Associates,lrtc. Texas Registered Engineering Firm F-928 Pg 2 : 1 a Old Decatur Road Addendum No. 1 CITY OF FORT WORTH TRANSPORTATION&PUBLIC WORKS INFRASTRUCTURE DESIGN AND CONSTRUCTION GROUP ADDENDUM No. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR OLD DECATUR ROAD FROM W.J.BOAZ ROAD TO MCLEROY BLVD. CITY PROJECT NO. 01749 TPW 9 C223-207230174983 Water#P253-607170174983 Bid Date: Thursday,August 22,2013 Addendum No 1 Issued:August 9,2013 The contract and documents for the subject project are hereby revised or amended as the following: The addenda and updated documents has been posted on-line and can be viewed at: lnttps://projectpoint.buzzsa\v.coin/foifivorthgov/Infrastructure%2OProj ects/01749%20- %2001d%20Decatur%20Road-Boaz%20to%20McLeroy/Bid%20Package/Addenda?public Proiect Manual: Section 00 41 00 Bid Form shall be replaced with the Bid Form in the addendum. The following revisions have been made: 1. Page 2 of 3 Section 4. Time of Completion—Final Acceptance within 360 Days has been changed to 329 Calendar Days. Section 00 42 43 Proposal Form shall be replaced with the Proposal Fonn in the addendum. The following revisions have been made: Unit I Paving and Drainage: 1. Line Item I-61 3232.0100 Cone. Ret Wall with Sidewalk, Face quantity has been changed from 105 to 170. 2. Line Item 1-134 3211.0113 8"Flexible Base,Type A,GR-1 has been added. 3. Line Item I-135 3201.0400 Temporary Asphalt Paving Repair has been added. Pg I i Old'Decatur Road Addendum No. 1 ConstrttMiott Plans: 1. Sheet 02.19 Detail 32 13 20-D546 itis beets updated. 2. Sheets C6.19 to C6.23 have been inel tided. Clarifications: 1. The contractor shall furnish.and install tate signal poles and equipment in.accordance with the-plans. 2. Item I-134 3211.0113 8"Flexible Base,Type A, GR 1 has.been addedfor the locations requiring concrete block-outs for the traffic signal poles daring traffic control.sequencing. Informnation,to IBiddet This Addendum No. 1,forms part of the Specifications-and Contract Doetiments for the subject project and modifies the original.Specifications and Contract Documents of the saute. Aeknowledgc�yottr receipt of this-addetidual No. 1 by completing the requested information at the following locatioll L In the space provided in Section 00 4100 Bid Form of the Bid Proposal. 2, Eucute acknowledgement below and submit signed copy with your proposal at the time of the bid sulinrittal. r RECEIPT ACKNOWLEDGES: Douglas W. Wiersig,P.E. Director By: Department ofT its o tatiortll't tic Works- Title: By: i Pike Bennett roject Managcr �*0 iQFiitt j}f lies 0}*r Mwu Klmley-Horn and Associates,inc. } Texas Registered Engineering Finn F-928 t'g 2 fi Old Decatur Road Addendum No.2 CITY OF FORT WORTH TRANSPORTATION&PUBLIC WORKS INFRASTRUCTURE DESIGN AND CONSTRUCTION GROUP ADDENDUM No.2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR OLD DECATUR ROAD FRom W.J.BOAZ ROAD TO MCLEROY BLVD. CITY PROJECT NO.01749 TPW# C223-207230174983 Water#P253-607170174983 Bid Date:Thursday,August 22,2013 Addendum No 2 Issued:August 20,2013 The contract and documents for the subject project are hereby revised or amended as the following: The addenda and updated documents has been posted on-line and can be viewed at: haps://projectpoint.buzzsaw.com/fortworthov/Infrashucture%20Proj ects/01749%20- %2001d%20Decatur%20Road-Boaz%20to%20McLeroylBid%20Package/Addenda?public Construction Plans: 1. Sheet C2.16 Detail 32 13 20-D508 and D511 has been updated. Replace Sheet C2.16 with the updated sheet. 2. Sheet C2.17 Detail 32 13 20-13515 and D517 has been updated. Replace Sheet C2.17 with the updated sheet. Clarifications: 1. The Temporary Construction Easements cannot be used to store material or equipment during construction. 2. The flagpoles called out to be relocated on Sheet C1.01 shall be removed not relocated. The removal of the poles shall be subsidiary to Item 1-213110.0101 Site Clearing. 3. The minimum 28 day compressive strength for the reinforced concrete shall be in accordance with City of Fort Worth Specification 32 13 13 and 32-13-20. a. Machine Paving:3,600 psi b. Hand Paving:4,500 psi Pg 1 F : Old Decatur Road. Adderndcun No.2 c. High Early Strength:4,500 psi at 28 days and 2,600 psi at 24 hours d. Driveways,sidewalks and barrier free ramps:3,000 psi Contractor Submittal Requirements: 1. A listing of the submittals required. for construction has been included in this addendum for reference. The contractor is responsible for meeting the submittal requirements per the specifications. Information to Bidders: This Addendum No.2,forms part of the Specifications and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this addendum No. 1 by completing the requested information at the following locations: 1. In the space provided in Section 00 4100 Bid Form of the Bid Proposal. 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. RECEIPT ACKNOWLEDGES: Douglas W.Wiersi P.E. Director By: Department o r po.. i/Public Works Title: By:,'y't Mike Vennett Project Manager AL %seaassssssssr.sasssi�� °> A.i�CL4lFl� i �sssi.s ts�sn+�+R1rsss.s..3 Kirnley-Horn and Associates,Inc. Texas Registered Engineering Firm F-928 Pg 2 } 00 11 13-1 INVITATION TO BIDDERS Page 1 of2 r 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. will be 5 received by the City of Fort Worth Purchasing Office: 6 j 7 City of Fort Worth 8 Purchasing Division 9 1000 Throclanorton Street 10 Fort Worth, Texas 76102 11 until 1:30 P.M. CST,Thursday,August 22,2013,and bids will be opened publicly and read 12 aloud at 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the(approximate)following: Construction of approximately 5,400 16 linear feet of 29 foot wide concrete pavement with curb, construction of turn lanes and median for 17 4,400 linear feet, concrete pavement reconstruction of Old Decatur Road and McLeroy Boulevard 18 intersection,approximately 4,600 linear feet of storm drain, approximately 4,400 linear feet of 5' 19 wide sidewalk, 5,600 linear feet of 12"water line installation, utility adjustments, concrete 20 pavement repair,traffic signal installation, street light foundations and conduit installation, 21 median trees and irrigation,pavement markings and signage. 22 23 PREQUALIFICATION 24 The improvements included in this project must be performed by a contractor who is pre- 25 qualified by the City at the time of bid opening. The procedures for qualification and pre- 26 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 27 28 DOCUMENT EXAMINATION AND PROCUREMENTS 29 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 30 of Fort Worth's Purchasing Division website at.http://www.foi-tworthgov.ordpurchasing and 31 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 32 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 33 suppliers. 34 35 Copies of the Bidding and Contract Documents may be purchased from Kimley-Horn and 36 Associates,Inc., 801 Cherry Street,Unit#11, Suite 950,Fort Worth,TX 76102, 817-335-6511: 37 The cost of Bidding and Contract Documents is: 38 Set of Bidding and Contract Documents with full size drawings: $300 39 Set of Bidding and Contract Documents with half size drawings: $200 - 40 41 PREBID CONFERENCE 42 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 43 BIDDERS at the following location,date,and time: 44 DATE: Tuesday,August 6,2013 - 45 TIME: 9:00 a.m. 46 PLACE: PMO Conference Room 255A 1 47 LOCATION: City Hall-2nd Floor 48 1000 Throckinorton St. 49 Fort Worth,Texas 76102 CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised July 1,2011 i 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 1 2 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 3 City reserves the right to waive irregularities and to accept or reject bids. 4 5 INQUIRIES 6 All inquiries relative to-this-procurement should be addressed to the following: 7 Attn: Mike Bennett,P.E.,City of Fort Worth 8 Email: mike.bennett�fortNvorthtexas.gov 9 Phone: 817-392-7910 10 AND/OR 11 Attn: Dana LeClaire,P.E.,Kimley-Horn and Associates,Inc. 12 Email: daiia.leclaire@kimley-hom.com 13 Phone: 817-335-6511 14 15 ADVERTISEMENT DATES 16 July 25,2013 17 August 1,2013 18 END OF SECTION CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised July 1,2011 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00- GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person,firm,partnership,company,association,or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder:Any person, firm,partnership,company,association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in malting copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding.Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; 40 https://projectpoint.buzzsaNv.coin/fortworthgov/Resources/02%20- 41 %20Constructioii%2ODocumeiits/Conte•actor%2OPrequalificatioil/TPW%2OPaviiI 42 %20Contractor%2OPregLialification%2OProgram/PREQUALIFtCATION%20REQ 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 littps:Hprojectpoint.buzzsaw.com/foi-tworthgov/Resources/02%20- _ 47 %20Coiistruction%2ODocuineiits/Contractor%2OPrequalificatioii/TPW%2OPaviii 48 %20Coiitractor%2OPregLialification%2OPros4ram/PREQUALIFICATION%20REQ 49 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF? up blic CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised November 27,2012 i 1 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 3.1.3. Water and Sanitary Sewer—Requirements document located at; 3 littps://projectl)oiiit.buzzsaNv.com/fortNvorthgov/Resources/02%20- 4 %20Constructiort%2ODocumerlts/Contractor%2OPrequal ification/Water%20and%2 5 OSanitary%2OSewer%2OContr•actor%2OPregtlalification%2OPro!�ram/WSS%20l I_e 6 qual%20requirements.doc?public 7 8 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 9 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 10 45 11,BIDDERS PREQUALIFICATIONS. 11 12 3.2.1. Submission of and/or questions related to prequalification should be addressed to 13 the City contact as provided in Paragraph 6.1. 14 15 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 16 bidder(s)for a project to submit such additional information as the City,in its sole 17 discretion may require,including but not limited to manpower and equipment records, 18 information about key personnel to be assigned to the project, and construction schedule, 19 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 20 deliver a quality product and successfully complete projects for the amount bid within 21 the stipulated time frame.Based upon the City's assessment of the submitted 22 information, a recommendation regarding the award of a contract will be made to the 23 City Council. Failure to submit the additional information,if requested,may be grounds 24 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 25 notified in writing of a recommendation to the City Council. 26 27 3.4.In addition to prequalification,additional requirements for qualification may be required 28 within various sections of the Contract Documents. 29 30 4. Examination of Bidding and Contract Documents, Other Related Data,and Site 31 32 4.1.Before submitting a Bid, each Bidder shall: 33 34 4.1.1. Examine and carefully study the Contract Documents and other related data 35 identified in the Bidding Documents(including"technical data" referred to in 36 Paragraph 4.2.below).No information given by City or any representative of the 37 City other than that contained in the Contract Documents and officially 38 promulgated addenda thereto, shall be binding upon the City. 39 40 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 41 site conditions that may affect cost,progress,performance or furnishing of the 42 Work. 43 44 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 45 progress,performance or furnishing of the Work. 46 CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised November 27,2012 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4.Study all: (i)reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site(except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish.All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents.No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto,shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research,investigations,tests,borings,and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations,investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations,tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work,time required for its completion, and obtain all information 28 required to make a proposal.Bidders shall rely exclusively and solely upon their 29 own estimates,investigation,research,tests,explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation,examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents.The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of. 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings,if any,on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. ' 50 CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised November 27,2012 i { 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents,but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 11 any other data,interpretations,opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means,methods,techniques,sequences or 17 procedures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents,(iii)that Bidder has given City written notice of all 19 conflicts, errors,ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 21 etc.,have not been resolved through the interpretations by City as described in 22 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 27 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities,construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way,easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of-way,easements,and/or permits are not obtained,the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised November 27,2012 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, easements,and/or permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 Fort Worth,TX 76102 21 Attn: Mike Bennett, Transportation and Public Works 22 Fax: (817) 392-6543 23 Email:mike.bennettR.0 forhvw-thtexas.goov 24 Phone:817-392-7910 25 26 27 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 28 City. 29 30 6.3.Addenda or clarifications may be posted via Buzzsaw at 31 haps://Uroiectpoint.bitzzsaly.com/client/forhvortliZovIlt7fi•asb•trctzn•e%20Proiects/01749 32 %20-%20O1d%20Decatuf•%20Road-Boaz%20to%20McLeroyIBid%20Package 33 34 35 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 36 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 37 Project. Bidders are encouraged to attend and participate in the conference. City will 38 transmit to all prospective Bidders of record such Addenda as City considers necessary 39 in response to questions arising at the conference. Oral statements may not be relied 40 upon and will not be binding or legally effective. 41 42 7. Bid Security 43 44 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 45 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting i 46 the requirements of Paragraphs 5.01 of the General Conditions. 47 CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised November 27,2012 i 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which,or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract,if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or"or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A.,6.05B.and 6.05C. of the General 26 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 27 28 11. Subcontractors,Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts.A copy of the Ordinance can be 33 obtained from the Office of the City Secretary.The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 5:00 P.M. CST,five(5)City business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received.Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents;additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised November 27,2012 0021 13-7 INSTRUCTIONS TO BIDDERS F Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives,the words "No Bid," 5 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals,for which the Bidder proposes to do the 7 work contemplated or furnish materials required.All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner,whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to City Manager of the City,and shall be enclosed in an opaque sealed envelope, 1 46 marked with the City Project Number,Project title,the name and address of Bidder, and 47 accompanied by the Bid security and other required documents. If the Bid is sent through the 48 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 49 with the notation"BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised November 27,2012 _i i 3 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 6 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids.After all Bids not requested for withdrawal are 8 opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City,be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates(if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids,including without limitation the rights 27 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price,contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders,Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract,Bidder has performed a prior contract in an unsatisfactory manner,or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised November 27,2012 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers,and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs,maintenance requirements,performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization,work of a value not less than 17 35%of the value embraced on the Contract,unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded,it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Govermnent Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization.If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 9 Revised November 27,2012 1 3 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent(hereinafter also referred to as"you")to a City of Fort Worth (also referred to as"City')procurement are required to complete Conflict of Interest Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure Statement(the attached CIS Form)below pursuant to state law.This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work.The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/CIQ.i)d httr)://www.ethics.state.tx,us/forms/CIS.pdf 0 CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: JLB Contracting, LLC By: James G Humphrey PO Box 24131 Signature: Fort Worth,Texas 76124 Title: Senior VP END OF SECTION f i i I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Old Decatur Proposal 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: Old Decatur Road W.J. Boaz Road to McLeroy Blvd. City Project No.: 01749 Units/Sections: Unit I Paving and Drainage Unit II Water Distribution Unit III Landscape and Irrigation Additive Alternate Traffic Signal at Cromwell Marine Creek and Old Decatur 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract award,and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Old Decatur Proposal 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution, Urban and Renewal, 12-inch diameter and smaller b. Sewer Collection System, Urban/Renewal,8-inches and smaller c. Concrete Paving Construction/Reconstruction(10,000 square yards and GREATER) d. Roadway and Pedestrian Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 329 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 3513 "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. 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. i i 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Old Decatur Proposal 00 41 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on Thursday,August 22,2013 by the entity named below. Respectfully submitted, Receipt is acknowledged of Initial / the following Addenda: By: �— i ZS'��— � Addendum No. 1: (Signature) Addendum No.2: Addendum No.3: James G Humphrey Addendum No.4: (Printed Name) Title: Senior VP Company: JLB Contracting, LLC Corporate Seal: Address: PO Box 24131 Fort Worth,Texas 76124 LC *®®®Q,`� C?,,,, e�• State of Incorporation: Texas ��®® �P�� Email: ®Z % C) U J� ° Phone: 817-261-2991 . ' .a END OF SECTION f`' x s CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Old Decatur Proposal 004243 BIDPROPOSAL Page I or6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Quantity Unit Price TBk1 Value Item No. I Section No. Measure Unit 1:Paving and Drainage 1-01 0241.0100 Remove Sidewalk 0241 13 SF 2560.00 $0.85 $2176.00 1-02 0241.0300 Remove ADA Ramp 02 41 13 EA 3.00 __ $55.00................ $165.00 1-03 0241.0401 Remove Concrete Drive 0241 13 SF 16340.00 $0.85 $13,889.00 1-04 0241.0402 Remove Asphalt Drive 0241- 13 -SF- 1590.00 ---$0.74 $1,176.60 1-05 0241.0500 Remove Fence(if necessary) 02 13 LF810.00 $3.45 $2,794.50 ------------ 1 06---0241.0700. 1 Remove Mailbox 02,41 13. EA, 9.00, $76.00 $675.00 ........ ...........____ _____-T'-- 1-07 0241.1000 Remove Cone Pvmt 0241 15 SY 4100.00 W91 $28,331.00 ------------ ........... 1-08 0241.1100 Remove Asphalt Pvmt 02 41 15 SY5 $5.84 -9 $26,367.60 1-09 0241.1300 Remove Cone Curb&Gutter 0241 15 LF 1760.00 $2.12 $3,731.20 1-10 0241.3011 Remove 15"Storm Line 0241 14 LF 245.00 $3.75 $918.75 ----------- ---- _ - 111 - 1-11 0241.3015 Remove 24"Storm Line 0241 14 LF 325.00 $4.80 $1,560.00 ........ ....... ........ ... ---------------------- 1-12 0241.3501 Remove Storm Junction Structure 0241 14 LS 1.00 $785.00 $785.00 1-13 0241.4101 Remove 10'Recessed Inlet 0241 14 EA 4.00 $575 00 1-14 0241.4401 Remove Headwall/SET 024114 EA 1.00 $400.00 $400.00 -------------------------------------------------------------------- .......... 1-15 2605.2101 Conduit Box 26 05 33 EA 20-00 $615.00 $12,300.00 ------------ 1-16 2605.3003 1 1/4"CONDT RM(T) 26 05 33 LF 20.00 $8.50 $170.00 CONDT PVC SCH 46(1) 26 05 33 LF 4530.00 $425 $19,252.50 1-17 2605.3011 2' -------------- ----------- -------- 1-18 2605.3012 2"CONDT PVC SCH 40(B) 26 05 33 LF 525.00 $10.60 $ 565.00 1-19 2605.3021 3"CONDT PVC SCH 40(T) 26 05 33 LF 120.00 $9.55 $1,146.00 ---------- 1-20 2605.3032 4"CONDT PVC SCH 40(B) 26 05 33 LF 440.00 $17.00 $7"180. 1-21 3110.0101 Site Clearing 31 1000 LS 1.00 $67,650-00 1-22 3123.0101 Unclassified Excavation by Plan 312316 CY 20350.00 $10.09 $205,331.50 ................. 1-23 3124.0101 Embankment by Plan 31 24 00 CY 700.00 $6.40 $4,480.00 1-24 3125.0101 SWPPP 2:1 acre 31 25 00 LS 1.00 $§,Igq.Ro $8,190.00 1-25 32011.0656 Cone Pvmt Repair,I HES,Arterial/Industrial 320129_ SY 1820.00 $76.58 $139J75.E�0 1-26 3211.0400 Hydrated Lime 321129 TN 640.00 $151.00----------$'gm,10.00 ----------............---------- -------- 1-27 3211.0502 8"Lime Treatment 32 11 29 SY 26670.00 $2.18 $58,140.60 .................. 1-28 3212.0303 3"Asphalt Pvmt Type D 32 12 16 SY 1780.00 $13 40 ___$_23§5Z_90 1-29 3212.0503 6"Asphalt Base Type B 321216 SY 1780.00 $25.72 . 0 ------- _�K5�7111 1-30 3213.0105 10"Cone Pvmt 321313 SY 22800.00 $47.29 $1 ....................---------.............. ....... ,Uq,�I?:00 1-31 3213.0205 10"Cone Pvmt HES 32 13 13 SY 2300.00 $61.73 $141,979.00 ........... ------------ 1-32 3213.0301 4"Cone Sidewalk 32 13 20 SF 21430.00 $3.66 A784I33.80 1-33_ 3213.0401 6"Concrete Driveway 32 13 20SF 6840.00 $4.91 --- --- Aq -- --- --PM8� 1-34 3213.0403 8"Concrete Driveway 32 13 20 SF 4120.00..................$5,82 $23,978.40 1-35 3213.0505 Barrier Free Ramp,Type M-3 32 EA 1.00 $705.00 $705.00 ............ 1-36 3213.0510 Barrier Free Ramp,Type C-3 32 1320 EA 1.00 ------�--A1,549_09__ _ 1-37 3213.0506 Barrier Free Ramp,Type P-1 32 13 20 EA 10.00 $600.00 $6 1-38 3216.0101 6"Cone Curb and Gutter 32 16 13 820.00 1-39 3217.0001 4"SLD Pvmt Marking HAS(W) 32 17 23 LF 11350.00 $0.64 $7,264.00 140 3217.0002 4"SLD Pvmt Marking HAS(Y) 32 17 23 LF 3410.00 -1--41--- 3217.0003 4"BRK Pvmt Marking,HAS( ) 321723 LF 2200.00 $0.64 $1,408.00 142 3217.0004 4"BRK Pvmt Marking HAS(Y) 321723 LF 200.00 $0.64 $128.00 -------------- 143 3217.0014 4"DOT Pvmt Marking Paint(W) 32 17 23 LF 400.00 $0.64 $256.00 ---------------------------------------------------- .......... 144 3217.0201 8"SLD Pvmt Marking HAS(VV) 32 17 23 LF 3850.00 $1.06 $4,081.00 145 3217.0202 W SLD Pvmt Marking HAS(Y) 32 17 23 LF 330.00 $1.06 $349.80 146 3217.0301 12"SLD Pvmt Marking HAE(W) 32 17 23 LF 800.00 $4.25--- $3,400.00 -- ----------------- 147 3217,0401 18"SLD Pvmt Marking HAE(W) 321723 ...........LF 270.00 $6.90 $1,863.00 . 148 3217.1002 Lane Legend Arrow 321723 EA 19.00 $190.00 $3.610.00 149 3217.1003 Lane Legend DBL Arrow 3-2 1 1723 -E-A I-00 $320.-00 $320.00 ---------- 1-50 3217.1004 Lane Legend Only 32 17 23 EA 17.00 $290.00 $4,930.00 1-51 3217.1006 Lane Legend Bike 32 17 23 EA............... ..........._31.00 $215.00 $6,665.00 1-52 3217.3101 Tab Marker TY W 32 17 23 EA 200.00 -$0.8..0 $160.00 - 1-53 3217.3102 Tab Marker TY Y 32 17 23 EA 200.00 $0.80 $160.00 1-54 3217.4301 Remove 4"Pvmt Marking 32 17 23 LF 8760.00 $0.53 $4642.80 1-55 3217.4302 Remove 6"Pvmt Marking 32 17 23 LF 7620.00 $0.64 $4,876.80 t I-56 3217.4306 Remove 24"Pvmt Marking 32 17 23 LF 75.00 $2.65 $198.75 1-57 3217.4402 Remove Lane Legend Arrow 32 17 23 EA 9.00 $53.00 $477.00 1-58 3217.4404 Remove Lane Legend Only321723 EA 1.00 $106.00 $106.00 ------------------------------------------------------ 1-59 3217.4406 Remove Lane Legend Bike 32 17 23 EA 1.00 $106.00 $106.001 1-60 3231.0122 5'Chain Link,Aluminum(if necessary) 32 31 13 LF 480.00 $17.90 $8,692.091 1-61 3232.0100 Cone Rat Wall With Sidewalk,Face 323213 SF 170.00 $26.55 $4,513.501 --13M.61M Cone Rat Wall with Sidewalk,Sidewalk kl3i .323213 570.00 $6.40 $3648.001 ............ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS I-Revised 20120120 Old D-t-Proposal Add 1 00 42 43 BID PROPOSAL Page 2.176 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Description Bid Quantity Unit Price Bid Value Item No. Section No. Measure 1-63 3291.0100 Topsoil 3291 19 CY 1300.00 $13.55 $17,615.00 164 3292.0100 Block Sod Placement 32 92 13 SY 5175 00 $3 qq-_ I-Iii 3292.0400 Seeding,Hydromulch 32 9213........... SY_ 2600.00 _$0 90 $2,340.00 !7l56._ 3305.0102 Cathodic Protection Test Station Adjustment 330514 EA 1.00 $127.00 $127.00 ................... 1-67 3305.0106 Manhole Adjustment,Major 33 05 14 EA 1-00 $1,700.00 $1,7_09_00 1-68 3305.0107 Manhole Adjustment,Minor 33 05 14 EA 1.00 $540.00 $540.00 1-69 3305.0108 Miscellaneous Structure Adjustment-Sta 106+06 330514 EA 1.00 $405.00 $405.00 1-70 3305.0108 Miscellaneous Structure Adjustment-Ste 109+32 330514 EA 1.00 $880.00 $880.00 -------------- 1-71 3305.0108 Miscellaneous Structure Adjustment-Ste 121+91 33 05 14 EA 1.00 380 $2,380.00 1-72 3305.0108 Miscellaneous Structure Adjustment-Sta 138+55 3305141.00 $3 7 _ ---------- EA-----_---- _�R Q0C 1-73 3305.0109 Trench Safety 33 05 10 LF 5415.00 $1.06 $5,739.90 .......... 1-74 3305.0111 Valve Box Adjustment 33 05 14 EA 6.00 $275�00 $1,6%00 ............ .............---------------- .............._ 1-75 3305.0114 Manhole Adjustment,Major w/Cover 33 05 14 EA 1.00 $1,980.00 $1,980.00 1-76 3341.0103 18"RCP,Class 111 3341 10 LF 225.00 $51.00 $111475700 1-77 3341.0201 21"RCP,Class 111 3341 10 LF 490.00 $W00 ......... ...........!ZT,440.00 1-78 3341,0205 24"RCP,Class 111 3341 10 LF 2100.00 $62.00 $130,200.00 1-79 3341.0302 30"RCP,Class 111 3341 10 LF 480.00 $74.50 $35,760.00 1-80 3341.0309 36"RCP,Class 111 3341 10 LF 120.00 $11,100.00_ 1-81 3341.0409 48"RCP,Class 111 3341 10 LF 2000.00 $132.00 $264,000.00 1-81 3349.0002 5'Storm Junction Box 33 49 10 EA 10.00 $4,995.00 $49,950.00 1-82 3349.6001 10'Recessed Inlet 33 49 20 EA 17.00 $2,870.00 ------ _ $41M90-00 1-83EA Z00 4 3349�6003 20'Recessed Inlet 334920 $ .880.00 $9,760.00 1.84 ­ 33491.7001,.4'Drop Inlet 33 492.0_______ 1.00 $2,760.00 $2760.00 ........... 1-85 3441.2001 Salvage Traffic Signal 3441 13 LS 1.00 $1,590m $1,590.00 1-86 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 34 41 30 EA 43.00 $372.00 $15,996.00 3471.01001 Traffic Control 34 71 13MO, 12.00 $2_,240._0,0 $26,880.00 1-88 3471.0002 Portable Message Sign3471 13 WK 10.00 $515.00 $5.150.00 ------------------------ 1-89 9999.0000 2x2'Drop Inlet 33 49 20 EA 2.00 $2,440.00 $4,880.00 ---------------- 1-90 9999.0000 3'x 3'Drop Inlet 33 49 20 EA 1.00 $2,550.00 $2,550.00 -91 9999.0000 Street Liqht Foundation-Oncor Spec.. ...... $770.00 $19,260.00 ­­­­ ­11 11 1 11 P ............. .......... 1-92 9999.0000 Monolithic Median Nose-Type 1(includes Pavers and Concrete) 32 1313 32 14 16 EA 9.00 __$235000_.__-___. $21,150.00 ........ 1-93 9999.0000 Median Nose-Type 2(includes Pavers and Concrete) 16 EA 4.00 $2,660.00 $10,640.00 1-94 9999.0000 Gravel Driveway-6" 32 11 23 SF 3100.00 $1.50 $4,650.00 1-95 9999.0000 Irrigation Restoration-Parkview Hills-Pre Bid PLANS LS 1.00 $7,500.00 1-96 9999.0000 Landscape Restoration-Parkview Hills-Pre-Bid PLANS LS 1.00 $7,500.00 $7,500.00 ........... ........... 1-97 9999.0000 Irrigation Restoration-TCE Limits-Pre-Bid PLANS LS 1.00 ii5,000.00 $5,000.00 !-98 9999.0000 Landscape Restoration-TCE Limits-Pre-Bid PLANS LS 1.00 qq $5,0 00.0 0 1-99 9999.0000 Mailbox $150 00 $1,350.00 i-loo 9999.0000 Brick Pavers with Concrete Base 16 SF 245.00 $12.00 $2,940.00 I.-101 9669*6666 Sign Removal -- .E A 2.1"-00 $160.00- - 1 $3,360.00 ................. ....... ............ .................... i-im 9999.0000 DRILL SHAFT(TRF SIG POLE)(24 IN)(TxDOT 416 2032) *TXDOT LF 30.00 $160.00 $4,800.00 I-ioi 9999.0000 "DRILL SHAFT(TRF SIG POLE)(30 IN)(txbOT 416 2632) *TXDOT LF 11.00 $180.00 $1,980.00 1.104 9999.0000 DRILL SHAFT(TRF SIG POLE (36 IN (TxDOT 416 2032) *TXDOT LF 39.00 $190.00 $7,410.00 ---------- ------ 1-105 9999.0000 ELEC:CONDR(NO.6)BARE(TxDOT 620 2009) *TXDOT LF 950.00 $1.06 $1,007.00 1-106 9999.0000 ELEC coNbR(Nd.d)INSULATED(TxDOT 620 2010) LF --8-5-.00- $11.66- -------- ------ __$90,110 1-107 9999.0000 "GROUND BOX TYPE D(162911)W/APRON(TxDOT 624 2014) -TXDOT EA 4.00 $740.00 $2.960.00 1-108 9999.0000 INSTALL HWY TRF SIG(ISOLATED)(TxOOT 680 2002) *TXDOT EA $8,500.00 $81509,00- 1-109 9999.0000 BACK PLATE(121N)(3 SEC)(TxDOT 682 2001) *TXDOT EA 8.00 $95.00 $760.00 i-110-.- u .. 6669.6066 BACK PLATE� m)(4 SEC)(TXDOT&K 2662) *TXDOT- E-A--- _$106.00 $424.00 9999.0000"VEH SIG SEC(121N)LED(GRN ARW)(TxDOT 682 2022) T DOT EA 4.00 $265.00 $1,060.00 1-112 9999.0000 VEH SIG SEC(121N)LED(GRN)(TxDOT 682 2023) -TXDOT EA 8.00 $2,120.00 1-113 9999.0000 VEH SIG SEC(121N)LED(YEL ARW)(TxDOT 682 2024) *TXDOT EA 4.00 $265.00 $1,060.00 ­­­­_­........... 1.114 9999.0000 VEH SIG SEC(121N)LED(YEL)(TxDOT 682 2025) *TXDOT EA 12.00 $265.00 $3,180.00 1-115 9999.0000 VEH SIG SEC(121N)LED(RED)(TxDOT 682 2627) -*-TXD-O'-T E_AGO $265._0_0 _ $3,180.00 1-116 9999.0000 '-FkFSIG CBL(TYA)(14AWG)(10CNdk)(TXDOT 6842036) TXDOT LF 560.00 $2.12 $1 187.20 9999.0000 'TRF SIG CBL(IYA)(14 AWG)(16 CNDR)(TxDOT 684 2042) *TXDOT_ LF 540.00 __ ___$3.19 $1,722.60 1.118 9999.0000"INS TRF SIG PL AM(S)I ARM(2&)(TxDOT 686 Mb MOO $3,6k.CO 1-119 9999.0000 INS TRF SIG PL AM(S)1 ARM(361)LUM(TxDOT 686 2037) *TXDOT EA 1.00 $5,950 00 950.00 ----------- 1.120 9999,0000 INS TO Sid PL AM(S)1 ARM(40')LU14(TxDOT 686 2041) *TXDOT A1.00 $5,950,00 $5,9%00 ............ -------------- TXDOT $6,3 1-121 9999.0000 INS TRF SIG PL AM(S)1 ARM(48')(TxDOT 686 2047) EA 1.00 $6,3T8.66 7 1.122 9999.0000 PED POLE ASSEMBLY(TxDOT 687 2001) *TXDOT E 5.00 $1,490.00 $7,450.00 I-123 7,456 66 9999.0000"COAXIAL CABLE(OPTICOM) *TXDOT L-- 7F 5 Cn"Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS F.-Rni.-d 20120120 Old Decatur Proposal Add I 00 42 43 BID PROPOSAL P.g.3 or6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Quantity Unit Price Bid Value Item No. Section No. Measure 1-124 9999.0000 VIVDS PROCESSOR SYSTEM(TxDOT62662001) *TXDOT EA 1.00 $5,310.00 _$_5_,_3.1.0_.0.0 1-125 4.00 9999.0000 VIVDS CAMERA ASSEMBLY(Tx0OT 6266 2002) *TXDOT EA $1,275.0_0 _.. _._.. $5,.100,00 I-126 9999.0000 VIVDS SET-UP SYSTEM(TXDOT 6266 2003) *TXDOT EA _ __ 1.00 $370.00_ $370.00 1-127 9999.0000 'VIVDS COMMUNICATION CABLE(COAXIAL)JxDOT 6266 *TXOOT LF 540.00 $2.12 $1,144.80 _ .. -- 1-128 9999.0000 "LED COUNTDOWN PED SIGNAL MOD W/HOUSING(TxDOT *TXDOT EA 8.00 $585.00 $4,680.00 1129 9999.0000 BBU SYSTEM(EXTERNAL BATT CABINET) TXDOT EA 1.00 $5,950-00 $5 950.00 1-130 9999.0000 "AUDIBLE PEDESTRIAN SIGNAL UNIT JxDOT 8835 2001) *TXOOT EA 8.00 $955.00 $7,640.00 1131 9999.0000 OPTICOM EQUIPMENT - -..__-._. ..... 'TXDOT LS 1.00 $7,440.00 $7,440.00 1-132 9999.0000 Utility Allowance-Pre-Bid 00 72 00 LS 1.00 $50,000.00 $50,000.00 1-133 9999.0000 Miscellaneous Allowance-Pre-Bid 00 72 00 LS 1.00 $75,000.00 $75 000.00 1134 3211 0113 8 Flexible Base Type A,_GR 32 11 23 SY 70 00 $21.25 _ $1,487,50 - -- - - - - 1 ---- - 1-1_35 3201.0400 Temporary Asphalt Paving Repair 32 01 18 LF 410.00 $37.20 $15 252.00 Unit I:Paving and Drainage Subtotal S3;64,878,10 i 1 a CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS F.-R.sis.d 10120120 Old D-t.P.WW Add I 00 42 43 BID PROPOSAL Pg.4 of6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist SpecBid Unit of Description id Quantity Unit Price [ Bid Value Item No Section No. Measure Unit It:Water Distribution 11-01 3311,0141 6"Water Pipe 33 11 10,33 11 LF 80.00 $40.40 .......... _$3,23 2,00 11-02 3311.0341 161W44ilrolpe- 3311 10,33 11 LF 4.00 11-03 3311.0441 12"Water Pipe 321 if 10,33-11 LF 5 ---------- ............. -- __ j q(�__Qq $61.85 . $315,435 00 11-04 3311.0451 12"DIP Water 33 11 10 LF 500.00 $70.85 $35,425 00 ii-m 3311.0452 12"DIP Water,CSS Backfill 331110 LF 20.00 $128.00 $2,560.00 ------------- ------------------ ----------- 11-06 0241.1001 Water Line Grouting 0241 14 CY 60.00 $120.00 �7,200-00 ----------------------------------------------------------- ..............---- 11-07 0241.1118 4"-12"Pressure Plug 0241 14 EA 1.00 $300.00 $300.00 --------------------- ii-o8 0241.1302 Remove 6"Water Valve 0241 14 EA 1.00 $170.00 $170.00 11-09 0241.1304 Remove 10"Water Valve 0241 14 EA 2.00 $180.00 $360.00 ----...........------------------- ---------------- 11-10 0241.1305 Remove 12"Water Valve 0241 14 EA 6.00 $190.00 $1,140.00 ................... 0241.1510 Salvage Fire Hydrant 0241 14 EA 1.00 $290.00 $290.00 11-12 3201.0113 6'Wide Asphalt Pvmt Repair,Residential 3201 17 LF 60.00 $55.25 $3315.00 11-13 3201.0201 Asphalt Pvmt Repair Beyond Defined Width,Residential K bl ii SY 35.00 $8.80 $308.00 11-14 3201.0400 Temporary Asphalt Paving Repair 32 01 18 LF 270.00 $25.00 $6,750.00 11-15 3213.0301 4"Conc Sidewalk 32 13 20 SF 50.00 $5.31 $265.50 ---------- 11-16 3301.0101 Manhole Vacuum Testing 33 01 30 EA 1.00 $190.00 $190.00 ------------ ------ 11-17 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 1.00 $935.00 $935.00 ..................... ----------------------------------------------.... 11-18 3305.0109 Trench Safety 33 Of5 LF 5,700.00 $1 O6 $6,042.00 ----------- --------------------------------- 11-19 3305.0110 Utility Markers 33 05 26 LS 1.00 $825.00 $825.00 11-20 3305.0115 Vacuum Excavation 33 05 30 EA 2.00 $935.00 $1,870.00 11-21 3305.1103 20"Casing By Other Than Open Cut 33 05 22 LF 102.00 $385.00 $39,270 00 11-22 3305.2004 12"WaterCartierPipe 33 05 24 LF 102.00 $98.00 $9,996.00 11-23 3311.0001 Ductile Iron Water Fittings wl Restraint 331111 TON 8.40 �50.652.00 ---,-------------- --------- ----------------------------- ----------- 11-24 3312.0001 Fire Hydrant 33 12 40 EA 13.00 $2,800t00 $36,400.00 11-25 3312.0117 Connection to Existing 4"-12"Water Main 331225_ EA 4.00 $650.00-- ......­­$2,600.00 11-26 3312.2001 1"Water Service,Meter Reconnection 33 12 10 EA 1.00 $400.00 $400.00 11-27 3312.2003 1"Water Service 33 12 10 EA 14.00 $765.00 $10,710.00 11-283312.2004 1"Private Water Service 33 12 10 LF 15.00 $16.50 $247.50 ------------------- 11-29 3312.2201 2"Water Service,Meter Reconnection 331210EA 3.00 $670.00 $2,010.00 .......... .­­­ ................ 11-30 3312.2203 2"Water Service 33 12 10 EA 3.00 $1,4 .00 $4,275.00 --- ............ 11-31 3312.2204 2"Private Water Service 33 12 10 LF 25.00 $22-00 $550.00 11-32 3312.3002 6"Gate Valve 331220 EA 13.00 $890.00 $11,570.00 11733 3312.3005 12"Gate Valve 33 12 20 EA 19.00 V,1-15,9-0 $40,185.00 ------- Sewer Service EA 1.00 $1,175.00 $1,175.00 11-34 3331.3101 4" 3i T11-56 ........... ............ ---------------...... ......... 11-35 3339.1001 4'Manhole 33 39 10,33 39 LA 1.00 $2 365 00 $2x365 00 ------------- 11-36 .3341.0103 18"RCP,Class 111 .3341 10 LF 60.00 $36.00 $2,160.00 Unit I[:Water Distribution Subtotal $601,380.00 CTTYOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNENTS F-Rid 20120120 Old Dew Proposal Add 1 00 42 43 DID PROPOSAL Page 5 of SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidders Application Project Item Information Bidders Proposal Bidlist Description Specification Unit of Bid Quantity Unit Price Bid Value Item No. I Section No. Measure Unit III: Landscape and Irrigation 111 01 3293.0103 Plant 3"Tree 32 93 43 EA 25.00 367.00 $9,175.00 111-02 3291.0100 Topsoil(Median) 3291 19 CY 640.00 12.40 $7,936.00 111-03 3292.0100 Block Sod Placement(Median) 32 92 13 SY 3,820.00 2.95 $11,269.00 ---------—------ 111-04 9999.0000 Irrigation System LS 1- 53,760.00 $ 760.00 ------------------ ------- ............. ................... ................. ----------------------------------- ............ ............. ...........---------------------............ ..............-...... ...................... .............................----------------------- ---------- ... ............ ........... ......................... ----------- ------------------- ------ -------------------------- ------------- ------ L Unit III:Landscape and Irrigation Subtotal $82 140.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS F—Rid 20120120 Old Dean Proposal Add I 00 42 43 BID PROPOSAL. Page 6 of 6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidlN Description Specification Unit of Bid Quantity Unit Price Bid Value Item No. Section No. Measure Additive Alternate: Traffic Signal at Cromwell Marine Creek and Old Decatur IV-01 9999.0000 DRILL SHAFT(TRF SIG POLE)(36 IN)(TxDOT 416 2032) 'TXDOT LF 63.00 _ $196 00 $10,388.00 IV-02 99 99.0000 CONDT(RM)(2")(TxDOT 618 2052) 'TXDOT LF 95.00 $10.60 $1,007.00 _- _ IV-03 9999.0000 CONDT(RM)(3")(TxDOT 618 2056) 'TXDOT LF 15.00 $12.75 $191.25 _ IV-04 9999.0000 ELEC CONDR(NO.6)BARE JxDOT 620 2009) 'TXDOT LF 110.00 1.06 $116.60 IV-05 9999.0000 ELEC CONDR(NO.6)INSULATED(TxDOT 626 2010) 'TXDOT LF 50.00 1.06 $53.00 IV 06 9999.0000 ELEC CONDR INC.8)INSULATED(TxDOT 620 2012) 'TXDOT LF 400.00 1.06 $424.00 IV 07 9999.0000 ZINC-COAT STL WIRE STRAND(3/8 IN) 'TXDOT LF 1,240.00 2.12 $2,628.80 _._--- IV-08 9999.0000 ELEC SRV TY D(120/240)060(NS)SS(E)EX(0)(TxDOT 628) 'TXDOT EA 1 00 1,275 00 $1,275.00 IV 09 9999.0000 ALUMINUM SIGNS(TY A)(TxDOT 636 2001) 'TXDOT SF 93.50 17.00 $1,589.50 IV-10 9999.0000 REMOVE SM RD SN SUP&AM(TxDOT 644 2060) 'TXDOT EA 4.00160.00 $640.00 IV 11 9999.0000 RELOCATE SM RD SN SUP&AM(SIGN ONLY)(TxDOT 644 2085) 'TXDOT EA 3.00 265.00 $795.00 _ .- ...__... _ IV-12 9999.0000 INSTALLHWYTRFSIG(ISOLATED)(TxDOT666k62) 'TXDOT EA 100 7,120.00 $7,120.00 IV-13 9999.0000 VEH SIG SEC(12IN) T G LED RN xDOT 682 2623 ( )( ) _ 'TXDOT EA -_,._300 ,...-___._..265.00 $795.00 IV 14 9999.0000 VEH SIG SEC(121N)LED(YEL)(TxDOT 682 2025) 'TXDOT EA 3.00 265.00 $795.00 IV-1 5 9999-0000 VEH SIG SEC(121N)LED(RED)JxDOT 682 2027) 'TXDOT EA 3.00 265.00 $795.00 IV-16 9999.0000 BACK PLATE(12 IN)(1 SEC)(VENTED)ALU(TxDOT 682 2061) 'TXDOT EA 3.00 95.00 $285.00 IV-17 9999.0000 "TRF SIG CBL(TY A)(14 AWG)(5 CNDR)(TxDOT 684 2036) 'TXDOT LF 520.00_- 2,12 $1,102.40 IV 18 9999.0000 'TRF SIG CBL(TY A)(14 AWG)(7 CNDR)(TxDOT 684 2042) 'TXDOT LF 140.00 2.12 $296.80 __..... - IV 19 9999.0000 TRF SIG PL AM(STRAIN)(INSTALL ONLY)(TxDOT 686 2291) 'TXDOT EA 4.00 1,065.00 $4,260.00 IV-20 9999.0000 INSTALL OF SIGNAL HEAD ASSM(TxDOT 686 2291) 'TXDOT EA 5.00 240.00 $1,200.00 IV-21 9999.0000 REMOVING TRAFFIC SIGNALS(CROMWELL FLASHER) 'TXDOT EA 1.00 450.00 $450.00 IV 22 9999.0000 VIVDS SET-UP SYSTEM(TxDOT 6266 2003) 'TXDOT EA 1 00 370.00 $370.00 - .._0 IV-23 9999.0000 "VIVDS COMMUNICATION CABLE(COAXIAL)(TxDOT 6266 'TXDOT EA 405.00_ _ 2.12 $858.60 ( 4.00 370.00 $1,480.00 IV 24 9999.0000 VIVDS CAMERA SYS(INSTALLATION ONL TxDOT 6266 2009) 'TXDOT EA IV-25 9999.0000 VIVDS PROCESSOR ASSEM(INSTALL ON (TXDDT 6266 'TXDOT LF 1.00 200.00 $200.00 IV 26 9999.0000 EMERGENCY VEH PREEMPT SYS(INSTALL ONLY) 'TXDOT LS 1.00 1,060 00 $1,060.00 IV 27 9999.0000 EMERGENCY VEH PREEMPT CABLE TXDOT LF 310.00 1.06 $328.60 - ---... Additive Alternate:Traffic Signal at Cromwell Marine Creek and Old Decatur Subtotal $40,604.651 Bid Summary Base Bid Unit I:Paving and Drainage Subtotal $3 254 878.10 Unit It:Water Distribution Subtotal $601,380.00 Unit 111:Landscape and Irri ation Subtotall $82,140.00 Total Base Bid g3 938 398.10 Additive Altemate Bid Additive Alternate:Traffic Signal at Cromwell Marine Creek and Old Decatur Subtotall $82,140.00 Total Additive Alternate Bld $82,140.00 Total Bldl $4,020.b38.10 i CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCMIENTS Form Re<ised 20120120 Old Decawr Proposal Add I 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 Sta ,H6re o"pl, k�,our principal place of business, are required to be %gHere percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of Sfaf :Hia csr Blartt ,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. O BIDDER: JLB Contracting, LLC By: James G Humphrey PO Box 24131 r �v� f ��1 J. °-- '..... (Signature) Fort Worth,Texas 76124 Title: Senior VP Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Old Decatur Proposal 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prpirati fi Date Expiration Date #REF! Carnpany Flame Here or space Dete Here or space #REF! Company Name Here orspace Rate Here:or space; Sewer Collection System, Urban/Renewal, 8-inches and M-Co Construction Jun-14 smaller Roadway and Pedestrian Durable Specialties Oct-13 Lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: JLB Contracting, LLC By: James G Humphrey PO Box 24131 � , ,��✓ (Signature) Fort Fort Worth, Texas 76124 Title: Senior VP Date: �y f END OF SECTION i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Old Decatur Proposal 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. 01749. Contractor further certifies that,pursuant to Texas Labor Code, Section 1 7 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 Sam Davis 12 JLB Contracting,LLC By: Presude t 13 Company (Please Print) 14 15 P.O.Box 24131 Signature: 16 Address 17 18 Fort Worth,Texas 76124 Title: 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFOIE ME,Pe undersigned authority,on this day personally appeared 27Qi ,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 1�;(�NTRACTING, I I-C for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVE UNDER MY HAND AND SEAL OF OFFICE this day of 33 C � ,20/3. 34 35 36 37 Notal Public in and for the State of Texas 38 r 39 END OF SECTION 40 ANPT P�'ii LINDA OLIPHANT +� S Notary Public,state of Texa: My Commission Expires �~''•"' +r March 10, 2017 ; �''"k; " CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised July 1,2011 004540-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page I of 1 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than$50,000, then the MBE subcontracting goal 5 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 6 subcontracting goal is not applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. I 12 13 MBE PROJECT GOAL 14 The City's MBE goal on this project is 16% of the total bid (Base bid applies to Parks and 15 Community Services). Note: If both MBE and SHE subcontracting goals are established for this 16 project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be 17 deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are 21 required to comply with the intent of the City's Business Diversity Ordinance by one of the 22 following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25. 3. Good Faith Effort documentation,or; 26 4. Waiver documentation. 27 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- 28 responsive.Any questions,please contact the M/WBE Office at(817)392-6104. 29 30 SUBMITTAL OF REQUIRED DOCUMENTATION 31 The applicable documents must be received by the Managing Department, within the following 32 tunes allocated, in order for the entire bid to be considered responsive to the specifications. (Th( 33 Offeror shall deliver the MBE documentation in person to the appropriate employee of the Managin 34 Department and obtain a date/time receipt. Such receipt shall be,evidenc_ tb_t the City received_thc ea 35 'documentation in the time allocated. A faxed opy will not be acce tedJ 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 JI Utilization Form,if participation is less than the bid opening date,exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after i 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. l 5. Joint Venture Form,if utilizing a joint venture received by 5:00 p.m., five (5) City business days after JI to meet or exceed goal. the bid opening date,exclusive of the bid opening date. 36 END OF SECTION i i CITY OF FORT WORTH Old Decatur Road—W.J.Boaz to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised December 20,2012 l 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 0 C T 2 2 2013 is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and JLB Contracting,LLC , authorized to do business in Texas, 7 acting by and through its duly authorized representative,("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1.WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. 17 City Project No. 01749 18 Article 3. CONTRACT TLWE 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 329 Calendar days after the date 24 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 25 Conditions. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that City will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 29 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 30 General Conditions. The Contractor also recognizes the delays, expense and difficulties 31 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 32 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 1 33 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 City Six Hundred and Fifty Dollars ($650.00 for each day that expires after the time 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance. OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX 1 CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised November 09,2011-August 17,2012 005243-2 Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 City agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Three Million Nine Hundred Seventy Eight Thousand 40 Nine Hundred Two and Sixty Five Cents ($3,978,902.65). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between City and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form 48 1) Proposal Form 49 2) Vendor Compliance to State Law Non-Resident Bidder 50 3) Prequalification Statement 51 4) State and Federal documents(project specific) 52 b. Current Prevailing Wage Rate Table 53 c. Insurance ACORD Form(s) 54 d. Payment Bond 55 e. Performance Bond 56 f. Maintenance Bond 57 g. Power of Attorney for the Bonds 58 h. Worker's Compensation Affidavit 59 I i. MBE Commitment Form 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and,if issued,become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 OFFICIAL RECORD i CITY SECRETARY �111 WORTH, TX 1 CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised i,,Yo..ber nn 2m August 17.2012 005243-3 Agreement Page 3 of 4 76 Article 6.INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its odyn 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of,the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused,in whole or in part, by any act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city,its officers,servants and employees,from and against any and all loss,damage 90 or destruction of property of the city,arising out of,or alleged to arise out of,the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alleged or 94 proven that all or some of the damages being sought were caused,in whole or in part, 95 by any act,omission or negligence of the city. 96 97 Article 7.MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 100 have the meanings indicated in the General Conditions. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the City. 104 7.3 Successors and Assigns. 105 City and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. J108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or I 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon CITY and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 1 114 This Agreement, including all of the Contract Documents is performable in the State of I 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the J 116 Northern District of Texas,Fort Worth Division. I OFFICIAL RECORD CITY SECRETARY CITY OF FORT WORTH Old Decatur Ro d— to McLeroy lvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS. TNI TX 1749 II Revised T, .ve. bGF 09 201 l August 17.2012 I 005243-4 Agreement Page 4 of 4 117 7.6 Other Provisions. 118 The Contractor agrees to pay at least minimum wage per hour for all labor as the salve is 119 classified, promulgated and set out by the City, a copy of which is attached hereto and 120 made a part hereof the same as if it were copied verbatim herein. I121 7.7 Authority to Sign. 122 Contractor shall attach evidence of authority to sign Agreement, if other than duly 123 authorized signatory of the Contractor. 124 125 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 126 counterparts. 127 128 This Agreement is effective as of the last date signed by the Parties(`'Effective Date"). 129 Contractor: City of Fort Worth JLB Contracting,LLC I By. y�o Fernando Costa By: ,�� Assistant City Manager 1 (Signature) Date Sam Davis Attest: I me) City Se ret (Seal) Title: a IAddress: P.O.Box 24131 M&C - 2g 5-z6 Fort Worth,Texas 76124 Date: (0-y4- 13 j00D TD+J00 Approve s to Form and Legality: I Date IMuglas W.)fack I Assistant City Attorney 130 131 132 APPROVAL RECOMIIl MNDED: 1 133 134 135 � • � 136 Douglas W Wiersig, P.E. l 137 DIRECTO , 138 Transportation and Public Works 139 I OFFICIAL RECORD CITY SECRETARY FT, IVOR B`Hq TX CITY OF FORT WORTH Old De atur-=Riad—W J-Boaz-1 d-IGcLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised November 09 2m August 17,2012 0061 13-1 PERFORMANCE BOND Page 1 of 2 Bond No. 6067214 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, JLB Contracting,LLC , known as"Principal"herein and 8 Westfield Insurance Company , a corporate surety(sureties, if more than one) 9 duly authorized to do business in the State of Texas,known as "Surety"herein(whether one or 10 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as"City"herein, in the penal sum of,Three Million,Nine 12 Hundred Seventy--Eight Thousand Nine Hundred Two Dollars and Sixty-Five Cents 13 ($3,978,902.65)lawful money of the United States,to be paid in Fort Worth,Tarrant County, 14 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 15 executors, administrators, successors and assigns,jointly and severally, firmly by these presents. 16 WHEREAS,the PrinciimCl ff into a certain written contract with the City 17 awarded the day of UU !! 7r G lJ 3 , 20_, which Contract is hereby referred to 18 and made a part hereof for all purposes as if fully set forth herein,to furnish all materials, 19 equipment labor and other accessories defined by law, in the prosecution of the Work, including 20 any Change Orders, as provided for in said Contract designated as Old Decatur Road—W.J.Boaz 21 Road to McLeroy_Blvd., 01749. 22 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders,under the Contract, according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City,then this obligation shall be a 27 and become null and void, otherwise to remain in full force and effect. 3 28 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 29 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 30 Worth Division. CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 Bond No. 6067214 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the day of OCT 2 2 2013 6 20 7 PRINCIPAL: 8 JLB CONTRACTING,LLC 9 10 11 BY: 12 Signature 13 ATTEST: 14 Sant Davis 15 16 (Prmc' al) Secretary Name an t e nL 17 18 Address: P.O.Box 24131 19 Fort Worth,Texas 76124 20 21 22 Wi e as to Principal 23 SURETY: 24 WESTFIELD INSURANCE COMPANY 25 26 27 BY: 28 atur 29 30 Kyle W Sweeney Attorney-in-Fact 31 Name and Title 32 33 Address: 555 Republic Drive Suite 450 34 Plano Texas 75074 31 36 37 Witness as to Surety Elizabeth Gray Telephone Number: 972-516-2600 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awardod. CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised July 1,2011 0061 14-1 PAYMENT BOND Page 1 of 2 Bond No. 6067214 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, JLB Contracting, LLC known as "Principal" herein, 8 and Westfield Insurance Company a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of Three Million Nine Hundred Seventy-Eight Thousand, Nine Hundred Two Dollars 13 and Sixty-Five Cents ($3,978,902.65), lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded 18 the day of 0 C T 2 2 202 , 20_, which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and 20 other accessories as defined by law, in the prosecution of the Work as provided for in said z 21 Contract and designated as Old Decatur Road—W.J. Boaz Road to McLeroy Blvd., 01749. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 1 30 1 i CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 t Revised July I,2011 i 0061 14-2 PAYMENT BOND Page 2 of 2 Bond No. 6067214 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED l2 this instrument by duly authorized agents and officers on this the day of OCT 22 2013 , 3 20 I 4 PRINCIPAL: JLB CONTRACTING,LLC 1 ATTEST: BY: - Signature Sam Davis (Prl ip 1) Secretary Name and t psident i Address: P.O. Box 24131 Fort Worth,Texas 76124 Wi es as to Principal I SURETY: WESTFIELD INS CE COMPANY ATTEST: BY: 111JA Signa e - *V / Kyle W. Sweeney,Attorney-in-Fact l (Surety) Secretary Name and Title Address: 555 Republic Drive, Suite 450 Plano,Texas 75074 Witness a to Surety Elizabeth a Telephone Number: 972-516-2600 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 I CITY OF FORT WORTH Old Decatur Road—W.J.Boa..Road to McL.eroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised July 1,2011 f 0061 19-1 MAINTENANCE BOND Page I of 3 Bond No. 6067214 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we JLB Contracting,LLC , known as"Principal"herein and 9 Westfield Insurance Company , a corporate surety(sureties, if more than one) 10 duly authorized to do business in the State of Texas, known as "Surety"herein(whether one or 11 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas,known as "City"herein, in the sum of Three Million, 13 Nine Hundred Seventy-Eight Thousand Nine Hundred Two Dollars and Sixty-Five Cents 14 ($3,978,902.65), lawful money of the United States,to be paid in Fort Worth,Tarrant County, 15 Texas, for payment of which sum well and truly be made unto the City and its successors, we 16 bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, 17 firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the day of 0 C T 2 2 2013, 20_,which Contract is hereby referred to and a made part 21 hereof for all purposes as if fully set forth herein,to furnish all materials, equipment labor and 22 other accessories as defined by law, in the prosecution of the Work, including any Work resulting 23 from a duly authorized Change Order(collectively herein,the"Work") as provided for in said 24 contract and designated as Old Decatur Road—W.J. Boaz Road to McLeroy Blvd., 01749; and ' 25 26 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two(2) years . 29 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 30 31 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need thereof at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 f Revised July 1,2011 i i 0061 19-2 MAINTENANCE BOND Page 2 of 3 Bond No. 6067214 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City,to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 ' 19 1 1 1 1 ` CITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 4 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 Bond No. 6067214 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this DCT 2 2 2013 2 instrument by duly authorized agents and officers on this the day o 520—. 3 4 PRINCIPAL: 5 JLB CONTRACTING,LLC 6 7 8 BY: • •--- 7 9 Signature 10 ATTES 11 Sam Davis 12 PrPROcient 13 rin pal) Secretary Name an itle 14 15 Address:P.O.Box 24131 16 Fort Worth,Texas 76124 17 18 19 Wi es as to Princtpat I 20 SURETY: 21 WESTFIELD INSURANCE COMPANY 22 23 24 BY: Pj 25 katur 26 7 27 Kyle W. Sweeney,Attorney-in-Fact 28 ATTEST: Name and Title 29 30 Address: 555 Republic Drive, Suite 450 31 (Surety)Secretary Plano,Texas 75074 32 33 34 Witness Wto Surety Elizabeth Gray Telephone Number: 972-516-2600 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 l ICITY OF FORT WORTH Old Decatur Road—W.J.Boaz Road to McLeroy Blvd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01749 Revised July 1,2011 IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's Usted puede Ilamar al numero de telefono gratis de toll-free telephone number for information or to Westfield Insurance Company's /Ohio Farmers make a complaint at: Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Usted tambien puede escribir a Westfield Insurance Company at: Company/Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Plano, Texas 75074-8848 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on Seguros de Texas para obtener informacion acerca companies, coverages, rights or complaints de companias, coberturas, derechos o quejas al: at: 1-800-252-3439 1-800-252-3439 Puede escribir al Departamento de Seguros de You may write the Texas Department of Texas: Insurance: P. O. Box 149104 P. O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax: (512) 475-1771 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us Web: http://www.td i.state.tx.us E-mail: ConsumerProtection(cDtdi.state.tx.us E-mail: ConsumerProtection(a tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: PREMIUM OR CLAIM DISPUTES: Si tiene una disputa concerniente a su prima o a un I Should you have a dispute concerning your reclamo, debe comunicarse con el agente o premium or about a claim you should Westfield Insurance Company/Ohio Farmers contact the agent or Westfield Insurance Insurance Company primero. Si no se resuelve la Company and/or Ohio Farmers Insurance disputa, puede entonces comunicarse con el Comapny first. If the dispute is not resolved, departamento (TDI). you may contact the Texas Department of Insurance. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se ATTACH THIS NOTICE TO YOUR convierte en parte o condicion del documento POLICY: This notice is for information only adjunto. and does not become a part or condition of - the attached document. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER#AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO. 4220052 06 General Westfield Insurance Co. Power of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company' and collectively as 'Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County,Ohio, do by these presents make,constitute and appoint CHARLES D.SWEENEY, MICHAEL A.SWEENEY, KYLE W.SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - -• LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE,OR BANK DEPOSITORY BONDS. and to bind any of the Companies.thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the.premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved,that the President, any Senior Executive, any Secretary or any Fidelity& Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.- 'Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile i seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8,2000). -In Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D.,2011 . •'" � �`""' •" �'" "'•' WESTFIELD INSURANCE COMPANY Corporate H Seals of.0�au ����'•'s P��c�N ��tisG% , Ksu,Q,�� WESTFIELD NATIONAL INSURANCE COMPANY Affixed 1,kq v: .a• c`o: OHIO FARMERS INSURANCE COMPANY 4 N :rodSEAL CS N - `•.R..ao. � :• •:o= 1848 ; State of Ohio "" *•" """""" By: yRichard L. Kinnaird,Jr., National Surety Leader and County of Medina ss.: Senior Executive On this 20th day of APRIL A.D.,2011 , before me personally came Richard L. Kinnaird, Jr. to me known,who, being by me duly sworn, did depose and say,that he resides"in. Medina, Ohio;that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial •�,.. •«.",,,,� Seal :`a\A L S w Affixed �P F • ^l William J. Kahelin,A rney at Law, Notary Public State of Ohio p My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) County of Medina ss.: 4 � �, '••ti f b F 1,Frank A..Carrino,Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby.certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohi b 2 2 2013 of A.D. • , ONA 'H Cb .. �e � •-o :,f SEAL :m= o:L :a / � ! ► --+� Secretary o, .1848 ;!_ Frank A. i arrina,- ecrefary' { BPOAC2 (combined) (06-02) � 1 ® DATE(MM/DD/YYYY) ACC o CERTIFICATE OF LIABILITY INSURANCE 10/14/2013 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). CONTACT PRODUCER NAME: The Sweeney Company PHONE (g17)457-6700 FAX No:(817)457-7246 1121 E. Loop 820 South E-MAIL ADDRESS, P 0 BOX 8720 INSURERS AFFORDING COVERAGE NAIC# Fort Worth TX 76124-0720 INSURER A'Bituminous Fire & Marine INSURED INSURER B Bituminous Casualty Corp JIB Contracting, LLC INSURERC:Great American Ins Co P 0 BOX 24131 INSURER D: INSURER E: Fort Worth TX 76124 INSURERF: COVERAGES CERTIFICATE NUMBER: 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 NUMBER MM/DDY/YYYY MM/DD/ EXP LIMITS LTR EACH OCCURRENCE $ 1,000,000 GENERAL LIABILITY DAMAGE TO RENTED 100,000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ A CLAIMS-MADE ❑X OCCUR CLP 3 592 985 9/30/2013 9/30/2014 MED EXP(Any one person) $ 5,000 X CONTRACTUAL PERSONAL&ADV INJURY $ 1,000,000 X XCU GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PRO LOC $ AUTOMOBILE LIABILITY COMBINED $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ B ALL OWNED SCHEDULED CAP 3 592 999 9/30/2013 9/30/2014 BODILY INJURY(Per accident) $ AUTOSAUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident Underinsured motorist $ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 5,000,00 C EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED I X I RETENTION$ 10,OOC UU 0016409 04 9/30/2013 9/30/2014 $ TATUB WORKERS COMPENSATION X WC SLIMIT I ER OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE N NIA E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? C 3 592 998 9/30/2013 9/30/2014 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 (Mandatory in NH) _ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach 101,Additional Remarks Schedule,If more space is required) OLD DECATUR ROAD - W.J. BOAZ ROAD TO MCLEROY BLVD. , 01749. ALL POLICIES INCLUDE A BLANKET AUTOMATIC WAIVER OF SUBROGATION ENDORSEMENT & THE GL, AUTO & UMB POLICIES INCLUDE A BLANKET AUTOMATIC ADDITIONAL INSURED ENDORSEMENT PROVIDING ADDITIONAL INSURED & WAIVER OF SUBROGATION STATUS TO THE CERTIFICATE HOLDER ONLY WHEN THERE IS A WRITTEN CONTRACT BETWEEN THE NAMED INSURED & THE CERTIFICATE HOLDER THAT REQUIRES SUCH STATUS. THE GL ADDITIONAL INSURED ENDORSEMENT CONTAINS SPECIAL PRIMARY & NONCONTRIBUTORY WORDING. THE POLICIES INCLUDE AN ENDORSEMENT PROVIDING 30 DAYS NOTICE OF CANCELLATION (10 FOR NON-PAY OF PREMIUM) TO THE CERTIFICATE HOLDER. 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. CITY OF FORT WORTH 1000 THROCKMORTON ST AUTHORIZED REPRESENTATIVE FT WORTH, TX 76102 Charles Sweeney/JOYCE ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025/?mnn.m m Tha ArOP171 nama and Innn ara ranictararl markc of Ar.OPn STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................l 1.02 Terminology..................................................................................................................................6 At2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Conunencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3—Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................l l Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment,and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 3 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 N 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Representative ...........................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECT CATION DOCUMENTS Revision:August 17,2012 Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work ...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances;Unit Price Work;Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Worl...........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments................:......................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 Articlel7—Miscellaneous..............................................................................................................................d% ^ 17.01 Giving Notice..............................................................................................................................62 i?/%l Computation ufTimes................................................................................................................62 � i7.03Cumulative Remedies.................................................................................................................62 » l7.04Survival ofObligations------------------------.—..----.—..---.63 17'05 Headings--..--------..---------------.—.---------------63 � � _ CITY omFORT WORTH STANDARD CONSTRUCTION uvEcIFcATu`mDOCUMENTS � Revision:August/7,uo/u _ 007200-1 General Conditions Pagel of 63 ARTICLE I–DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder=The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day–A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line,electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 2 of 63 rclei=A document, which is prepared and approved by the City, which is signed 13. Change O by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012