Loading...
HomeMy WebLinkAboutContract 49576 CITY SECRETARY // CITY SECRETi4RY CONTRACT NO._ `7 , Q.O.E. FILE CONTRACTOR'S BONDING CO. FoRTWORT11.1 CONSTRUCTION'S COPY CLIENT DEPARTMENT PROJECT MANUAL FOR THE CONSTRUCTION OF 2014 CIP YEAR 3, CONTRACT 8 GALVEZ AVE(DENAIR ST TO DE COSTA ST),E 4TH ST(COVELO AVE TO DENAIR ST) City Project No. 02696 Betsy Price David Cooke P Mayor City Manager �I PM r 2 John Robert Carman �� 47 dQ Director, Water Department � co y9�? Douglas W. Wiersig, P.E. I— �� o�F 9 J O oo Director, Transportation and Public Works Department �sFCq��o9 , o� Prepared for The City of Fort Worth Transportation and Public Works Department & Water Department 2017 . ' RM d�ri ! ENC-INEIERING, INC. CONSULTING CIVIL ENGINEERS/SURVEYORS 7400 DALLAS PKWY/SUITE 110/DALLAS,TEXAS 75287 972-250-2727/www.dal-tech.com a � K WAYNE ®1Wfiol�l•+•� f l +.. ........t..'m......... -a 61652 . AL OFFICIAL RECORD CITY SECROARY FT.WOiI"'t",TX Iry MR CITY OF FORT WORTH 2014 CIP YEAR 3—Contract S City Project No.02696 FoRTWORTH, City o f Fort Worth Standard Construction Specification Documents Adopted September 2011 CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 City Project No.02696 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://project,point.buzzsaw.com/client/fortworthizov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02-Existing Conditions 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material(CLSM) 03 34 16 Concrete Base Material for Trench Repair Division 31-Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 24 00 Embankments 31 25 00 Erosion and Sediment Control Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding,and Sodding Division 33-Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television(CCTV)Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains �- 33 05 10 Utility Trench Excavation,Embedment, and Backfill 33 05 13 Frame,Cover and Grade Rings 3305 14 Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to Grade 3305 17 Concrete Collars 33 05 26 Utility Markers/Locators CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 T 33 05 30 Location of Existing Utilities 33 11 05 Bolts,Nuts,and Gaskets 33 11 10 Ductile Iron Pipe — 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1240 Fire Hydrants 33 1260 Standard Blow-off Valve Assembly 33 31 12 Cured in Place Pipe(CIDP) 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 3123 Sanitary Sewer Pipe Enlargement 33 3150 Sanitary Sewer Service Connections and Service Line 3339 10 Cast-in-Place Concrete Manholes 33 3920 Precast Concrete Manholes 33 39 40 Wastewater Access Chamber(WAC) ,. Appendix GC-4.02 Subsurface and Physical Conditions GC-6.07 Wage Rates GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised February 2,2016 N CIV CITY OF FORT WORTH 2014 CIP YEAR 3—Contract S City Project No.02696 M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA , TH� COUNCIL ACTION: Approved on 8/1/2017 - Resolution No. 4824-08-2017 REFERENCE 202014 CIP YEAR 3 DATE: 8/1/2017 NO.: C-28314 LOG NAME: CONTRACT 8-WOODY CONTRACTORS CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING. SUBJECT: Authorize Execution of a Contract with Woody Contractors, Inc. in the Amount of $2,441,080.95 for 2014 CIP Year 3 Contract No. 8, Combined Street Paving Improvements and Water and Sanitary Sewer Main Replacements with a Total Project Amount of$2,904,310.00 and Adopt Reimbursement Resolution (2014 BOND PROGRAM) (COUNCIL DISTRICTS 4 and 8) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached resolution expressing official Intent to Reimburse Expenditures with Proceeds Of Future Water and Sewer Debt for the 2014 CIP Year 3, Contract 8 Project; and 2. Authorize the execution of a contract with Woody Contractors, Inc. in the amount of$2,441,080.95 for 2014 CIP Year 3 Contract No. 8, Combined, Street Paving Improvements and Water and Sanitary Sewer Main Replacement(City Project No. 02696). DISCUSSION: This Mayor and Council Communication (M&C) is to authorize a construction contract for water, sanitary sewer and paving improvements on approximately 1.41 lane miles, located west of the United Riverside Neighborhood, on the streets listed below: Street From To Scope of Work Galvez Avenue Denair Street Brandies Street Water, Paving Galvez Avenue Brandies Street Gross Street Water, Sewer, Paving E 4th Street Covelo Avenue Denair Street lFwater, Paving Transportation and Public Works Department's share on these improvements will be$908,191.00, which is available in 2008 Bond Program Residuals and Street Improvement COs Residuals Funds of the 2014 CIP Year 3, Contract No. 8 Project(CO2696). The Water Department's share on this contract will be $1,996,119.00, which is available in the Water& Sewer DPN Fund of the project (CO2696). As part of the construction project for the CIP streets above, sanitary sewer replacement will be conducted on the following alleys and easements with the Water Department being responsible for cost of replacements: Street From To Alley between Chenault Covelo Avenue Brandies Street http://apps.cfwnet.org/council_packet/mc review.asp?ID=24855&councildate=8/l/2017 8/21/2017 M&C Review Page 2 of 3 Street and E. 4th Street Alley between E. 4th Street Covelo Avenue DeCosta Street and Galvez Avenue Alley between Galvez Denair Street Brandies Street Avenue and Lawnwood Street Easement between E. 1St 270 Feet West of Brandies S. Harper Street Street and Chenault Street Street Easement between 200 Feet North of E. 1St Northerly 1,000 feet to Cottonwood Street and N. Street TRE Right-of-Way DeCosta Street Easement 100 feet east of N. DeCosta Street Easterly 400 feet E. 1 st Street Easement West of N. E. 1 st Street Northerly 1,100 feet then DeCosta Street I I Easterly 350 feet The project was advertised for bid on April 27, 2017 and May 04, 2017 in the Fort Worth Star-Telegram. On May 25, 2017, the following bids were received: Bidder I Amount Time of Completion Woody Contractors, Inc. $2,441,080.95 300 Calendar Days ARK Construction Services, LLC $2,812,403.00 FNH Construction, LLC $3,519,978.50 In addition to the contract amount, $341,175.00 (Water: $63,913.00; Sewer: $165,730.00; TPW: $111,532.00) is required for project management, material testing and inspection and $122,054.00 (Water: $23,411.00; Sewer: $60,707.00; TPW: $37,936.00) is provided for project contingencies. Construction is expected to start in September 2017 and be completed by July 2018. The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. A portion of the expenses associated with this project are anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Direct Purchase Note (DPN) Program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing,the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one-percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the DPN Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City' s portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2016-2020 Five-Year Capital Improvement Plan on February 2, 2016 (M&C G-18662). This City Council adopted plan includes this specific project, with funding identified through the DPN Program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statements, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through other budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. http://apps.cfwnet.org/council_packet/mc review.asp?ID=24855&councildate=8/l/2017 8/21/2017 M&C Review Page 3 of 3 This project will have no impact on the Transportation and Public Works annual operation budget nor on the Water Department's operating budget when completed. M/WBE OFFICE: Woody Contractors, Inc., is in compliance with the City's BDE Ordinance by committing to five percent MBE participation and documenting good faith effort. Woody Contractors, Inc. identified several subcontracting and supplier opportunities. However, the MBE's contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is eight percent. The project is located in COUNCIL DISTRICTS 4 and 8, Mapsco 64S and 65Y. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget as appropriated of 2008 Bond Program Residuals, Street Improvement COs Residuals and Water and Sewer DPN Funds. The Water& Wastewater Capital Improvement Plan includes an appropriation of$5,991,100.00 for programmable Street Maintenance Related Projects- P00006. After the award of the contract in this M&C, the amount of$1,498,950.00 of the original appropriation will be available to fund future individual projects. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year ChartfieId 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Douglas Wiersig (7801) ATTACHMENTS 202014YR3CT8-REIMB RESOLUTION.doc Form 1295 Contract8 Woody_pdf M C Map - 202014CIPYR3CONTRACT8-WOODYC1.pdf M C Map - 202014CIPYR3CONTRACT8-WOODYC2.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=24855&councildate=8/1/2017 8/21/2017 6 5i CERTIFICATE OF INTERESTED PARTIES FORM 2295 10111 Complete Nos.l-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos,1,2,3,5,and 6 if there are no Interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-217242 Woody Contractors Inc Kennedale,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 06/01/2017 being filed. City of Fort Worth Date Acknled ed: r 3 Provide the identification number used by the governmental entity or state agency to track or identify the contrac,an provide a description of the services,goods,or other property to be provided under the contract. Project number 02696 2014 CIP Year 3 Contract 8- Construct Water,Sewer.Storm Drain and Paving 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Woody,Trent Kennedale,TX United States X Woody,Troy Kennedale,TX United States X 5 Check only if there is NO Interested Party. 6 AFFIDAVIT I swear,or affirm,under �h'of n u that the above disclosure is true and correct Pe perjury, ignatur orized age acting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said /^Oh iV(/Drs this the day of--CT4$ ` 20_1, �to certify which,witness my hand andofseai ivwv.�w rotY rum SHARON RIDDLE �j Notary Public ,E c > �CP�/ 1J a i , STATE OF TEXAS AA1Signature of officer administering oath Printed name of officer administerin tt My ath Farms provided by Texas Ethics Commission www.ethics.state,tx.us Version V3.0.883 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT BID OPENING DATE: MAY 25TH, 2017 ADDENDUM NO. 1 To the Specifications and Contract Documents For 2014 CIP YEAR 3-CONTRACT 8 UNIT 1-WATER IMPROVEMENTS UNIT 2-SANITARY SEWER IMPROVEMENTS UNIT 3-PAVING IMPROVEMENTS Galvez Ave (Denair Street to South De Costa Street) E 4th Street (Covelo Ave to Denair Street) L-1856 (North of 1St Street From Beach Street to North De Costa Street) L-1857 (South of E 1st Street From West of Brandies Street to South Harper Street) L-1858 (South of Chenault Street From Brandies Street to Covelo Avenue) L-1859 (South of 4th Street From South De Costa Street to Covelo Avenue) L-2179 (South of Galvez Avenue From Denair Street to Brandies Street) L-2441 (East of De Costa Street From North of 1st Street to Beach Mill Circle) L-2497 (W of North De Costa Street From North of Austin Lane to North of 1st Street) L-3066 (Galvez Avenue From Gross Street to East) L-3070 (Galvez Avenue From Brandies Street to South De Costa Street) L-5608 (Gross Street From Galvez Avenue To North) L-6969 ( South of Brentwood Stair Road From Wilson Road to Weiler Boulevard) City Project No. 02696 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents from 2014 CIP Year 3-Contract 8 are hereby revised by Addendum No. 1 as follows: I. Construction plans are revised as follows: 1. Sheet 27 is omitted from Contract 8 construction plan set 2. Sheet 43 is replaced with sheet 43 Rev 1 3. Specification Section 00 42 43, Proposal Form is replaced by the attached Section 00 42 43, Proposal Form, Rev 1. Bidder is reminded of their responsibility for the accuracy of all dollar amounts shown on the proposal form. 4. Epoxy coating in manholes shall be Warren Environmental, S-301-14, point of contact—JB DFW Infrastructures +1 (214) 548-0123 II. Contractor/Bidder Questions: 1. Stabilized subgrade shall extend under proposed curb and gutter. An option is provided for CTB stabilization under curb and gutter that allows for a 9" HMAC transition between the gutter and the POL roadway. This option is considered a subsidiary item to the curb and gutter. III. The proposal section is being deleted in its entirety and replaced via this addendum. This Addendum No. 1, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations: (1) In the space provided in Section 00 41 11, Bid Form, Page 3 of 3 (2) Indicate in upper case letter on the outside of your sealed bid envelope: "RECEIVED &ACKNOWLEDGE ADDENDUM NO. 1" Include a signed copy of Addendum No. 1 in the sealed bid envelope at the time of bid submittal, Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED John Carman DIRECTOR WATER DEPARTMJN By. 0YJ � G Tony Sholola, P.E. Engineering Manager Company: M-L 00+9 00+9 M 00+[ W+z 00+L W+O 0" -N ZI+L vis "-z 3"Z.1' 'Romp LIM 9 31.IN �;YIWI i lyo f LS 000" 38 U� 1� I -,- — -N I 314n ------ TIUDSd V NvgLw' AUVI 9 -- ----- --- , ii viii ilii ilii iii Ilii ilii li ilii VX31 + +H+ i+Hiii illi i i HAO. 80 omiso - ----- L-.­'-­ "t, -1 1 1--- -1,- jo AiIQ H�_ uoa/i�2 ax I I I IT 1 1-- 1-1-f-7 I F I ---- ------- Aw'l/I I I or�---- - -- '77NOU -- - -- -- -- ------- - 7 11 11 11 11 11 111 1 11 1111 1 1 AA. 11 1 iviiinens uw III IIII 111 , -1 IT - -- ---------- ----------- %OOL ..... . ....... 1 rAt 1-1—ir"t, t"t 1 1-1 1 1 1 E, wo 6Z- LZ 3nN3Av z3Aivo 77 L-3 OF 133&S 00001 —C, 111—-—1 (DE."S'11 111-IS Sr KSI S� 2�L ALTERNATE OPTION lldl�Ll 100% SUBMITTAL } u AL L CITI 01 RAT WORTH TEXAS S') H7� ...... TYPICAL SECTIONS ca 11.1AL—1-1 11AD— ST(C-1 11 .auwST) SHEET I OF 1 ALTERNATE OPTION M 42 BID PROPOSAL Par I of SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No Description Section No. Measure Quantity Unit Price Bid Value 1 3311.0261 8"PVC Water Pipe 3311 12 LF 2,286 2 3311.0161 6"PVC Water Pipe 33 11 12 LF 73 3 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA_ 2 4 3_312.2001 1"Water Service,Meter Reconnection 3312 10 EA _4_6 5 3312.2003 1"Water Service 33 12 10 EA 55 6 3312.2004 1"Private Water Service 33 12 10 _LF 150 7331 33 20_2.3002 6"Gate Valve 12 EA 3 8 � 3312.3003 8"Gate Valve 33 12 20 EA 8 _ _ _ __.__ ..........._........___ ___ _ __...........__.___.... ...._.. ....... ...._W..___.__._._ _ 9 3312.0001 Fire Hydrant 33 1240 EA _3 10 3305.1001 16"Casing By Open Cut_ 33 05 22 LF 18 11 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 2 12 3305.0202 Imported Embedment/Backfill,CSS 33 05 10 CY 20 _ 13 3305.0207 Imported Embedment/Backfill,Select Fill 33 OS 10 CY 20 3201.0400 Temporary Asphalt Paving Repair(2"HMAC on 6" 3201 18 14 CTB) _ LF 3,032 15 3304.0101 Temporary Water Services _ 33 04 30 LS 1 16 3305.0204 Imported Embedment/Backfill,Crushed Rock 33 05 10 CY 20 17 3201.0112 5'Wide Asphalt Pvmt Repair,Residential(Permanent) 32 01 17 LF 160 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, 3201 17 18 Residential SY 300 19 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 50 20 3292.0100 Block Sod Placement 3292 13 SY 470 21 0241.1302 Remove 6"Water Valve02 41 14 EA 5 22 0241.1303 Remove 8"Water Valvevmw 0241 14 EA 2 23 0241.1510 Salvage Fire Hydrant 02 41 14 EA 3 24 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 1 25 3305.0109 Trench Safety � v 33 05 10 LF 2,805 26 0171.0001 Construction Staking 01 71 23 LS 1 27 0171.0001 Construction Survey(GPS Red Line Survey) 01 71 23 LS 1 28 3125.0101 SWPPP 2 1 ac 31 2500 LS 1 29 3471.0001 Traffic Control 34 71 13 MO 3 _..._...._.... .....__. .._._____._._.__-_..___..__. ___._...............__ _ -_________._...._____. __..._............_..._......_____._............._.._.....__ _.._.._ 30 9999.0001 Construction Allowance 000000 LS _ _ 1 $40,000.00 $40 000.00 Subtotal-Water Improvements 1 3331.4115 8"Sewer Pipe _ _ 33 31 20 LF 4,2_44 2 3331.1102 6"to 8"Sewer Pipe Enlargement 3331 23 -LF_ 1,073 3 3331.2102 8"CIPP 33 31 12 LF 2 904 4 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 23 5 3305.0202 Imported Embedment/Backfill,CSS 33 05 10 CY 40 7- 6 3305.0204 Imported Embedment/Backfill,Crushed Rock 33 05 10 CY 40 7 3305.0207 Imported Embedment/Backfill,Select Fill _ 33 05 10 CY 40 8 3201.0400 Temporary Asphalt Paving Repair(2"HMAC on 6" 3201 18 LF CTB) _ _ 400 9 3201.0112 5'Wide Asphalt Pvmt Repair,Residential 3201 17 LF 285 10 3201.0614 Concrete Pavement Repair,Residential 32 01 29 SY 359 11 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 30 12 3301.0001 Pre-CCN Inspection3301 31 LF 3 997 13 3301.0002 Post-CCTV Inspection 33 01 31 LF 8 221 14 3339.1001 4'Manhole 33 39 20 EA 27 15 3339.1002 4'Drop Manhole 3339 20 EA 3 CITY OF FORT WORTH Addendum#1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN#02696 Foun Revised 20120120 Pmposal Fmm 00 42 43 BID PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value __.........__. -33-39,-.-1003- ___.......... _ __........P__.__......_...____ ........_...___....... _. _.__ _. ......_ _._ 16 3339.1003 4'Extra De th Manhole 33 39-20 VF 27 17 3331.3101_4"Sewer Service33 31 50 EA 188 3331.0103 8"Sewer Pipe,Sag Adjustment for Pipe Enlargement 33 31 22 18 3331 23 LF 120 19 3331.1201 Service Reinstated,Pipe Enlargement 3431 23 EA 28 20 3331.2201 Service Reconnection,CIPP 33 31 12 EA 19 21 3301.0101 Manhole Vacuum Testing 33 01 30 EA 29 22 3339.0001 Epoxy Manhole Liner 33 39 60 VF 18 23 3305.0112 Concrete Collar 33 05 17 EA 30 24 3305.0109 Trench Safety 33 05 10 LF 4,324 25 3292.0400 Seeding,Hydromulch 32 9213 SY 7 050 26 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 1 27 3231.0211 Barbed Wire Fence,Metal Posts 32 31 26 LF 20 28 3231.0123 6'Chain Link Fence 3231 13 LF 20 29 3231.0411 4'Wood Fence_ 32 31 29 LF 20 30 3231.0122 5'Chain Link Fence 32 31 13 LF� 20 31 3231.0121 4'Chain Link Fence 3231 13 LF 20 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, 3201 17 32 Residential _ SY 200 33 3110.0102 6"-12"Tree Removal 31 10_00_ EA 13 34 3110.0103 12"-18"Tree Removal 31 10 00 EA 19 35 3110.0104 18"-24" Tree Removal 31 10 00 EA 3 36 3110.0105 24"and Larger Tree Removal 31 10 00 EA 1 37 0171.0001 Construction Staking 01 71 23 LS 1 38 0171.0001 Construction Survey(GPS Red Line Survey) 01 71 23 LS 1 39 3125.0101 SWPPP 2 1 ac 31 25-0 0 LS 1 40 3471.0001 Traffic Control 3471 13MO 3 41 9999.0001 Construction Allowance 00 00 00 LS 1 $80,000.00 $80,000.00 Subtotal-Sewer Improvements 1 0241.0100 Remove Sidewalk 02 41 13 SF 714 2 0_2_41.0300 Remove ADA Ramp 02 41 13 EA 1 3 0241.0401 Remove Concrete Drive 02 41 13� SF 2553 4 0241.1300 Remove Conc Curb&Gutter 02 41 15 LF 1 746 5 0241.1800 Remove Speed Cushion bi 41 15 EA _4 6 3123.0101 Unclassified Excavation 31 2316 CY 15 7 0241.1700 11"Pavement Pulverization 02 41 15 SY 10 260 8 3211.0600 Cement 26lb/SY 32 11 33 TN 157 9 3212.0401 HMAC Transition 32 12 16 TN 22 10 3212.0303 3"Asphalt Pvmt Type D 3212 16 SY 10 260 11�3216.0101 6"Conc Curb and Gutter 32 16 13 LF 4,169 12 3213.0301 4"Conic Sidewalk 32 13 20 SF 714 ............. ... __.. __._.... _...._.___.._ ._....... _.. _._ _........ 13 3213.0401 6"Concrete Driveway 32 1320 SF 9,739 14 3213.0506 Ranier Free Ramp Type P-1 32 13 20 EA 2 15 3217.5001 Curb Address Painting 32 17 25 EA 71 16 3292.0100 Block Sod Placement _ 329213 SY 2 330 17 3305.0108 Miscellaneous Structure Adjustment(Meters) 33 05 14 EA 20 18 3305.0108 Miscellaneous Utility Adjustment(Irregation) 330 14 LS 1 $6 000.00 „ $6 000.00 19 3305.0107 Manhole Adjustment,Minor 33 05 14 EA 3 20 3305.0112 Water Valve-Box Adjustment(with Concrete Collar) 33 05 14 EA 11 21 3441.4110 Remove and Reinstall Sign Panel&Post 34 41 30 EA 6 CITY OF FORT WORTH Addendam 4 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN d 02696 Fofm Revised 20120120 Proposal Fomn (YJ 42 43 BID PROPOSAL Page 3 off 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 22 9999.0000 Type 1 Curb&Gutter TxDOT CCCG-12 00 00 00 LF 120 23 9999.0001 Remove&Replace Curb Inlet Top 00 00 00 EA S 24 3305.0207 Imported Embedment/Backfill,Select Fill mm v 33 05 10 CY 100 _—.._.__.._p._ __.....__. __._......._ _...... _. ____..... ___ __ _..._. __.... _.......___ _.. 25 326-1-.0100 To soil _ 32 92 13 CY 200 26 0171.0001 Construction Staking 101 71 23 1 LS_ 1 27 9999.0002 Construction Survey 00 00 00 LS_ 1 _._____....... ...nstr__._.___ _....,...._...__._ _......._...__....__ _....__._. _ _._ ..____...............__._.. _.......__ .._. ___......_ _.____..___..__ 28 9999.0001 Paving Construction Allowance _ 00 00 00 LS _ 1 $50,000.00 $50 0000.00 Subtotal-Paving Improvements UNIT I:WATER IMPROVEMENTS UNIT II:SEWER IMPROVEMENTS UNIT III:PAVING IMPROVEMENTS Total Bid END OF SECTION CITY OF FORT WORTH Addendum#1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN#02696 Fomm Revised 20120120 Proposal Fom CITY OF FORT WORTH, TEXAS WATER DEPARTMENT BID RECEIPT DATE: MAY 25TH, 2017 ADDENDUM NO. 2 To the Specifications and Contract Documents For 2014 CIP YEAR 3-CONTRACT 8 UNIT 1-WATER IMPROVEMENTS UNIT 2-SANITARY SEWER IMPROVEMENTS UNIT 3-PAVING IMPROVEMENTS Galvez Ave (Denair Street to South De Costa Street) E 4th Street (Covelo Ave to Denair Street) L-1856 (North of 1St Street From Beach Street to North De Costa Street) L-1857 (South of E 1st Street From West of Brandies Street to South Harper Street) L-1858 (South of Chenault Street From Brandies Street to Covelo Avenue) L-1859 (South of 4th Street From South De Costa Street to Covelo Avenue) L-2179 (South of Galvez Avenue From Denair Street to Brandies Street) L-2441 (East of De Costa Street From North of 1st Street to Beach Mill Circle) L-2497 (W of North De Costa Street From North of Austin Lane to North of 1st Street) L-3066 (Galvez Avenue From Gross Street to East) L-3070 (Galvez Avenue From Brandies Street to South De Costa Street) L-5608 (Gross Street From Galvez Avenue To North) L-6969 ( South of Brentwood Stair Road From Wilson Road to Weiler Boulevard) City Project No. 02696 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents from 2014 CIP Year 3-Contract 8 are hereby revised by Addendum No. 2 as follows: I. Construction plans are revised as follows: 1. Sheet 9 is replaced with Sheet 9 Rev 1 2. Sheet 10 is replaced with Sheet 10 Rev 1 3. Sheet 11 is replaced with Sheet 11 Rev 1 4. Sheet 12 is replaced with Sheet 12 Rev 1 5. Sheet 24 is replaced with Sheet 24 Rev 1 6. Sheet 25 is replaced with Sheet 25 Rev 1 7. Sheet 30 is replaced with Sheet 30 Rev 1 8. Sheet 32 is replaced with Sheet 32 Rev 1 II. The proposal section is being deleted in its entirety and replaced via this addendum. 1. Specification Section 00 42 43, Proposal Form is replaced by the attached Section 00 42 43, Proposal Form, Rev 2. Bidder is reminded of their responsibility for the accuracy of all dollar amounts shown on the proposal form. This Addendum No. 2, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 2 by completing the requested information at the following locations: (1) In the space provided in Section 00 41 11, Bid Form, Page 3 of 3 (2) Indicate in upper case letter on the outside of your sealed bid envelope: "RECEIVED &ACKNOWLEDGE ADDENDUM NO. 2" Include a signed copy of Addendum No.2 in the sealed bid envelope at the time of bid submittal, Failure to acknowledge receipt of Addendum No. 2 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED John Carman DIRECTOR WATER DEPARTMENT TOBy. B : y C e to Tony Sholola, P.E. Engineering Manager Company: X.— _-J�P,�l .,AT.lR VAlNEM11DMENT ' TR_.R R'OF, "Tr FREMOVE EXIST E 4TH STREET MMia� a.. z J GALVEZ AVENUE r j Ir ASBF—EXT TAP ----- ------------j --A,. ----- ------------ I P..1,1�/, -AP., --- --- ---- ------------------Z TER N WATER UNE%RMCES MiN BOX LOCATION =AA IX 100% !F SUBMITTAL -T- R_ N TT.f UP LAWNWOM STREET F FORT WORTH OFF FXXTE.7ZT,::..:—P-—T. A.TO A, L-111 8*WATER PLAN GALVE AVENUE STA O+00 TO STA 3+50 C- FORT "' ;W, M WA AP-AA.O.0 'MmIum;%r INSTq LL 400 LF B" 00) Pa WATER MAIN ".-I En' . .P , ua REMOVE EXIST V WATER LINE I rI EM E 47H STREET �j I AS—E.T T- --T rLn AYE NUE WATR UVE—MCES BOX—APCN 7— sr. IA- --IT_7 --------------------- JJJ [l t- ------ .... ---------------I------- -------- ------------------ IT slzE '.T fb Its ch X, L,:—M,--' 100%LT 'TSUBMITTAL Z�7 XT 'T AN kR LT -H RT .—T. IAI 0 I I LAwvI srRm CITY 01 PORT WORTH TEXAS E I—A.TO—11 LSTA ST) Wa'WATERVEZ PLAN zo W-R WAP NO 2060GA -396 A 'Al—IA. LVENUE STA 3+50 TO STA 7+50 INSTALL 400 LF,B' X UTILITY CROS�NG DETAIL 1 (AWWA-111C WATER MAIN -EVREDMENT PER FIG WTR-029 By OPEN CUT E 4TH STREET LINE"A" Z-- V z— .77=1.7L— TI 1'mv _ 4k 530 Aft A-1 ALU 1 11,00m foo J 8 WA R U -Ac-------------L--IT: ------ 120 8,00 .. t� TEP 1.SER—S TA X LOCATION s —uT� tg 100% -2 SUBMITTAL C 11 'A' T, 1�.. fF A N,E_I I LAWNIOOD STREET --T ISSE—ENT UPS —N. 0 I—- 11-01 FONT WORTH TEXAS —T E -1 m TA Li.lL.:,L-—l— WATER PLAN GALVEZ AVENuE 21�TT IA�IT `NU STA 7+50 TO STA 11+50 3+ gc 'M M,!%T I I— UL wln v FORT Al 11 2111-11 'A. S_S UTILITY CROSSING DETAIL NO.2 F---INSTALL 133 LF 8" � �IA WWA- "�'C-ATER MAIN EMBEDMENTLFIG TR_C_ ,OPEN CUT Sao ,a E 4TH STREET W 530 12+00 13,00 UTILITY CROSSING DETAIL NO.3 <v —0, --—- ------------ 20 J- 540 7 1 ;M z 0a 530 100% 12+00 13,00 SUBMITTAL LINE"A" WAMB UIE—CES BOX LXATON FIN kO 1-1 1 LAVMWOOD STREET L CITY OF FORT WORTH ida —1 TEXAS -T -All I 77=-,c=. �, 2- anes E J!�!rn IF L!11 'A, CITY OF EgtT woxTR _R MAP 10 2060-NS B'WATER PLAN "P.0 PA.:B.-S GALVEZ AVENUE STA 11+50 TO STA 12+61 321E2R N DOIR DDIL 00+9 00+9 00+* 00+E 00+Z 00+1 00+0 H+H -�-,E-TA+' �-I +I ------------i------ A-H�-14 I - T 7 7 -------- 00+9 vis 01 09+0 vis 3NV Z31W0 V IS -=L"--- LK.*3 N33MLL38 ATnV 1 71 t + 0 699-1 3Nn 7 3IUoa4 V INVId H3V3S AgViINYS.9 T T T 7 1 ------- 9�55441 M111.4 L -I- -1) + +I I H-I --- --- -- 31 -If V x t-l.L iv ---1 7 + S i-�-H-14 4 -4 -- -- -- ---- 18C)i 0�110 MCDOI HAOM H 7---7+ ------- - + 1-!!--17-11 -7- -----------=1---------- T7�- ------- J. j t 'T, iviiivqens -L I I- H-I %00 L 17 7 ] -I-r.-.11A TUT'l—4 Nv— iHi 1 . . I . . . 6991 3nN3AV Z311V9 F/771 M mr=m OM ®_.._,. m .�..w�_.� I � f —I I _ I I a a.l3a � I I I — s M ewrw (69%l ISIX3) -M� 2�1 Z.T- % REPLACE ' 37 LF of EXIST 8"55 W/8"55 BY PIPE ENLARGEMENT lu Mss NIF EXIITL 1A8 9 >i 1 2 it o a QI '� • � "'• �,• ,.,�•.y.. I^� CON STRUCTa16}•LF B"PVC y 's SANITARY SEWER 2 <l 1. u P'SCO v¢.e]v h 64-S GALVEZ AVENUE L-1859 =L,===-==t1-=tI I=r_t= __ �=C1- 4 FI =I7==C' ' ,l_'-CL'=r7 Ti T 100% + + iT - + _ - F = 3i L C' .a r,�r , �� + r, yy r SUBMITTALy �,M rI t1 Ci I C� � rI [. r_C. i-�444 11 CZ �1 6�1 [ 1: C] r, - - r �� [, �, rte--., - _ � �, ] '_� Gr oRl'Wo clTv of Foar woarR i+ - _4 TEXAS+ i TEXAS 1 i ---1+-r'�-i -- - ---'rr+-'rri`i -- -'�+r� r ---'r F1- ri--'r i- +-'rr� I'-FL'r -- -rr--r -- -- r- -rY-- --- -'-r"-- -I- --r -- -- -- -- -- -- -sfi Ycf��v- -r* -�-r -- -- Y-- -- Svtik -- 33'.- dv-Fn§r'e ",--�� _ "°um��`�'e- ��,ss9 Thr:° ----1-I-'r -'r -----F', -r saR.w�iser �+wn�Lmr�'r'T ------ '-------- r 51. -«,.-:.er. ___ ____ �1 ______�__�______41-H,�} ____ ____ V SANITARY SEWER PUN d PROFILE +i -rr -F -i ..___ -r+ rrT - --i r -r _ _-_ �_�1i r��_i �_♦-' 'i_i +-'rri__ _+�__�r UNE L-1859 0 TH ALLEY aESTTA 8+00 EN E To STA 17o'�'DO VEZ AVE 5 _r __ __ - '__ __ __r _i_ __ __ 7__r __ __ _i_ '__ __ _ __ ,_ rte__ __ _�_ '__ __ __r _i, __ __ --rT-- 5 5 o SSR1 n r B+OOT X19+00 10+00rr r 11+00 12+00 13+00 , 14+00 15+00 16+00 r 17+00 ... COTTOMWIWOOD"S ED J. SE-EE RIE ITR CNEIT IT SAID EISEEIEIT TD BE IL Wd �6x.mu @ 6y8. RS'S2'Wu .11JIERTI 1-1 ' .-ClAR TTE ss� ACT.AL I'DCA.'1I N—ER OF C, C (PER FIG�STI—) C. ..c 6 LEX ear-TEAP 'I— (F, =M� • E.—STIR—I) ai IT-I IICI R11.1—ED 7"n Gl �-7—CRETE BASE- RE E. (PER EG S-31) Srrx -,A— I.T A. E I .- PST.. IN DECOSTA ST REPLACE 521 LF OF 8"PIPE WZ 8" PIP BY PIPE ENLARGEMENTea R .T EAST 4 9 1 1 � I � ---PE `—EA- P, fP;IE E —11 SES 100% ,A A iLa SUBMITTAL will. f;R�-7 PEW AooLNow 2 wl.— smi—ll CITY OF ..R- L5 TEXAS 5a 11.1 I.T —TRAIT < E 1. I—L.A.I—.I 11 11E�7,ICI 1 1!6�1 1� 'Mr 8"SANITARY SEWER PLAN&PROFILE Zo LINE L-2497 STA 0+07 TO 5TA 6+00 I""A -11-11-11 Ill rc oo 2150 +)c -5G 4+00 4-50 'o 600 -- - CONSTRUCT 103 LF 6']�A VC x § - SANITARY SEWER(LINE -- -- Z(T T CONSTRUCT 3B LF 6" T '� 4SANITARY SEWER(LINB' LINE"A" _ (EXIST L�560B)6 ° �wmw.mK uvnv 1� LINE"B' m.¢r•m.r sm :.:m,.^ r ! EXIST L-3066) m G CALVEZ AVENUE �ntip �.d.w GALVQ AVENUE �......�-•Pqe. _ n.eau-rs-ur —_-.w •_ryy>°"-., — � `55 mi�os�r'-i"s >a.R e>onm wm wwv v u v ITS FORT qoR L-3066 L-5608 o,oso_ssa -- -- -- -- -- I -_ -- -- -- 1-- ,I , -I --- -- Y _CrII,ICII'I-_r r- _ +II 100% SUBMITTAL 11-H-11111 -14 -I- r IEI , r �l a-_�1 � F4 4= rI+ S. - - - xFp{•r -_�-_—_--�ii_-__—r�t-rir;i-li-I__-----_-_i-r�-��1-T-,--___IorIi_-__i-tI_-�--__�---_-r-rI i,II i•�'-�,___-Ii-_---I___i,tIrIII_J�__-_r{IY;a;-_-_JI-____ ;ILr " -__ 1- `rrIl lCenITnYF 0 O�-o�RoT« e.sO n-R.n. TveHti 1 Ii _ _ TEXAS __ v.--rYr,-I- ,� _ __r -i-r --- -- -- --- -_4 -1 -4 -II-H- I_ _-- l-IIJIrT -I ---- __ I TpII_ timoue- -C -r _ 'sr5n _ I.I _ _ ___ H4 H44-4 I �I -- I+I _ I ± _II1- awarr 54G _ B`SANITARY SEWER h PROFILE ----- - � L-3066 a L-5508 vv c -- — mr FI rI 1 - frr NIrriIrCALVFZ AVENUE STA 6+J1.510 STA 6+50 I GROSS ST STA 0+ TO 1+0 �--V _71 ----- II--'-- -Fi'rr---Irf--'r+-'='�b =----------- -----'-F? -_'--r•---IrI'r IT I-P =---1-I-IT-II'I-Ir -----_ - - -_---- ------------ 1J L L1 L15+OO1J L 6+00 r0+001- -r1+0� r I Iii , it I �1 11 I i rr i , _ � � opsr++co:mc 530 ZR1 �< 0 2+00 for 00 42 43 BID PROPOSAL Page 1 of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity 1 3311.0261 8"PVC Water Pipe 3311 12 LF 2,049 2 3311.0161 6"PVC Water Pipe _ 33 11 12 LF 73 3 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 6 4 3312.2001 1"Water Service,Meter Reconnection 33 12 10 EA 59 5 3312.2003 1"Water Service 33 12 10 EA 59 6 3312.2004 1"Private Water Service 33 12 10 -LF _ 150 7 3312.3002 6"Gate Valve 33 12 20 EA 3--- 8 8 3312.3003 8"Gate Valve 33 12 20 EA 8 _ 9 3312.0001 Fire Hydrant _ 33 12 40 EA 3 10 3305.1001 16"Casing By Open Cut _ 33 05 22 _LF 18 11 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 2 12 3305.0202 Imported Embedment/Backfill,CSS 33 05 10 CY 20 13 3305.0207 Imported Embedment/Backfill,Select Fill _ 33 05 10 CY 20 14 3201.0400 Temporary Asphalt Paving Repair(2"HMAC on 6"CTB) 3201-18 LF 3,032 15 3304.0101 Temporary Water Services 33 04 30 LS 1 16 3305.0204 Imported Embedment/Backfill,Crushed Rock _ 33 05 10 CY_ 20 17 3201.0112 5'Wide Asphalt Pvmt Repair,Residential(Permanent) 3201 17 LF 160 _ 18 3201.0201 Asphalt Pvmt Repair Beyond Defined Width,Residential 32 01 17 SY 300 19 3216.01016"Conc Curb and Gutter 32 16 13� LF 50-- 20 0 _20 0241.1302 Remove 6"Water Valve 0241 14 EA 5 21 0241.1303 Remove 8"Water Valve 0241 14 EA _2 22 0241.1510 Salvage Fire Hydrant 02 41 14 EA 3 mm 23 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA _1 24 3305.0109 Trench Safety 33 05 10 LF 2,04_9 25 0171.0001 Construction Staking 017123 LS 1 26 0171.0001 Construction Survey(GPS Red Line Survey) mm 01 7123 LS 1 27 3125.0101 SWPPP_1 ac 31 2500 LS 1 28 3471.0001 Traffic Control 3471 13 MO 3 29 9999.0001 Construction Allowance 00 00 00 LS 1--j4-0,00-0-010--. $40,000.00 mm Subtotal-Water Improvements 1 3331.4115 8"Sewer Pipe _ 33 31 20 LF2,647 2 3331.1102 6"to 8"Sewer Pipe Enlargement 33 31 23 _ LF _ 2,560 3 3331.2102 8"CIPP _ ____ 3331 12 LF N 2,890 4 3331.4119 8"DIP Sewer Pipe 33 11 10 LF 103 5 0241.2201 Remove 4'Sewer Manhole _ 02 41 14 EA 23 6 3305.0202 Imported Embedment/Backfill,CSS 33 0510 CY 40 7 3305.0204 Imported EmbedmenUBackfill,Crushed Rock 33 05 10 CY 40 8 3305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 CY 40 9 3201.0400 Temporary Asphalt Paving Repair(2"HMAC on 6"CTB) 32 01 18 LF ____..............__._.. ___ _ __ .._...._........_..__.__._____............... __ _........._______._....._....... _ 400 10 3201.0112 5'Wide Asphalt Pvmt Repair,Residential 32 01 17 LF 285 11 3201.0614 Concrete Pavement Repair,Residential 32 01 29 SY 359 12 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 30 13 3301.0001 Pre-CCN Inspection 3,3-01-31 LF 5,484 14 3301.0002 Post-CCTV Inspection __ ry 3301 31 _ LF 8 221 15 3339.1001 4'Manhole 33 39 20 EA 26 CITY OF FORT WORTH Addendum N 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN p 02696 Form Revised 20120120 Proposal Form 00 42 43 BID PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity 16 3339.1002 4'Drop Manhole 33 39 20 EA 2 _ 17 3339.1003 4'Extra Depth Manhole 33 39 20 VF 30 18 3339.1004 4'Shallow Manhole 33 39 20 EA 2 19 3331.3101 4"Sewer Service_ _ _ 33 31 50 EA 79 3331.0103 8"Sewer Pipe,Sag Adjustment for Pipe Enlargement 33 31 22 20 3331 23 LF 200 21 3331.1201 Service Reinstated,Pipe Enlargement 34 31 23 EA 71 22 3331.2201 Service Reconnection,CIPP 3331 12 EA 14 23 3301.0101 Manhole Vacuum Testing 33 01 30 EA 29 24 3339.0001 Epoxy Manhole Liner 33 39 60 _VF 18 25 3305.0112 Concrete Collar 33 05 17 EA 30 26 3305.0109 Trench Safety 33 05 10 LF 2,754 27 3292.0400 Seeding,Hydromulch 32 92 13 SY 7,050 28 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 6-- 29 -29 3231.0211 Barbed Wire Fence,Metal Posts 32 31 26 LF 100 30 3231.0123 6'Chain Link Fence 32 3f-1 3LF 100 31 3231.0411 4'Wood Fence _ 32 3129 LF 100 32 3231.0122 5'Chain Link Fence 3231 13 LF 100 33 3231.0121 4'Chain Link Fence 3Y31 13 _ LF 100 34 3201.0201 Asphalt Pvmt Repair Beyond Defined Width,Residential 32 01 17 SY 200 35 3110.0102 6"-12"Tree Removal 31 1000 EA� 13 36 Y 3110.0103 12"--18"Tree Removal 31 10 00 EA 19 37 3110.0104 18"-24" Tree Removal 31 1000 EA 3 38 3110.0105 24"and Larger Tree Removal 31 1000 ~ EA 1 39 0171.0001 Construction Staking 0171 23� LS 1 ---4O---0171.0001 Construction Survey(GPS Red Line Survey) 01 71 23 LS 1 41 3125.0101 SWPPP 2 1 ac 31 2500 LS 1 42 3471.0001 Traffic Control 3471130- 3 _ 43 9999.0001 Construction Allowance 00 00 00 LS 1 $80,000.00 $80,000.00 Subtotal-Sewer Improvements 1 0241.0100 Remove Sidewalk 0241 13 SF 714 2 0241.0300 Remove ADA Ramp a 6241 13 EA 1 _.. _._......___....__._.__.............._...._...__..._._.._.......... _... _._ _.__........___. _..._..........._. ___. 3 0241.0401 Remove Concrete Drive 0241 13 SF 2,553 4 0241.1300 Remove Conc Curb&Gutter b241 15 LF 5 0241.1800 Remove Speed Cushion 02 41 15 EA 4 6 3_123.0101 Undassified Excavation N 31 2316 CY 15 7 0241.1700 11"Pavement Pulverization 02 41 15 SY 10,260 8 3211.0600 Cement 261b/SY 3211 33 TN 157 9 3212.0401 HMAC Transition 32 12 16 TN 22 10 3212.0303 3"Asphalt Pvmt Type D......._.____.__. _.._.__................._._32 12 16.__ .SY_...._.10 260 _.....__�__.... 11 3216.01016"Conc Curb and Gutter 32 16 13 LF 4,169 M12 3213.03014"Conc Sidewalk 32 13 20 SF 714 13 3213.0401 6'Concrete Driveway 32 13 20 SF 9,739 14 3213.0506 Barrier Free Ramp Type P-1 32-13 20 EA 2 15 3217.5001 Curb Address Painting 32 17 25 EA 71 16 3292.0100 Block Sod Placement _ 32 92 13 SY 2,330 17 3305.0108 Miscellaneous Structure Adjustment(Meters) 33 05 14 EA 20 18 3305.0108 Miscellaneous Utility Adjustment(Irregation) 33 05 14 _LS 1 $6,000.00 $6,000.00 19 3305.0107 Manhole Adjustment,Minor 33 05 14 EA 3 CITY OF FORT WORTH Addendum p 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN p 02696 Form Revised 20120120 Proposal Form 00 42 43 BID PROPOSAL Page 3 of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 20 3305.0112 Water Valve-Box Adjustment(with Concrete Collar) 33 05 14 EA 11 _21 3441.4110_Remove and Reinstall Sign Panel&Post 34 41 30 EA 6 22 9999.0000 Type 1 Curb&Gutter TxDOT CCCG-12 00 00 00 LF 120 23 9999.00_01 Remove&Replace Curb Inlet Top 00 00 00 EA 8 --_ 24 3305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 CY 100 25 3291.0100 Topsoil _ 32 92 13 CY 200 26 0171.0001 Construction Staking01 71 23 LS 1 27 9999.0001 Paving Construction Allowance 00 00 00 _LS 1 $5_0,000.00 $50,000.00 Subtotal-Paving Improvements UNIT I:WATER IMPROVEMENTS UNIT II:SEWER IMPROVEMENTS UNIT III:PAVING IMPROVEMENTS Total Bid END OF SECTION CITY OF FORT WORTH Addendum N 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN#02696 Form Revised 20120120 Proposal Form 001113-1 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of 2014 CIP YEAR 3—CONTRACT 8, Unit 1: Water Project No. 59601-0600430-CO2696-C01783, Unit 2:Sewer Project No. 59607-0700430-CO2696-C01783, Unit 3:Paving Improvements No. 34014-0200431-CO2696-CO2483, City Project No. 02696 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth,Texas 76102 Until 1:30 P.M. CST,May 25r", 2017, and bids will be opened publicly and read aloud at 2:00 P.M.CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the(approximate)following Unit 1: Water Improvements for: • Approximately 2,300 LF of 8" water line, by open cut Unit 2:Sanitary Sewer Improvements for: • Approximately 5,000 LF of 8"sanitary sewer line by open cut, • Approximately 3,800 LF of 8"sanitary sewer line rehabilitation by CIPP, and • Approximately 1,100 LF of 8"sanitary sewer pipe enlargement. Unit 3:Street Pulverization and HMAC Overlay(POL)for: • Galvez Avenue from Denair St. to De Costa St. (Approx. 1,830 L.F.) • E 4`h Street from Covelo Ave. to Denair St. (Approx. 748 L.F.) PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening.The procedures for qualification and pre- qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http:%/www.fortworthtexas.gov/purchasinO and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. The contractor is required to fill out and notarize the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httas://www.ethics.state.tx.us/tee/1295-Info.htm . Copies of the Bidding and Contract Documents may be purchased from DAL-TECH Engineering Inc. which is as follows 17400 Dallas Parkway, Suite 110, Dallas, TX 75248 CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 22,2016 001113-2 INVITATION TO BIDDERS Page 2 of 2 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $50 Set of Bidding and Contract Documents with half size(if available)drawings: $45 ;- PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13—INSTRUCTION TO BIDDERS at the following location,date,and time: DATE: May 9t', 2017 TIME: at 9:00 AM PLACE: at 311 West 10I St Fort Worth,TX 76120 LOCATION: Ground floor of parking garage building across the street from the Federal building CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Walter Norwood, P.E.,City of Fort Worth — Email: Walter.Norwood@fortworthtexas.gov Phone: 817-392-5026 AND/OR s Attn: Mary Hanna, P.E.,CFM, City of Fort Worth Email: Mary.Hanna@fortworthtexas.gov Phone: 817-392-5565 AND/OR Attn: H. Wayne Barton, P.E.,DAL-TECH Engineering, Inc. Email: WBarton@DAL-TECH.com Phone: 972-250-2727 ADVERTISEMENT DATES April 27`h, 2017 May 4`h, 2017 END OF SECTION CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 - STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised December 22,2016 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 00-GENERAL CONDITIONS. 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm,partnership,company,association,or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder:Any person, firm,partnership, company,association,or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided)makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2.City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1.All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding.Bids received from contractors who are not prequalified(even if inadvertently opened)shall not be considered. Prequalification requirement work types and documentation are as follows: 3.1.1. Paving—Requirements document located at; https://p)•oi ectpoint.buzzsaw.com/fortworthgov/Res ources/02%20- %20Construction%2ODocuments/Contractor%2OPregualification/TP W%2OPaving %20Contractor%2OPrequalification%2OProgram/PREQUAL IFICATION%20REQ UIREMENTS%2 0FOR%20PAVING%20C ONTRACTORS.PDF?public 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; https://proi ectpoi nt.buzzsaw.com/fortworthgov/Resources/02%20- _ %20Construction%2ODocuments/Contractor%2OPrequal ification/TP W%2OPavinj4 %20Contractor%2OPreq ualification%2OPrograln/PREQUALIFICATION%20REO UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 21,2015 002113-2 -" INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.3. Water and Sanitary Sewer—Requirements document located at; https://proiecti2oint.huzzsaw.com/fortworthgov/Resources/02%20- %20Construction%2ODocuments/Contractor%2OPrequal ification/Water%2Oand%2 OSanitary%2OSewer%2OContractor%2OPrequalification%2OProgram/W S S%20pre qual%20requirements.doc?public 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within seven (7)calendar days prior to Bid opening,the documentation identified in Section 00 45 11,BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project,and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame.Based upon the City's assessment of the submitted information,a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested,may be grounds for rejecting the apparent low bidder as non-responsive.Affected contractors will be notified in writing of a recommendation to the City Council. 3.4.In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents,Other Related Data,and Site `! 4.1.Before submitting a Bid,each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents(including "technical data" referred to in Paragraph 4.2.below).No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and site conditions that may affect cost,progress,performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress,performance or furnishing of the Work. CITY OF FORT WORTH 2014 CB'YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 21,2015 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities)that have been identified in the Contract Documents as containing reliable "technical data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish.All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents.No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Perform independent research,investigations,tests,borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request,City may provide each Bidder access to the site to conduct such examinations,investigations, explorations,tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations,investigations,tests and studies. 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work,time required for its completion, and obtain all information required to make a proposal.Bidders shall rely exclusively and solely upon their own estimates,investigation,research,tests,explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation,examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.8. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of- 4.2.1. £4.2.1. Those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings,if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.2.2. Those drawings of physical conditions in or relating to existing surface and subsurface structures(except Underground Facilities)which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. Copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents,but the"technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any"technical data" or any other data, interpretations, opinions or information. 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) that Bidder has complied with every requirement of this Paragraph 4,(ii)that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means,methods,techniques, sequences or procedures of construction(if any)that may be shown or indicated or expressly required by the Contract Documents, (iii)that Bidder has given City written notice of all conflicts,errors,ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder,and when said conflicts, etc.,have not been resolved through the interpretations by City as described in Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4.The provisions of this Paragraph 4, inclusive,do not apply to Asbestos,Polychlorinated biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract a Documents. 5. Availability of Lands for Work,Etc. 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- of-way, easements,and/or permits are not obtained,the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 21,2015 r 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way,easements,and/or permits,and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102 Attn: Mary Hanna, P.E., CFM, City of Fort Worth Email:Mary.Hanna@fortworthtexas.gov Phone: (817)-392-5565 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3.Addenda or clarifications may be posted via Buzzsaw at https://projectpoint.buzzsaw.com/client/fortworthgov/Infrastructure Projects/02696- 2014 CIP Year 3—Contract 8/Bid Documents Package/Bid Documents Package. 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 21,2015 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award,City may consider Bidder to be in default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 8. Contract Times The number of days within which, or the dates by which,Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items ... The Contract,if awarded,will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or"or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City,application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors,Suppliers and Others i 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended),the City has goals for the participation of minority business and/or small business enterprises in City contracts.A copy of the Ordinance can be obtained from the Office of the City Secretary.The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST,on the second business days after the bid opening date.The Bidder shall obtain a receipt from the City as evidence the documentation was received.Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. i CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 21,2015 i 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit price item listed therein. In the case of optional alternatives,the words "No Bid," "No Change," or"Not Applicable" may be entered.Bidder shall state the prices, written in ink in both words and numerals,for which the Bidder proposes to do the work contemplated or furnish materials required.All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals,the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner,whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance to State Law Non Resident Bidder. y- 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed envelope,marked with the City Project Number,Project title,the name and address of Bidder,and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system,the sealed envelope shall be enclosed in a separate �- envelope with the notation"BID ENCLOSED" on the face of it. CrrY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 21,2015 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal _ must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids.After all Bids not requested for withdrawal are opened and publicly read aloud,the Bids for which a withdrawal request has been properly filed may,at the option of the City,be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates(if any)will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may,at City's sole discretion,release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder,whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price,contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will ..� be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders,Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract,Bidder has performed a prior contract in an unsatisfactory manner,or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors,Suppliers,and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs,maintenance requirements,performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the — Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications,and financial ability of Bidders,proposed Subcontractors,Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization,work of a value not less than 35%of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded,it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to r. City with the required Bonds, Certificates of Insurance,and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised August 21,2015 N -f r vrok CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 City Project No.02696 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.Pdf httip://www.ethics.state.tx.us/forms/CIS.pdf 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: WOODY CONTRACTORS, INC. By: TROY WOODY 650 TOWER DR Signature: KENNEDALE, TX 76060 Title: PRESIDENT END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 2014 CIP YR 3 CONTRACT 8 PROPOSAL 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: 2014 CIP YEAR 3-CONTRACT 8 Galvez Ave.from Denair St.to De Costa St., East 4th St.from Covelo Ave.to Denair St., L-1856 from Beach St. to North De Costa St., L-1857 from West of Brandies St.to S Harper St., L-1858 from Brandies St.to Covelo Ave., L-1859 from De Costa St.to Covelo Ave., L-2179 from Denair St.to Brandies St., L-2441 from North of E 1st St.to Beach Mill Cir., L-2497 from North of Austin Ln.to North of 1st St., L-3066 from Gross St. East, L-3070 from Brandies St.to De Costa St., L-5608 from Galvez St. North, and L-6969 from Wilson Rd.to Weiler Rd. City Project No.: 02696 Units/Sections: UNIT 1: WATER IMPROVEMENTS 59601-0600430-CO2696 UNIT 2: SANITARY SEWER IMPROVEMENTS 59607-0700430-CO2696 UNIT 3: PAVING IMPROVEMENTS 34014-02000431-CO2696 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 2014 CIP YEAR 3—Contract 8 00 41 00 BID FORM Page 2 of 3 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. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. WATER LINE INSTALL b. SANITARY SEWER INSTALL c. CONCRETE ROADWAY CONSTRUCTION d. PULVERIZATION AND HMAC OVERLAY(POL)OF ROADWAY 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 250 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 J b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. J c. Proposal Form, Section 00 42 43 of d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 2014 CIP YEAR 3—Contract 8 0041 00 BID FORM Page 3 of 3 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. Total Bid L9 7. Bid Submittal This Bid is submitted on MAY 25, 2017 by the entity named below. Respectfully s mit ed, Receipt is acknowledged of the following Addenda: Initial By: Addendum No. 1: (Si re) Addendum No. 2: Addendum No. 3: TROY WOODY Addendum No. 4: (Printed Name) Title: PRESIDENT Company: WOODY CONTRACTORS, INC. Corporate Seal: Address: 650 TOWER DR KENNEDALE, TX 76060 State of Incorporation: TEXAS Email: twoody202O a�aol.com Phone: 817-483-4787 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 2014 CIP YEAR 3—Contract 8 00 42 43 BID PROPOSAL Page 1 of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal liidliss VL In Specification Unit of Bid Description Unit Price Bid Value Section No. Measure Quantity 1 3311.0261 8"PVC Water Pipe 3311 12 LF 2,049 $57.00 $116,793.00 2 3311.0161 6"PVC Water Pipe 3311 12 LF 73 $50.00 $3,650.00 3 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 6 $2,100.00 $12,600.00 4 3312.2001 1"Water Service,Meter Reconnection 33 12 10 EA 59 $400.00 $23,600.00 5 3312.2003 1"Water Service 33 12 10 EA 59 $1,400.00 $82,600.00 6 3312.2004 1"Private Water Service 33 12 10 LF 150 $25.00 $3,750.00 7 3312.3002 6"Gate Valve 33 12 20 EA 3 $1,000.00 $3,000.00 8 3312.3003 8"Gate Valve 33 12 20 EA 8 $1,300.00 $10,400.00 9 3312.0001 Fire Hydrant 33 12 40 EA 3 $4,000.00 $12,000.00 10 3305.1001 16"Casing By Open Cut 33 05 22 LF 18 $171.00 $3,078.00 11 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 2 $7,000.00 _ $14,000.00 12 3305.0202 Imported Embedment/Backfill,CSS 33 05 10 CY 20 $80.00 $_1,600.00 13 3305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 CY 20 $30.00 $600.00 14 3201.0400 Temporary Asphalt Paving Repair(2"HMAC on 6"CTB) 3201 18 LF 3,032 $25.00 $75,800.00 15 3304.0101 Temporary Water Services 33 04 30 LS 1 $27,000.00 $27,000.00 16 3305.0204 Imported Embedment/Backfill,Crushed Rock 33 05 10 CY 20 $40.00 $800.00 17 3201.0112 5'Wide Asphalt Pvmt Repair,Residential(Permanent) 3201 17 LF 160 $90.00 $14,400.00 18 3201.0201 Asphalt Pvmt Repair Beyond Defined Width,Residential 3201 17 SY 300 $11.00 $3,300.00 19 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 50 $36.00 $1,800.00 .......... . . 20 0241.1302 Remove 6"Water Valve 0241 14 EA 5 $150.00 $750.00 21 0241.1303 Remove 8"Water Valve 0241 14 EA 2 $150.00 $300.00 22 0241.1510 Salvage Fire Hydrant 0241 14 EA 3 $300.00 $900.00 23 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 1 $800.00 $800.00 24 3305.0109 Trench Safety 33 05 10 LF 2,049 $0.05 $102.45 25 0171.0001 Construction Staking 01 71 23 LS 1 $3,300.00 _ $3,300.00 26 0171.0001 Construction Survey(GPS Red Line Survey) 01 71 23 LS 1 $2,800.00 $2,800.00 27 3125.0101 SWPPP 2 1 ac 31 2500 LS 1 $1,000.00 $1,000.00 28 3471.0001 Traffic Control 3471 13 MO 3 $2,500.00 $7,500.00 29 9999.0001 Construction Allowance 00 00 00 LS 1 1 $40,000.00 $40,000.00 Subtotal-Water Improvements $468,223.45 74 1 3331.4115 8"Sewer Pipe 3331 20 LF 2,647 $105.00 $277,935.00 2_ 3331.1102 6"to 8"Sewer Pipe Enlargement 3331 23 LF 2,560 $50.50 $129,280.00 3 3331.2102 8"CIPP 3331 12 LF 2,890 $40.00 $115,600.00 3331.4119 8"DIP Sewer Pipe 3311 10 LF 103 $138.00 $14,214.00 5 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 23 $500.00 $11,500.00 6 3305.0202 Imported EmbedmenVBackfill,CSS 33 05 10 CY 40 $80.00 $3,200.00 7 3305.0204 Imported Embedment/Backfill,Crushed Rock 33 05 10 CY 40 $40.00 $1,600.00 8 3305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 CY 40 $30.00 $1,200.00 9 3201.0400 Temporary Asphalt Paving Repair(2"HMAC on 6"CTB) 3201 18 LF 400 $38.00 $15,200.00 10 3201.0112 5'Wide Asphalt Pvmt Repair,Residential 3201 17 LF 285 $90.00 $25,650.00 11 3201.0614 Concrete Pavement Repair,Residential 3201 29 SY 359 $107.00 $38,413.00 12 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 30 $36.00 $1,080.00 13 3301.0001 Pre-CCTV Inspection 3301 31 LF 51484 $3.00 $16,452.00 14 3301.0002 Post-CCN Inspection 3301 31 LF 8,221 $2.00 $16,442.00 CITY OF FORT WORTH Addendum 0 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 0026% Form Revised 20120120 Proposal Form 00 42 43 BID PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity 15 3339.1001 4'Manhole 33 39 20 EA 26 $5,150.00 $133,900.00 16 3339.1002 4'Drop Manhole 33 39 20 EA 2 $11,250.00 $22,500.00 17 3339.1003 4'Extra Depth Manhole 33 39 20 VF 30 $200.00 $6,000.00 18 3339.1004 4'Shallow Manhole 33 39 20 EA 2 $3,500.00 $7,000.00 19 3331.3101 4"Sewer Service 3331 50 EA 79 $1,250.00 $98,750.00 3331.0103 8"Sewer Pipe,Sag Adjustment for Pipe Enlargement 3331 22 20 3331 23 LF 200 $66.00 $13,200.00 21 3331.1201 Service Reinstated,Pipe Enlargement 3431 23 EA 71 $970.00 $68,870.00 22 3331.2201 Service Reconnection,CIPP 3331 12 EA 14 $275.00 $3,850.00 23 3301.0101 Manhole Vacuum Testing 3301 30 EA 29 $125.00 $3,625.00 24 3339.0001 Epoxy Manhole Liner 33 39 60 VF 18 $230.00 $4,140.00 25 3305.0112 Concrete Collar 33 05 17 EA 30 $750.00 $22,500.00 26 3305.0109 Trench Safety 33 05 10 LF 2,754 $1.00 $2,754.00 27 3292.0400 Seeding,Hydromulch 32 92 13 SY 7,050 $1.60 $11,280.00 28 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 6 $800.00 $4,800.00 29 3231.0211 Barbed Wire Fence,Metal Posts 3231 26 LF 100 $15.00 $1,500.00 30 3231.0123 6'Chain Link Fence 3231 13 LF 100 $30.00 $3,000.00 31 3231.0411 4'Wood Fence 3231 29 LF 100 $40.00 $4,000.00 32 3231.0122 5'Chain Link Fence 3231 13 LF 100 $25.00 $2,500.00 33 3231.0121 4'Chain Link Fence 3231 13 LF 100 $30.00 $3,000.00 34 3201.0201 Asphalt Pvmt Repair Beyond Defined Width,Residential 3201 17 SY 200 $11.00 $2,200.00 35 3110.0102 6"-12"Tree Removal 31 1000 EA 13 $400.00 $5,200.00 36 3110.0103 12"-18"Tree Removal 31 1000 EA 19 $1,000.00 $19,000.00 37 3110.0104 18"-24" Tree Removal 31 1000 EA 3 $1,600.00 $4,800.00 38 3110.0105 24"and Larger Tree Removal 31 1000 EA 1 $2,400.00 $2,400.00 39 0171.0001 Construction Staking 01 71 23 LS 1 $3,800.00 $3,800.00 40 0171.0001 Construction Survey(GPS Red Line Survey) 01 71 23 LS 1 $3,300.00 $3,300.00 41 3125.0101 SWPPP z 1 ac 31 2500 LS 1 $1,000.00 $1,000.00 42 3471.0001 Traffic Control 3471 13 MO 3 $2,500.00 $7,500.00 43 9999.0001 Construction Allowance 00 00 00 LS 1 $80,000.00 $80,000.00 Subtotal-Sewer Improvements $1,214,135.00 734 0241.0100 Remove Sidewalk 02 41 13 SF 714 $3.00 $2,142.00 0241.0300 Remove ADA Ramp 0241 13 EA 1 $250.00 $250.00 0241.0401 Remove Concrete Drive 0241 13 SF 2,553 $4.50 $11,488.50 0241.1300 Remove Conc CurbBGutter 0241 15 LF 1,746 $2.00 $3,492.00 5 0241.1800 Remove Speed Cushion 0241 15 EA 4 $100.00 $400.00 6 3123.0101 Unclassified Excavation 31 2316 CY 15 $25.00 $375.00 7 0241.1700 11"Pavement Pulverization 0241 15 SY 10,260 $6.00 $61,560.00 8 3211.0600 Cement 261b/SY 3211 33 TN 157 $173.00 $27,161.00 9 3212.0401 HMAC Transition 32 12 16 TN 22 $120.00 $2,640.00 10 3212.0303 3"Asphalt Pvmt Type D 32 12 16 SY 10,260 $16.75 $171,855.00 11 3216.01016"Conc Curb and Gutter 32 16 13 LF 4,169 $48.50 $202,196.50 12 3213.0301 4"Conc Sidewalk 32 13 20 SF 714 $7.00 $4,998.00 13 3213.0401 6"Concrete Driveway 32 13 20 SF 9,739 $13.50 $131,476.50 14 3213.0506 Barrier Free Ramp Type P-1 32 13 20 EA 2 $2,500.00 $5,000.00 15 3217.5001 Curb Address Painting 32 17 25 EA 71 $75.00 $5,325.00 16 3292.0100 Block Sod Placement 32 92 13 SY 2,330 $4.10 $9,553.00 CITY OF FORT WORTH Addendum p 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN b 02696 Form Revised 20120120 Proposal Form 00 42 43 DID PROPOSAL Page 3 of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Biddels Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity 17 3305.0108 Miscellaneous Structure Adjustment(Meters) 33 05 14 EA 20 $50.00 $1,000.00 18 3305.0108 Miscellaneous Utility Adjustment(Irregation) 33 05 14 LS 1 $6,000.00 $6,000.00 19 3305.0107 Manhole Adjustment,Minor 33 05 14 EA 3 $450,00 $1,350.00 20 3305.0112 Water Valve-Box Adjustment(with Concrete Collar) 33 05 14 EA 11 $300.00 $3,300.00 21 3441.4110 Remove and Reinstall Sign Panel&Post 3441 30 EA 6 $385.00 $2,310.00 22 9999.0000 Type 1 Curb&Gutter TxDOT CCCG-12 00 00 00 LF 120 $50.00 $6,000.00 23 9999.0001 Remove&Replace Curb Inlet Top 00 00 00 EA 8 $4,350.00 $34,800.00 24 3305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 CY 100 $50.00 $5,000.00 25 3291.0100 Topsoil 32 92 13 CY 200 $20.25 $4,050.00 26 0171.0001 Construction Staking 01 71 23 LS 1 $5,000.00 $5,000.00 27 9999.0001 Paving Construction Allowance 00 00 00 LS 1 $50,000.00 $50,000.00 Subtotal-Paving Improvements $758 722.50 UNIT I:WATER IMPROVEMENTS $468,223. 5 UNIT II:SEWER IMPROVEMENTS $1 214 135.00 UNIT 111:PAVING IMPROVEMENTS $758,722.50 Total Bid $2 441,080.95 END OF SECTION CITY OF FORT WORTH Addendum p 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 1102696 Form ReWi ed 20120120 Proposal Form BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Woody Contractors, Inc. as Principal hereinafter called the Principal, and Vigilant Insurance Company as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth, Texas as Obligee, hereinafter called the Obligee; in the surn of Five Percent of Bid (50//o)---------------------------- Dollars ($ ---------------------- ), for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 2014 CIP Year 3 Contract 8, City Project No. 02696 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as inay be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 25th day of May _?017 WOODY CONTRACTORS, INC. Principal (Seal) By: NamelTitle VIGILANT !�CRANCE COMPANY Surety (Seal) 7 By: _ K k1K. Sweeney, ` Attorney-in-Fact Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 CHtJBB Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray,Charles D.Sweeney,Kyle W.Sweeney and Michael A.Sweeney of Fort Worth,Texas— each as their true and lawful Attorney-in-Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 26th day of April,201 ennet 1,Asristant Secrefary 7 D orris,Jr.,Vice President STATE OF NEW JERSEY ss. County of Somerset On this 26th day of April,2011 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attomey as Assistant Secretary of said Companies by like authority,and that he is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney is in the genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seal KATHERINE J.ADEtAAR NOTARY PU9UC OF NEW JFRSM Ne.2316685 COMMis on Expires July 16,2014 Fu �► Notary Public aEVY J CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,Jointly with the Secretary or an Assistant Secretary, under their respective designations.The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any Assistant Vice President,any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the"Companies")do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this May 25, 2017 �yotwr� ,¢pWurY FANpfn 't 33 s hEk,YORE lk<etine en el, istant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail: surety@chubb.com Form 15-10-0225B-U (Ed.5-03) CONSENT 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: WOODY CONTRACTORS, INC. By: TRO ODY 650 TOWER DR KENNEDALE, TX 76060 (S' ure) Title: PRESIDENT Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 2014 CIP YR 3 CONTRACT 8 PROPOSAL 0045 11-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary.All contractors are required to be prequalified by the City prior to submitting bids.To be eligible to bid the contractor must submit Section 00 45 12,Prequalification Statement for the work type(s)listed with their Bid.Any contractor or subcontractor who is not prequalified for the work type(s)listed must submit Section 00 45 13,Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor.The information must be submitted seven(7)days prior to the date of the opening of bids.For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application,the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents(Corporate Charter,Articles of Incorporation,Articles of Organization,Certificate of Formation,LLC Regulations,Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts.To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun&Bradstreet.This number is used by the City for required reporting on Federal Aid projects.The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification.These resumes should include the size and scope of the work performed. e. Other information as requested by the City. _ 2. Prequalification Requirements a. Financial Statements.Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy - be submitted for consideration. CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised July I,2011 i 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory,the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation,or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not,in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America.This must be stated in the accounting firm's opinion. It should:(1)express an unqualified opinion, or(2)express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts.Bidding capacity is determined by multiplying the positive net working capital(working capital=current assets—current liabilities)by a factor of 10.Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared,the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report,the notation of "None"or"N/A"should be inserted. (2) A minimum of five(5)references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer,model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised July 1,2011 i �- 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION +' CITY OF FORT WORTH 2014 CIP YEAR 3—Contract S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised July 1,2011 -it Ncl OS "IV CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 City Project No.02696 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date WATER LINE INSTALL WOODY CONTRACTORS, INC. APR '18 SANITARY SEWER INSTALL WOODY CONTRACTORS, INC. APR '18 CONCRETE ROADWAY STABILE &WINN, INC. DEC '18 CONSTRUCTION PULVERIZATION AND HMAC OVERLAY(POL)OF STABILE &WINN, INC. DEC '18 ROADWAY The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: WOODY CONTRACTORS, INC. By: TR OO 650 TOWER DR KENNEDALE, TX 76060 (Si ture) Title: PRESIDENT Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 2014 CIP YR 3 CONTRACT 8 PROPOSAL 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No.02696.Contractor further certifies that,pursuant to Texas Labor Code, Section 406.096(b),as amended,it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Woody Contractors,Inc. By: Troy Woody Company (Pleas nt) 650 Tower Drive Signature: Address Kennedale,TX 76060 Title: Preside t City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority,on this day personally appeared Troy Woody ,known to me to be the person whose name is subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as the act and deed of Woody Contractors Inc. for the purposes and _ consideration therein expressed and in the capacity therein stated. GfV UNDER MY HAND AND SEAL OF OFFICE this__ __day of 20_t4 Notary PublicA and f'or the State of Texas LUZ A RAVELO Notary Public,State of Texas My Commission Expires END OF SECTION 6F;�o•� April 29,2019 i CITY OF FORT WORTH 2014 CIP YEAR 3—Contract S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised July 1,2011 Ncl CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 City Project No.02696 004540-1 Minority Business Enterprise Specifications Page 1 of 2 SECTION 00 45 40 Minority Business Enterprise Specifications APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and " regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is S%of the total bid value of the contract(Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 3. Good Faith Effort documentation,or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allncaLitd_ in order for the entire bid to be considered iv-) i-,.ive to the specifii:a[ioi,w. The Oflf ror shall deliver the )v1Bh. doclmu attation i11 person to the appropriate employee of the purchasing division and obtain s date°'timc rt4c:eiFit. Sua receiptShall he evidtpc,:ehat the cj y IC4 ejliej the docllrnenlojoA In the time allocated_ A faxed and/or emailed copy, ill not bk accepted. 1. Subcontractor Utilization Form,if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. _ CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form,if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. Any Questions,Please Contact The MIWBE Office at(817)212-2674. END OF SECTION CITY OF FORT WORTH 2014 CIP YEAR 3—Contract 8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02696 Revised June 9,2015 ATTACHMENT 1A Page 1 of A,b FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe WOODY CONTRACTORS, INC. Offeror PROJECT NAME: r-/11 NON-MAN/DBE 2014 CIP YEAR 3 CONTRACT 8 MAY 25, 20171DDATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 8 % 4.76 Bio 02696 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 } e FORTWORTH ATTACHMENT 1A Page 2 ofA' Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER o Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax f B B B Work Purchased Email E E Contact Person E KLUTZ CONSTRUCTION 650 TOWER DR KENNEDALE, TX 76060 1 ❑ INLETS $70,000.00 817-561-5591 LIONSGATE LOGISTICS 2600 TIMBER RD TRUCKING/ BURLESON, TX 76028 1 ❑ HAULOFF $35,000.00 817-917-0668 C. GREEN SCAPING, LP 2401 HANDLEY EDERVILLE RD 2 ❑ BLOCK SOD $8,108.00 FT WORTH, TX 76118 817-577-9299 A. MURILLO TRUCKING 3609 N. ELM ST FT. WORTH, TX 76106 2 TRUCKING/ $3,000.00 817-6912154 ❑✓ ❑ HAULOFF STABILE & WINN, INC. HMAC PAVING P.O. BOX 79380 CONC. CURB & SAGINAW, TX 76179 1 ❑ ❑ GUTTER $735,306.00 817-847-2086 `� SIDEWALK & 817-847-2098 DRIVEWAYS EXCEL 4 CONSTRUCTION, LLC P.O. BOX 4739 1 ❑ ❑ ✓ PIPEBURST $182,371.00 FORT WORTH, TX 76164 817-457-3399 Rev.2/10/15 FORT ATTACHMENT 1A Page 3 of,4 (17 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B B Work Purchased Email E E Contact Person E INSITUFORM TECHNOLOGIES, LLC SEWER CIPP 1103 POSTWOOD DR 1 (PIPE $108,260.00 CORINTH, TX 76210 '� SUPPLIERS) 214-317-0950 FORT WORTH SURVEYING, LLC 107 E. COLLEGE AVE 1 ❑ ❑ ✓ SURVEY $13,300.00 ALVARADO, TX 76009 817-790-5900 T-BAR FENCE, INC. 1912 PEYCO DR SOUTH ARLINGTON, TX 76001 1 FENCING $14,000.00 817-467-0412 817-467-7330 GJ SEEDING, LLC 1080 S BURLESON BLVD 1 ❑ ✓0 HYDROMULCH $4,700.00 BURLESON, TX 76028 817-426-8284 888-761-2077 FORTILINE WATERWORKS PIPE 1705 CYPRESS ST 1 FITTINGS & $117,500.00 HALTOM CITY, TX 76117 VALVES 682-747-0879 FORTERRA PIPE & PRECAST 1000 N. MACARTHUR 1 PRECAST $32,000.00 GRAND PRAIRIE, TX CONCRETE 75050 972-263-2181 Rev.2/10/15 FORTWORTH ATTACHMENT 1A Page�- ^ Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax ' B B B Work Purchased Email E E Contact Person E UTILITY & ENVIRONMENTAL SVC'S �� ✓ PIPE CLEAN & $12,000.00 P.O. BOX 542015 ❑ ❑ TV DALLAS, TX 75345 972-556-2913 J.L.B. CONTRACTING P.O. BOX 24131 FORT WORTH, TXEl 1:1 ASPHALT $7,000.00 76124 817-261-2991 817-261-3044 APAC TEXAS P.O. BOX 1807 FORT WORTH, TXEl ❑ ✓ ASPHALT $13,000.00 76101 817-336-0521 WOE CONSTRUCTION 941-B AVENUE N GRAND PRAIRIE, TX ❑ ✓ SAWING $1,800.00 75050 817-284-7401 JM MATERIALS P.O. BOX 496 ALVORD, TX 76225 ❑ ❑ ROCK/SAND $40,000.00 940-427-2033 940-427-2789 CROSSROADS, LP 5012 DAVID h STRICKLAND RD ❑ El $19,000.00 FT. WORTH, TX 76119 817-634-0044 817-634-0048 Rev.2/10/15 . 7 FOR.._TWORTH ATTACHMENT 1A Page Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M w Dollar Amount Telephone/Fax e B B B Work Purchased Email E E Contact Person E McCRORY OIL P.O. BOX 7141 FT. WORTH, TX 76111 ` ❑ ❑ FUEL $20,000.00 817-626-4001 817-426-6002 COWTOWN REDI MIX P.O. BOX 162237 h FT. WORTH, TX 76161El ❑ ✓ REDI MIX $29,500.00 CONCRETE ❑ ❑ ❑ ❑ ❑ ❑ Rev.2/10/15