Loading...
HomeMy WebLinkAboutContract 32595 CITY SECRETARYV - - SPECIFICATIONS D.O.E. FILE AND ' CONTRACT DOCUMENTS CONTRACTOR'S BONDING CO. FOR CITY SECRETARY 6 CONSTRUCTION'S COPY CONTRACT No � - CLIENT DEPARTMENhUNWAY EXTENSION PROJECT EARTHWORK PACKAGE 2 AT ALLIANCE AIRPORT FOR THE CITY OF FORT WORTH, TEXAS FAA Grant Number (AIP No.): 3-48-0296-24-2004 File Number: M-224 - D.O.E. Number: 5051 Project Number: GR14/539120/055218935830 Mike Moncrief Charles R. Boswell Mayor City Manager Michael Feeley A. Douglas Rademaker, P.E. �• Director, Department of Aviation Engineering Director Timothy D. Ward President, Alliance Air Services PREPARED BY: DMJM AVIATION, INC. 1200 SUMMIT AVE, ST. 320 FORT WORTH,TEXAS 76102 (817)698-6800 LOPEZ GARCIA GROUP ANA CONSULTANTS, L.L.C. 100 E. 15th STREET, ST.200 1701 RIVER RUN, ST. 610 FT.WORTH,TX 76102 FORT WORTH,TX 76107 FOR: - E OF CARTER BURGESS, INC. -p� .•••••.,F-}-�t 777 MAIN STREET ��:••• •'•9cS'���� MR FORT WORTH,TX 76102 %* ...... ..... 817-735-6000 .ANtNO I. MACIA i - .. ...................i — AIGINAL ' • 8735.9 •: � �: :• [�'C���.-l ��; �L.. r57c. ,s,1 Issue for Bid Submittal August 4, 2005 '-q_os- _ 08/12/2005 11:05 FAX Z002/002 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM�NO. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR FORT WORTH ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT EARTHWORK PACKAGE 2 DOE NO. 5051, FILE NO. M-224 BID OPENING DATE: AUGUST 25, 2005 ADDENDUM ISSUE DATE: AUGUST 12, 2005 Prospective bidders are hereby notified of the following: 1. Contract Documents: Notice to Bidders and Comprehensive Notice to Bidders A. Date of Pre-Bid Meeting has been modified. A pre-bid conference will be held on August 17 at 2:00pm at Alliance Air Services Offices, 2221 Alliance Boulevard, Suite 100, Fort Worth, Texas 76177. B. Project Numbers shown on the Notice to Bidders and Comprehensive Notice to Bidders shall be corrected as follows: FAA Grant Number. (AIP No.)3.48-02964-2004 FILE NO.: M-224 DOE#: 5051 Project NO.:GR14/539120 1055218935830 This Addendum No. 1 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum No. 1 in the space provided, in the bid proposal page P-12, and on the outer envelope of your bid. Failure to acknowledge could subject bidder to disqualification. All other provisions of the plans, general contract documents and specifications for this project,which are not expressly amended herein,`�shall remain in force. A signed copy of this Addendum should be included in the sealed envelope at the time of the bid submittal. Failure to acknowledge receipt of the Addendum could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. REc;Ei�T Ur `Dt' DUivi ACKN"VVLEDGED: By: A. Douglas Rademaker, P.E. Director Title, lK' lg, �hnAMffi,4 yDepment of Engineering Address ?.too w Telephone: Z A540 QOO , 9� Assist. Director, Eng. Services !Y Addendum No.1 August 12,2005 nr1K Nn sn51 1 of 1 08/12/2005 11:05 FAX _ _ 11001/002 DMJM AVIATION AECOM DMJM Aviation 1200 Summit Avenue,Sulte 320,Fort Worth,Texas 76102-4409 T 817.696.6800 F817.698.6802 www.dmjmaA2bon.com Facsimlle Please deliver to From Name: Plan Holders Name: Heather Barnes Firm: Direct line: 817/698-6835 Fax number: Date Transmitted:8/12/05 Phone number: Pages to follow: 1 Subject:Alliance Runway Extension— Earthwork Package 2 Project number: Message Plan Holders— The attached is Addendum#1. Please sion the Receipt of Addendum Acknowledgement and fax back to 817/698-6802. If you have any questions, please call me. Thanks. 08/22/2005 10:10 FAX X1002/005 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR FORT WORTH ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT EARTHWORK PACKAGE 2 DOE NO, 5051, FILE NO. M-224 BID OPENING DATE: AUGUST 25, 2005 ADDENDUM ISSUE DATE: AUGUST 12, 2005 Prospective bidders are hereby notified of the following: 1. Contract Documents: Special Provisions ADD the following: "80-07 Add: Delays due to local events will not be considered. Contractor is notified that local events such as the Alliance Air Show, NASCAR and Indy Car Races may hinder the Contractor's ability to perform work. These events may last multiple days and it is the Contractor's responsibility to schedule completion of the work around these instances. The following events are anticipated: September—Alliance Air Show November—NASCAR Series June— Indy Car Races" 2. Drawing C003 "General Notes" ADD the following to Erosion/Sedimentation Control Notes: "8. A vacuum sweeper equipped for use on public highways and capable of containing all swept debris shall be required to be on-site at all times during construction of the embankment. Contractor is fully responsible to provide the necessary measures for dust and debris control and to maintain safe driving conditions on FM 156 by minimizing debris and dust." 3. Contractor questions from the Pre-Bid Conference or submitted in writing are clarrfled as follows: Question(s) 1 Can you clarify the need to install filter fabric and base material in the staging area? Is the pavement section (including filter fabric and crushed aggregate base material) as shown on the plans for the Staging Area Access Road required in the Staging Area itself? Addendum No.2 August A 2005 DOE No.5p51 1 of 3� 08/22/2005 10;10 FAX 16003/005 Response 1 The pavement section shown on the plans (including filter fabric and crushed aggregate base material)for the Staging Area Access Road is required only for the Staging Area Access Road. This road will remain in place upon completion of this project. The requirement to provide base material for a driveway and parking area at the Field Office is specified in Section P-102, Field Office. Filter fabric is not a requirement for the Field Office parking area. Question 2 Will recycled concrete be considered for the Staging Area Access Road in place of TXDOT base material? Response 2 Substitutions will be considered for this item during the submittal process. Question 3 The Special Provision for Item P-152 deletes the density testing requirement of ASTM D1557 and replaces it with ASTM D2922 allowing for nuclear gage density tests. ASTM D1557 describes the Modified,Proctor test. Is the compaction requirement 90% of maximum Modified Proctor density? Response 3 The compaction requirement is not less than 90% of maximum density for cohesive soils and not less than 95% of maximum density for non-cohesive soils as determined by ASTM D1557(Modified Proctor Test). Field testing shall be by nuclear methods in accordance with ASTM D2922. Question 4 Do the documents specify what type of sweeper will be required to be on-site? Response 4 A vacuum sweeper capable of containing all debris shall be required to be on-site at all times during construction of the embankment. See modification to Sheet C003 included in this addendum (above). Question 5 The Existing Conditions drawing does not accurately reflect the location of the topsoil stockpiles. Can this be clarified? Response 5 See Sketch SK-8/19/05 included with this addendum. This sketch modifies the actual topsoil locations that are shown on Sheet C-005. Question 6 We realize that there are weather days in the contract. What about race days at the Texas Motor Speedway? Traffic during these events will not allow the Contractor to work. Are race days identified in the contract? Response 6 See modifications to Special Provisions this addendum (above). Question 7 Can we use an internal surveyor Do the contractor's surveys need to be sealed by licensed surveyor? Addendum No.2 August 22,2005 DOE No.5051 2 of 3 08/22/2005 10:11 FAX 004/005 Reponse 7 An internal surveyor is acceptable and registered surveys will not be required from the Contractor. The Contractor and the Engineer shall agree on the site topography prior to commencement of work, on a monthly basis,and for as-built conditions. The Program Management Team will spot check Contractor surveys with a registered surveyor. This Addendum No. 2 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum No.2 in the space provided, in the bid proposal page P-12,and on the outer envelope of your bid. Failure to acknowledge could subject bidder to disqualification, All other provisions of the plans, general contract documents and specifications for this project,which are not expressly amended herein, shall remain in force. A signed copy of this Addendum should be included in the sealed envelope at the time of the bid submittal. Failure to acknowledge receipt of the Addendum could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT OF ADDENDUM ACKNOWLEDGED: By:� / �. A. Douglas las Rademaker, P.E. Director Tittle: 4Dep ' nt of EngineeringAddress: ;� 4I. lius P,6✓v• -1604,0 Telephone: fpr? -64 Assist, Director, Eng. Services Addendum No.2 August 22,2005 DOE No.5051 303 !�� j I ,1• ''t � r it ,,,... .! f ,• `•.� ���� i - •, �,:,•... Ski -�•+!4:•:. •i — � !, r��fi�� I j i • •'/ i' - ;.SII' i ���— i '•i'' �a wi Ff IX 04. 31 J� w ......�•' w,u:_Ci�Fd;'!�iin:� �;i;_q-ir�Lr.• ,' • .. -. •'{,i;,�'.`.Rrlil��.i�l'•�'�"•� ley:'� .'A^1�^T.w-��=+,`w,•��',,��•�,•�/ .' J! NKI ,ter I �.r�_ ' Vs� / ra_••-- ��;;���' ♦ YY g ei�s' . wig 4 � 2 go lip a .\IN on w PORT MORIN AUAWE AIRPORT IT AM RUNWAY ETHXTENSION PROJECT Alliaucc �d'tel�BD[ga85S EARWORK PACKAGE 2 ® WmT EXISTING CONDITIONS RTWORTR DMIMAviAT10N 1AEC(Al SK—OB/19/05 200/200YY3 MOT 5009/99/90 '— SPECIFICATIONS AND CONTRACT DOCUMENTS FOR RUNWAY EXTENSION PROJECT EARTHWORK PACKAGE 2 AT ALLIANCE AIRPORT FOR THE CITY OF FORT WORTH, TEXAS FAA Grant Number (AIP No.): 3-48-0296-24-2004 File Number: M-224 D.O.E. Number: 5051 Project Number: GR14/539120/055218935830 Mike Moncrief Charles R. Boswell Mayor City Manager Michael Feeley A. Douglas Rademaker, P.E. Director, Department of Aviation Engineering Director s_ Timothy D. Ward President, Alliance Air Services PREPARED BY: DMJM AVIATION, INC. 1200 SUMMIT AVE, ST. 320 `~ FORT WORTH,TEXAS 76102 (817)698-6800 LOPEZ GARCIA GROUP ANA CONSULTANTS, L.L.C. 100 E. 151h STREET,ST. 200 1701 RIVER RUN, ST. 610 FT.WORTH,TX 76102 FORT WORTH,TX 76107 FOR: CARTER BURGESS, INC. OF 777 MAIN STREET ; 9(P'► FORT WORTH,TX 76102 °° ...t.l��i 817-735-6000 �� ANTONIO I. MA... i ,, ................�...� 87353 :�v oWY Issue for Bid Submittal _ August 4, 2005 tl-9_o a Fort Worth Alliance Airport Runway Extension Project Earthwork Package 2 INDEX OF CONTRACT DOCUMENTS AND SPECIFICATIONS NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS DISADVANTAGE BUSINESS ENTERPRISE SPECIFICATIONS WAGE RATE DETERMINATION PROPOSAL BUY AMERICAN CERTIFICATE TRADE RESTRICTION CLAUSE CERTIFICATION REGARDING DEBARMENT, SUSPENSION INELIGIBILITY AND VOLUNTARY EXCLUSION CERTIFICATION OF NONSEGREGATED FACILITIES VENDOR COMPLIANCE TO STATE LAW CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW EQUIPMENT SCHEDULE EXPERIENCE RECORD BONDS CONTRACT PART I - SPECIAL PROVISIONS PART II—WAGE, LABOR, EEO AND SAFETY REQUIREMENTS PART III —GENERAL PROVISIONS .,� PART IV—TECHNICAL SPECIFICATIONS APPENDIX A—STORM WATER POLLUTION PREVENTION PLAN NOTICE TO BIDDERS Sealed proposals for the following: FOR: RUNWAY EXTENSION PROJECT EARTHWORK PACKAGE 2 AT ALLIANCE AIRPORT FAA Grant Number: (AIP No.) 3-48-0296-24-2004 FILE NO.: M-224 DOE#: 3736 Project NO.: GR14 539120 055218935830 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 P.M.,August 25,2005 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans,Specifications and Contract Documents for this project may be obtained at the Office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. Plan sets may be picked up at The Department of Engineering for a non-refundable fee in the amount of thirty dollars ($30.00). Bid security is required in accordance with the Special Instruction to Bidders. This project includes, but is not limited to,the following items: 258 LF of 54" Reinforced Concrete Drainage Pipe, 137 LF of 24"Reinforced Concrete Drainage Pipe,2 Drop Inlets,281 SY Concrete Slope Paving,and "Erosion/Sedimentation Control". Embankment quantities are as follows: Option 1 —985,000 CY Embankments Option 2— 1,658,000 CY Embankments Options are NOT additive and will be evaluated individually. A pre-bid conference will be held on August 22 at 2:00pm at Alliance Air Services Offices, 2221 Alliance Boulevard, Suite 100, Fort Worth, Texas 76177. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all Addenda may be rejected as being nonresponsive. Information regarding the status of Addenda may be obtained by contacting the Department of Engineering at 817-392-7910. For additional information, contact Gopal Sahu, P.E. (817)392-7949 or Antonio Macia, P.E. at(713)267- 3200. Charles R. Boswell MARTY HENDRIX CITY MANAGER CITY SECRETARY A. Do las Rademaker, P.E. Dire r, Department of Engineer; ick ce, P.E. Assist. Director, Engineering Services Advertising Dates: August 4,2005 n t Auqust 11. 2005 a _ COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: •• RUNWAY EXTENSION PROJECT EARTHWORK PACKAGE 2 ALLIANCE AIRPORT FOR: FAA GRANT NUMBER 3-48-0296-1701 D.O.E. NO.: 3736 FILE NO.: M-224 PROJECT NO.: GR76/531070/055218731010 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the City of Fort Worth until 1:30 P.M,, August 25, 2005 and then publicly open and read aloud at 2:00 P.M. Contract Documents, including Plans and Specifications for this project, may be obtained at the office of the Transportation and Public works Department of the City of Fort Worth, 1000 Throckmorton Street, Fort Worth,Texas 76102. A non-refundable fee of sixty dollars ($60.00)is required for the first set of documents and additional sets may be purchased at the non- refundable basis for thirty dollars ($30.00) per set. All bidders will be required to comply with provision 5159a of"Vernon's Civil Statutes"of the State of Texas with respect to payment of prevailing wage rates and City Ordinance No. 7400(Fort Worth - City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. Bid security is required in Accordance with Paragraph 1 of the Special Instructions to Bidders. In general, the work consists of the following: This project includes, but is not limited to,the following items: 258 LF of 54"Reinforced Concrete Drainage Pipe, 137 LF of 24"Reinforced Concrete Drainage Pipe,2 Drop Inlets,281 SY Concrete Slope Paving,and Erosion/Sedimentation Control. Embankment quantities are as follows: Option 1 —985,000 CY Embankment Option 2— 1,658,000 CY Embankment Alternatives are NOT additive and will be evaluated individually. The Contractor is required to bid both Options 1 & 2 otherwise bids will be considered nonresponsive. The City reserves the right to reject any and/or all Bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of forty-nine(49)days from the date bids are opened. The award of contract, if made, will be within forty-nine (49)days after the opening of bids, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do no acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding that status of addenda may be obtained by contacting the Department of Engineering (817) 392-7910. A pre-bid conference will be held for this project on August 22, 2005 at 2:00 p.m local time at Alliance Air Services Offices, 2221 Alliance Boulevard, Suite 100, Fort Worth, Texas 76177. Bidders are encouraged to submit the required DBE documentation with their bid. However,it is not a mandatory requirement. NOTICE TO BIDDERS NB-2 The Bidder (Proposer) must supply all the information required by the instructions to Bidders and the bid must be submitted on a form which substantially complies with the form provided by the City of Fort Worth. .. The successful bidder will be required to furnish a Performance Bond and Payment Bond, each in the full amount of the contract price,executed by a surety company or surety companies authorized to execute surety bonds under and in accordance with the laws of the State of Texas. All bidders and proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 23, regulations of the Office of the Secretary of Transportation, to subcontract 14 percent of the dollar value of the prime contract for Option 1 and 12 percent of the dollar value of the prime contract for Option 2 to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBEs). In the event that the bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttable presumed to be socially and economically disadvantaged include women,Blacks,Hispanics, Native Americans,Asian-Pacific Americans and Asian-Indian Americans. The apparent successful bidder (proposer)will be required to submit information concerning the DBE's that will participate in this contract. The information will include the name and address for each DBE, a description of the work to be performed by each named firm,and the dollar value of the contract(subcontract). If the bidder fails to achieve the contract goal as stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered nonresponsive. For additional information,contact Gopal Sahu(817)392-7949 or Antonio Macia at(713)267-3200. CHARLES R. BOSWELL MARTY HENDRIX CITY MANAGER CITY SECRETARY ~ Department of Engineering A. Do las Rademaker, Director gy- ick Trice, P.E. - Advertisement Dates: Assist. Director, Engineering Services August 4.2005 August 11, 2005 Fort Worth, Texas NOTICE TO BIDDERS NB-3 Notice to Bidders Buy American - Steel and Manufactured Products for Construction Contracts (January 1991) I. The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: A. Steel and Manufactured Products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (II)(A)or(B) shall be treated as domestic. B. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. s C. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. If. The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, Subcontractors, Materialmen,and Suppliers in the performance of this contract, except those - A. that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonable available quantities and of a satisfactory quality; B. that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or C. that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. Y rx enn � FTW_Front_Ends NB-4 WE Fort Worth Alliance Airport Runway Extension Project Earthwork Package 2 MR SPECIAL INSTRUCTIONS TO BIDDERS SPECIAL INSTRUCTION TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five (5%) per cent of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10)days after the contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety shall be included on the current U.S. Treasury, or(2) the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth (1/10) the total capital and surplus. 2. PAYMENT BOND AND PERFORMANCE BOND: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection,the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of �F authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or(2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the r Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. The City will accept no sureties who are in default or delinquent on any bonds or who - have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the _ City. If the contract amount is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. 3. LIQUIDATED DAMAGES: The Contractor's attention is called to the "General Provisions" concerning liquidated damages for late completion of projects. FTW_Front Ends S-1 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting discrimination in employment practices. 6. WAGE RATES: The Bidder also agrees to pay not less than the "Prevailing Wage Rates for Highway Construction" as established by the City of Fort Worth and not less than the wage rates stated in General Wage Decision No. TX20030045 and - TX20030046. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily Injury-$250,000 each person, $500,000 each occurrence; Property Damage-$300,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. FTW_Front_Ends IB-2 g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s)covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. L City shall not be responsible for the direct payment of insurance premium costs for contractors insurance. j. Contractors insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I. Contractors liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the p City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident 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. "Nonresident bidder' means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder' means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. DISADVANTAGED BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530., the City of Fort Worth has goals for the participation of disadvantaged business enterprises in City contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. In addition, the bidder shall submit the FTW_Front Ends I13-3 DBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing y department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render the bid non- responsive. Upon request, Contractor agrees to provide to owner complete and accurate information regarding actual work performed by Disadvantaged Business Enterprise (DBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or x examination of any books, records or files in its possession that will substantiate the actual work performed by a DBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiation action under appropriate federal, state or local laws or ordinances relating to false statement; further, any such misrepresentation (other than a negligent misrepresentation)and/or commission of fraud will result in the p Contractor being determined to be irresponsible and barred from participation in City work for a period of time of not less than three (3)years. _ 12. AWARD OF CONTRACT: Contract will be awarded solely at the Owner's discretion to the lowest responsive bidder for Option 1 or Option 2. Only one Option will be awarded. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) days - from the date the DBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within forty-nine (49) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT: The Contractor will receive full payment (minus 5% retainage)from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at(817) 871-7910. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage .. a. Definitions: .. Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. FTW_Front Ends I13-4 Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. b. The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. - c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. h. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons FTVH_Front Ends Ig-5 providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. L The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44)for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project y, and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten (10)days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. FTW_Front Ends IB-6 k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: .. "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer +� has provided the required coverage, or to report an employer's failure to provide r coverage". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the .� provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. 18. Contractor further covenants that neither it nor its officers, members, agents, or *. employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. 19. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties FTW_Front_Ends I&7 against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 20. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. MW ft 414 fi F11N_Front_EndsIB-8 REQUIRED CONTRACT PROVISIONS The following clauses are placed in every DOT assisted contract and subcontract: A. Non Discrimination Assurance During the performance of this contract, the contractor or subcontractor agrees that it will not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out the applicable requirements of 49 PCFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the City of Fort Worth deems appropriate. The Contractor understands that it is required to insert the substance in this clause in all subcontracts and purchase orders. B. Prompt Payment m The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than ten (10)[calendar] days from receipt of each payment the prime contractor receives from the City of Fort Worth. The prime contractor agrees further to release retainage payments (if applicable)to each subcontractor within ten (10) [calendar] days after the subcontractor's work is satisfactory completed and final payment has been made to the subcontractor. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Fort Worth FTW_Front_Ends IB-9 Fort Worth Alliance Airport Runway Extension Project Earthwork Package 2 DISADVANTAGE BUSINESS ENTERPRISE SPECIFICATIONS a. aw DBE BID OPTION 1 .e .r FORT WORTH City of Fort Worth w-. Disadvantaged Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more,the DBE goal is applicable. If the total dollar value of the contract is less than $25,000,the DBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Disadvantage Business Enterprises (DBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of DBE firms to a level comparable to the availability of DBEs that provide goods and services directly or indirectly to the City. All requirements and regulations stated in the City's current Disadvantage Business Enterprise Program apply to this bid. DBE PROJECT GOALS The City's DBE goal on this project is 14%of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's DBE program by either of the following: 1. Meet or exceed the above stated DBE goal,or; .. 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. s SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order �. for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if received by 5:00 p.m., five (5) City business days after the bid goal is met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is opening date, exclusive of the bid opening date. less than stated goal: i 3. Good Faith Effort Form, if no received by 5:00 p.m., five (5) City business days after the bid participation: opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form: received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received by 5:00 p.m., five (5) City business days after the bid exceeded: opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S DBE PROGRAM,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions,please contact the M/WBE Office at(817)871-6104. Option 1 Rev.5/30/03 ooQct Z o w> M 6 CD a ° v CL E, ea ° ea a c 0 LU 0 m ° uw mm c eo a E. E °'m ° °— > rn aep C � w�w ai �c 0 p � � Or ewam o eY T c0 z Ea, � �' L 6 _ w E p a z oc C. cme`o E � rorm € Cv y m eo 0 _eL I- E ° r .. m o •`• 0 E m m Hg 0 ° 03 c v c M ° _ G N 0 G Bo a 0 C ea v ro r w m � �0 c c .fl. w '�m c° o ° a ~LL 0 epee m Er CL M eo — .19 w.+ 0 — W �— •• w -52 °5 c " E v3im a pcc w 0 13 � C w �y m A = >, Oa w C w w4' � N we L w m 'i0+ eo al ` V O R m O �_ w r 0'C G G E E m ; M w 0 m^ O CaI - a a o "—' to ; 0 °' Ma>� R{ W O m 0^- ro"" 4. 0 M ` M m y v Y w E c? � w a r 'a o.'..,. �. ' .Q-� m C m p z ° v _ o c� ^ � 0 39'0 ' w 4_p,o � = W�, p O p W ah 3 ��L ° ov c w �_�,� C m c M " is 0 ° $ �- dt O w w 0 ecp ° v m w m �>.r.. . � o v vv .E > > = c > ° 0� ° 0�or m c E.•m was 3 R c y ea o () :+ a rM0 .O row .+ V) v o f COcc �, m m� eve + — w y I- a roo .lei cwm_ c ;. � OMOcc m .; co M4-°�c o n e g ®�°1. ma w E o G1 W Q� Ecm0 o `' um 0, � `°'l °' EWV m mo c0 >,wEeO M ' Eoa `C.c $. E w-- M LU o M r a a w e m O >' o 0M. G O A t m Q Q� 01 ` .. m +. r 0 0 w 0 " dt o .- M ` " .. cp .. c CL 30o cwmcLc • ° c 0 sin ° mac r 0 R'0 FE o c " c.-0 o row ro E pm, 3EoCo'c ° W c10¢ e+Mi �4- ID al0 M d u 4-'O �. _m M _ 4- o r w a► ai a y evo'C N ME m O C w r G m O aOmC ae'a `o MC "v cmc c w N ^ c 0 R R o f P- � a E a`> EEp0 O we°io 30G3y m W al mt 7 C 0 a— eo >+ 0 m� v m�M 'a �Y-mow U) w 0af E0 >+=w '8 — w G pG0 O 'D 70CC eVo > V w VOa. c v w 0 0 +r+ M ° w E 7 w C� CL O >, ° 0 0 0 eo a_y tl0! ,°- rO. t C" C 0 U m N M COC Q` o -� a Ta E m m 'C C 2 E aMwm ` mo '°' 0E'E ' v :0 'c caCc, as en eco0Ell = d O m � 0 G� � EV X00 -7 Gmw G D tat eo ; C C 0 ; C 0 .0 _ 0 m w o� L V � '0 M m G m +°' A V 04- ° CO C eMa� ° m _O LV >,� O� �� O ea � w 0 ... r mZ C..� •� 0 eco:q V O 7 C N N G M W w e�0 Y ,0 m R C a.. . N a00 Sc0Q `4- C ,mea O_ o Cpeco dp GW E 0 C eo ewe 0 p~ C >+ 0 "' C. > 0 C O E G E — m LL C O G c >,''a .� o d Q m O "" w aD E M eo ea .0- 00 0 al's ++� V > O aro � O ` .: m r- - m0 O > C E V >,ro m r- al 0 al O OMS � y�we�C ` O r .� w .r+ 0r.. G F- _ y0j (4 M C w Cf m C 41 C o. o eo 41 w .� 0 C 0 0 c ++ O V tll daft _yC- � RmO >•0 > > e+'0ovW .� m R `�� �+ gym _ 0 C � C = cam- > ;`t civ �,E o fl, ` E oC o :a °' ° c mow °�°COL. & E w D :.z 2 a Q. aeo w o Al wV o ? m —CL 0� oo,o.e�am Mc 1° c o f° cera K pw °w- m wia'wa c eca Er o,°1E a ��2 M0 N uu d M3 ; e�ac > > E `o E,kc Eo � Q oa !ao'> 0 } W d La E '00 t Ed 0 `0 c e O c w O= CO. G 1- a � ti � �O r o Q LU Ca m mmc cmi� c°ia+ � � ear mFA m •L mcCm d Q G LyC AOR= w .a " a ` `.+' — p ,e-oma .. eA ; ° � 2 z z N d 0= $. 'maw 33y c Z 0 00 amR eaw C0 :0 O H H _ t!1 e c o M M M C 0 c 0 w c « m E 0 cW as N w v d M 0,cLU E ca Ea ECL 'Mop � ar .. �" 0 d. m o 00 .Z4_ � �. cea00 cx 0t M4- 0 rm �teEa O I-p eq oma— d a0 w a 0 C1 .. 0 o O � � o m CL a a .. Q Cf) c O Z N W > ,Z N m� a E QU) o_ _ E o_ _ E o- - E o- E '• R LU � E E4 n E E49 $ E E� n E E� C } d'I- wNN C WNW) C C.4 W) C V►NN C fin• Cw�► !C C�►w Cww �p Cww W d J W M I.0 !C I L !0 • I L !C —1 w �QVwY wY - " wY — " S'16 LU H � 44 NO NO O ww OZ N NW N N mEQww E mww E mww E o` a 1111 Illl 1111 IIII w o W H LL ch LU J m m a � 0 LL_ F, ' ;EOd � O N ( IGZ Z �G ZZ��' 0XI- V E Q C w` LCL •� m j LL OU LL W ' 0 2 0 LL w V O a Ww J O m U) D a) O O Y W N 1% O ;L Si Y Y r V ` LL O f: O I: O I: O y 0 Z Z 3 Z Z CL a O O O O O O O O CL Q Q Q Q O V eo C �► V 0 W J IL N N= LU h LL U) 00 Q ❑ Q I- 0v c c c c c ZQ o 0 0 0 Q N N W Z O a) m d L LU 0 fl! a 111 a 4.1 U) d tl! d r+ C ++ C .+ • m Zvi E v oX '� cE v oxcE v ocE v ox ''� c L I LREO m a LREo � a r- Ec ea c L �oE0 v z a aILWVZ Q aILWVZ Q aU. WL) Q ILU. LuU Q M l0 M O 3 M ar z M C C N O i Z U > > c a. o ¢ a mu Q N W Y E Y _ E C mU o_ = o = ._ C.4 w � Ul) 61% Ln E E 40 � cr no O � ao E o woo E 04 Ln E aoww mwE 3 d p z IIII IIIIa cc U. mV a .r V 0: Cf) LU H o 0: c LU An � � o = a O +• a ma mcai� 4 V ll w f- v I I '�= �0 I JXp - M FA o 0UX m o 0L)iX c R x c _ � z Uzi � z Uzi c m m y .. X O w w o � _� m E 00 w . � m Q Wc :° c a U. c c O '° w Z G a O IL V a w co O O W L N H U. m � _sE � V 0 U- c c x � c') a � 'o � .. I_- U. mc " m V W O m 0 2 w J Y cm-V tl! LL �r a' Ca a' Q p Y Y E O V W G F- C H 1 C a+ 0 ta ~ ~ w ~ w C m C •� L m N C C W 0 in 0 0 -0 N 0 3 ` J U. C: ,. OW mry Q h� W d t9 U. C U) > m O V w N �a r m Qix � a ° z m � c � � E z L L N is a z F y z o o w0 IL a o a to m ++ L_ TO Z N V fyA V L O 7 +" O .cc d C - .�+ faVOP 0 R .E O m 'ar is E 5 ATTACHMENT IC Page 1 of 3 FORT WORTH City of Fort worth Disadvantage Business Enterprise GOOD FAITH EFFORT Prime Company Name Bid Date Project Name Project Number If you have failed to secure DBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the DBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five(5) City business days after bid opening,exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. r. 1.) Please list each and every subcontracting and/or supplier opportunity (DO NOT LIST NAMES OF FIRMS) which will be used in the completion of this project, regardless of whether it is to be provided by a DBE or non-DBE. On Combined Projects, list each subcontracting and or supplier opportunity through the 2nd tier. (Use additional sheets, if necessary) s List of: Subcontracting Opportunities List of: Supplier Opportunities A_� ATTACHMENT 1C ,w Page 2 of 3 2.) Obtain a current(not more than three(3)months old from the bid open date)list of DBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing _/ 1 No 3.) Did you solicit bids from DBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes If yes,attach DBE mail listing to include name of firm and address and a dated �No copy of letter mailed. 4.) Did you solicit bids from DBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes If yes,attach list to include name of DBE firm, eg rson contacted, - No phone number and date and time of contact. NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide DBE name, date, time, fax number and documentation faxed. NOTE: If the list of DBEs for a particular subcontracting/supplier opportunity is ten or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of DBEs for a particular subcontracting/supplier opportunity is ten or more, the bidder must contact at least two-thirds of the list within such area of opportunity,but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential DBEs or information regarding the location of plans and specifications in order to assist the DBEs? Yes No 6.) Submit documentation if DBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the DBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to a inspection of any relevant documentation by City personnel. (Pie se use additional sheets,if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection MM ATTACHMENT 1C XW Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain DBE participation on this project. ' The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the DBE(s) listed was/were contacted in good faith. It is understood that any DBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's BE Office. .r Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date .. ATTACHMENT 1B Page 1 of 1 City of Fort Worth Disadvantage Business Enterprise Specifications Prime Contractor Waiver Prime Company Name Project Name Bid Opening Date Project Number If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., five (5) City business days after bid opening,' exclusive of the bid opening date, will result in _ the bid being considered non-responsive to bid specifications. Y _ Will you perform this entire contract without subcontractors? Yes No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? Yes No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including DBE(s) on this contract, the payment therefore and any proposed changes to the original DBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. _ Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.5130103 Joint Venture Page 1 of 3 CITY OF FORT WORTH JOINT VENTURE ELIGIBILITY FORM Ali questions must be answered;use"NA"if applicable- Name of City project: A joint venture form must be completed on cub project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name Joint Venture Address (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the 'oint venture .. DBE firm Non-DBE firm name: name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2.Scope of work performed by the Joint Venture: Describe the scope of work of the DBE: Describe the scope of work of the non-DBE: 3 MW Joint Venture Page 2 of 3 oft 3.What is the percentage of DBE participation on this,joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions MW (to include Account Payable and Receivable): Management decisions: a. Estimating ----------------------------------------------- .. b. Marketing and Sales ----------------------------------------------- c. Hiring and Firing of management personnel ----------------------------------------------- d. Purchasing of major equipment *- and/or supplies Supervision of field operations The City's Disadvantage Business Enterprise Office will review your joint venture submission and will .. have final approval of the DBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of .. work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's DBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's DBE Program. - Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds .. for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or_willful misrepresentation of facts__ i Name of DBE firm Name of non-DBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner �r Title Title Date Date Notarization State of County of On this day of $20 ,before me appeared ® and to me personally known and who,being duly sworn,did execute the foregoing affidavit and did state that they ,., were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public 140 Sipswm Commission Expires (seal) .. DBE BID OPTION 2 i i i FORT WORTH City of Fort Worth Disadvantaged Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS .� APPLICATION OF POLICY If the total dollar value of the contract Is$25,000 or more,the DBE goal is applicable. If the total dollar value of the contract is less than$25,000,the DBE goal is notapplicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Disadvantage Business Enterprises (DBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of DBE firms to a level comparable to the availability of DBEs that provide goods and services directly or indirectly to the City. All requirements and regulations stated in the City's current Disadvantage i Business Enterprise Program apply to this bid. DBE PROJECT GOALS The City's DBE goal on this project is 12%of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's DBE program by '■ either of the following: 1. Meet or exceed the above stated DBE goal,or; .. 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. i SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order �• for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if received by 5:00 p.m., five (5) City business days after the bid ,+ goal is met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is opening date, exclusive of the bid opening date. less than statedgoal: 3. Good Faith Effort Form, if no received by 5:00 p.m., five (5) City business days after the bid participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form: received by 5:00 p.m., five (5) City business days after the bid i opening date, exclusive of the bid opening date. 5. Joint Venture Form,if goal is met or received by 5:00 p.m., five (5) City business days after the bid exceeded: opening date,exclusive of the bid opening date. i FAILURE TO COMPLY WITH THE CITY'S DBE PROGRAM,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions,please contact the M/WBE Office at(817)871-6104. Option 2 Rev.5/30/03 W �� L c L w Q c) m > C- o o as s o c E, to m C o �- CM ° m � 3 �0 � e� 0 vCL to o ma c3N cn oft Z m K �w aN c. �o-ar E E WC 3,m ° L° > rn ° c.� y. . o aim 0 c t go cm Rm E = m z E c, c m a - ° w.E a w €p o L a z 0 o E m m E c m �.. '° V C as m c� ; a, o L c A_s w N a►v c N ❑ me ` Eee agivv c.: 0`3cu c ° � � � a 0°' cc� cvm N Rcm _ 3 R mw .20 C Ta s .� m 7�.0 c c 01 tm ~ fl ,� O W E 0 CL W 3C N.a G o — .°. 'O c a N — m s G. m o N �.0 Lc; c bi _ � m to pW V/ G • V � �t-0 CM O ,V E �-1 0',01 L N',0 0,to CDO O me o� 40 E Em3 «:R c. zcm �•+ w 't c ° v a a o N 0 3 ,� at L t0 > V > 0, oR aw E .O.,ts �° m !Q iii o ° a:o0 *. as3 �► 0, N0 CEO. W Q �:: w .: r�....p C c 0 of w, c.« ° ` C m q z 00 o0 m0 ;. o .,. �ao � m0� t1 ❑ m �- a m `° `° $.` �. ° 010 RO - l0 C:tl ++..... w dIGE 'y mm3 v1 Vo .0 E OI'a ... Q O O id O+�'C C 0 w C yJ G;. 3Caif U c m. cm, 0 coif $ ; a ` eu .41 Q .. rata c s N a E EW a< m (A c° o-SE � OLMC a c.''a►° � am CA -0�« o W- a �a L D � cSEm `°v o�W o ozoTom4 .. _ E0ai m �,0 % c > C0 0 c' � E ,-tlDo � c c V d scc K0c o _. o•' ° mas W c .: 3 (� O p c m Lc ,G o c o m = c O o c� w Ca . 0 0 �a v ; a r m ::v .ccw $ a'o c &:= m E 'a c 0-0 c .. 3 2 c O c 0.c c:"-� a =%- 01 0 m c 0 c r Em R m 0z'g am m m �.. - � w$ « - m We aCL wv oco Ewm 0, ,0 �., cE « cc. O CLO v '° cc m ° c c m w ate- c c 0 c mr ° c o '• o z LU L cr tm a0O ;, my a. Wor O `�' vc0 acc3No im '0 0 mi°ia Q- b ° c « a «gym E �° a+« c 01 _: 3� �0 1 7 c01. > o y c o 0 3 0 c CP , ` a ° « 01 c W �( c� aOOGa,o « OID c " arm ® y a /y m O _> mcm,o- `o A z,: =c.' - _.0 »�- �,,- �._� C r'm -s 0,m df Y. N 0 J2 = 0 c 0 w � 0,04- - L tm L ��. 0 0��.� ° o m O a-0 L '0.0.0 m ; ad o �a is �w o .. s c mz ,.,. c�.fl Lu c N m to c m m 3 ` c w e m m Nsrm c'.° To `° 0 E ap c cio c E E ~mcdr>' ° a.-. "> .� �t° EcE Qum w,� o1Ca mc ° " � Tamm » ' om 0 V p us � ° m aid €wEE " ca .a � wMoW c L° wvt �; cm o c= �; o' er« 0 ea ` m m p mow 0a € �v �.,E o as E Oar uoi o 0 mW c •3 c,v a_y°! .� o c c as O 0 01 .. omc O c 0.40 o E c � a � _ « o, C' o,.am c � p c C OL .. tii ..w= NToa c c c Es c o a-c N c o "' m ; � c'c33 ` c E,°tc'' Ec Dacca e0> 1 W z � K L.. m a mds 'O° LO V ` ca � 'O tca V 10 N 0c Vm O E C o N o m CL 0 � D as z W m W o •- °' olw� o o c � •' = W ° a N 0 �p mmc _cm- 0m LAN 2c mylmC..� � C 'pt c L R ..- y.Q p z z a7 0 = 0 0CL -0 Q � - C aL M_ L al O O m �.1 O N H Y' o v..c �a c 0 C 0 0 40 c c E _cw o ` W W V !� 00 � ��w u— a C E a49 r « 3p c ,�, .i 011 g 4) -0 .c •Z tlDc w u m c To o, 3 m Q, c r m E. O d d d a. mwO F=-CaOJt CL 0m L Vwin O 0 =� Om Lir a eo Q o � CD O a" Z N W = a C-) a .. 440tH � E E44 vii E Ew $ EEM E Ew wN ,e c wNW+ c C4 20 c wCMt c CLr w �QV MMwl« 16ww_Ir tww_It Rw It a p wY LU Eo mo. > o zZy64 wz E wwE ww E 24464sE mo E v co o W 3 LL NUJ J m m CLCL O m I ( m I W_ y 0 wazo azo I azo Szo N Y1 � F' C N -• 0 }z° �zl' - Wiz° ciz� Wiz° ciz rz cizI- °� a LL 00 c 0 r. W Ix Ix >- C o H L m O a WW J M 0 O.. _ C3 N Y LIJ 1a 3 �C dC Y •• O z 3 z •+°, z 3 z m w w w n CL ILW O 0 O 0 O 0 O 3 a a a a ... ` F- w F- w F- w F- w 0 v crn .� u LL. W J M3 LU a CL W N O � 00 x pV c c c c Z N 101! N N NWz a a a a (-+ r LU O a; " .. .. .. .. Q m ai m ai _ ai m ai _ ai m m __ Rai .. m zN E oX 'r E v oX '�acE oii1dcE oX '� c r o a rvE0 0 V rmE0 o t7 rREoio � r �oEo jJ„i v z a aWwvz a aWWvz a aWW0Z a IL U. Q ch o 16 0 3 0' F- ch =c > Wm o a = a a z � x �o as _ = 02 Q ywY Y -_ _ Q W O N o N a = w w in toll in inQ N r w w cn w C rA .m W It It m .Q � O 0 � YCD CD m O� 0, . E w o w to C.4N N 0WW E E Zd CL ( ( OR ` Q x v w a cn W .. c C W .53 'd v I I afro I I wWo = H LI- LU F- �c m V = a b) :E �z� Wiz0 vz � 0 W �... O w m m 01 L O O c E m H E Q a H € to U) O :: :° c � Z mm ' � a` v a w a o.a OO w m U. V � � a .. U. O = •" mac w LU LL. a m O x V O 0 C m W O m.o 0 W J Y C-o W a- uj W al U Lz z `o 0 0uj V w 0 0 0 0 each m ,.n a m Q Q _0 M C H E: •m C t- w f- w � ~: c w Q''.O G N N � J LL c m .. OW a r Wa mLL.c U) d " O N y O 0 W � U) ° _ 00 zL) a cep y E C z a y z o o m a w m >% m W w 0 rn rn 13 am a 0 x = o a CA Za v m U) uyi — v i _ .. m 0 0 E � E a c .' ioc E a o „ .� c L -v t ,xoiE0m tRE0 ATTACHMENT 1C Page 1 of 3 FORT WORTH ".: City of Fort Worth Disadvantage Business Enterprise GOOD FAITH EFFORT Prime Company Name Bid Date Project Name Project Number If yc., have failed to secure DBE participation and you have subcontracting,and/or supplier opportunities or if your DBE participation is less than the City's project goal,you must completethis form. - If the bidder's method of compliance with the DBE goal is based upon demonstration of a .. "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or ,., knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five(5)City business days after bid opening,exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity (DO NOT LIST NAMES OF FIRMS)which will be used in the completion of this project, regardless of whether it is to be provided by a DBE or non-DBE. On Combined Projects, list each subcontracting and or supplier opportunity through the 2"d tier. (Use additional sheets,if necessary) List of: Subcontracting Opportunities List of: Supplier Opportunities f: GM pp(j9f C/°{/1//19 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three (3)months old from the bid open date)list of DBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing No 3.) Did you solicit bids from DBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes If yes,attach DBE mail listing to include name of firm and address and a dated No copy of letter mailed. 4.) Did you solicit bids from DBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes If yes,attach list to include name of DBE firm, ep rson contacted, No phone number and date and time of contact. NOTE: A facsimile may be used to comply with either 3 or 4,but_may not be used for both. If a facsimile is used, attach the fax confirmation, which.is to provide, DBE name, date, .time, fax number, and documentation faxed. NOTE: if the list of DBEs for a particular subcontracting/supplier opportunity is ten or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of DBEs for a particular subcontracting/supplier opportunity is ten or more,the bidder must contact at least two-thirds of the list within such area of opportunity,but not less than ten to be in compliance with questions 3 and 4 5.) Did you provide plans and specifications to potential DBEs or information regarding the location of plans and specifications in order to assist the DBEs? Yes No 6.) Submit documentation if DBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the DBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to a inspection of any relevant documentation by City personnel. (Pie se use additional sheets,if necessafy,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection s Rev.VW03 .. ATTACHMENT 1C Am Page 3 of 3 ADDITIONAL INFORMATION; Please provide additional information you feel will further explain your good and honest efforts to obtain DBE participation on this project. .. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the DBE(s) listed was/wera contacted in good faith. It is understood that any DBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's BE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State2ip Date MW Rev.5130103 ATTACHMENT 1B Page 1 of 1 City of Fort Worth Disadvantage Business Enterprise Specifications Prime Contractor Waiver Prime Company Name Project Name Bid Opening Date Project Number If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received,by the Managing Department on or before 5:00 p.m.,five (5) City business days after bid opening,-exclusive of the,bid;opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? Yes No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? Yes No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including DBE(s) on this contract, the payment therefore and any proposed changes to the original DBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a-period of time not less than one(1)year. Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date oft Rev.5130103 .m Joint Venture Page 1 of 3 CITY OF FORT WORTH JOINT VENTURE ELIGIBILITY FORM All questions must be answered;use"NA"if applicable- Name of City project: A joint venture form must be completed on th project RFP/Bid/Purchasing Number: .. 1.Joint venture information: Joint Venture Name Joint Venture Address (If applicable) .. Telephone: Facsimile: E-mail address: Cellular: .. Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the "oint venture DBE firm Non-DBE firm name: name: Business Address: Business Address: aw City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular .a Certification Status: E-mail address Name of Certifying Agency: 2.Scope of work performed by the Joint Venture: .. Describe the scope of work of the DBE: Describe the scope of work of the non-DBE: r s •.•• • � 664 e Joint Venture Page 2 of 3 3.What is the percentage of DBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: i Other applicable ownership interests: M% 6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating .. ----------------------------------------------- b. Marketing and Sales --------------------------------------------- -- C. Hiring and Firing of management personnel ----------------------------------------------- d. Purchasing of major equipment �• and/or supplies Supervision of field operations The City's Disadvantage Business Enterprise Office will review your joint venture submission and will have final approval of the DBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's DBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's DBE Program. per„ ���nmo Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits,interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of DBE firm Name of non-DBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Aft Title Title Date Date Notarization State of County of On this day of ,20 ,before me appeared low and to me personally known and who,being duly sworn, did execute the foregoing affidavit and did state that they so were properly authorized to execute this affidavit and did so as their free act and deed. s Notary Public Notary Public Slgnadm Commission Expires (sear) WAGE RATE DETERMINATION -- WAIS Document Retrieval Page 1 of 3 GENERAL DECISION: TX2003OO45 02/25/2005 TX45 Date: February 25, 2005 General Decision Number: TX20030045 02/25/2005 superseded General Decision Number: Tx020045 State: Texas Construction Types: Heavy and Highway Counties: Collin, Dallas, Denton, Ellis, Grayson, Johnson, ' Kaufman, Parker, Rockwall, Tarrant and Wichita Counties in Texas. HEAVY AND HIGHWAY CONSTRUCTION PROJECTS IN WICHITA COUNTY ONLY. HIGHWAY CONSTRUCTION PROJECTS ONLY FOR REMAINING COUNTIES. Modification Number Publication Date 0 06/13/2003 1 01/14/2005 2 02/25/2005 t SUTX2004-004 11/09/2004 Rates Fringes z Air Tool Operator. . . ... .. . .. . . .$ 10.06 0.00 Asphalt Distributor operator. . .$ 13.99 0.00 Asphalt paving machine operator$ 12.78 0.00 Asphalt Raker.. .. ... . .... .. ... .$ 11.01 0.00 Asphalt shoveler.. ..... . . .. . .$ 8.80 0.00 Batching Plant weigher... . . ... .$ 14.15 0.00 Broom or Sweeper operator. . .. ..$ 9.88 0.00 Bulldozer operator. . ..... .. ... .$ 13.22 0.00 Carpenter. . .. . . .. ... .$ 12.80 0.00 Concrete Finisher, Paving... .. .$ 12.85 0.00 Concrete Finisher, Structures. .$ 13.27 0.00 Concrete Paving Curbing Machine operator.. . . .... .$ 12.00 0.00 Concrete Paving Finishing Maching operator. . . . ... .$ 13.63 0.00 Concrete Paving Joint sealer operator. . . ... ... .$ 12.50 0.00 Concrete Paving Saw operator.. .$ 13.56 0.00 Concrete Paving spreader operator. . .. . . ... . .... .. .. . .$ 14.50 0.00 Concrete Rubber.... . . . ... . .$ 10.61 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel operator. . ..... .. ... . . ... .. .. . .$ 14.12 0.00 Electrician.... .. ... . . ... .. ... .$ 18.12 0.00 Flagger.. � . .. ... .. .. ... .$ 8.43 0.00 Form Builder/Setter, structures$ 11.63 0.00 Form Setter, Paving & Curb.. . ..$ 11.83 0.00 Foundation Drill Operator, Crawler Mounted.... . ..... . . ... .$ 13.67 0.00 Foundation Drill operator, Truck Mounted. . . . . . .. . .. . ... . .$ 16.30 0.00 Front End Loader operator.. . . ..$ 12.62 0.00 Laborer, common.... . . .. .. .... . .$ 9.18 0.00 Laborer, Utility... . . . ... .. .. . .$ 10.65 0.00 Mechanic.. . . . . .. . . ... .. ... .$ 16.97 0.00 Milling Machine operator, Fine Grade. . ... . ... . ..... .. . .. .$ 11.83 0.00 Mixer operator. .. . .. . .. . .$ 11.58 0.00 Motor Grader operator, Fine Grade. .. .. . . ... . . .. .$ 15.20 0.00 Motor Grader Operator, Rough.. .$ 14.50 0.00 Oiler. . . ... .. ... . . .. . . . .. . .$ 14.98 0.00 Painter, Structures. .. . ... . .$ 13.17 0.00 Pavement Marking Machine Operator. . . .... .... . . .... .. ... .$ 10.04 0.00 Pipelayer. . . ... . ... . . ... . . . . .. .$ 11.04 0.00 Reinforcing Steel Setter, Paving. .. .. . . . ... .$ 14.86 0.00 Reinforcing Steel Setter, Structure. . . . . . . . .. . .$ 16.29 0.00 Roller operator, Pneumatic, self-Propelled.. . . . . . .. . . . . . .$ 11.07 0.00 ` Roller Operator, Steel wheel , Flat wheel/Tamping. . . .$ 10.92 0.00 Roller operator, Steel wheel, http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=TX20030045 6/15/2005 WAIS Document Retrieval Page 2 of 3 Plant Mix Pavement. . . . . .. . . ... .$ 11.28 0.00 Scraper Operator. .. . . . . . . .. ... .$ 11.42 0.00 Servicer. . . . . .. . . ... . .. ... .$ 12.32 0.00 �. Slip Form Machine operator. . . ..$ 12.33 0.00 Spreader Box operator. . . . . . . .. .$ 10.92 0.00 Tractor operator, Crawler Type.$ 12.60 0.00 Tractor operator, Pneumatic.. . .$ 12.91 0.00 Traveling Mixer operator. .. . . . .$ 12.03 0.00 Truck driver, lowboy-Float. . .. .$ 14.93 0.00 Truck driver, Single Axle, Heavy .. ..$ 11.47 0.00 Truck driver, Single Axle, Light. . . . ... . . .. . .$ 10.91 0.00 Truck Driver, Tandem Axle, Semi-Trailer... .. . .. .. . .$ 11.75 0.00 Truck Driver, Transit-Mix.. . . . .$ 12.08 0.00 wagon Drill , Boring Machine, Post Hole Driller operator. . ...$ 14.00 0.00 y welder... . .. . .. ... . .$ 13.57 0.00 Work zone Barricade servicer. . .$ 10.09 0.00 ---------------------------------------------------------------- y Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- In the listing above, the "Su" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. other desiggnations -� indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: an existing published wage determination * a survey underlying a wage determination * a wage and Hour Division letter setting forth a position on a wage determination matter -s * a conformance (additional classification and rate) ruling on survey related matters, initial contact, including requests for summaries of surveys, should be with the wage and Hour Regional office for the area in which the survey was conducted u because those Regional offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. with regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction wage Determinations. write to: Branch of Construction wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to thequestion in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the nterested party's position and by any information (wage ayment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative - http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=TX20030045 6/15/2005 WAIS Document Retrieval Page 3 of 3 Review Board (formerly the wage Appeals Board). write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISION http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=TX20030045 6/15/2005 WAIS Document Retrieval Page 1 of 2 GENERAL DECISION: TX20030046 08/20/2004 TX46 — Date: August 20, 2004 :general Decision Number: TX20030046 08/20/2004 Superseded General Decision Number: TX020046 r state: Texas Construction Types: Heavy Counties: Johnson, Parker and Tarrant Counties in Texas. Heavy Construction Projects (Including water and sewer Lines) Modification Number Publication Date 0 06/13/2003 1 08/20/2004 — PLuM0146-002 06/01/2003 Rates Fringes Plumber/Pipefitter. . . . . . . . . . . . .$ 20.79 5.66 ---------------------------------------------------------------- SUTX1990-041 06/01/1990 Rates Fringes Carpenter. . . . . . . . . . . . . . . . $ 10.40 $3.64 Concrete Finisher. . . . . . . . . . . . . .$ 9.81 Electrician. . . . . . . . . . . . . . . . . . . .$ 13.26 Form Setter. . . . . . . . . . . . . . . . . . . .$ 7.86 Laborers: Common. . . . . . . . . . . . . . . . . . . . . .$ 6.37 utility. . . . . . . . . . . . . . . . . . . . .$ 8.09 — Painter. . . . . . . . . . . . . . . . . . . . . . . .$ 10.89 Pipelayer. . . . . . . . . . . . . . . . . . . . .$ 8.43 Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . .$ 11.89 3.30 Bulldozer. . . . . . . . . . . . . . . . . . .$ 10.76 Crane. . . . . . . . . . . . . . . . . . .$ 13.16 3.30 Front End Loader. . . . . . ... . . . .$ 10.54 Mechanic. . . . . . . . . . . . . . . . . . . .$ 10.93 Scraper. . . . . . . . . . . . . . . . . .$ 10.00 Reinforcing Steel Setter. . . . . . .$ 10.64 Truck Driver. . . . . . . . . . . . . . . . . . .$ 7.34 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental . ---------------------------------------------------------------- ---------------------------------------------------------------- unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- In the listing above, the "Su" designation means that rates _ listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=TX20030046 6/16/2005 - WAIS Document Retrieval Page 2 of 2 • a survey underlying a wage determination * a wage and Hour Division letter setting forth a position on a wage determination matter r * a conformance (additional classification and rate) ruling on survey related matters, initial contact, including requests for summaries of surveys, should be with the wage and Hour Regional office for the area in which the survey was conducted because those Regional offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. with regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction wage Determinations. write to: Branch of Construction wage Determinations wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an .� interested party (those affected by the action) can request review and reconsideration from the wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . write to: wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material , etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the wage Appeals Board) . write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final . ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISION http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=TX20030046 6/16/2005 .. tom., DBE BID OPTION I A FORT WORTH City of Fort worth Disadvantaged Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS .q APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more,the DBE goal is applicable. If the total dollar value of the contract is less than$25,000,the QBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Disadvantage Business Enterprises (DBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of DBE firms to a level comparable to the availability of DBEs that provide goods and services directly or indirectly to the City. All requirements and regulations stated in the City's current Disadvantage Business Enterprise Program apply to this bid. DBE PROJECT GOALS The City's DBE goal on this project is 14%of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's DBE program by either of the following: 1. Meet or exceed the above stated DBE goal,or; 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order •. for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if received by 5:00 p.m., five (5) City business days after the bid goal is met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is opening date,exclusive of the bid opening date. less than statedgoal: 3. Good Faith Effort Form, if no received by 5:00 p.m., five (5) City business days after the bid participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form: received by 5:00 p.m., five (5) City business days after the bid opening date,exclusive of the bid opening date. 5. Joint Venture Form,if goal is met or received by 5:00 p.m., five (5) City business days after the bid exceeded: opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S DBE PROGRAM,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions,please contact the M/WBE Office at(817)871-6104. Option 1 Rev.5/30/03 w am m- cmcts 9 'c Q M m t > c- p o IO m ° m Ia m C :E2 3 :. m,� L C �. a me o 0 r. 1- p m ? o c :°. o � C. E ea o '� ma c3a w � m uw mco c tom E aoc o o a rn L dm >.a ° aiH v .tm, o +L+ ��0 LU E Ta p u � Cammc � � W a ` yj m0 _ a Z ° m Ear € M I L.0 H c0 . i' S c CL 39 QL ❑ m 0 C � m m O N COD C w0 C v V a 7 w CI'p:C C m 7 .t, 3 7 I0 V L L m C C t6 L C w SII m 7 p C = 1"t m n, O w C w m M w C � Na C o •- $ '� c C. in mw« V7 c am N w >. m p A a w p IO gym. N m w cL vO � •pC` O tD ° mom jp CD •+ y 'O N m Nm �, V IID Ip c N w 42 N m L N m tC - w t0 ` 7E O c •E m p = w O a c 'p c- � E m3 w `�° °�� pc m A G'L- v O.C. O N '° 3 tQ °' L. to > llJ O O..0 C w ``° m 7 ; " CLD `• $ E V C oo p z ot) 00 to-v 3sw MC.o COL. 'v Qa W � � p _ a � OYC.Il3 - ll ° N3 °2 O~ > mV CO = 0 pW 6 mC O0 IM mC vJ co . a � 0w « d c000� aCC3 - A O a la o a•�s CV1 • mmR �a�O cW � c C «`m o0c !0 ° � v„ w .a •` EmD�E�o. 4�o ; a LU Le W O ; ` Ew ? 'C W c: O "' E aW c o. m0a C. E m w OMw iM -3 _O m w ~ Co C E im C O 0 C m NcwO p L-w S- c so m E G01 0 M C co V t w f 3 E 7 M ° m N INq C �° �,� m m m C 0 mmy `°oc `° cc Ewm -. c o i 'c � � 2 w Lt "� �Om � C�'a.coc L. M- o eco � o �' O poluo tll C_ 7 _ f-'C O C :� a . m E C > v m m m so ^ O.t+ m ; N ° p ~ � 1 W O `m ami dl ,'.� 11/F��W„�pQHV: .Do.LmCfy+ Ua U NV rao�_VO •.�V_dC3O�d,, -wcIca r«C40 Cr ca€ '°5ac •a���°awaaaMmi�cIamm60 ;c0 "7clTa'•I`v0 m C. O UE OQW c'am�Opowwm�� ccwaooac!C L..0CpNo+. •0aOcmCIo C "O c S > 0 om ) O co ow oo 2 E- M 0 . °.. C. N oa L 3 3 - oo o V° a to o Cao oON a LU K -° M O C C0 o m m m 0 c � V AMR41 N > O ° 0 0 m v (na Em>0 .3 — ;o /vcly 0 m uomp CL 0 pCM M t 0) om + CO av .8 a L- N w W a 07 am` A • . C -Ccd me yo ' Ma@ U) ac G c c E E L 2 o rtmwC E° a oo aLU EC > E At Q . M wa � ° C0 w MLlw>LL 0 O 0W O EalEa0 ` neC aO Co m oma 3Emc. 0 CL u > cM LU rLcm co m c m vu co � ' CL mW cm aao a� N o a a` C.C. m m'oac m m CL CL o70 ° E `2ao mccaoa r EL 0m Ow a LU 4) > co ` EEao> a n E - CL� _ Em Newz .0 M C. La V V m 'OL mo° on �z w LU o CL z co o a � . OmO CL -0 R m •oma0cc « macN o v . cEwm -3m 'c c N mC> > dm 0va c a CL E d J0. 0a0 3 3 x m 00OmO a a a me cn Q M ... z N � W m m a Q ai � m Ne 0 _ _ 'E o_ _ 'E o _ _ E o _ _ E E wOy WEED W) Vw Ln LO � E Eto C N W N W C } U' d CNW ICO CNMa► ICO C1Ra► !CC MI.VI, t4 d -J w to I Iw to . _It t _I.=+ m Is a p r wY = m m ..Y — m .. Yo = m — a � z O E `0 W O E O0 y O E O lyq CLu E O � z mviV E mww E °7w E mw`��E IN`o a Q I I I I NI 111` I I II .r 0 cn o W H LL J m w a in�. _ cn y �� moo d I mIXo �I I moo moo It�- G f- 0 W ItF' G H Q d m 0 m U X m 0 m U X m 0 m U X m 0 m U X 0 z U z H z U z H z U z H z U z H of LL ` rL Z N LL V w •. LL = d w 2 o H LL 0 Ix of u` $� V O u a � o a` LU J 0 mLul 11) N Y o m 3 -_4 ii 3' 6. 0 3 z 3 z 3 z 3, z L. m w o g 0 0 0 0 0 0 0 r \ tov M F- j M W L W S V N C- C ,,. 4) OW ,� h C,g .r ry H y a N� Wy o. I� � Qd' � N � � N ky r . tet N c �rn o 1 a-a�" 3 V�" �" M ' F- tr�� � a a o IrA a J ❑ Q� Z � tr"r fl Q�M x cQ u C �rM 0 , 0 1-' , o t o o a Q' S` I y Q J T.-�' NGL O qq U) z of c c'2 co a p.-d a vl q: c a9-40. -0 [..r ai c Q m ai m — too ai m ai loo m m — ai m ai to V z �. C w �. C - �+ C w �. m rn E V o x .� c E "a o x �� c E -a o x c E -a 0 s ca v sloE0 m V sloE0 M v -C Eo ca -a sloEo U z Q a. Lw0z 4 IL Lw0z Q a. Lw0z Q ILML acr) ' zo 04 c d a _ ai am o_ _ 'E o__ E o _ _ E o __ E a R WEw � � EwON W Ln t4 N ix I- w c w N W c w us w in C9a cww R cww �o cww Cc cww d J W _Iw =!e CL OQU wYr m wY . m +•Y — m CL 5zm No c No o` W c No o` wz mwwE dwwE mwwE mwwE v Vn o W N J m m CL w c Cl V1 m l l m l l m I I m ( l w 0 CD m N tI­ C N � � e N tI- G I- e I— O m o mUX m o mUX m o COX m o mUX 0 z UzF- i-z UzF- z UzI- >_z UzI- V c � •� m O ve LL W O = 2 �. U) O I_- IL Cut (� O a $1 J $I W0 m 0 _j 0J N O mI.- To y m O 3 Z Z Z Z •a 4 ° O 0 O c O c O CL a Q §; Q Q Q w cLL. N 0 O W '^ � ` • a 7 W d >, w:) i Ctf R ay 1 T, � rlr. 3 _ 1y O 3 J �- o U _ •� _ E H zLL, O a v a a a w U N , N .r N �+ N w. V Z d d an d m an d d m J 'Sc d d m lVC O m N E o X 'ia c E V o x '.a c E V o x 'R E V o X 'eo c r ,a �o r ,a E o m •0 t ,o E o �a o ria E o �a o r io E o U z Q alLwUz Q dU. w Q CL LL of Q CL LLWV im aCY) o 3 z cY c c N W J Q +a m d Z N d 'wOr cc IL 0 Q y wY E Y E C OI Qw o= - 0 o = '- LO Q. w � v+ EE40 '� EEw 03 U)wX69 ,co�'�'ir V .- Do wY —�" Y - "'' Cw m OIxoo yoEm yoEm — E wO mw`�' E mww E o Im z IIII fllf a x � d LL m ;a Qf � H C Lu H Y- F a Z -. o � v O yt J o C o U v a LL m II m l l � w r 0 Ch. woo I + woo _ a w = a Wiz° cizX Wiz° ciz � 3 c ' m . m W O a � '— c O 3 R E ` Ou w .2 N Z 0CO- c aI N w m Lf C C Cp ccLU 0 w; Z m 2 LL a O a w D 000 w M � m o LL. V O r " E v � ° l cm Oc w 3c0 x F- LL, a a` mo 0 } O mc ft co E " '0 o W o m o a w J Y © Rc - � a LL C 0w w W 3 3 z z ocm w 2 0 w. ._ w = V LU m g m g i° c n m � a a 02 .0. EC m mr m � SH co C C w �Q C r- C Dov LL Ix d S m3 m Q �q W IL cg LL c 00 0 J N lt�� X t a V c .�. c � �3 � E rry c3 o �' E .r aQm aJi rwco _ am Hmwaz +a 4 + c1 © Z Z � W >%w0 IA PA •' cN C q v . cZpv -7 R a V a Z mc ' wo W c Qc 0 d c = v -- v Q E •a or 'cu E ? AN ATTACHMENT 1C ,ft Page 1 of 3 a FORT WORTH City of Fort Worth Disadvantage Business Enterprise GOOD FAITH EFFORT ,. '�..�►• �A�t�E13t2�T CAr.15r2ttc��o�.1�lC. *u�2ra�©5 Prime Company Name r id Date u"LIA f �� &W.19 6- "t 2 &¢.�4-/639120%5 521 5�3� Project Name oject Number If you have failed to secure DBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the DBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with. supporting documentation, and received by the Managing Department on or before 5:00 p.m.five(5)City business days after bid opening,exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity (DO NOT LIST NAMES OF FIRMS)which will be used in the completion of this project, regardless of whether it is to be provided by a DBE or non-DBE. On Combined Projects, list each subcontracting and or supplier opportunity through the 2"d tier. (Use additional sheets,if necessary) List of: Subcontracting Opportunities List of: Supplier Opportunities JLO Po- St1n/R'f ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three (3)months old from the bid open date)list of DBE subcontractors and/or /suppliers from the City's M/WBE Office. V Yes Date of Listing / 1 No 3.) Did you solicit bids from DBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes If yes, attach DBE mail listing to include name of firm and address and a dated No copy of letter mailed. 4.) Did you solicit bids from DBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes If yes, attach list to include name of DBE firm, ep rson contacted, No phone number and date and time of contact. NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide DBE name, date, time, fax number and documentation faxed. i NOTE: If the list of DBEs for a particular subcontracting/supplier opportunity is ten or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of DBEs for a particular .. subcontracting/supplier opportunity is ten or more, the bidder must contact at least two-thirds of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential DBEs or information regarding the location of plans and specifications in order to assist the DBEs? Yes No 6.) Submit documentation if DBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the DBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to a inspection of any relevant documentation by City personnel. .. Please use additional sheets, if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain DBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of we contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. oft The undersigned certifies that the information provided and the DBE(s) listed was/were contacted in good faith. It is understood that any DBE(s) listed in Attachment 1 C will be .m contacted and the reasons for not using them will be verified by the City's BE Office. oft Authorized Signature Printed Signature Title Contact Name and Title(if different) .. Company Name Phone Number Fax Number .. Address Email Address City/State/Zip Date ATTACHMENT 1B City of Fort Worth Page 1 of 1 Disadvantage Business Enterprise Specifications Prime Contractor Waiver LA ASWd k r d29t rzc.►2n 6 Lac.. eos =.4*tU"k ?K.z Prime Company Name Project Nalne b(?j5lo12o%j552189*5*0 Bid O ep ning Date Project N mber r if both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? Yes No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? Yes V"*'No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including DBE(s) on this contract, the payment therefore and any proposed changes to the original DBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. Aut riz d Signature Printed Si nature V164 f0ft)Qeal 00 120t4� 6. HaAl�� - Title 9Contact Name different) <-l. I '&tib r Coa6angr o j big-64v- IZoo 6111-4540-X11 Company Name Phone Number Fax Number 2003 �C. X�'i�IL ZN\1 P. a L.L"tuP.1,�4k l L� 'CJ L. ►N16Q.�.[�t CvNi Address Email Address 1 1 160-4b b4 41 l QS City/State/Zip Date Rev.5/30/03 "' DBE BID OPTION 2 i FORT WORTH City of Fort Worth Disadvantaged Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more,the DBE goal is applicable. If the total dollar value of the contract is less than$25,000,the DBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Disadvantage Business Enterprises (DBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of DBE firms to a level comparable to the availability of DBEs that provide goods and services directly or indirectly to the City. All requirements and regulations stated in the City's current Disadvantage .. Business Enterprise Program apply to this bid. DBE PROJECT GOALS The City's DBE goal on this project is 12%of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's DBE program by either of the following: 1. Meet or exceed the above stated DBE goal,or: 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order .. for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if received by 5:00 p.m., five (5) City business days after the bid .. goal is met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if participation is opening date,exclusive of the bid opening date. less than stated goal: 3. Good Faith Effort Form, if no received by 5:00 p.m., five (5) City business days after the bid participation: opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form: received by 5:00 p.m., five (5) City business days after the bid .. opening date,exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received by 5:00 p.m., five (5) City business days after the bid exceeded: opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S DBE PROGRAM,WILL RESULT IN THE BID BEING .. CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS ` Any questions,please contact the M/WBE Office at(817).871-6104. Option 2 Rev.5/30/03 Qc*) m '� > c.= 0100 cmmc c oc@ me o r Q �+ N a 3 •r +m..r.. G C '' >� A C ai C .2 e•f CL E IM ul m a.m c cv� c `q = o m 0 �m E m 2_ E m 0.. m � a p w o .. E c � &- A _ E � Go a. v.0 G CLmc C C ` ° c CCL YJ ma = Z ° aCi ; u aLL `+� E , = w a av c Q ❑ mC. w0E ..$ 711 p ,� 3:.5,- A c0 �a ` O C m m N Na c ✓, a a N •d � � um �c� C •am N N� � = 3cm m 7 >+O c C m CI H Q ai 49 c W € m, C. W C Na c O - :2 0. C C. a m p !c 'p Y v M 47 7 m M D ` 3 w � Wro 'a � ::.off E 1- Cc Am.° �• vv � m:° c0 c " E ° 01= 00N CR 10 ❑ O N m m lCa+' Nry-�., N m� Cc Nm .5 cc E � ° m�°m °' c �. O Nc_, `O� cc_ mg. (a Vecccm 7Cm lQ 111 O _. m N m w m, C." - E'�0..o `� .�0. E m Cp >'4.0 LU 0A CLO�L O° c,. m , w auO w az -w C g 6'►- co°= R caw mcE-00 ami tM V) a p c >.mma be - .� +� � — ma %- Q :o cw Lv— _C :. - o A o m —_ Q O s- M.r._!a C O c m •• C N 3 A v O � , 0o m c'r- L) v 0 0 o• �R� a m E o ,r�/,.r.��.. I/fa1 iv=3•- dV'mDCc�VNm -t--Q�' Qq�dV..►. V rOo®aoE =•.0Vm �vv_uya_Cam0m71NA wm��mC w�.�.. �.t�•am+ Cm CpwE Rc m 014 ccAoC'ADa°L. Lu O�tC ,,N oo�W E .0 au00 o € Eito U. 0w _ .0cc 0Kacp m o 0c N ° 0 �om A 0 a=—'�$aoA��mA go c�4co oAm+ aC E0m3 � ccAmm C a c w CL ea _0. m m C° cO aao 3 "Ia =° m A - 0 ° Z0 -62 EFmto IpOa mk ° 00 ' ._O.m.0'. E 0103 -Nd 0 m_. Cc F2>m0w ro _ oas 0 u = p 0o. 3 O >`am LD IM. N N a - .. C4 7 � "a F N � W x e cr 0CCL 0 ce mm �.Y Q eo OE C'.0 eN L c > cC N A"C "rpO a N mcmwo� o O0 � � Z0, O to ma fA CL CIM 1� r c '' je ao =ma � c E: pcm c E �, oO a 0 0'rEl E LUL- 0 C A mWp O > o= Op O 7 mp H L m O m w.0 e mN C mD.m m ccLw UJ > CL QE vuca cm —E .m o— = A O oO > CL 0t0rc a ow 402 awED 0— E 'Aac a z z m m o N a A N a mw a v N L.m tMc oa =vE W'D LU tM 15 . Lu C 0 (a NMZ W m W O C _ c4a _ to pem � tow_ aRa . : No � o2 z z O �a V %i coe a Cr m cmma S o V � . [Ejc-L M CcE °W W W E > > EB awm C •• E� 07cRoo a= Iwo $ p° o Co maa mo 4o N O 1 a C 0 aNa CMOmN7m: .r �,. ¢ cn ", ZO N W m = a Q ... wZy o -EE o=- E o — E - Evhi i= w w r � nwvinE , C } IX whin c wNN c wNuo c 40N90 c w w !0 C w v► W c w w t0 C w w !0 d J W M I It I I= m ' It I IL 0< 0 ui yY - " yY— ''' yY .t.Y •� wz � yNN LD wo O 0Q E O ao E O ao E O � in Q mww mww� mwEmw E i cn o � a � W 3 J d m CL L p _ � Imo �I I � o � Imo feo �• � p N rF- a r-}p :E 0 O our 0 U x O m U x O y z Uzz 8)z zC.)zz m� zU x CL O V ;, O = W �* �. cn o c Wo F= m a v 8 8• of V L- W 3 W 4 J rn o ell C -6 V& e� W o =4 si V N LLO O f.: O CO m o 3 z 3 z 3 z z WIL O O = O = O 7 � et Q � ¢ � Q U) w H w H w t- w O NLL 0W r �' .tib r' E.y 3 LU IL A W N { Q'r p 1 X LL U) 1 4 :3 ' ,� J 0p '4(% 'Thr Q X �� o ❑ QU 'Y � �� C �3 Q "'1..r r y r.y N O '��+ N a N Z Od �'�' m O• d lia `m VI Q: lA LU 0qz �J a a a a GG " - kc Z � ;; . gid _ gid O m rn E V 0x '� c E o '� cE o '� cE V ox � c �,Zy V Z d a li w ti Z Q IL LU z a Lau LU 0 a IL U.W 0 M a � o CD0 Z N in W m w 2 a a a ai ave o_ _ 'E o__E o_ _ E o _- E uio voi E Ew � E E� � E �� � E �� wC wNN C wN N C wNN C cww m NJw Awwlt �wwlt iawwlt It LU m w Y w Y CD Q E m CD W NO O NZy i Iil 0 N N aQwwE E � mwE o i v L vI o W Y! J m m (L ° a D w cn cn U) V ! 'Ew0 ' I IX I I EIxO I I W0 U) tF ° w rF° w t w rF ° O d d 0 mU )( 0 O 0L) m 0 0U)( 0 O 00 )( N } Z UZF } Z IL) } Z IL) }Z UZF � a CL Z m F LL Om Ix }. v1 o H U- m m v� V O v a O W 0 Om U) o g 4, W y x o � U) V ` LLOZ .� Z Z Z m t Wo 0 <i = o = o a Q Q CL QNIL L H w F w F w F w o V U) ja O W W N 7 v W rQ 7 a 3 C+ M X A %v xi U) C uj U) M I 3 ? � 00 1ix d ° 14 — , a c g ;� , c K Z� a o o 0 tb F r y N N H wo a v a a a r+ v! N2U Y Q m dcoo 4) O _ um 100 — C o cv o 0 ° v om E0 EEoEa .0.. U z Q IL C.) Q awwUz Q awwUz Q awwU