Loading...
HomeMy WebLinkAboutContract 46291 CffY SECRETARY CONMCT ao. q/ FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF WATER SERVICES CONTRACT 2014 A AW City Project No. 02398 Water No. P265-601150239883 DOE No. 7330 Betsy Price David Cooke Mayor City Manager r S. Frank Crumb, P.E. Director, Water Department r Prepared for rThe City of Fort Worth Water Department r 2014 AlFpICYAL RECORD : EECitl1"ARY . JAWS ALAN DEETERCITY F �To 1l�DRY�I�7x 72735 ` otftivtb w� 6 PM, — °� CITY OF FORT WORTH, TEXAS WATER DEPARTMENT WATER SERVICES CONTRACT 2014 A PROJECT NUMBERS: City Project No. 02398 Water No. P265-601150239883 DOE No. 7330 S. FRANK CRUMB,P.E. DIRECTOR WATER DEPARTMENT 2014 APPROVED ANDREW T.CRONBERG,P.E,ASSISTANTDI TOR, ATER DEPARTMENT r� APPROVED n� TONY SHOL OLA,P.E.,ENGINE RING MANAGER, WATER DEPARTMENT RECOMMENDED DATE FORT oRTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 MP 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02-Existing Conditions 0241 14 Utility Removal/Abandonment Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair ■+ 32 01 29 Concrete Paving Repair 32 14 16 Brick Unit Paving 32 17 23 Pavement Markings 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding, and Sodding Division 33-Utilities 33 1210 Water Services 1-inch to 2-inch 33 1225 Connection to Existing Water Mains s Division 34-Transportation 3471 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the.City's Buzzsaw site at: IP htps://proiectpoint.buzzsaw.com/c(ient/fortworthg;ov/Resources/02%20- %20Construction%2ODocumeiits/Specifications Division 02-Existing Conditions 0241 15 Paving Removal Division 03-Concrete 03 34 13 Controlled Low Strength Material(CLSM) 03 34 16 Concrete Base Material for Trench Repair Division 32-Exterior Improvements 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 1613 Concrete Curb and Gutters and Valley Gutters Division 33-Utilities 3305 10 Utility Trench Excavation,Embedment,and Backfill 33 1105 Bolts,Nuts,and Gaskets Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates END OF SECTION i CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A �a Revised November 22,2013 City Project No.02398 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA Fallr_�H COUNCIL ACTION: Approved on 12/9/2014 DATE: 12/9/2014 REFERENCE NO.: **C-27125 LOG NAME: 60WSC2014A CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with Tejas Commercial Construction, LLC, in the Amount of$500,000.00 for Water Services Contract 2014A at Various Locations Throughout the City (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with Tejas Commercial Construction, LLC, in the amount of$500,000.00 for Water Services Contract 2014A at various locations throughout the City. DISCUSSION: The work to be performed under this contract consists of installation of water services to the public and/or developers paid for at the ordinance price for water service lines two inches in size and smaller. This contract is necessary to maintain a reasonable water service installation schedule, while allowing the Water Department's Field Operation Crews to concentrate their efforts towards water leak repairs. The bid documents included a stipulation that the total quantities listed may not reflect actual quantities and are based on the budgeted amount of$500,000.00. It was also stipulated that regardless of the dollar amount bid, the contract would be awarded in the amount of$500,000.00. Final payments will be made based on actual measured quantities. The project was advertised for bid on September 4, 2014 and September 11, 2014 in the Fort Worth Star-Telegram. On October 2, 2014, the following bids were received: Bidders Amount Bid Time of Completion Tejas Commercial Construction, $705,050.00 365 Calendar Days LLC Specified William J. Schultz, Inc. d/b/a Circle $886,125.00 C Construction Company Atkins Brothers Equipment $1,022,825.00 Company, Inc. Staff has reviewed the unit bid prices and considers them to be fair and reasonable. M/WBE Office-Tejas Commercial Construction, LLC, is in compliance with the City's BDE Ordinance by committing to 10 percent MBE participation on this project. The City's MBE goal on this project is 10 percent.Additionally, Tejas Commercial Construction, LLC, is a certified MBE firm. In addition to the contract amount, $31,000.00 is required for project management, material testing, inspection, as-built survey and mapping and $25,000.00 is provided for contingencies. This project is located in various locations throughout the City. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers hitn://anns.cfwnet.org/council nacket/mc review.asn?TD=20478&councildate=l 2... 12/11/2014 M&C Review Page 2 of 2 P265 541200 601150239883 $500.000.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Andy Cronberg (5020) Additional Information Contact: J. Chris Underwood (2629) ATTACHMENTS ht n-H,gnns_cfwnet_nrg/council nacket/mc review.asn?TD=20478&councildate=12... 12/11/2014 000515-1 ADDENDA Page 1 of 1 1 SECTION 00 0515 2 ADDENDA 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised July 1,2011 City Project No.02398 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of WATER SERVICES CONTRACT 2014 A; CITY 5 PROJECT NO.02398 will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 1000 Throckmorton Street 10 Fort Worth,Texas 76102 11 until 1:30 PM CST,Thursday October 2,2014,and bids will be opened publicly and read aloud 12 at 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the(approximate)following: 16 17 Installation and Termination of 1-inch through 2-inch Water Services 18 19 PREQUALIFICATION �• 20 The improvements included in this project must be performed by a contractor who is pre- 21 qualified by the City at the time of bid opening.The procedures for qualification and pre- 22 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 23 24 DOCUMENT EXAMINATION AND PROCUREMENTS 25 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 26 of Fort Worth's Purchasing Division website at http://www.fortworth og v.org/purchasiny/and 27 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 28 Contract Documents may be downloaded, viewed,and printed by interested contractors and/or 29 suppliers. 30 31 Copies of the Bidding and Contract Documents may be obtained from 32 J.Chris Underwood 33 Water Department,Design Services 4 34 927 Taylor Street 35 Fort Worth,Texas 76102 36 37 There is no cost of Bidding and Contract Documents 38 39 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 40 City reserves the right to waive irregularities and to accept or reject bids. 41 42 43 y 44 45 46 47 48 49 CITY OF FORT WORTH WATER S£RVICF S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised July 1,2011 City Project No.02398 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 INQUIRIES 2 All inquiries relative to this procurement should be addressed to the following: 3 Attn: J.Chris Underwood,City of Fort Worth Water Department 4 Email: john.underwood@fortworthtexas.gov 5 Phone: (817)392-2629 6 Fax: (817)392-2527 7 AND/OR 8 Attn: Jim Deeter,P.E.,City of Fort Worth Water Department 9 Email: jim.deeter@fortworthtexas.gov 10 Phone: (817)392-7803 11 Fax: (817)392-2527 12 13 ADVERTISEMENT DATES 14 September 4,2014 15 September 11,2014 .„ 16 17 END OF SECTION CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised July 1,2011 City Project No.02398 U-9 0021 13-l INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 JP 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 .. 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person,firm,partnership, company, association,or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm,partnership, company,association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. r 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 1P 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding.Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Water and Sanitary Sewer—Requirements document located at; 4 40 https:Hprojectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPrequalificatiOD/Water%2Oand%2 42 OSanitary%2OSewer%2OContractor%2OPrequalification%2OProgram/WSS%20pre 43qa-ti%20re uircments.do0public 44 45 s 46 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 47 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 48 45 11,BIDDERS PREQUALIFICATIONS. t 49 CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised November 27,2012 City Project No.02398 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.2.1. Submission of and/or questions related to prequalification should be addressed to 2 the City contact as provided in Paragraph 6.1. 3 " 4 5 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 6 bidder(s)for a project to submit such additional information as the City, in its sole 7 discretion may require, including but not limited to manpower and equipment records, 8 information about ��key �personnel to be assigned totheproje1ct, and constructionschedule, 9 tV W)JIJt the City in evaluating and—assessing theability the pp ent 1-ov.,bidder-(s)-- .n ta.. of u., apparent u�., .. 10 deliver a quality product and successfully complete projects for the amount bid within 11 the stipulated time frame.Based upon the City's assessment of the submitted 12 information, a recommendation regarding the award of a contract will be made to the 13 City Council. Failure to submit the additional information,if requested,may be grounds 14 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 15 notified in writing of a recommendation to the City Council. 16 17 3.4.In addition to prequalification, additional requirements for qualification may be required 18 within various sections of the Contract Documents. 19 20 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 21 22 4.1.Before submitting a Bid,each Bidder shall: 23 24 4.1.1. Examine and carefully study the Contract Documents and other related data 25 identified in the Bidding Documents(including"technical data"referred to in 26 Paragraph 4.2.below).No information given by City or any representative of the 27 City other than that contained in the Contract Documents and officially 28 promulgated addenda thereto, shall be binding upon the City. 29 30 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 31 site conditions that may affect cost,progress,performance or furnishing of the 32 Work. - 33 34 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 35 progress,performance or furnishing of the Work. 36 37 4.1.4.Not Used 38 •. 39 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 40 contiguous to the Site and all drawings of physical conditions relating to existing 41 surface or subsurface structures at the Site(except Underground Facilities)that 42 have been identified in the Contract Documents as containing reliable "technical 43 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 44 at the Site that have been identified in the Contract Documents as containing 45 reliable "technical data." 46 CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised November 27,2012 City Project No.02398 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish.All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda and shall become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents.No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto, shall be 8 binding upon the City. 9 10 4.1.7. Perform independent research,investigations, tests, borings, and such other means 11 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project. On request,City may provide 13 each Bidder access to the site to conduct such examinations, investigations, 14 explorations,tests and studies as each Bidder deems necessary for submission of a 15 Bid. Bidder must fill all holes and clean up and restore the site to its former A 16 conditions upon completion of such explorations, investigations,tests and studies. 17 18 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work,time required for its completion,and obtain all information 20 required to make a proposal.Bidders shall rely exclusively and solely upon their 21 own estimates, investigation,research,tests,explorations,and other data which are {tom 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima-facie evidence that the 24 Bidder has made the investigation, examinations and tests herein required. Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. 28 29 4.1.9. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents. The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of 36 37 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract Documents. 39 The logs of Soil Borings, if any, on the plans are for general information only. 40 Neither the City nor the Engineer guarantee that the data shown is representative of 41 conditions which actually exist. 42 43 4.2.2. those drawings of physical conditions in or relating to existing surface and 44 subsurface structures(except Underground Facilities)which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents. 46 r CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised November 27,2012 City Project No.02398 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract 3 Documents, but the "technical data"contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 5 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn from any"technical data"or 7 any other data, interpretations,opinions or information. (8� n I� �{ e� r1 7 4.3. lhC Su Ul111SJ1V11 of a Bld YV111 VVr1JtXLUA.e an 1nCGI'ltrVv el Llble representation by Bidder(i) 10 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 11 exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means,methods,techniques,sequences or 13 procedures of construction(if any)that may be shown or indicated or expressly required 14 by the Contract Documents, (iii)that Bidder has given City written notice of all 15 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 17 etc.,have not been resolved through the interpretations by City as described in 18 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performing and furnishing the " 20 Work. 21 22 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 23 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06.of the General Conditions,unless specifically identified in the Contract 25 Documents. - 26 27 5. Availability of Lands for Work,Etc. 28 29 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities,construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents. 37 38 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 40 of-way, easements,and/or permits are not obtained,the City reserves the right to cancel 41 the award of contract at any time before the Bidder begins any construction work on the 42 project. 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 45 way, easements,and/or permits, and shall submit a schedule to the City of how 46 construction will proceed in the other areas of the project that do not require permits 47 and/or easements. 48 49 50 CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised November 27,2012 City Project No.02398 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6. Interpretations and Addenda 2 3 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 4 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 5 received after this day may not be responded to. Interpretations or clarifications �. 6 considered necessary by City in response to such questions will be issued by Addenda 7 delivered to all parties recorded by City as having received the Bidding Documents. 8 Only questions answered by formal written Addenda will be binding. Oral and other 9 interpretations or clarifications will be without legal effect. 10 11 Address questions to: 12 13 City of Fort Worth 14 1000 Throckmorton Street 15 Fort Worth,TX 76102 16 Attn: J. Chris Underwood,City of Fort Worth Water Department,Project Manager 17 Fax: (817)392-2527 18 Email:john.underwood@fortworthtexas.gov 19 Phone: (817)392-2629 . 20 21 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 22 City. 23 24 6.3.Addenda or clarifications may be posted via Buzzsaw at 25 26 https://proiectpoint.buzzsaw.com/client/fortworthgov/Infrastructure%20Projects/02398%20- 27 %20Water%20Services%20Contract%202014%20A/Bid%20Doc uments%20Package 28 29 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 30 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 31 Project. Bidders are encouraged to attend and participate in the conference. City will 32 transmit to all prospective Bidders of record such Addenda as City considers necessary 33 in response to questions arising at the conference. Oral statements may not be relied 34 upon and will not be binding or legally effective. 35 36 7. Bid Security 37 38 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 39 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 40 the requirements of Paragraphs 5.01 of the General Conditions. .3 41 42 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 43 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 44 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 45 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 46 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 47 other Bidders whom City believes to have a reasonable chance of receiving the award 48 will be retained by City until final contract execution. 49 50 51 CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised November 27,2012 City Project No.02398 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 2 3 4 8. Contract Times 5 6 The number of days within which,or the dates by which, Milestones are to be achieved in ., 7 accordance with the General Requirements and the Work is to be completed and ready for 8 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 9 attached Bid Form. 10 11 9. Liquidated Damages 12 Provisions for liquidated damages are set forth in the Agreement. 13 14 10. Substitute and "Or-Equal" Items 15 The Contract,if awarded,will be on the basis of materials and equipment described in the 16 Bidding Documents without consideration of possible substitute or"or-equal" items. 17 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 18 equal"item of material or equipment may be furnished or used by Contractor if acceptable to 19 City,application for such acceptance will not be considered by City until after the Effective 20 Date of the Agreement. The procedure for submission of any such application by Contractor 21 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 22 Conditions and is supplemented in Section 0125 00 of the General Requirements. 23 24 11. Subcontractors,Suppliers and Others 25 26 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 27 12-2011 (as amended),the City has goals for the participation of minority business 28 and/or small business enterprises in City contracts.A copy of the Ordinance can be 29 obtained from the Office of the City Secretary.The Bidder shall submit the MBE and rt 30 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 31 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 32 Venture Form as appropriate. The Forms including documentation must be received „4 33 by the City no later than 5:00 P.M. CST,five(5)City business days after the bid 34 opening date. The Bidder shall obtain a receipt from the City as evidence the 35 documentation was received. Failure to comply shall render the bid as non- �. 36 responsive. 37 38 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 39 or organization against whom Contractor has reasonable objection. 40 41 12. Bid Form 42 43 12.1. The Bid Form is included with the Bidding Documents; additional copies maybe 44 obtained from the City. 45 CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised November 27,2012 City Project No.02398 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item,alternative, and unit 4 price item listed therein. In the case of optional alternatives,the words "No Bid," 5 "No Change," or"Not Applicable" may be entered.Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required.All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner,whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the .� 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. "' 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 44 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 45 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 46 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 47 marked with the City Project Number, Project title,the name and address of Bidder, and '— 48 accompanied by the Bid security and other required documents. If the Bid is sent through 49 the mail or other delivery system,the sealed envelope shall be enclosed in a separate 50 envelope with the notation"BID ENCLOSED" on the face of it. r. 51 CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised November 27,2012 City Project No.02398 i 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 6 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids.After all Bids not requested for withdrawal are 8 opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed m8v, at the option of the City;be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 16 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An &Ilk 17 abstract of the amounts of the base Bids and major alternates(if any)will be made available 18 to Bidders after the opening of Bids. 19 �. 20 16. Bids to Remain Subject to Acceptance 21 22 All Bids will remain subject to acceptance for the time period specified for Notice of Award 23 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 24 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 25 26 17. Evaluation of Bids and Award of Contract 27 28 17.1. City reserves the right to reject any or all Bids, including without limitation the rights Ak 29 to reject any or all nonconforming,nonresponsive, unbalanced or conditional Bids 30 and to reject the Bid of any Bidder if City believes that it would not be in the best 31 interest of the Project to make an award to that Bidder,whether because the Bid is 32 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 33 meet any other pertinent standard or criteria established by City. City also reserves 34 the right to waive informalities not involving price,contract time or changes in the 35 Work with the Successful Bidder. Discrepancies between the multiplication of units -4 36 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 37 between the indicated sum of any column of figures and the correct sum thereof will 38 be resolved in favor of the correct sum. Discrepancies between words and figures 39 will be resolved in favor of the words. 40 41 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 42 among the Bidders,Bidder is an interested party to any litigation against City, 43 City or Bidder may have a claim against the other or be engaged in litigation, 44 Bidder is in arrears on any existing contract or has defaulted on a previous 45 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 46 Bidder has uncompleted work which in the judgment of the City will prevent or 47 hinder the prompt completion of additional work if awarded. 48 *� CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised November 27,2012 City Project No.02398 �, PM 0021 13-9 INSTRUCTIONS TO BIDDERS dhp Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers,and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs,maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifcations,and financial 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization,work of a value not less than 17 35% of the value embraced on the Contract,unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 40 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the �► 41 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 42 Contractor shall sign and deliver the required number of counterparts of the Agreement to 43 City with the required Bonds, Certificates of Insurance, and all other required 44 documentation. City shall thereafter deliver one fully signed counterpart to Contractor. 45 46 47 48 END OF SECTION CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised November 27,2012 City Project No.02398 0035 13-1 CONFLICT OF INTEREST AFFIDAVIT " Page 1 of 1 1 SECTION 00 3513 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror, or respondent(hereinafter also referred to as"you")to a City of Fort Worth 5 (also referred to as"City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law. This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work.The referenced forms may be downloaded from the website links provided below. ,F 10 11 http://www.ethics.state.tx.us/forms/CIQ.pdf 12 13 http://www.ethics.state.tx.us/fonns/CIS.pdf 14 15 CIQ Form is on file with City Secretary 16 17 Q CIQ Form is being provided to the City Secretary 18 19 F] CIS Form is on File with City Secretary 20 21 CIS Form is being provided to the City Secretary 22 t 23 24 25 BIDDER: 26 27By: �(�Q r +GS !�T L•1 28 Company (Please Print) 29 30 Q•a -tl-, bjc Signature: 31 Address .. 32 . / 33 Liv04-V-5 `'�� 7 //y Title: y/c 34 City/State/Zip (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised March 27,2012 City Project No.02398 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176,Local Government Code. 1 Name of Local Government Officer 2 Office Held �* 3 Name of person described by Sections 176.002(a)and 176.003(a), Local Government Code I 4 Description of the nature and extent of employment or other business relationship with person named in item 3 5 List gifts accepted by the local government officer and any family member, excluding gifts described by Section 176.003(a-1),if aggregate value of the gifts accepted from person named in item 3 exceed$250 during the 12-month period described by Section 176.003(a)(2)(B) Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift (attach additional forms as necessary) e AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to a family member(as defined by Section 176.001(2), Local Government Code)of this local government officer. 1 also acknowledge that this statement covers the 12-month period described by Section 176.003(a), Local Government Code. Signature of Local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me,by the said — — this the day of 20 ,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Adopted 06/29/2007 a+• Op LOCAL GOVERNMENT OFFICER PH CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A "local government officer' is defined as a member of the governing body of a local governmental entity; a director, superintendent, administrator, president, or other person designated as the executive officer of the local governmental entity; or an employee of a local governmental entity with respect to whom the local governmental entity has,in accordance with Section 176.005,extended the requirements of Sections 176.003 and 176.004. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003„ Local Government Code.An offense under this section is a Class C misdemeanor. Please refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3. Name of person described by Sections 176.002(a) and 176.003(a), Local Government Code. Enter the name of the person described by Section 176.002, Local Government Code with whom the officer has an employment or other business relationship as described by Section 176.003(a), Local Government Code. 4. Description of the nature and extent of employment or business relationship with person named in item 3. Describe the nature and extent of the employment or other business relationship with the person in item 3 as described by Section 176.003(x), Local Government Code. 5. List gifts accepted, excluding gifts described by Section 176.003(a-1), if aggregate value of the gifts accepted from person named in item 3 exceed $250. List gifts accepted during the 12-month period ` (described by Section 176.003(a), Local Government Code)by the local government officer or family member of the officer, excluding gifts described by Section 176.003(a-1),from the person named in item 3 that in the aggregate exceed$250 in value. 6.Affidavit. Signature of local government officer. r db Adopted 06/29/2007 i 0041 00 BID FORM r Page 1 of 3 SECTION 00 41 00 BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: WATER SERVICES CONTRACT 2014 A JIM City Project No.: 02398 1. Enter Into Agreement I° The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions 'f of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will nrnvicia a valid in.,mm ra np tifirata maatinn all ranniramants within 14 clays of nntifiratinn of award 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. rir 2.6. Bidder has not engaged in corrupt,fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: AftL a. 'corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. 'collusive practice" means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive j levels. d. 'coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Fwrn Rcvisr-d 20120327 City Project No.02398 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM �- TO: The City Manager GO:The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: WATER SERVICES CONTRACT 2014 A City Project No.: 02398 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will nrnvida a valid incitranr-rartifirata mPatinn all rP.ni irPmPnt14 within 14 davc of nntifiratinn of award 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the ~� Contract. CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Form Revised 20120327 City Project No.02398 0041 00 BID FORM r Page 3 of 3 6.3. Total Bid Amount: o Total Bid $ e 7. Bid Submittal This Bid is submitted on to 14//Z by the entity named below. (Date) Respectfully submitted, Receipt is acknowledged of the Initial / following Addenda: " By: Addendum No. 1: .✓{ (Signature) Addendum No. 2: Addendum No. 3: �✓,Q Addendum No. 4: y (Printed Name) Title: Company: C�`'T• Z-L Corporate Seal: ��ttN ti i!t!f�l4f Address: P� 3 C,,-,,r Ci C3 .� - State of Incorporation: ?r Y e c sD : ' n Email: C�41�c�/�-r- �rsG��vs uc-r�6' k% SM • •` Phone: ���' 9 8 Y 9 �,•Ob 19,71IT0 ... • '0`` �,�r1111I/tL1� END OF SECTION CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Form Revised 20120327 City Project No.02398 5 00 42 43 BID PROPOSAL Page 1 of 6 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application e Project Item Information Bidders Proposal pay Item Bid List Item Sped6cati Bid Quantity Unit of Description Unit Prim Bid Value No. Section No. Measurement 1 3312.2003 33 12 10 15 EA 1-inch Water Service, 0'-10'Length,No Paving '"'ra.r.ir�'+Y�-Tl1rtL +�00 .3T f77G1� h sy.drz Dollars No Cents ' 2 3312.2003 33 12 10 15 EA 1-inch Water Service, 0'- 10'Length,Asphalt Paving }y 'r Dollars Cents ' 3 3312.2003 33 12 10 15 EA 1-inch Water Service, 0'-10'Length,Concrete Paving 4'we:--ks� GLS ���° Dollars Cents 4 3312.2003 331210 15 FA 1-inch Water Service, 10.1'-25'Length,No Paving hurter` Dollars 2600' 39 Ocx� r. N o Cents 5 3312.2003 331210 15 EA 1-inch Water Service, 10.1'-25'Length,Asphalt Paving I k t s—�y fie...-e h.11 trf� Dollars 37� Cents 6 3312.2003 331210 15 EA 1-inch Water Service, 10.1'-25'Length,Concrete Paving T:76.1 f' Dollars .. iCents y 60,000 7 3312.2003 33 12 10 5 EA 1-inch Water Service, 25.1'-40'Length,Asphalt Paving hu rr� Dollars d1840~ Z t1 pVp+ Nb Cents ' 8 3312.2003 33 12 10 5 FA 1-inch Water Service, 25.1'-40'Length,Concrete Paving _ hum Dollars Cents SZA,-.6 ZG,000 9 3312.2002 33 12 10 1 EA 1-inch Bored Water Service, 25.1'-40'Length aF � LAreA Dollars N. Cents 10 3312.2003 33 12 10 5 EA 1-inch Water Service, 40,1'-60'Length,Asphalt Paving w Dollars Cents CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 Form Revised 20120120 City Project No.02398 00 42 43 BID PROPOSAL t Page 2 of 6 SEMON 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Ptnject Item Information Bidder':Proposal Bid list Item Specification Bid of Pry Item No. Section No. Bid Quantity Measurement Description Unit Price Bid Value r 11 3312.2003 33 12 10 5 E4 1-inch Water Service, 40.1'-60'Length,Concrete Paving 3+irTjr J I V.C— fry r.dt��d DollarsZ> ^I Cents 12 3312.2002 33 12 10 1 E4 1-inch Bored Water Service, 40.1'-60'Length S .,,r A Dollars 7500 "4u Cents 13 3312.2103 33 12 10 2 E4 1.5-inch Water Service, 0'-10'Length,No Paving Dollars :3 ^F� Cents 14 3312.2103 33 12 10 2 EA 1.5-inch Water Service, 0'-10'Length,Asphalt Paving Dollars ^t Cents 15 3312.2103 33 12 10 2 EA 1.5-inch Water Service, 0'-10'Length,Concrete Paving -r-U tom+' s Nx Dollars 36c-- 7 7— _ [h Ka Cents 16 3312.2103 33 12 10 2 EA 1.5-inch Water Service, 10.1' th,No Paving Dollars 3jvx> Cents 17 3312.2103 33 12 10 2 EA 1.5-inch Water Service, 10.1'-25'Length,Asphalt Paving A ��� Dollars y6aor 9?A� lb b Cents 18 3312.2103 33 12 10 2 EA 1.5-inch Water Service, 10.1'-25'Length,Concrete Paving Dollarspaco � � Cents 19 3312.2103 33 12 10 1 EA 1.5-inch Water Service, 25Y-40 ength,Asphalt Paving r ji urdKJ Dollars .,e. Cents S;*3ov 20 3312.2103 33 12 10 1 EA 1.5-inch Water Service, 25.1'-40'Length,Concrete Paving Dollars G3 nv Cents CITY OF FORT WORTH WATER SERVICES s STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 Form Revised 20120120 City Project No.02398 00 42 43 BID PROPOSAL Page 3 of 6 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bid List Item Spec�ceti® Unit of Pay Ilan No. Section No. Bid Quantity Measurement Description Unit Prize Bid Value �s 21 3312.2102 33 12 10 1 EA 1.5-inch Bored Water Service, 25.1'-40'Length .slGva.+-Int -�-ec.x� '7 �- h�. Dollars 7Z� G Cents 22 3312.2103 33 12 10 1 EA 1.5-inch Water Service, 40.1'-60'Length,Asphalt Paving 7 900 .. h �e471100Dollars 7`� Cents s 23 3312.2103 33 12 10 1 EA 1.5-inch Water Service, 40.1'-60'Length,Concrete Paving ' � A-}—T114K 1� #�® Dollars 0000 Jky o Cents 24 3312.2102 33 12 10 1 EA 1.5-inch Bored Water Service, 40.1'-60'Length Dollars Cents 25 3312.2203 33 1210 2 EA 2-inch Water Service, g 0'-10'Length,No Paving ev Y t r� "�"�de •-�a�U3�res�� -•�ctS n . Dollars O Cents 26 3312.2203 33 12 10 2 EA 2-inch Water Service, 0'-10'Length,Asphalt Paving Dollars 4~ nr Cents 27 3312.2203 33 12 10 2 EA 2-inch Water Service, 0'-10'Length,Concret Pavi 3�oJ 7 6 0� Dollars V.-" Cents 28 3312.2203 33 12 10 2 EA 2-inch Water Service, 10.1'-25'Length,No Paving Dollars �j(doo� g 0 0 D o Cents i 29 3312.2203 33 12 10 2 EA 2-inch Water Service, �10.1'-25'Length,Ashalt Paving c fBpp- 9GD� Jco—e e.e:A l Dollar Cents 30 3312.2203 33 12 10 2 EA 2-inch Water Service, 10.1'-25'Length,Concrete Paving �itry,� ✓ -4 (0c, Dollars Cents t CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 Form Revised 20120120 City Project No.02398 00 42 43 BID PROPOSAL Page 4 of 6 SECTION 00 42 43 PROPOSAL FORM NIT PRICE BID Bidder's Application ` Project Item Wonnatioo Biddds Proposal pay Bid list Item Specifiarim Unit of "� No. Section No. Bid QuantityUnit Description Unit Prim Bid Value 31 3312.2203 33 12 10 1 EA 2-inch Water Service, 25.1'-40'Length,Asphalt Paving Dollars ' o Cents 32 3312.2203 33 12 10 1 EA 2-inch Water Service, 25.1'-40'Length,Concrete Paving a't x'Tjr es t`�ryt Dollars lv��✓ G�F3alo' N� Cents 33 3312.2202 33 1210 1 EA 2-inch Bored Water Service, 25.1'-40'Length s��ch S Ix y%.anarMj Dollars /Va Cents 34 3312.2203 33 12 10 1 EA 2-inch Water Service, 40.1'-60'Length,Asphalt Paving tS/ ®r+� Dollars 87e y $ a`_l V Cents 35 3312.2203 33 1210 1 EA 2-inch Water Service, 40.1'-60'Length,Concrete Paving e_1 7i"7hr S rla/Ti^� /��•'� Dollars S Joy 9 41 7a`� Cents 36 3312.2202 33 12 10 1 EA 2-inch Bored Water Service, 40.1'-60'Length h t+wehy �• .r h u. Dollars Y y00� 9 fip o Cents 37 0241 14 5 EA Terminate Existing Water Services, 3/4-inch-2-inch,No Paving o +cY rid Jr Dollars . ►u o Cents 38 0241 14 5 EA Terminate Existing Water Services, 3/4-inch-2-inch,Asphalt Paving cavy h� Dollars Zg Cents 39 0241 14 5 EA Terminate Existing Water Services, 3/44nch-2-inch,Concrete Paving � t�•�SLY. � �y"". Dollars r. N� Cents 40 3305.0203 33 05 10 10 CY Imported Embedment/Backfill CLSM too— ('000 � Dollars Cents CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 Form Revised 20120120 City Project No.02398 40 00 42 43 BID PROPOSAL Page 5 of 6 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Lr4orrnation Bidder's Proposal Hid List Item Specification Unit of Pay Item No. Section No. Hid Qcarrtity Measurement Description Unit Price Hid Value s 41 3201.0302 3201 17 250 SY 3-inch Extra Width Asphalt Pavement Repair `r�1 Dollars Cents INS 42 3201.0614 32 01 29 250 SY Concrete Pavement Repair Residential 4jG r /Sc7oe�' S )c Dollars 'kl 0 Cents 43 3201.0616 3201 29 250 SY Concrete Pavement Repair Arterial/Industrial kT`f Dollars Al° Cents 44 3214.0200 321416 15 SY Brick Pavement Repair S ✓Y "L Dollars INS_ N Cents 45 3216.0101 32 16 13 50 LF 6-inch Concrete Curb and Gutter 3 �o nl'{ Dollars Cents CA- �✓ 46 3213.0301 32 13 20 75 SF 4-inch Concrete Sidewalk �7 _ $c t� Dollars Cents 47 3213.0401 32 13 20 75 SF 6-inch Concrete Driveway g 4,tip C L 4 Lst Dollars Ko Cents 48 3471.0003 3471 13 30 EA Traffic Control,Residential Dollars Cents 49 3471.0003 3471 13 10 EA Traffic Control,Arterial/Industrial IiE vdv Dollars ' Cents 50 3471.0003 3471 13 10 EA Traffic Control,Major Arterial//Industrial Dollars h/O Cents INS CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 Form Revised 20120120 City Project No.02398 a,a 00 42 43 BID PROPOSAL s Page 6 of 6 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bid List Item Specification Unit of Pay Item No. Section No. Bid Quantity Measurernent Dnaiptiem Unit Price Bid Value IA 51 50 EA Street Use Permit Seventy-Five Dollars no Cents $75.00 $3,750.00 Section A:Water Improvements Bid Subtotal Ir Y As Osr O Sze ,.�.. f/ CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 Form Revised 20120120 City Project No.02398 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) hereinafter called the Principal, and (Surety Name) a corpsDvaWn or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the SLIM of and No/100 Dollars ($ .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as WATER SERVICES CONTRACT 2014 A Ip NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of 20_ By. (Signature and Title of Principal) *By: of Attome -of-Fact (Signature Y ) "Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Form Revised 20110627 City Project No.02398 00 43 37 VENDOR COMPLIANCE TO STATE LAW °J Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law �* provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: /J --re6ws �os+1►+% r�c,o.� (�+�sT LLL. By: /�• � � ox /ate f-S� /17 (Signature) 7t//,Y p Title: Date: '0I END OF SECTION CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Form Revised 20110627 City Project No.02398 004511 -1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 r 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13,Bidder r 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and r 11 financial analysis of the contractor. The information must be submitted seven(7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March ,. 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. .� 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation,Articles of Organization, Certificate of Formation, LLC ~ 24 Regulations,Certificate of Limited Partnership Agreement). L 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/tWennit/and fill out the rr 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun &Bradstreet. This number r 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms r 36 submitting their initial prequalification. These resumes should include the size and b 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. r. • CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A r Revised July 1,2011 City Project No.02398 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent,certified public accounting firm registered and in 3 good standing in any state.Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities Nwitiiin 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation,or limited liability company. J (`F) i'Illa171±1a1 Jt6tG117e111J' 17711$t Ue presented 117 L.S. uU11aiJ 4l LL12 lillllelll rale 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10.Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalication Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment.Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend,or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH WATER SERVICF_S S'1 ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised July 1,2011 City Project No.02398 004511-3 BIDDERS PREQUALIFICATIONS • Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 i CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised July 1,2011 City Project No.02398 004512-1 PREQUALIFICATION STATEMENT Page 1 of 1 1 SECTION 00 45 12 2 PREQUALIFICATION STATEMENT 3 4 Each Bidder for a City procurement is required to complete the information below by 5 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 6 major work type(s) listed. 7 • 8 Major Work Prequalification Type Contractor/Subcontractor Company Name Expiration Date Water `�-,mss, C •�-. i, t.� �c-- �fl�g�t� 9 10 11 The undersigned hereby certifies that the contractors and/or subcontractors described in 12 the table above are currently prequalified for the work types listed. 13 14 BIDDER: 15 16 + s ecus.K. ��•-tT. GL4 By; �t 17 Company (Please Print) 18 19Q �? !3 oX 103jS Signature: - 20 Address 21 22 1 utr,— 0.,4iC Ti S y Title: 23 City/State/Zip (Please Print) 24 / 25 Date: 26 27 END OF SECTION 28 CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised July 1,2011 City Project No.02398 FORTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual jp Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code 7 Street Address(required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 i BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) a Has fewer than 100 employees and/or —° OHas less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches, and greater than 350 LF Tunneling—66"and greater,350 LF and greater Tunneling—66"and greater,350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development,24-inches and smaller . Water Transmission,Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Mk Water Transmission,Development,All Sizes Water Transmission, Urban/Rencwal,All Sizes Sewer Bypass Pumping, 18-inches and smaller *� Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised December 20,2012 City Project No.02398 0045 13-3 BIDDER PREQUALIFICATION APPLICATION Page 3 cif B MAJOR WORK CATEGORIES,CONTINUED Sewer CIDP, 12-inches and smaller Sewer CIDP,24-inches and smaller Sewer CIDP,42-inches and smaller Sewer CIDP,All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less �n Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting s CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised December 20,2012 City Project No.02398 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual,other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her ..� name? If so,state the name of the individual, name of owner and reason. CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised December 20,2012 City Project No.02398 — 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? IF 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. IP 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY S 13. If any owner,officer, director,or stockholder of your firm is an employee of the City,or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner,officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition.This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised December 20,2012 City Project No.02398 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 ME CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization 'R President Is partnership general,limited,or registered limited liability partnership? Vice Presidents File No.(if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LLMTED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised.Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised December 20,2012 City Project No.02398 +. tm 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL w BALANCESBEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as 'various".The City, by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model, and general common description of each. CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised December 20,2012 City Project No.02398 004513-8 B IDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the rt entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information,while this statement is in force,necessary to verify said statement. being duly sworn, deposes and says that he/she is the of , the entity ' described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: "* Sworn to before me this day of Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised December 20,2012 City Project No.02398 -- 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 02398. Contractor further certifies that,pursuant to Texas Labor Code, Section 6 406.096(6),as amended,it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 {'c�+4� �► w�. G�-s+. Z-1-e- By: . �-t 12 Company (Please Print) 13 14 � t`� '%3ojc I 03S-s' Signature: �--- 15 Address 16 17 bAX-r ^T-ir 74 Title: 64 Ga< ,�,��•o 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME,the undersigned authority, on this day personally appeared 26 t 4 s#/.s3 A&,,l ,known to me to be the person whose name is 27 subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as 28 the act and deed of T-ej-*-J rp e4 04 . CI,J CG C for the purposes and 29 consideration therein exp sed and in the capacity therein stated. 30 31IVEN UNDER MY HAND AND SEAL OF OFFICE this Qaday of 32 CP rnh2 r ,2014 33 34 35 36 Notary Public in and for the State of TeXAS 37 \ SAU'(,`F��'�ii'i 38 ""•" P v •�-� END OF SECTION �t�';•� et, �� 39 l•1fE OF t�°j•'pj FM CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised July 1,2011 City Project No.02398 004540-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page I of 1 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal 6 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 7 subcontracting goal is not applicable. 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 11 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 13 14 MBE PROJECT GOAL 15 The City's MBE goal on this project is 10% of the total bid (Base bid applies to Parks and 16 Community Services). Note: If both MBE and SBE subcontracting goals are established for this 17 project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be 18 deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are 22 required to comply with the intent of the City's Business Diversity Ordinance by one of the 23 following: 24 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 25 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 26 3. Good Faith Effort documentation,or; 27 4. Waiver documentation. 28 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- 29 responsive. Any questions,please contact the M/WBE Office at(817)392-6104. 30 31 SUBMITTAL OF REQUIRED DOCUMENTATION 32 The applicable documents must be received by the Managing Department, within the followin 33 times allocated, in order for the entire bid to be considered responsive to the specifications. 1114 34 Offeror shall deliver the MBE documentation in person to the appropriate employee of the Managing 35 Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the 36 documentation in the time allocated. A faxed opy will not be acce ted. 1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: the bid opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form,if participation is less than the bid opening date,exclusive of the bid opening date. F0 statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form,if no MBE participation: the bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if firm will received by 5:00 p.m., five (5) City business days after perform all subcontractin supplier work: the bid opening date,exclusive of the bid opening date. 5. Joint Venture Form,if utilizing a joint venture received by 5:00 p.m., five (5) City business days after to meet or exceed goal. the bid opening date,exclusive of the bid o2ening date. 37 END OF SECTION 1 CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised December 20,2012 City Project No.02398 005243- I Agreement • Page 1 of 4 1 SECTION 00 52 43 ■ 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on December 9, 2014 is made by and between the City of • 5 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City 6 Manager, ("City"), and Teias Commercial Constructiva. LLC, authorized to do business in 7 Texas, acting by and through its duly authorized representative, ("Contractor"). ' 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1.WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. a 13 Article 2.PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 WATER SERVICES CONTRACT 2014 A 17 City Proiect No. 02398,DOE No. 7330 • 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 365 days after the date when the 24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that City will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the _ 29 General Conditions. The Contractor also recognizes the delays, expense and difficulties 30 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 31 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 32 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 City Two Hundred—Ten & 00/100 Dollars ($210.00) for each day that expires after the 34 time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter 35 of Acceptance. CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised August 17,2012 City Project No.02398 1 00 5243-2 Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of Five Hundred Thousand and 00/100 Dollars 39 ($ 500,000.00). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between City and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form 47 1) Proposal Form 48 2) Vendor Compliance to State Law Non-Resident Bidder 49 3) Prequalification Statement 50 4) State and Federal documents (project specific) I� 51 b. Current Prevailing Wage Rate Table 52 c. Insurance ACORD Form(s) 53 d. Payment Bond 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i. MBE and/or SBE Commitment Form 59 3. General Conditions. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised August 17,2012 City Project No.02398 f 005243-3 Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused,in whole or in part, by any act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, = 88 the city,its officers,servants and employees,from and against any and all loss,damage 89 or destruction of property of the city,arising out of,or alleged to arise out of,the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specifically intended to operate and be effective even if it is alleged or 93 proven that all or some of the damages being sought were caused, in whole or in part, y 94 by any act,omission or negligence of the city. 95 96 Article 7.MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 99 have the meanings indicated in the General Conditions. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the v 102 Contractor without the advanced express written consent of the City. 103 7.3 Successors and Assigns. 104 City and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon CITY and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of �- 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised August 17,2012 City Project No.02398 005243-4 Agreement # Page 4 of 4 115 7.6 Other Provisions. 116 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 117 classified, promulgated and set out by the City, a copy of which is attached hereto and 118 made a part hereof the same as if it were copied verbatim herein. 119 7.7 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties("Effective Date"). .. 127 Contractor: City of Fort Worth Tejas Commercial Construction,LLC �. BY: t�LO Fernando Costa By:(/7 Assistant City Manager (Signature) Date 3 ¢ Charles D. Allen Attest: Sa,� (Printed Name) Mary J.Kayser City Secretary �v. Fop (Seal) a. Title: Vice President Address: g G �y P.O. Box 10395 M&C C-27125 °(p River Oaks,Texas 76114 Date:_12/09/14 S City/State/Zip: Approved as to Form and Legality: 12/16/14 Date ouglas W. Black Assistant City Attorney 128 129 130 APPROVAL RECOMMENDED: 131 132 133 134 Andrew T.Cronberg, � 135 "CIAL M INTERIM DIRECTOR 136 CITY$9MY Water Department 137 "OWN%TX CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised August 17,2012 City Project No.02398 Bond No. 5190014 006113-1 _ PERFORMANCE BOND Page 1 of 2 �t 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Tejas Commercial Construction, LLC known as 9 "Principal"herein and SureTec Insurance Company a corporate 10 surety(sureties,if more than one)duly authorized to do business in the State of Texas,known as 11 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,.a 12 municipal corporation created pursuant to the laws of Texas,known as"City"herein,in the penal 13 sum of, Five Hundred Thousand Dollars 14 ($ 500,000 ),lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves,our heirs,executors, administrators, successors and assigns,jointly and severally, 17 firmly by these presents. 18 WHEREAS,the Principal has entered into a certain written contract with the City 19 awarded the o& day.of DEGEM a E4>-, 20A which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment 21 labor and other accessories defined by law,in the prosecution of the Work, including any Change 22 Orders,as provided for in said Contract designated as Water Services Contract 2014 A; City 23 Proiect No. 02398 24 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract,according to the plans, 27 specifications,and contract documents therein referred to,and as well during any period of 28 extension of the Contract that may be granted on the part of the City,then this obligation shall be 29 and become null and void,otherwise to remain in full force and effect. 30 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 31 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 32 Worth Division. I CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A �" Revised July 1,2011 City Project No.02398 i 006113-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the day of 6 VLLkMf31EY2,20_M&_-. 7 PRINCIPAL: 8 Tejas Commercial Construction,LLC 9 10 11 BY•� '��� 12 Signature 13 ATTEST: 14 15 NJA Charles Allen - Vice President 16 (Principal)Secretary Name and Title 17 18 Address: P.O. Box 10395 19 ( River OM,Texas 76114 21 I�,t�,,Q<< yW C VVke t t 22 Witness as to Principal 23 SURETY: 24 SureTec Insurance Company 25 26 27 4Y_ 44 - , 28 Signature _ 29 30 Kimberly Morrissette Attorney-in-Fact 31 Name and Title 32 33 Address: 5741 Legacy Dr.#210 34 Piano,Texas 35 36 37 Witness as to Surety Telephone Number: 469-241-1488 38 _ 39 40 41 *Note: Lf signed by an officer of the Surety Company,there must be on file a certifieclaet- 42 from the by-laws showing that this person has authority to sign such obligatbn. If i 43 Surety's physical address is different from its mailing address, both must be prov�keecl, 44 The date of the bond shall not be prior to the date the Contract is awarded. b ` 45 i fl CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised July 1,2011 City Project No.02398 Bond No. 5190014 00 61 14-1 PAYMENT BOND Page 1 of 2 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Tejas Commercial Construction, LLC known as 9 "Principal" herein, and SureTec Insurance Company a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 11 "Surety"herein(whether one or more), are heli and firmly bound unto the City of Fort Worth,a 12 municipal corporation created pursuant to the laws of the State of Texas, known as"City"herein, 13 in the penal sum of Five Hundred Thousand Dollars 14 ($ 500,000 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County,Texas,for the payment of which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these 17 presents: 18 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 19 Otfo day of T�EC.E1�l , 20� which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated as Water.Services Contract 2014 A; City Proiect No.02398 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. {� 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised July 1,2011 City Project No.02398 � i 1 006114-2 ,,. PAYMENT BOND Page 2 of 2 I IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the day of 3 Dec6 Plie1z ,20_A 4 PRINCIPAL: Tejas Commercial Construction, LLC ATTEST: BY: LK ���-- Signature N/A Charles Allen - Vice President (Principal) Secretary Name and Title Address: P.O. Box 10395 C ^ River Oaks, Texas 76114 Witness as to Principal SURETY: SureTec Insurance Company ATTEST: Signature N/A Kimberly Morrissette Attorney-in-Fact (Surety)Secretary Name and Title Address: 5741 Legacy Dr. #210 • �� Plano,Texas 75024 Witness as to Surety Telephone Number: 469-241-1488 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical - 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH WATER SERVICES ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised July 1,2011 City Project No.02398 Bond No. 5190014 006119-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Tejas Commercial Construction, LLC known as 9 "Principal"herein and SureTec Insurance Company ,a corporate surety 10 (sureties,if more than one)duly authorized to do business in the State of Texas,known as I I "Surety"herein(whether one or more),are held and firmly bound unto the City of FortWorth,a 12 municipal corporation created pursuant to the laws of the State of Texas,known as"City'herein, 13 in the sum of Five Hundred Thousand Dollars 14 500,000 },lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County,Texas, for payment of which sum well and truly be made unto the City and its 16 successors,we bind ourselves, our heirs,executors, administrators, successors and assigns,jointly 17 and severally, firmly by these presents. d 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 thel day of � t`^ �' .20 l4'which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 24 the"Work")as provided for iii said contract and designated as Water Services Contract 2014 A 25 City Proiect No. 02398; and 26 27 V4IIEREAS,Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans,specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 31 32 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the.need therefore at any time within the Maintenance 34 Period. CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised July 1,2011 City ProiectNo.02398 e 006119-2 v MAINTENANCE BOND Page 2 of 3 1 2 NOW THE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work,for which timely notice was provided by City,to a completion ' 4 satisfactory to the City,then this obligation shall become null and void;otherwise to remain in 5 full force and effect. 6 7 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work,it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond;and 11 12 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 13 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 14 Worth Division;and 15 1.6 PROVIDED FURTHER,that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 C]TY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised July 1,2011 City Project No.02398 006119-3 MAINTENANCE BOND Page 3 of 3 1 IN WTI'NESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 01114 day of 3 )2014- . 4 5 PRINCIPAL: 6 Tejas Commercial Construction, LLC 7 8 9 BY: 10 Signature 11 ATTEST: 12 13 N/A Charles Allen - Vice President 14 (Principal)Secretary Name and Title 15 16 Address: P.O. Box 10395 17 ( (� River Oaks,Texas 76114 19 IJ( 1 C�r-Y�1 Yl ePl� 20 Witness as to Principal 21 SURETY: 22 SureTec Insurance Company 23 24 25 01�Fw h)IVA)6--'/In MA 26 Slgnature F 27 28 Kimberly Morrissette Attorney-in-Fact 29 ATTEST: Name and Title 30 31 N/A Address: 5741 Legacy Dr. #210 32 (Surety)Secret Plano,Texas 75024 33 34 01w �40 35 Witness as to Surety Telephone Number: 469-241-1488 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 r CITY OF FORT WORTH WATER SERVICES STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 2014 A Revised July 1,2011 City Project No.02398 SureTec Insurance Company p Y THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: ' SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies,coverage,rights or complaints at 1-800-252- 3439.You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#: 512-475-1771 Web:http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim,you should contact the Surety fust. If the dispute is not resolved,you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. ----------------------------------------------------------------------------------------------------------------- Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens,histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills,contamination, or cleanup, nor the remediation thereof, nor the consequences to persons,property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. M " Texas Rider 06042014 1 POA#: 4221714 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint ■ Lynda P. Hawkins, Chris Lynn Holt, Mark Mitchell, Kimberly Morrissette its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name, place and stead,to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Three Million and 00/100 Dollars($3,000,000.00) * and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/15 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: R Be it Resolved that the President, any Vice-President,any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver,any and all bonds,recognizances, contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20'r'of April, 1999.) In K711ness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 1st day of October,A.D. 2014 wiNw„HQSURETEC INSURANCE COMPANY s t�S�FANpF«^� w r X q '••3; By. W; w j n John 40X Jr: resident State of Texas ss: 7 5 v County of Harris -- On this 1st day of October,A.D. 2014 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he PA resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. Eq&JACOUIELYN MALDONADONotary Public tate of Texas mm.Exp.5/18/2017 Jacq elyn Maldonado,Notary Public My commission expires May 18,2017 1,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this _LL—day of D _- 11. A.D. . Bre t Beaty,Assistant ecretary Any Instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812.0800 any business day between 8:00 am and 4.00 pm CST. '`' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD 12/11/2014014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION IS WAIVED, subject to r the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONMTA NAE: Kim Morriasette DFB Insurance Group of DEW LLC PHONE (817)261-1101 FAxA N VC, (e17)261-1120 600 Six Flags Dr. , Suite 102 E-MAIL_aMRESS.kmorrissette@dfbinsurance.com INSURERS AFFORDING COVERAGE NAIC# Arlington TX 76011-6322 INSURERA:United Fire & Casualty Company 13021 INSURED INSURERB:Texas Mutual Insurance Company 2945 Tejas Commercial Construction, LLC INSURER C: PO Box 10395 INSURER D: ' INSURER E River Oaks TX 7 6114 INSURER F: COVERAGES CERTIFICATE NUMBER:CL14111003865 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE AD L UBR POLICY NUMBER MOLICY EFF IDO/YYYY POLICY YYEXYY LIMITS LTR n GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrencei $ 100,000 A I CLAIMS-MADE L XI OCCUR 60422917 11/8/2014 11/8/2015 MED EXP(Any one person) $ 5,000 X X C U Coverage Included PERSONAL&ADV INJURY $ 1,000,000 A X Contractual Liab Incl. GENERALAGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG 1 $ 2,000,000 POLICYFX PRO LOC $ +� COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY Ea accident 1,000,000 A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED 60422917 11/8/2014 11/8/2015 BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ R X HIRED AUTOS X AUTOS Per accident PIP-Basic $ 2,500 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 A EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2,000,000 DED I X I RETENTION$ 10,000 60422917 11/8/2014 11/8/2015 $ B WORKERS COMPENSATION x WC STATU- O R AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE a NIA E.L.EACH ACCIDENT $ 1, 00,000 OFFICERIMEMBEREXCLUDED? SF0001217793 1/8/2014 11/8/2015 (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 1,000,000 ■ If yes,describe under E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below A Equipment Coverage 60422917 11/8/2014 11/8/2015 Scheduled Equipment $597,552 Deductible $1,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) City Project No. 02398/DOE No. 7330 M The general liability policy includes a blanket automatic additional insured endorsement CG7152 0611 that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The general liability and workers' compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF FORT WORTH 1000 THROCKMORTON AUTHORIZED REPRESENTATIVE FORT WORTH, TX 76102 r� M Bridges Enterprises �� --�►�� ACORD 25(2010105) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025°2ot ).ot The ACORD name and logo are registered marks of ACORD COMMENTS/REMARKS holder that requires it. The general liability policy contains a special endorsement with "Primary" wording. Above policies include an endorsement providing that 30 day Notice of Cancellation (or coverage change) will be furnished to the certificate holder. w �FF,F 'FE�i� COPYRIGHT 2000, AMS SERVICES INC. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decmnba2l,2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................. ....7 ........................................... 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3—Contract Documents: Intent, Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 ,.- 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................I I Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site...................................................... ...14 ..................... Article 5—Bands and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers16 -- ................................................................................................... 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance;Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH A STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deounber2l,2012 r 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials,and Equipment...........................................................................................20 11 6.04 Project Schedule................................................. 21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers,and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations......................................................... .......27 ................................................. 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection. .29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs..............................................................................................30 6.17 Emergencies and/or Rectification. .30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.................................................................................................................. ...33 6.22 Delegation of Professional Design Services..............................................................................34 r6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data ............................................................................................................................36 8.03 Pay When Duee .36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition................... 37 8.09 Compliance with Safety Program........................ ..............................................37 Article 9-City's Observation Status During Construction...........................................................................37 e 9.01 City's Project Representative.....................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH /� STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decenba2l,2012 r Article 10-Changes in the Work;Claims;Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 AI LICie 11-Cost Of t1ie Work;A110 warices;i.init Pr-Ce Work;Plans Quantify Measu.rement......................Al 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 �. Article 13-Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values...................................................................................._.................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance................................. .......................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 �£ 15.03 City May Terminate For Convenience.......................................................................................60 Article 16-Dispute Resolution......................................................................................................................61 "'► 16.01 Methods and Procedures.......................................... ...........................61 ti ........................................ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decemba2l,2012 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings............................. ..,.63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Pagel of 63 ARTICLE 1-DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed , below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are ,generally capitali?ed Or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration, 5. Award-Authorization by the City Council for the City to enter into an Agreement. 6. Bid--The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. wit 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any,and the Bid Form with any supplements. 10. Business Day-A business day is defined as a day that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. 11.Buzzsaw-City's on-line, electronic document management and collaboration system. auk 12. Calendar Day-A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deomntxr2l,2012 007200-1 General Conditions Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts + involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney–The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager– The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements,whether written or oral. 20. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones,if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2l,2012 007200-1 General Conditions Page 3 of 63 25. Damage Claims—A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined,shall mean a Calendar Day. 27.Director of Aviation —The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas, or his duly appointed representative,assistant,or agents. 28.Director of Parks and Community Services —The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 29. Director of Planning and Development— The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant, or agents. 30.Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 31. Director of Water Department—The officially appointed Director of the Water Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant,or agents. 32. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Daoernber2l,2012