Loading...
HomeMy WebLinkAboutContract 20283 FORT WORTH WATER DEPARTMENT Special Contract Documents Village Creek Wastewater Treatment Plant Sewer Project No. PS46- 070460300020 LONG- TERM SOLIDS DEWATERING, PROCESSING AND DISPOSAL .*.:.......................... Tom NlY 0. NRI 1 N- g GARY R. sM�7�l •� August 1993 7..� 5if : ...... 03p..... :;c.•l �•o 4796fi f� I ll Ll 1 � Alan Plummer and Associates, Inc. CIVIL/ENVIRONMENTAL ENGINEERS•ARLINGTON-AUSTIN-FORT WORTH, TEXAS HILL Chiang, Patel and Associates, Inc. Consulting Engineers, Planners & Project Management 91 OroCITY OF FORT WORTH TEXAS WATER DEPARTMENT VILLAGE CREEK WASTEWATER TREATMENT PLANT LONG-TERM SOLIDS DEWATERING, PROCESSING AND DISPOSAL PROJECT NO.PS46-070460300020 BOB TERRELL CITY MANAGER KATHLEEN A. GIBSON RICHARD W SAWEY ASSISTANT DIRECTOR 1993 DIRECTOR WA TER DEPARTMENT WATER DEPARTMENT RECOMMENDED Robert T. McMillon, Water Pollution Control, Water Dept. APPROVED Kathleen . Gibson, Assistant Dir�ecfor, Wafer Department APPROVED Richard Sawey, P.E. Drrectorl Water Department `- - APPROVEDC G.DaWas Williams,P.E.,Deputy Director, Transportation/Public Kbrks 318-1600 The City of Fort Worth has goals for the participation of disadvantaged business enterprises in City contracts. In order for a bid to be considered to be responsive, Attachments "1B", and "N", contained in the proposal must be completed and delivered to the Fort Worth Water Department on or before 5:00 p.m., three (3) business days after the Bid Opening. FAILURE TO DO SO SHALL RESULT IN THE PROPOSAL BEING NON-RESPONSIVE. i Table of Contents 318-1600 } TABLE OF CONTENTS Description Pace No. PART A - NOTICE TO BIDDERS Notice to Bidder A-1 Instructions to Bidders A-5 Examples Prequalification Information - Example Financial Statement Example Liabilities and Net Worth Example Experience Record Example Equipment Schedule PART B - PROPOSAL Proposal B-1 Vendor Compliance to State Law and City Ordinance and Policy Vendor Compliance to State Law Minimum Wage Rates i Disadvantaged Business Enterprise Bid Specifications Attachment 1A - DBE Compliance Statement Attachment 1B - Schedule of DBE Utilization Attachment IC - "Good Faith Effort" Documentation Form Affidavit - South Africa or Namibia Relationship Affidavit of Communication Contractor's Compliance with Workers Compensation PART C - GENERAL CONDITIONS Table of Contents (1) C1-1 Definitions C!-1(1) C2-2 Interpretation and Preparation of Proposal C2-2(1) C3-3 Award and Execution of Documents C3-3(1) C4-4 Scope of Work C4-4(1) C5-5 Control of Work and Materials C5-5(1) C6-6 Legal Relations and Public Responsibility C6-6(1) C7-7 Prosecution and Progress C7-7(1) C8-8 Measurement and Payment C8-8(1) PART D - SPECIAL CONDITIONS D-1 Table of Contents i 318-1600 TABLE OF CONTENTS (continued) Description Page No. PART E--- TECHNICAL SPECIFICATIONS Section E Specifications E-1 Section 01010 Summary of Work Section 01025 Measurement and Payment Section 01040 Coordination Section 01300 Submittals Transmittal of Contractor's Submittal Section 01310 Progress Schedules Section 01500 Construction Facilities and Temporary Controls Section 01700 Contract Closeout Section 02200 Earthwork Section 11001 Equipment Section 11180 Belt Press Dewatering Equipment Section 13001 Solids Dewatering Operations Section 13002 Solids Processing and Disposal Operations Section 13122 Prefabricated Metal Building Section 16010 Electrical - General Provisions ii 318-1500 TABLE OF CONTENTS (continued) Description Paae No. PART F - BONDS Table of Contents Performance Bond F-1 Payment Bond F-3 Maintenance Bond F-5 PART G - CONTRACT Contract G-1 Certificate of Insurance APPENDICES -� Appendix A NPDES Permit Appendix B Texas Water Commission Permit PART H - PLANS Location and Vicinity Maps 1 Existing Site Plan Z Suggested Site Plan 3 Suggested PM & ID 4 Suggested Facility Plan 5 Telemetry System Block Diagram 6 iii s Part A Notice to Bidders �k� 318-1600 PART A - NOTICE TO BIDDERS Sealed proposals for the furnishing of all labor, materials and equipment required in connection with the Village Creek Wastewater Treatment Plant - Long-Term Solids Dewatering, Processing and Disposal , Project No. PS46-070460300020, complete as shown on the plans and specified herein, will be received at the office of the Purchasing Manager, City of Fort Worth, located on the east side of the lower level of the Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102, until : 1:30 p.m., Thursday, September 30, 1993. Any bids received after the indicated time will be returned unopened. Bids will be publicly opened and read aloud at 2 p.m. the same day in the City Council Chambers. The Project will include furnishing, installing and operating belt filter presses to dewater all of the OWNER's domestic wastewater sludge (solids) for up to five years with the City's option to extend the contract for up to five (5) additional years. An opinion of the probable annual monthly average solids production throughout the duration of the Project is 3,000 dry tons per month. The Base Bid for the Project will include processing the solids to achieve Class B pathogen and vector attraction reduction, \� transporting, and land applying the bi osol i ds for beneficial use in accordance with \ federal , state and local regulations. An Alternate Bid to the Project will include dewatering the solids and processing the solids to achieve Class A pathogen and vector attraction reduction, transporting and disposing of the biosolids by methods set forth in the Contract Documents which shall comply with federal, state and local regulations. -Ail--faci l i-ties-associ-ated-with the Project's- dewatering-and processing operations-which are to be constructed as set forth in the Contract Documents, shall be constructed only at the OWNER's sludge only landfill , located north of the Village Creek Wastewater Treatment Plant. Proposals shall be accompanied by an acceptable Bidder's bond or certified check upon a national or state bank in an amount not less than five percent (5%) of the total maximum bid price, payable without recourse to the City of Fort Worth, Texas, as a guarantee that the Bidder will execute a contract and execute required bonds within ten (10) days after submission of contract documents for execution. The City of Fort Worth, Texas, intends to award one contract for dewatering, processing and disposing of the solids as specified in Instructions to Bidders of the project Specifications within forty-five (45) days after the Bid Opening, and Bids shall remain open during this time. A-1 318-1600 IJ Prequal ifi cation as described in the Instructions to Bidders is required. The prequalification package must be filed with the Director of the Fort Worth Water Department on or before 5 p.m., August 27, 1993. The information contained in the prequalification package will be reviewed to determine whether a Bidder is qualified to submit a Bid (Proposal). Those Bidders determined not qualified to submit a Bid based upon the information contained in the prequalification package will be provided an opportunity to further establish Bidder's qualifications by participating in an interview before a prequalification committee. Those Bidders determined qualified to submit a Bid based on the information contained in the prequalification package will not be required to participate in the interview. Special Contract Documents, including plans and specifications, have been prepared for this project and may be obtained at the offices of Alan Plummer and Associates, Inc. , 210 West Sixth Street, Suite 400, Fort Worth, Texas 76102-4803, upon payment of $200 for each set, which sum will not be refundable. Copies of the Special Contract Documents, including Plans and Specifications, are also on file and may be reviewed at Dallas and Fort Worth Dodge, AGC, Texas Contractors and the DFW Minority Business Council Plan Rooms. General Contract Documents and General Specifications for Water Department Projects, dated January 1, 1978, with the latest revisions, also comprise a part of the Contract Documents for this project, and may be obtained by paying $50 for each set at the Engineering Office of the Fort Worth Water Department, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas. The City of Fort Worth has not made test borings for this Project. However, the City of Fort Worth has made test borings at selected locations at the sludge only landfill for another City of Fort Worth project. Prospective Bidders may review copies of the said testing laboratory's report, prepared by Rone Engineers, at the office of Alan Plummer and Associates, Inc., or may obtain a copy from Alan Plummer and Associates, Inc. for a non-refundable cost of $75. i The successful Bidder must furnish a Performance Bond and Payment Bond upon the forms provided, each in the amount of one hundred percent (100%) of the total awarded Contract price, from an approved surety company. A maintenance bond will be required in the amount of the actual original purchase price plus fifty percent (50%) for the equipment to be transferred to OWNER at the conclusion I of the Project work. The Contractor shall provide suitable documentation to the OWNER evidencing the actual purchase price of the equipment. The maintenance bond shall be effective for one year after title to the equipment has been transferred to OWNER. 1 Reference General Conditions, paragraph C3-3.7. 1 A-2 f 318-1600 Q The successful Bidder must furnish all insurance as required and set forth in the Contract Documents, which includes, but is not limited to, Environmental Impairment Liability Insurance in the limits of at least $5 million per occurrence and $5 million annual aggregate, on a per project basis. The City reserves the right to reject any or all bids, and waive any or all irregularities. Bidders may be allowed to modify and/or withdraw bids prior to deadline for receipt of bids. No bid may be withdrawn until the expiration of forty-five (45) days from the date bids are opened. Equal Opportunity in Employment: All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended. The requirements for Bidders and contractors under this order are explained in the specifications. NOTICE OF REQUIREMENT FOR DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION AND EQUAL OPPORTUNITY IN EMPLOYMENT. Each Bidder must fully comply with the requirements, terms and conditions of the City of Fort Worth Disadvantaged Business Enterprise (DBE) requirements, including the goals for disadvantaged business participation during the performance of this Contract. The goal for this Project is 25 percent of the dollar value of the Contract. The Bidder commits itself to the goals for disadvantaged business participation contained herein and all other requirements, terms and conditions of these bid conditions by submitting a properly signed bid. Following issuance of these Project documents for preparation of competitive bids, and until contracts are awarded and executed, prospective Bidders, their officers, agents, employees and representatives are prohibited from communicating with individual City Council members regarding this Project, unless such communication is made in public session. Written request for information may be addressed to the Director of the City of Fort Worth Water Department. Such request- for information; and responses thereto, shall be provided to all prospective Bidders who are entitled to receive such responses. No request for information will be accepted after the time set forth in Part A - Instructions to Bidders, INTERPRETATIONS. Improper contact by a prospective Bidder or its officers, agents and representatives regarding this project shall be grounds for disqualification. An Affidavit of Communication is contained in the Contract Documents. A-3 318-1600 The Bidder shall complete the Affidavit of Communication by certifying that it has complied with the conditions set forth, and Bidder shall submit said affidavit with Bid (Proposal) . BOB TERRELL CITY MANAGER ALICE CHURCH CITY SECRETARY Publication Dates: August 12, 1993 August 19, 1993 i A-4 318-1600 PART A - INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERAS Terms used in these Instructions to Bidders which are defined in the General Conditions and Part D - Special Conditions of the Agreement have the meanings assigned to them in the General Conditions and Special Conditions. These Instructions to Bidders are made a part of Part A. 2,0 PREQUALIFICATION REQUIREMENTS To be considered qualified to submit a Bid (Proposal) , each Bidder shall demonstrate Bidder's qualifications. A prequalification package must be filed with the Director of the Fort Worth Water Department on or before 5:00 p.m., August 27, 1993. This information will be used to determine whether a Bidder is qualified to submit a bid. This information will be held confidential and will not be made available to other parties. Any Bidder who either submits the prequalification submittal package after said deadline, or is not deemed qualified to submit a bid will not be considered eligible for submitting a bid. Bids (proposals) submitted by a prospective Bidder who has not fulfilled the requirements set forth herein shall be returned unopened. Any bid submitted by a prospective Bidder who has not been prequalified shall be returned unopened. Following this Part A are examples of forms which can be used in the preparation of the prequalification package set forth herein. The Bidder has the option of using any or all of these forms to -assist.--- in-_prep_arati.an._and completion _of the prequalification package. These forms depict the minimum level of information to be provided by the Bidder. Alternate forms and formats which are similar may be used to provide the information required to be submitted. The following describes the information to be included in the prequalification package. The information submitted must be specific and clear. The information shall pertain to the work for which the Bidder is proposing to submit a bid, which shall be for the Base Bid, which is for dewatering, processing to achieve Class B pathogens and vector attraction reduction, transporting and land applying for beneficial use; and/or for the Alternate Bid, which is for dewatering, processing to achieve Class A pathogen and vector attraction reduction, transporting and disposing by methods acceptable as set forth in the Contract Documents. The Bidder shall : A-5 318-1600 t� A. Certify that the person submitting the bid will enter into a contractual agreement with the City, and will serve as the prime contractor performing at least 50 percent of the work. B. Provide financial information indicating that the Bidder, who will serve as the prime contractor, has financial stability, and as such can acquire the appropriate bonds and environmental impairment liability insurance required for the project. The financial information shall include a financial statement prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. The bonding and insurance information shall include certifications from: 1. An acceptable bonding company, as set forth in the City of Fort Worth's General Conditions, certifying that if awarded the contract the bonding company will provide all necessary bond coverage, such as performance and payment bonds, for one hundred percent (100%) of the total contract amount. 2. An acceptable bonding company, as set forth in the City of Fort Worth's General Conditions, certifying that if awarded the Contract the bonding company will provide a maintenance bond in the amount of the actual original purchase price plus fifty percent (50%) for the equipment to be transferred to OWNER at the conclusion of the Project work. The maintenance bond shall be effective for one year after title to the equipment has been transferred to OWNER. 3. An acceptable insurance company, as set forth in the City of Fort Worth's General Conditions, certifying that if awarded the contract the insurance company will provide all necessary insurance coverage, including but not limited to environmental impairment liability (EIL) coverage in the limits of at least $5 million per occurrence and $5 million annual aggregate for sudden and accidental contamination or pollution, liability for gradual emissions, and clean-up costs. The CIL coverage shall be written on a per project basis and shall include a two (2) year. completed operations coverage (see Part D - Special Conditions for complete requirements of EIL). A-6 1 318-1600 C. Certify that the Bidder has entered into, and satisfactorily completed, contractual . agreements within the past five years to dewater domestic wastewater solids. using a belt filter press with an effective belt width of at least 2 meters for a period of at least two years. D. For processing to achieve Class B pathogen and vector attraction reduction requirements, Bidder shall certify that it has: 1. Entered into, and satisfactorily completed, contractual agreements within the past five years to process and dispose of domestic wastewater solids. 2. Processed and disposed of said solids on land for beneficial use or other authorized disposal methods in accordance with federal , state, and local regulations for at least two of the past five years. 3. Read and is familiar with the Environmental Protection Agency Regulations set forth in 40 CFR Part 503, and the State of Texas regulations set forth in 31 TAC Chapter 312. 4. Read and is familiar with the current requirements of the State of Texas regarding land registration. E. For processing to achieve Class A pathogen and vector attraction reduction requirements. Bidder shall certify that it has: 1. Entered into, and satisfactorily completed, contractual agreements within the past five years to process and dispose of domestic wastewater solids. 2. Processed and- disposed of said solids in accordance with federal , state, and local regulations where solids were applied to a lawn or home garden, or were told or given away Ina bqor other container for application to the land. 3. Processed solids to achieve acceptable Class A pathogen levels using the proven technological process proposed by the Bidder for the Project, and that the process has been used effectively on domestic wastewater solids in commercial quantities similar to that set forth in the Specifications. Provide technical documentation that the process is technically feasible and has been used successfully. F. Provide a preliminary technical Approach and Operating Plan. . The preliminary Technical Approach and Operating Plan shall clearly and specifically demonstrate the proposed means and methods to be used for each portion of the Project for which the Bidder is proposing to submit a bid--the Base Bid and/or the Alternate Bid. The preliminary Technical Approach and Operating Plan shall include certification that Bidder either has sufficient equipment and personnel A-7 318-1600 to perform the services required under this contract, or has the financial capability to obtain sufficient equipment and personnel to perform the services required under this contract. The preliminary Technical Approach and Operating Plan shall address each item described in the specifications for the final Technical Approach and Operating Plan (see Section 01300, Submittals). For processing to achieve Class A pathogen and vector attraction reduction, the Technical Approach and Operating Plan must clearly demonstrate that the method proposed for reducing pathogens to achieve acceptable Class A pathogen levels is one of a proven technology and that the process has been used effectively on domestic wastewater solids, in commercial quantities, similar to that set forth by the Contract Documents. The determination as to whether a proposed method has been demonstrated to be a proven technology and process which can be used effectively on domestic wastewater solids and is appropriate for this project shall be determined in the Director's sole opinion and discretion, and shall be final . G. Provide a list of at least 5 solids dewatering, processing and disposal experience references with telephone numbers and mailing addresses, which shall include specific client references. H. Provide 15 copies of all information submitted. Information for the Technical Approach and Operating Plan shall be limited to 30 pages. I. Provide a preliminary Public Relations Program indicating the means and methods for educating the public concerning dewatering, processing, transporting and disposing of sludge and control of health and environmental impacts from these operations. J. Complete the affidavit concerning Namibia and South Africa business participation and submit with Prequalification Package. I K. Prequal i fi cati on does not endorse or accept the project plan of the Bidder, but only certifies that a Bidder appears to be qualified to submit a bid. A prequalification committee will review the information submitted by each Bidder, and make recommendations to the Director of the Fort Worth Water Department (Director) concerning those Bidders deemed to be qualified for submitting a bid. The Director will then determine all qualified and non-qualified Bidders and notify each Bidder by certified mail whether, in the City's opinion, the Bidder is deemed qualified to submit a bid on the City's project. This notification will be held f confidential and will not be made available to other parties. A-8 l 318-1600 A Bidder who is not prequalified, based upon the information submitted, will be provided an opportunity to further establish Bidder's qualifications by participating in an interview with the prequalif!cation committee. A Bidder determined qualified to submit a Bid based on the information contained in the prequalification package will not be required to participate in an interview. The interview will be limited to one hour (approximately a 30-minute period for presentation of additional information by the Bidder, and the remaining time for questions) . The interview will be conducted approximately two weeks prior to opening bids. To assist each Bidder in preparing for the interview, general Information will be provided setting forth the reasons for the prequalification committee's decision to not prequalify the Bidder. The prequalificat ion committee will evaluate the information presented and gathered during the interview, and make recommendations to the Director concerning the Bidder's qualification to submit a bid. The Director will then determine if the Bidder is to be prequalified and notify the Bidder by certified mail whether qualified to submit a bid. This notification will be held confidential and will not be made available to other parties. The Director will be the final and sole ,fudge as to the acceptability of a Bidder to submit a bid on the project. 3.0 EXAMINATION OF BID DOCUMENTS AND SITE A. Before submitting a Bid, each Bidder shall : 1. Examine the Bid Documents thoroughly. 2. Visit the site to familiarize themselves with local conditions that may in any manner affect performance of the work. 3. Be familiar with federal , state and local laws, ordinances, rules and regulations affecting performance of the work. 4. Carefully correlate Bidder's observations with the requirements of the Bid Documents.- B. ocuments.B. Reference is made to the Part D - Special Conditions for the identification of those surveys and investigation reports of subsurface or latent physical conditions at the site or otherwise affecting performance of the work which were not prepared for this Project, but were prepared for another City of Fort Worth project and are made available to the Bidder (and the Contractor) . The data is furnished for information only and neither the OWNER nor Consulting Engineer guarantees the accuracy of the data. Before submitting a Bid, each Bidder shall, at Bidder's own expense, make such additional surveys and -investigations as may be deemed necessary to determine the bid price for performance of the work within the terms of the Contract Documents. C. The submission of a Bid will constitute an incontrovertible representation by the Bidder, that Bidder has complied with every requirement of this Part 3.0. A-9 318-1600 i 4.0 INTERPRETATIONS A. All questions about the meaning or intent of the Bid Documents shall be submitted to the ENGINEER in writing. Replies wi11 be issued by Addenda mailed or delivered to all parties recorded by ENGINEER as having received the bidding documents. Questions received less than five (5) working days prior to the date for opening of Bids may not be answered. B. Only questions answered by formal written Addenda will be binding. oral and other interpretations or clarifications will be without legal effect. 5.0 BID SECURITY Proposals shall be accompanied by either a Bid Bond from a surety satisfying the requirements specified for the Performance Bond, Payment Bond, and any other bonds set forth in the Contract Documents, or a certified check upon a national or state bank, in an amount not less that 5 percent (5%) of the total maximum bid price, payable without recourse to the City of Fort Worth as a guarantee that the Bidder will within ten (10) days after Notice of Award enter into a Contract and furnish a Performance Bond, Payment Bond, and any other required Bond upon the forms provided, each in the amount of 100 percent (100%) of the Contract price or as otherwise set forth in the Contract Documents, from a surety licensed by the Texas Department of Insurance. If a Bond is reinsured, the reinsurer must also be licensed by the Texas Department of Insurance. Each Bond shall be accompanied by a "Power of Attorney" authorizing the attorney-in-fact to bind the surety, and shall be certified to include the date of the Bond. 6.0 BID FORA (PROPOSAL) A. Bidders shall use the Bid (Proposal) forms included in these documents for each Contract Bid. Bid (Proposal) forms are to be left attached to documents in the same manner as received by Bidders. Supplemental data to be furnished shall be included in the same sealed envelope with the Proposal . B. Bid (Proposal) Forms must be typed or completed in ink. The Bid price of each item on the form must be stated in words, if specifically requested, and/or numerals; in case of a conflict, words will take precedence. C. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of ' authority to sign), and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the. signature. A-10 1 1 318-1600 0 D. Bids by partnerships must be executed in the partnership name and signed by a partner. The partner's title must appear under their signature, and the official address of the partnership must be shown below the signature. E. All names must be printed or typed below the corresponding signatures. F. The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which shall be filled in on the Bid Form) . G. The Bid form includes: 1. Base, Bid - Separate Bid items and a Total Base Bid for Dewatering, Class B processing, and Disposal Operations. 2. Alternate Bid - Separate Bid items and a Total Alternate Bid for Dewatering, Class A Processing, and Disposal Operations. H. In completing the Bid form, each Bidder has several options for submitting a bid, as described below: 1. When submitting a bid(s), the Bidder may submit a bid for the Base Bid, or the Alternate Bid, or the Base Bid and Alternate Bid. 2. When submitting a bid for the Base Bid, the Bidder is not required to submit a Bid for the Alternate Bid. 3. When submitting a bid for the Alternate Bid, the Bidder is not required to submit a bid for the Base Bid. 4. The Bidder must complete all Bid items associated with the work for which - a bi d i s- submi tted (Base Bi d-and/or-Al ternate-Bi d) -For the work-for which the Bidder elects not to submit bid, it shall be so indicated in the appropriate bid item space with the words "No Bid", or like or similar words. 7.0 SUBMISSION OF BIDS Bids shall be submitted at the time and place indicated in the Invitation for Bids and shall be included in an opaque sealed envelope, marked with the Project title and name and address of the Bidder and accompanied by the Bid Security and other required documents. On the outside of the bid submittal envelope, Bidders shall note receipt of each Addendum received. A-11 318-1600 8.0 MODIFICATIONS AND WITHDRAWAL OF BIDS Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. Bids may not be withdrawn after opening of Bids for the period set forth in the Invitation for Bids. 9.0 OPENING OF BIDS Bids will be opened as indicated in the Invitation for Bids. Bids received after such time will not be considered, and will be returned unopened. 10.0 BIDS TO REMAIN OPEN All Bids shall remain open for the period of time set forth in the Invitation for Bids, but the OWNER may, at their sole discretion, release any Bid and return the Bid Security prior to that date. 11.0 BID EVALUATION AND AWARD OF CONTRACT A. Although not required by law, OWNER has decided to competitively bid this Contract. B. The OWNER reserves the right to reject any and all Bids and to waive any and all informalities, and the right to disregard all nonconforming or conditional Bids or counter proposals or nonresponsive Bids. C. In evaluating Bids, the OWNER will only consider the qualifications of those Bidders who are prequalified, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid forms. D. If a contract is to be awarded, it will be awarded to the lowest responsible Bidder whose evaluation by OWNER indicates to the OWNER that the award will be in the best interests to the OWNER. E. The OWNER reserves the right to award the contract on the basis of the lowest responsible Base Bid or lowest responsible Alternate Bid, regardless of which bid is the lowest. F. The successful Bidder will be notified by a Notice of Award which may be a letter or telegram. G. If a contract is awarded for the Base Bid, which requires all sludges to be processed to achieve Class B pathogens and vector attraction reduction, then the Contractor must land apply the sludge for beneficial use, as set forth in A-12 318-1500 the Contract Documents. By accepting the Base Bid Contract award, the Contractor accepts the understanding that if it cannot land apply the sludge for beneficial use for reasons such as, but not limited to, weather conditions, crop cycles or growing seasons, lack of registered land, etc., then the Contractor will be required to either temporarily store the sludge, and risk receiving partial payment for sludge processed but not disposed as set forth in Part D - Special Conditions, and/or risk being assessed liquidated damages for refusal to accept sludge and/or for excessive volumes of stored sludge as set forth in Part D - Special Conditions; or the Contractor may further process the sludge to achieve Class A pathogen and vector attraction reduction and sell or give away the sludge in a bag or other container for application to land as set forth in 40 CFR 503 and 31 TAC Chapter 312, and receive payment for processing sludge to achieve Class A pathogen and vector attraction reduction based on the unit price bid for the Base Bid. (In other words, in accepting the award of the Contract for the Base Bid [i .e., processing to achieve Class B sludge] , the Contractor demonstrates that the Contractor understands that the unit price bid for dewatering, processing, transporting and disposing sludge will be used for payment, whether full or partial as set forth in Part D - Special Conditions, even if the Contractor elects to process any or all of the sludge to achieve Class A pathogens and vector attraction reduction, and liquidated damages will be assessed for refusal to accept sludge and/or for excessive sludge stored as set forth in Part D - Special Conditions) . It shall Q be noted, that for any sludge the CONTRACTOR has not disposed, whether Class A or Class B sludge, the CONTRACTOR is subject to receipt of partial payment as set forth in Part D - Special Conditions, and for any excessive volumes of sludge temporarily stored, whether Class A or Class B sludge, the CONTRACTOR is subject to being assessed liquidated damages as set forth in Part D - Special Conditions. 12.0 EXECUTION OF CONTRACT A. The accepted Bidder, within ten (10) days after formal Notice of Award, small execute the formal Contract Agreement and required Bonds on the forms prepared and submitted by the OWNER. B. The OWNER will issue a Notice to Proceed authorizing the CONTRACTOR to commence work. A-13 318-1600 13.0 WAGE RATES Not less than the prevailing wage rates as set forth in the Contract Documents must be paid on this project. When there is a conflict between the wage rates provided, the Contractor shall use the higher of the wage rates. 14.0 SALES TAXES The Bidder's attention is directed to the Sales and Use Tax provision set forth in Part B - Proposal . This provision details ongoing changes in Chapter 151 of the Texas Tax Code and requires that the successful Bidder provide a breakdown of the Contract Amount in the form of "materials incorporated into the Project" and "all other charges". Those portions of the Contract Amount which are not "materials incorporated into the Project" are subject to sales taxes. The cost of all such taxes should be reflected in the total dollar figure listed under "all other charges" on the Sales and Use Tax provision form. 15.0 BONDS A performance bond and a payment bond, each for one hundred percent (100%) of the total contract price will be required. At the completion of the initial five-year contract duration, new performance and payment bonds will be required upon renewal of the contract and will be based on 100 percent of the renewal contract amount. Reference General Conditions paragraph C3-3.7. A maintenance bond will be required in the amount of the actual original purchase price plus fifty percent (50%) for the equipment to be transferred to OWNER at the conclusion of the Project work. The CONTRACTOR shall provide suitable documentation to the OWNER evidencing the actual purchase price of the equipment. The maintenance bond shall be effective for one year after title to the equipment has been transferred to OWNER. Reference General Conditions, paragraph C3-3.1. 16.0 RETURN OF BID SECURITY The bid security of the successful Bidder will be retained until Bidder has executed the Agreement and furnished the required contract security, whereupon " checks furnished as bid security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within ten (10) days of the Notice of Award, the OWNER may annul the Notice of ! Award and the bid security of that Bidder will be forfeited. The bid security of any Bidder whom the OWNER believes to have a reasonable chance of receiving the , award may be retained by the OWNER until the seventh (7th) day after the executed Agreement is delivered by the OWNER to the successful Bidder, and the required contract security is furnished, but not to exceed ninety (90) days after the Bid opening. Bid security by other Bidders will be returned within seven (7) days of l the Bid opening. A-14 f I 318-1500 17.0 AMBIGUITY In the case of ambiguity or lack of clearness in stating prices in the Proposal , the OWNER reserves the right to adopt the most advantageous price thereof to the City or to reject the Proposal . 18.0 PRE-BID CONFERENCE A pre-bid conference for bidding Contractors will not be held. 19.0 CITY OF FORT WORTH DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION REQUIREMENTS The City of Fort Worth has goals for the participation of disadvantaged business enterprises in City contracts. The goal for this Project is set forth in the Notice to Bidders. In order for a bid to be considered responsive, the compliance statement contained in the proposal must be submitted and delivered to the Fort Worth Water Department no later than 5:00 p.m., three (3) business days after the Bid Opening by the apparent lowest dollar Bidder(s) for the Base Bid and for the Alternate Bid; failure to do so shall result in the proposal being nonresponsive. 20.0 AGE In accordance with the policy "(Policy)" of the Executive Branch of the Federal Government, CONTRACTOR covenants that neither it nor any of its officers, members, agents, employees, program participants or subcontractors, while engaged in performing this Contract, shall , in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. CONTRACTOR further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. CONTRACTOR warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of CONTRACTOR's and/or its subcontractors' alleged failure to comply with the above-referenced policy concerning age discrimination in the performance of this agreement. A-15 318-1600 21.0 DISABILITY In accordance with these provisions of the Americans With Disabilities Act of 1990 ("ADA"), CONTRACTOR warrants that it and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of CONTRACTOR or any of its subcontractors. CONTRACTOR warrants it will fully comply with ADA's provisions and any other applicable federal , state and local laws concerning disability and will defend, i ndemni fy and hoi d Ci ty harml ess agai nst any cl aims or al l egati ons asserted by third parties or subcontractors against City arising out of CONTRACTOR's and/or its subcontractor's alleged failure to comply with the above-referenced law concerning disability discrimination in the performance of this agreement. 22.0 AFFIDAVIT OF COMMUNICATION Following issuance of these Project documents for preparation of competitive bids, and until contracts are awarded and executed, prospective Bidders, their officers, agents, employees and representatives are prohibited from communicating with individual City Council members regarding this Project, unless such communication is made in public session. Written request for information may be addressed to the Director of the City of Fort Worth Water Department. Such request for information, and responses thereto, shall be provided to all prospective Bidders who are entitled to receive such responses. No request for information will be accepted after the time set forth in Part A - Instructions to Bidders, INTERPRETATIONS. Improper contact by a prospective Bidder or its officers, agents and representatives regarding this Project shall be grounds for disqualification. An Affidavit of Communication is contained in the Contract Documents. The Bidder shall complete the Affidavit of Communication by certifying that it has complied with the conditions set forth, and Bidder shall submit said affidavit with Bid (Proposal) . f END OF SECTION ; 1 _ 1 A-16 EXAMPLES PREQUALIFICATION INFORMATION 7o be completed and delivered to the Fort Worth Water Department as set forth in Notice to Bidders. (Contractor may either use these forms and/or provide information on similar forms) EXAMPLE FINANCIAL STATEMENT Condition of Bidder at close of Business month, 19 ASSETS J. Cash on hand $ In bank Elsewhere $ 2. Accounts receivable from completed contracts (exclusive of claims not approved for payment) 3. Accounts receivable from other sources than above 4. Amounts earned on uncompleted contracts (not included in Item 3) (Contract price on completed portion of uncompleted contracts less total cost of completed portion) S. Deposit for bids on other guarantees 6. Notes Receivable Past Due Due 90 days Due later 7. Interest earned . e state Business Property, present value Other property, present value 9. Stocks and Bonds, Listed on Exchange Unlisted 10. Equipment, machinery, fixtures Less depreciation 11. Other Assets TOTAL ASSETS $ EXAMPLE EXAMPLE LIABILITIES AND NET WORTH I. Notes Payable to Banks Regular $ (For Certified Checks) Equipment Obligations Others $ 2. Accounts payable Current Past Due 3. Real Estate Mortgages 4. Other Liabilities 5. Reserves 6. Capital Stock Paid Up Common Preferred 7. Surplus TOTAL LIABILITIES $ EXAMPLE I EXAMPLE EXPERIENCE RECORD List of Projects your Organization has successfully completed: MOUN O ON- TYPE OF DA E TRACT AWARD WORK ACCEPTED OF OWNER DDRE List of Projects your Organization is now engaged in completing: U ON- O N l l E N E TRACT AWARD WORK OF COMpLET10N OF OWNER List of Surety Bonds in force on above Uncompleted Work ATE O - CON . _._ _ .. TYPE-Ofi._ _.. . TRACT AWARD MOUNT NAME AND ADDRE 5 BOND OF BOND OF SURETY EXAMPLE EXAMPLE EQUIPMENT SCHEDULE List of Equipment owned by bidder that is in serviceable condition and available for use: Portions of work bidder proposes to sublet in case of Award of Contract including amount and type EXAMPLE Part B Proposal PART B - PROPOSAL (This proposal must not be removed from this book of Contract Documents.) To: Chief, Purchasing Division Fort Worth, Texas Municipal Office Building 1993 Fort Worth, Texas 76102 PROPOSAL FOR: The furnishing of all materials, equipment, services, and labor and all necessary appurtenances and incidental work to provide complete and operable projects designated as: BASE BID - SOLIDS DEWATERING, 'PROCESSING, AND DISPOSAL OF CLASS B SOLIDS ALTI,RNATF, SO DS DEWATERING, PROCESSING, BID A AND DISPOSAL, OF CLASS A SOLIDS Pursuant to the foregoing 'Notice to Bidders," the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Documents and General Specifications for Water Department Projects, the site of the project, and understanding the amount of work to be done and the prevaffing conditions, hereby proposes to do all the work, furnish all labor, equipment and material which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the City Water Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance bond, Payment Bond and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the times stated in the "Time of Completion and Liquidated Damages' set forth in PART D - SPECIAL CONDITIONS and for the following sums, to wit: Base Bid - Dewatering, Processing, and DIsposat of Solids Processed to Class $ pathogen and Vector Attraction Reduction Levels Bid Item No. 1 For financing, furnishing_ , and installing all necessary equipment at the project site for dewatering solids including building, equipment, storage tanks, roads, contaminated storm water pumps, instrumentation, electrical, and misoellancous appurtenances, an allowance of$2,7QO,OW.00 Bid Item No. l = S2.704,Q0,44 Two million seven hundred thousand dollars and no cents oma.,aux woe,ss�wrs 8-1 Bid Item No. 2 For r{"ving an average of approximately 100 tons per day of dry solids and operating all necessary equipment for dewatering all solids received and furnishing and applying chemicals or other approved material and/or processes to acceptable Class B pathogen and vector attraction reduction levels, and for transporting and beneficially using on land, for 365 calendar days per year for five years, complete for the sum of dollars and cents per dry ton (S per dry ton). (Unit price shall be equal to the unit price calculated on the Bid Workshm). Bid Item No. 2 Unit Price multiplied by 1$2,500 tons $ dollars and cents Bid Item No. 3 For the development, design, and implementation of trench safety, for the sum of dollars and ,cents per linear feet. (3__ per linear feet). Bid Item No. 3 = Unit Pr►ce multiplied by 200 L.F. � S dollars and - cents TOTAL EASE BID - SOLIDS DENYATERING, PROCESSING AND DISPOSAL dollars cents �l (S Combination of Bid Items No. 1, No. 2, and No. 3. ALTERNATE WD A • Dewatering and Processing and Disposing of Solids Processed to Class A Pathogen and Vector Attracilon Reduction Levels Bid Item No. IA For financing, furnishing, and installing all necessary equipment at the project site for dewatering solids including building, equipment, storage tanks, roads, contaminated storm water pumps, instrumentation, electrical, and , miscellaneous appurtenances, an allowance of$2,700,040.00 Bid Item No. I A — $2.700,000.00 -- Two million seven hundred thousand dollars and no cents Bid Item No. 2A For receiving an average of approximately 100 tons per day of dry solids and for operating all necessary equipment for dewatering all solids received and furnishing and applying chemicals or other approved material and/or processes to acceptable Class A pathogen and vector attraction reduction levels and transporting and disposing of solids, for 365 calendar days per year for five years, complete for the sura OhW f 5Ti?:)ddl Y�MO�f i B'2 of dollars and cents per ton of dry solids {Sper dry ton). . (Unit pf= shall be equal to the unit price calculated on the Bid worksheet). Bid Item No. 2A = Unit Price multiplied by 182,500 tons = dollars and cents Bid Item No. 3A For The development, design, and implementation of trench safety, for the sum of dollars and cents per linear feet (S per linear feet), Bid Item No. 3A Unit Price multiplied by 200 L.F. — S = dollars and cents TOTAL ALTERNATE BID A - CLASS A SOLIDS DEWATERING, PROCESSING, AND DISPOSAL dollars and cents (S Combination of Bid Items No. IA, No. 2A, and No. 3A. BID WORKSHEET L The Bidder shall provide a breakdown of Bid Item No. 2 and/or Bid Item No. 2A as shown below, and shall not include any items included as a part of Bid Item No. 1 or No IA. `The total shown on this worksheet shall equal the unit price bid for dewatering, processing, and disposal operations. All calculations shall be basad on 140 dry torts per day. Base Bid Alternate Bid A ($/Toa) ($/Ton) 1. Personnel Costs 2. Chemicals (Specify) �J , :�� B-3 J I Supplies 4. Utilities S. Fuel b. Subcontracts (Specify) 7. Capital Costs S. Financing 9. Maintenance 10. Laboratory Analysis 11. Other (Specify) 12. Ovej head and Profit TOTAL CONTRACT PRICE ADJUSTMENT The unit price for operation stated in the proposal is the Bidder's guaranteed price for the first year of sludge dewatering, processing, and disposal operations. The unit price will be adjusted annually as stated in the Special Conditions. The costs of the constructed facilities and operating costs shall be subject to audit. bfW1nE;3a«1 :s1 B-4 01VNER•SEL CT]ED EQUdPN ENT SUPPLIES Tie Bidder shall base the Anse Bid or Alternate Bid upon the specified and named (A) equipment items as listed in the following Owner-Selected Equipment,/Suppber Schedule. - Allowance of alternative equipment/supplier does not of constttutc a waiver of the Specifications. Alternative equipment/supplier is defined as equipment/supplier proposed by the Bidder other than the listed (A) equipment/supplier in the Owner-Selected Equipment/Supplier Schedule as equivalent to the specified named (A) equipment/supplier. If the Bidder desires to offer equipment/supplier as an alternative, he shall indicate in the Owner-Selected Equipment/Supplier Schedule the amount to be deducted (if any) from the Base Bid or Alternate Bid. In order that the Owner may determine if a proposed unnamed alternative write-in item is a satisfactory alternative to the specified (A) equipment/supplier, four sets of Drawings, Specifications, full descriptive material, and a detailed list of the equipment proposed shall be SUBMITTED WITH THIS PROPOSAL. In addition, the alternative equipment supplier shall include a detailed comparison with. the Iisted equipment item noting all differences betwun the alternate and listed equ;pment. In the event that the Owner does not allow the equipment or supplier item for use as an alternate, then the equipment or supplier specified as (A) shall be furnished for the amount included in the Base Bid or Alternate Bid. In the event that the Owner allows an alternative equipment or supplier item for use as an alternative to the (A) item, the proposed alternative equipment or supplier item shall be furnished and the Contract Price shall be adjusted a=rdingly immediately following the signing of the Contract by Contract Change Order. �1 Alternatives will NOT be considered after receipt of the Biddtr's Proposal. All Owner-selected equipmenUsupplier items shall be bid according to the following: • The following are designated as Owre-r-selected equipment or Supplier items to be furnished. The bidder must base his Base Bid or Alternate Bid on the listed (A) equipment/suppliers. The Bidder may indicate an alternative equipment/supplier by writing in an equal altemative and writing in the amount of deduct for alternative equipment/supplier. • Should the circled or write-in alternative be determined 'not equal' or not desired" by the Owner, then; the Bidder Hansa supply the (A) item. Bidder acknowledges this requirement by signing the Proposal form. Alternative equipment will generally be deemed equal provided the "equal' product is the same or better than the product named in function, performance, reliability, quality, and general configuration. Determination of equality in reference to the project design requirements will be made solely by the Owner. The Owner may determine any alternative •not desired" as the Owner determines to suit his sole best interests. J c�» �rars� B-S i t Alternative equipment will not be considered unless, in the opinion of the Owner, it conforms to the Contract Drawings and Specificadons in all respects, except for make and manufacturer and minor details. Amt of Deduct Section Equipment/ for Alternative NAL Description Supplif, Eauiomen 11001 Sludge Fedi Pumps '(A) Moyno or Mono XXXXXXXXX Altcmadve (B) $ 11180 Belt Press (A) Ashbrook-Simon- XXXXXXXXX Delvatering Hartley or Equipment Andritz Alternative (B) $ SALES AND USE TAX The CONTRACTOR's attention is directed to Rule 3.291, paragraphs (a)(1), defining separated contracts, subsection (b)(3) discussing separated contracts, and subsection (c) discussing exempt contracts. Reference: Texas Tax Code, Chapter 151. If the CONTRACTOR elects to operant under x separated contract as defined by Rule 3.291 by obtaining the necessary permit or permits from the State Comptroller's office allowing the purchase of materials for incorporation in this project withoui having to pay the Limited Sales and Use Tax at the time of purchase , the CONTRACTOR shall identify separately from all other charges the total agreed contract price fot materials incorporated into the Project for the Base Bid and/or Alternate Bid A, as shown on this form. Total materials shall only include materials physically incorporated into the realty. If the CONTRACTOR elects to operate under a "separated contract,' the OWNER will furnish the CONTRACTOR with exemption certificates for the applicable materials. to order to comply with the requirements of rale 3.291, as mentioned above, it will be necessary for the CONTRACTOR to obtain a sales tax permit. It will also be necessary that the CONTRACTOR issue resale certificates to his suppliers. Base Bid Alternate Bid A MATERIALS INCORPORATED LNTO THE PROYWT S $ ALL OTHER CHARGES S S TOTAL $ S � VW1iTV:V4*jw%ur si B-6 For purposes of complying with the Texas Tax Code, the CONTRACTOR agrees that the charges for any material incorporated into the project in excess of the esdmated quantity provided for herein will be no less than the invoice price for such material to the CONTRACTOR. CONTRACT REQU,7RFNfEN,-TS Within ten (10) days after acceptance of this Proposal through Notice of Award of Contract, and within ten (10) days afar award of renewal contract, the undersigned will execute the Contract Agreement and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of five percent (S%) is to become the property of the City of Fort Worth, Texas, in the event the Contract Agreement and bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certifies that he has obtained at least one set of the General Contract Documents and General Spccifica,ions for Water Department Projects, dated January 1, 1978, 'With revis}ons through the date of initial advertisement, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or entployment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. ~J Irt the event of the awardf o a contract to the undersigned, the undersigned AU furnish a Performance Bond, a Payment Bond, Maintenance Bond, and such other bonds, if any, Is may be required by the Contract Documents for the specified amount, to secure proper compliance with the terms and provisions of the contract documents and to guarantee payment of all lawful claims for labor performed and materials furnished in the fulfillment of the contract.. The work proposed to be done shall be accepted whe:3 fully completed and finished in accordance with the plans and specifications. The undersigned certifies that the bid prices contained in this proposal have bew carefully checked and are submitted as correct and final. The Bidder agrees to begin work within 10 working days after the date of issuance of a written Nodce to Proceed, and to complete all work covered by these Contract Documents within the time set forth in the proposal and after beginning construction as set forth in the writt,cn work order to be furnished by the Owner. nfv�:rFx�ra,v,+�ao� B-7 The undersigned has included the following material with his bid: • Vendor compliance with State law Affidavit of communication The undersigned has previously submitted the following material: 1. A financial statement, evidence of capability to obtain bonds and insurance, and a preliminary plan of operations, as a separate submittal no later than the time set forth in the Notice to bidders. A copy of each document has been included with this bid. 2. An affidavit concerning business interests and relationships with South Africa and Namibia has been submitted to the City of Fort Worth Water Department as a separate submits no later that one week prior to the hour for opening bids. A copy of this affidavit has been included with this bid. r� o�x•r s'rrx�nx r�exarur �_$ Receipt is hereby acknowledged of the following addenda to these Contract Documents; Addendum No. 1 dated -� Addendum No. 2 dated Addendum No. 3 dated Addendum No. 4 dated Addendum No. 5 dated Attested: Respectfully submitted, By w Company By We �~ Print Name Title Address \.J City, State, Zip Telephone Seal and Authorization (If a Corporation) r)F'*'TCr4M F%'LvW 41 B.9 ` 9 VENDOR COMPLIANCE TO STATE LAW (To be submitted with bid) VENDOR COMPLIANCE TO STATE LAW AND CITY ORDINANCE AND POLICY 318-1100 18 1100 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 520 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of 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 non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A :oust be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in N/A (give state), our principal place of business,. are required to be percent lower than resident bidders by state law. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offic in State of exas. BIDDER: Oscar Renda Contracting, Inc. Company -Oscar Renda Print Name President Print Title Seal and Authorization (If a Corporation) #7 Benson bane Address Roanoke, Texas 76262 City, State, Zip THIS FORM MUST BE RETURNED WITH YOUR PROPOSAL r B-8 MINIMUM WAGE RATES CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATES FOR 1992 CLASSIFICATION RATE CLASSIFICATION RATE 7sasxzaa:zzazr:rraasrrzvzarzzxrzzzazaazrrzzzaszzazaasazzzzaeaazzzzszzaaazs:pta:zzsaezzzrra POWER EQUIPMENT OPERATORS ASPHALT HEATER OPERATOR $10.25 ASPHALT DISTIBUTOR $8.40 ASPHALT RAKER $8.565 ASPHALT PAVING MACHINE $9.053 ASPHALT SHOVELER $8.255 BROOM OR SWEEPER OPERATOR $7.908 BATCHING PLANT WEIGHER $9.371 BULLDOZER. 150 HP OR LESS $8.703 BATTERBOARD SETTER $8.920 BULLDOZER. OVER 150 HP $9.160 CARPENTER $9.447 CONCRETE PAVING CURING MACH $8.213 CARPENTER, HELPER $7.695 CONCRETE PAV FINISHING MACH $9.453 CONCRETE FINISHER (PAV) $9.345 CONCRETE PAVING FORK GRADER $8.500 CONCRETE FINISHER HLPR (PAV) $8.146 CONCRETE PAVING JOINT MACH $9.042 CONCRETE FINISHER (STRS) $9.058 CONCRETE PAVING JOINT SEALR $7.350 CONCRETE FINISHER HLPR (STRS) $7.494 CONCRETE PAVING FLOAT $7.875 CONCRETE RUBBER $7.733 CONCRETE PAVING SAW $9.290 ELECTRICIAN $12.761 CONCRETE PAVING SPREADER $9.750 ELECTRICIAN HELPER $8.436 SLIPFORH MACHINE $9.000 FLAGGER $5.598 CRANE, CLAMSHELL, BACKHOLE, FORM BUILDER (STRS) $8.717 DERRICK, DRAGLINE, SHOVEL FORM BUILDER HLPR (STRS) $7.550 (LESS THAN 1 1/2 CY) $9.513 FORM LINER $8.913 CRANE, CLAMSHELL, BACKHOLE, FORM SETTER (PAV & CURB) $8.686 DERRICK, DRAGLINE, SHOVEL FORM SETTER HLPR (PAV & CURB) $7.787 (1 1/2 CY & OVER) $10.517 FORM SETTER (STRUCTURES) $8.427 CRUSHING OR SCRNG PLT OPR. (STRS) 12.000 FORM SETTER HLPR ( ) $7.356 FORM LOADER 12.000 LABORER, COMMON $6.402 FOUNDATION DRILL OPR HELPER LABORER, UTILITY $7.461 (CRAWLER MOUNTED) HECHANIC $10.658 FOUNDATION DRILL OPERATOR $10.000 MECHANIC HELPER $8.345 (TRUCK MOUNTED) $11.138 OILER $8.698 FOUNDATION DRILL OPR HELPER $8.688 SERVICER $8.104 FRONT END LOADER PILEDRIVER $7.500 (2 1/2 CY OR LESS) $8.823 PIPELAYER $8.509 FRONT END LOADER PIPELAYER HELPER $7.037 (OVER 2 1/2 CY) $9.311 BLASTER $11.333 HOIST (DOUBLE DRUM & LESS) $8.917 BLASTER HELPER $7.250 City of Fart Worth Sewer System Improvements CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATES FOR 1992 CLA55IFICATIQN RATE CLASSIFICATION =crrc_rrsrrrxn rxrsarss=ra=carr==smsxa_r==_rra�r= RATE POWER EQUIPMENT OPERATORS =x=-=r.x-rrrr MILLING MACHINE OPERATOR POWER EQUIPMENT OPERATORS $6 MIXER (OVER 16 C.F. ) .650 WAGON-DRILL BORING MACHINE MIXER (16 C.F. & LESS) $9.000 REINFORCING STEEL SETTER $9.000 MIXER-CONCRETE PAVING $7'513 (WAVING) MOTOR GRADER OPERATOR $9.500 REINFORCING STEEL SETTER $9.218 (FINE GRADE) $10.346 STRUCTURAL 11548 MOTOR GRADER OPERATOR $9REINFORCING STEEL SETTER HI.P $$8.665 $6.402 PAVEMENT MARKING MACHINE .891 STEEL WORKER-STRUCTTPAI, $6.665 POSTHOLE DRILLER OPERATOR SIGN ERECTOR $16.300 ROLLER, STEEL WHEEL $9.000 SIGN ERECTOR HELPER $11.436 (PLANT-MIX PAVEMENTS) SPREADER BOX OPERATOR $6.402 ROLLER, STEEL WHEEL $8.339 BARRICADE SERVICER ZONE WK $5.988 (FLATWHEEL OR TAMPING) 57.963 MOUNTED SIGN INSTALLER $6.402 ROLLER, PNEUMATIC SELF-PROP $7403 . (PERMANENT GROUND) SCRAPER-17 C.Y. & LESS TRUCK DRIVER-SINGLE AXLE $6.402 SCRAPER-OVER 17 C.Y. $8.138 (LIGHT) SIDE BOOM $8.205 TRUCK DRIVER-SINGLE AXLE $7.465 TRACTOR-.CRAWLER TYPE $7.793 (HEAVY) (150 UP & LESS) TRUCK DRIVER-TANDEM AXLE $8.067 TRACTOR-CRAWLER TYPE $8.448 (SEMI-TRAILER) (OVER 150 8p) TRUCK DRIVER-LOWBOY/FLOAT $7.816 TRACTOR-PNEUMATIC $8.873 TRUCK DRIVER-TRANSIT MIX $9.653 TRAVELING MIXER $7.735 TRUCK DRIVER-WINCH $7.507 TRENCHING MACHINE-LIGHT $7.615 VIBRATOR OPERATOR $8.200 TRENCHING MACHINE-HEAVX $8.188 WELDER S7.000 $12.298 WELDER HELPER $10.459 $9.000 1 r City of Fort Worth Sewer System Improvements BUILDING & CONSTRUCTION TRADES - STANDARD WAGE RATES TRADE/CRAFT BASE FRINGE GROUP TOTAL HR RATE BENEFIT INSUR RATE BRICKLAYERS 6 STONE MASONS BRICKLAYER 10 . 31 1 . 87 1 . 05 13 . 2 ? PRECAST ERECTOR 8 . 47 1 . 54 1 . 05 11 . 06 HELPER/LABORER 7 . 13 1 . 29 1 . 05 ? . 47 CARPENTERS ACOUSTICAL/DRYWALL 10. 31 1 . 87 1 . 05 13 . 23 FINISH 11 . 93 2 . 16 1 . 05 15 . 14 FORM 7 . 86 1 . 43 1 . 05 10 . 34 ROUGH 7. 86 1 . 43 1 . 05 10 . 34 HELPER/LABORER 5. 70 1 . 03 1 . 05 7 . 78 CEMENT MASONS FINISH 10 . 31 1 . 87 1 . 05 13 . 23 ROUGH/FORM SETTER 5. 70 1 . 03 1 . 05 7. 78 HELPER/LABORER 7 . 13 1 . 29 1 . 05 9. 47 ELECTRICIANS ELECTRICIAN 13. 48 2 . 44 1 . 05 16 . 97 HELPER/LABORER 7. 13 1 . 29 1 . 05 9 . 47 ELEVATOR CONSTRUCTORS MECHANIC-IN-CHARGE 12 . 53 2 . 27 1 . 05 15. 85 MECHANIC 7 . 86 1 . 43 1 . 05 10. 34 HELPER/LABORER 7 . 13 1 . 29 1 . 05 9. 47 FLOOR COVERING WORKERS JOURNEYMAN/CRAFTSMAN 8 . 47 1 . 54 1 . 05 11 . 06 HELPER/LABORER 5. 70 1 . 03 1 . 05 7 . 78 GLAZIERS JOURNEYMAN/CRAFTSMAN 9. 82 1 . 78 1 . 05 12 . 55 HELPER/LABORER 5. 70 1 . 03 1 . 05 7. 78 INSULATOR/ASBESTOS WORKERS JOURNEYMAN/CRAFTSMAN 8.47 1 . 54 1 . 05 11 . 05 HELPER/LABORER 7. 13 1. 29 1 . 05 9. 47 IRON nVRRERS STRUCTURAL 9. 82 1. 78 1 . 05 12 . 55 REBAR 7. 13 1. 29 1 . 05 9. 47 HELPER/LABORER 5. 70 1 .03 1 . 05 7 . 78 LABORERS SKILLED 7. 87 1 . 43 1 . 05 10 . 35 SKILLED 7. 13 1 . 29 1 . 05 9. 47 SEMI-SKILLED 5. 70 1 . 03 1 . 05 7 . 78 UNSKILLED 4 . 42 . 80 1 . 05 6 . 27 LATHERS SKILLED 10. 31 1 .87 1 . 05 13 . 23 UNSKILLED 5. 70 1 . 03 1 . 05 7. 78 PERSONNEL 04/21 ! 92 PWAATES ! BUILDING & CONSTRUCTION laADES - STANDARD WAGE RATES TRADE/CRAFT BASE FRINGE GROUP TnTAL HR L .N . CONCRETE ROOFD£CK PUMPMAN 5 . 70 1 . 03 1 . 05 7 . 78 TANK OPERATOR 4 . 42 . SC 1 . 05 6 . 27 HOSEMAN 4 . 42 . 80 1 . 05 6 . 27 FINISHER 5. 70 1 . 03 1 . 05 7 . 78 LABORERS 4 . 42 1 . 03 1 . 05 6 . 50 METAL BUILDING ASSEMBLERS JOURNEYMAN/CRAFTSMAN 5 . 70 1 . 03 1 . 05 7 . 78 HELPER/LABORER 4 . 42 1 . 03 1 . 05 6 . 50 MILLWRIGHTS JOURNEYMAN/CRAFTSMAN 9 . 82 1 . 78 1 . 05 12 . 65 HELPER/LABORER 7 . 13 1 . 29 1 . 05 9. 47 PAINTERS CRAFTSMAN ( BRUSH/SPRAY ) 11 . 93 2. 16 1 . 05 15 . 14 CRAFTSMAN (TAPE/FLOAT ) 10 . 31 1 . 87 1 . 05 13 . 23 HELPER/LABORER 4 . 42 . 80 1 . 05 6 . 27 PLASTERERS JOURNEYMAN/CRAFTSMAN 10 . 31 1 . 87 1 . 05 13 . 23 HELPER/LABORER 4 . 42 . 80 1 . 05 6 . 27 PLUMBERS & PIPEFITTERS PLUMBERS 13 . 17 2. 39 1 . 05 16 . 61 PIPEFITTERS 13. 17 2. 39 1 . 05 16. 61 WELDER 11 . 93 2. 16 1 . 05 55 . 14 AIR COND. MECHANIC 13 . 17 2 . 39 1 . 05 16. 61 HELPER/LABORER 5. 70 1. 03 1 . 05 7 . 78 POWER EQUIPMENT OPERATORS OPERATOR (CRANE. CHERRY 10 . 06 1 . 82 1 . 05 12 . 93 PICKER) OPERATOR (TAMPERS . 8 . 68 1. 57 1 . 05 11 . 30 MIXERS ) ROOFERS CRAFTSMAN/JOURNEYMAN 10 . 56 2. 16 1 . 05 13 . 77 HELPER/LABORER 5. 70 1.03 1 . 05 7. 78 SHEET METAL WORKERS JOURNEYMAN/CRAFTSMAN 9. 82 1 . 78 1 . 05 12 . 65 HELPER/LABORER 5. 70 1.03 1 . 05 7 . 78 SPRINKLER FITTERS JOURNEYMAN/CRAFTSMAN 10 . 81 1. 96 1 . 05 13 . 82 HELPER/LABORER 4 . 42 . 80 1 . 05 6 . 27 SOUND/TV & ALARM CHIEF TECHNICIAN 9. 82 1 .78 1 . 05 12 . 65 SR. JOURNEYMAN/CRAFTSMAN 8 . 47 1. 54 1. 05 11 . 06 JOURNEYMAN/CRAFTSMAN 6. 77 1. 22 1 .05 9 . 04 PERSONNEL 04 /21192 PWRATESI BUILDING 6 CONSTRUCTION TRADES - STANDARD WAGE RATES TRADE/CRAFT BASE FF.ING£ GRr)UP TnTAI. HP TERRAZZO WORKERS JOURNEYMAN/CRAFTSMAN 11 . 93 2 . 16 1 . 05 15 14 TILESETTERS JOURNEYMAN/CRAFTSMAN 10 . 31 1 . 87 1 . 05 1 ? . 2a CITY OF FORT WORTH COMPARABLE WAGE RATE - MID-POINT OF PAY RANGE FRINGE BENEFITS AS % OF PAY RANGE VACATION 3 . 8% SICK/FAMILY LEAVE 3 . 1% HOLIDAY 3 . 46% RETIREMENT 8 . 5% TOTAL 18 . 86% GROUP INSURANCE - S2 . 184 PER YEAR AVERAGE PER EMPLOYEE. THIS COST REPRESENTS AN ADDED $ 1 . 05 PER HOUR TO ALL WAGES. PERSONNEL 04/21 /42 PWR TES ! DISADVANTAGED BUSINESS ENTERPRISE (To be submitted on or before 5:40 p.m.. -~ three business days after the Bid opening) CITY OF FORT WORTH DISADVANTAGED BUSINESS ENTERPRISE BID SPECIFICATIONS SECTION I : 1 . POLICY STATEMENT It is in the best interest of the City to promote the equitable utilization of DBE firms in city contracting in order to eradicate the lingering effects of past discrimination and to prevent the City' s own spending decisions from reinforcing and perpetuating the exclusionary effects of past discrimination; while at t'i'e same time maintaining a high quality of goods and services provided to the City through competitive bidding as required by law. Therefore, it is the policy of the City of Fort Worth to ensure the full and equitable participation by DBE firms in the provision of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of DBE firms to a level comparable to the availability of DBE firms which are capable of providing goods and services directly or irl.directly to the City. Upon request., the City will assist DBEs by providing them with information on bid specifications , compliance with procurement policy and fulfillment of general bid requirements. In addition, the City will provide information in job performance requirements, procurement opportunities and prerequisites for bidding in City contracts. The City will encourage joint ventures between DBEs, as well as between majority firms and DBE firms on City procurement activities. The City will use its best efforts to insure that DBEs are informed of 13 current and future procurement , activities through direct contact, coordination with assistance organizations and placing certified DBEs on the City's bid list . 2. DBE GOAL The City's goal is 15% of the dollar value of contracts for DBEs. On City contracts of $25,000 or more bidders are required to meet the established minimum goal , or upon failure to meet the goal , provide documentation of their "Good Faith Efforts" . If the contract amount is less than $25,000, the bidder is not required to submit the DBE information packet. The DBE compliance documentation must be submitted to the Bid Contracting Officer/Buyer no later than 5:00 o 'clock p.m. , three (3) business days Affabr —ace. - - - FAILURE TO SUBMIT DBE DOCUMENTATION AS REQUIRED WILL RESULT IN THE BID BEING CONSIDERED NON--RESPONSIVE TO SPECIFICATIONS. Unless otherwise specified in writing, only the first tier or subcontractors/suppliers paid directly by the prime will be counted toward meeting the City's DBE goal . Rev. 11/13/90 1. 3 . DEFINITION OF DS$ For the purposes of this policy: 1 . "Disadvantaged Business Enterprise" is defined as a business concern currently doing business and/or located in the Fort Worth/Dallas metroplex meeting the following criteria. a. which is at least 51 percent owned by one or more socially and economically disadvantaged individuals, or in the case of any publicly owned business, at least 51 percent of the stock is owned by one or more socially and economically disadvantaged individuals; and b. whose management and daily business operations are con- trolled by one or more of the socially and economically disadvantaged individuals who own it ; and c. whose owners are citizens oX the United States or lawfully admitted permanent residents. d. any person, firm, corporation, or partnership which has a current certification from the Small Business Administration under Section 8(a) of the Small Business Act. Z. "Socially Disadvantaged Individuals" means individuals who have been subject to racial or ethnic prejudice or cultural bias because of their identify as a member of a group without regard to their qualities as individuals or capabilities as a business. 3 . "Economically Disadvantaged Individuals" means socially disadvantaged individuals whose ability to compete in the free enterprise system is impaired due to diminished opportunities to obtain capital and credit as compared to others in the same line of business who are not socially disadvantaged. 4. For the purpose of this Policy, the City shall require all individuals to submit a narrative explaining their economic and social disadvantage- ness with each certification and renewal application. Certification will not be considered without submission of this narrative. 5. "Offeror" means any person, firm, corporation, or partnership which submits a bid or proposal to provide labor, goods or services to the City where City funds are expended. Rey. 11/13/90 SECTION I1 : 1 . COMPLIANCE WITH THE CITY' S DBE PROGRAIi The City will consider the bidders performance regarding its DBE participation in evaluation of bids. Failure to comply with the City' s DBE requirements or to demonstrate or document a "Good Faith Effort" , will result in a bid being considered non-responsive to specifications. The lowest responsive bidder meeting the DBE requirements and bid specifications will be awarded the bid. Bidders can comply with the program in one of three (3) ways . Find the one that applies to you and follow its instructions. 1 . ENTIRE CONTRACT SUPPLIED BY DBE If you are certified by the City of Fort Worth, the City' s DBE contract goal shall be deemed to have been met. You must then complete the Compliange Statement , Attachment 1A, and return it as required pursuant to_ paragraph t of Section 1 hereof. If you are not certified by the City of Fort North, please contact the City' s DBE Office at (817) 871-6104 to obtain a Certification Form (Schedule A) , complete the Compliance Statement , Attachment 1A, and return- it as required pursuant to paragraph 2 of Section 1-hereof. 2. CONTRACT IS SUPPLIED WITH DBE PARTICIPATION If you will joint venture with a DBE, complete a Joint Venture Form (Schedule B) and Attachment 18, sign the Compliance Statement , Attachment 1A, and return thew as re uired ursuant to -paragraph 2 of Section 1 hereof. If your DBE participation is in an amount that equals to or surpasses the City' s goal of 15% for DBE, complete Attachment 1A, Attachment 1B and return them as required pursuant to paragraph Z of Section 1 hereof. If the DBE participation percentage is less than the City' s stated goal , you must complete Attachment IC to show. the "Good Faith Efforts" you made to meet the City's goal . You should complete Attachment 111 to show the DBE participation you will have, sign the Compliance Statement (Attachment 1A) and return them as reguire,d pursuant to paragraph 2 of Section 1 hereof. Note : All DBEs _must be certified or in the process of being certified by the City of FortWorth at the time of bid openinA. A DBE not already certified may contact the City' s DBE Office at (817) 871-6104 to obtain a Certification Form (Schedule A) . Rev. 11/13/90 3 . CONTRACT SUPPLIED WITHOUT DBE PARTICIPATION A bidder that has failed to include DBE participation may be awarded the contract upon the City ' s determination that the efforts the bidder made to meet the goal was "Good Faith and honest Efforts" . The City must determine that the bidder ' s efforts were those that , given all relevant circumstances, a bidder actively seeking to meet the goal would make. Sign the Compliance Statement Attachment 1A complete Attachment 1C and provide any additional documentation that' wili substantiate your "Good Faith Efforts". Return all forms and information as required pursuant to paragraph 2 of Section 1 hereof. SECTION III: DBE ASSISTANCE ORGANIZATIONS r A list of DBE businesses that have been certified by the City of Fort Worth will be provided to you upon request . Additionally, if there are any questions regarding the interpretation of the City' s DBE Policy, please contact the City' s DBE Office at; City of Fort Worth DBE Office 1000 Throclwarton, hoof 331 Fort Worth, Texas 76102 Phone: (817) 871--6104 The following agency may be able to provide assistance in identifying additional DBE firms to meet your goals: Small Business Development Office 2315 North Main Street, Suite 300 Fort Worth, Texas 76106 Phone: (817) 625-4331 Rev. 11/13/90 Attachment lA �i coldpLIANCE STATEMENT The undersigned bidder hereby certifies that they will comply with the DBE Policy in the following manner . (check 1 , 2 , or 3) PLEASE READ INSTRUCTIONS: DBE GOAL, Section 1 Paragraph 2. Paize _ 1 1 . ENTIRE CONTRACT SUPPLIED BY DBE (check certification status) Certified by the City of Fort Worth In the process of being certified by the City of Fort Worth NOTE: FAILURE TO SUBMIT THIS INFORMATION WILL RESULT IN BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS e 2. CONTRACT SUPPLIED WITH DBE PARTICIPATION If DBE participation meets or exceeds the City' s goal , complete Attachment 1Bs If DBE participation is less than the City' s goal , you must complete Attachment 1B and Attachment IC—, 3. CONTRACT SUPE!LIEP WITHOU DBS AR ICI AT O Complete the "Good Faith Effort" Documentation Form, Attachment IC Authorized Signature Name of Company Title Date The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by the DBE on the contracts the payment therefore and any proposed changes to the original DBE arrangements submitted with this bid/proposal . The bidder also agrees to allow an audit and/or examination of any books, records, and iL _ i 77 .1...�..wL. ..L.. 46u- aw4��a� work files held by their company that w111 auuaao.aa4;ae — talc a.....�. performed by the DBE on this contract , by an authorized officer or employee of the City. Any material misrepresentation will be grounds for terminating the contract and for initiating action under Federal , State or Local laws concerning false statements. (ALL DBEs BUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD) Rev. 11/13/90 r � O t E■ U c. «+ 3 w a Gy Gz7 � G w � O C O D, U «� rJ6 >4 •M PC u du "a E- 4) aD6 40 .0 c H c od a > � a •s z ra Q CQ .0 4 3 O V �+ Q OHO y o 4 a• a 04w � 0 N O a y O x w 4 zA a .. o w G�7 a U � � � a I � o z a u �_. OU 1 I I r � v� O a F � O N ; z v 0 w ab waw '2 a Fez La " a z w v, V) z z v `� w w � 0 A ! F ` Attachment 1C Project Name Page 1 of 4 Project Number "GOOD FAITH EFFORT" DOCUMENTATION FORD If you have failed to secure DBE firms or if your DBE participation is less than the City' s goal , you musA complete this form. FAILURE TO COMPLETE THE REQUIRED DBE PARTICIPATION FORMS IS GROUNDS FOR REJECTION OF THE BID. "ALL QUESTIONS ON THIS FORM MUST BE ANSWERED OR THE BID WILL BE CON$_IDERED NON-RESPONSIVE TO SPECIFICATIONS- 1 . PECIFIC TIO "1 . Did you obtain a list of DBE firms from the City's DBE Office? Yes No 2. Did you contact any of the organizations that are available to assist DBEs, to obtain a list of potential subcontractors/suppliers? If yes, list the agencies below. Yes No 3. Please list each and every subcontracting/supplier opportunity which will be used in the completion of this project. If none, please explain in detail . 4. Did you send written notice to DBE firms soliciting their bids on this project? Yes No If yes, attach copy(s) . Rev. 11/13/90 Attachment 1C Page Z of 4 5. Did you solicit bids from DBE firms by telephone? Yes No If yes, list firms and the results of these efforts on page 3 of 1C. 6. If DBE firms were rejected on the basis of quotation being too high or qualifications, attach documentation to support quotation being too high and/or reasons for rejection based upon qualifications; i .e. letters, memos of telephone calls, meeting, etc. r. 7. Did you solicit bids from DBE firms by Advertisement in the Newspaper? Yes No If yes, attach copy(s) of advertisement. 8. If you propose to perform the entire contract without subcontractors or suppliers, please provide a detailed explanation below that proves, based on the size and scope of the project, this is your normal business practice. 9. Please provide any additional information you feel will further explain your —cod faith. �Ifortomto solicit b" * tria DgEvi -&u4 miiLl Cb — a %, proi composition of your work force isnot a consideration. Rev. 11/13/90 a z F E e V z 0: +�+ Q z F ++ �� Q ad O a °wu c� �e s ar w � w CA m a 4 u a a 00 00 uj O .y d p A W W 6r ssR1r yV� � i Oz d 0 C z d �s w a c a � .w o w � � w F zt o 2d cn w .0 O E'■ < Attachment 1C Page 4 of 4 The undersigned certifies that the information provided and the DBE(s) listed was/mere contacted in good faith. It is understood that the DBE(s) on the attached list will be contacted and the reasons for not using them will be verified by the City's AHE Office. The misrepresentation of facts is grounds for consideration of disqualification and may result in a bidder being classified as an irresponsible bidder and being barred fro■ City of Fort Worth work for a period of not less than six months. Authorized Signature Title i Contact Person Name and Title (if different from authorized signature) Company Name Address Phone Number(s) Date Rev. 11/13/80 AFFIDAVIT SOUTH AFRICA OR NAMIBIA RELATIONSHIP (To be completed and delivered to the Fort North Water Department with prequalification package) INSTRUCTIONS Under the terms of City of Fort Worth Ordinance No. 9899, any Entity submitting a bid for consideration by the City of Fort 3 Worth is required to disclose in general terms (a) the nature and extent of any business relationship it has with the governments of South Africa or Namibia ; (b) the nature and extent of any ownership or other business relationship it may have with any entity doing business with the . governments of South Africa or ,Namibia; and/or (c) the nature and extent of any business relationship with any business entity doing business in South Africa or Namibia. "Business relationship" with an entity means doing business as oofined below, or ownership in excess of five percent (5%) or more of partnership shares (joint venture or otherwise) , or corporate securities . HOTS: It is not intended that a Prospective bidder be required to disclose the terms of his or her private personal invcstments , such as an I .R .A. invested in mutual funds. "Doin;; business" means engaging in the activity of a business, commercial or vrprise , trade , calling , vocation, profession or means of 11%viihood , whether or not for profit . "Governments of South Africa or Namibia" mean national , provincial , municipal or any other official authority , including any military or Police forces. Failure to return the affidavit-properlyfilled out signed and nutarixed will result in bids being disguali_fied as nonresponsive. Examples: A. Doing Business with the governments of South Africa or Namibia S .A. Air Force; 1985 ($8,000.00; on time purchase of surplus used tires. ) B. Interests in or relationships with entities doing business with the governments of South Africa or Namibia: X__ corps 6o stock ownership: R supplies gasoline t!2 municipal government of Capetown. Y cor 70 044 00 tradin annuall : Y urchases Manganese from the x0vernment^ of Namibia.. C. Interests in or relationships with entities doing business in South Africa or Namibia: Z Cor 50 000 tradin annuall Z has subsidlartel ip South AfrIca. Note. 1. ibis affidavit is for information only and will not be considered in evaluation of bids. I. chis affiaavit is part of pre-qualification roquirevent. Ml.i 1 Af f idavdt to: City of Fort ■ortb Yater Department P. 0. Bos 870 Fort Worth, TI 76101 Attn: Margaret Koskovich In compliance with City of Fort Worth Ordinance No. 9899, the under- sienud declares and certifies that (entity submitting bid) has the business interests and relationships with the governments of South Africa or Namibia; with entities doing business in South Africa or Namibia as follows: (Attach additional sheets as necessary) (Chock appropriate box) l A . None [ ) D. Business with the governments. of South Africa or Namibia . (Explain) [ j C. Interests in or relationships with entities doing business with the governments of South Africa or Namibia. (Explain ) ( U. lntere::ts -in or relationships with entities doing business -ip SG•uth Sfrdca -or Xamlbia. tExplain) Taxpayer Identification No. Signature ------------------------------------------------------------------------ STATS OF COUNTY OF Jefore me, the undersigned notary public. personally appeared and, upon (bis/Der) oath, states that the foregoing are true and correct to the best of (bis/her) knowledge. Signature SWORN AND SUBSCRIBED before me on this __day of 19 Notary Public in and for the State of My Commission Expires. m AFFIDAVIT OF COMMUNICATION (To be completed and submitted with Bid [Proposal]) e 318-1600 AFFIDAVIT OF C{>1 UNICATION Following issuance of these Project documents for preparation of competitive bids, and until contracts are awarded and executed, prospective Bidders, their officers, agents, employees and representatives are prohibited from communicating with Individual City Council members regarding this Project, unless such communication is made in public session. Written request for information may be addressed to the Director of the City of Fort Worth Water Department. Such request for information, and responses thereto, shall be provided to all prospective Bidders who are entitled to receive such responses. No request for Information will be accepted after the time set forth in the Part A - Instructions to Bidders, INTERPRETATIONS. Improper contact by a prospective Bidder or its officers, agents and representatives regarding this Project shall be grounds for disqualification. Bidder hereby certifies (1) that neither it, nor any of its officers, employees, agents or other representatives have communicated with individual members of the Fort Worth City Council , after the issuance of contract documents related to this project, regarding the project except in open public sessions, and (2) neither bidder, nor any of its officers, employees, agents or other representatives have had any other improper contacts regarding this Project. Bidder Sworn to and subscribed before me this day of 1993. Notary Public i CONTRACTOR' S COMPLIANCE WITH WORKERS ' COMPENSATION LAW -- (To be submitted prior to issuance of Notice to Proceed) CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it provides workers' compensation insurance coverage for all of it employees employed on City of Fort Korth Project Humber . CONTRACTOR By: Title Date STATE OF TEXAS COUKT OF TARRANT # BEFORE ME, the undersigned authority, on this day personally appeared , known to me to be the person whose name is subscribed to the foregoing instrument. and acknowledged to me that he executed the same as the act and deed of for the purposes and consideration therein expressed and In the capacity therein stated. GIVEN UNDER KY HAND AND SEAL OF OFFICE this day of 19 , Notary Public in and for the State of Texas Page 1 of 1