Loading...
HomeMy WebLinkAboutContract 46725 CITY SECRENwo- CONTRACT NO. Fou Wolffli CITY SECRETARY D.O.E. FILE CONTRACTOR'S BONDING CO. PIMIXY MANUAL CONSTRUCTION'S COPY CON MUC7101KOF CLIENT DEPARTMENT & SS F"LACr'FAUff CONTRACT 2011 WSM B aw Hgod Ira.@lam WaTM r OJECr NO. P2534"Vft SOM FRCUECT NO.?2W7M7o1 Befty Price David Cooke Mayor City Manner S. Frank Crumb, P.E. Director, Water Department Prepared for The City of Fort 'Worth ti��tt 2014 09-0i--SAMA F NASHED 90373 90 . / E..•'r 4i 1�0NAIL A.N.A. Consultants, LLC 5000 Thomson Terrace � Colleyvllle, T%76034 m TBPE Registered Fu"m No. F-20 0111101AL RECORD o CITY UCRETARY wwwN,TX z 0 z.� N O FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF W & SS REPLACEMENT CONTRACT 2011 WSM-B City Project No.01992 WATER PROJECT NO. P253-609170199283 SEWER PROJECT NO.P258-709170199283 Betsy Price David Cooke Mayor City Manager S. Frank Crumb, P.E. Director, Water Department Prepared for The City of Fort Worth 2014 . , r OSAMA F,NASHED L 90373 Q f 91 O.•r ,�, �j��� % E N S� �4'.r C4NSULTAim" t"�a��SIOWAt ��•"~~ t1��4ttro�,r~�, A.N.A. Consultants, LLC m C-) 5000 Thomson Terrace rn Colleyville, TX 76034 m TBPE Registered Firm No. F-20 a z 0 0 c..s FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000- 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page] of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 5713 Storm Water Pollution Prevention Plan 01 5813 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised November 22,2013 City-Project NO.01992 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents None Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps:Hprojecti)oint.buzzsaw.com/client/fortworthgov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02 -Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03- Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material(CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures Division 31 -Earthwork 31 1000 Site Clearing 31 23 16 Unclassified Excavation 31 2500 Erosion and Sediment Control Division 32 -Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 3201 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 12 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 1725 Curb Address Painting 3231 13 Chain Fences and Gates 3231 26 Wire Fences and Gates 3231 29 Wood Fences and Gates 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding,and Sodding 3293 43 Trees and Shrubs Division 33-Utilities CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised November 22,2013 CityProject NO.01992 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 3301 30 Sewer and Manhole Testing 3301 31 Closed Circuit Television(CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 0430 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 33 05 I7 Concrete Collars 33 05 20 Auger Boring 33 05 26 Utility Markers/Locators 33 0530 Location of Existing Utilities 33 11 05 Bolts,Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1240 Fire Hydrants 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 33 31 50 Sanitary Sewer Service Connections and Service Line 33 39 10 Cast-in-Place Concrete Manholes 33 3920 Precast Concrete Manholes 33 3960 Epoxy Liners for Sanitary Sewer Structures Division 34-Transportation 3471 13 Traffic Control Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised November 22,2013 City-Project NO.01992 7/6/2015 M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FoRTVIbRTN COUNCIL ACTION: Approved on 2/3/2015 REFERENCE ** 6011WSMBINCREASE- DATE: 2/3/2015 REFERENCE C-27168 LOG NAME: CDBUILDERS CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with CD Builders, Inc., in the Amount of$1,133,136.89, an Increase of$678.59 Over the Original Contract Amount Awarded Under Mayor and Council Communication C-27114, for Water and Sanitary Sewer Replacement Contract 2011, WSM-B on Western Avenue, Curzon Avenue, Locke Avenue, Lovell Avenue, Tremont Avenue and Two Alleyways (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council, authorize the execution of a contract with CD Builders, Inc., in the amount of$1,133,136.89, an increase of$678.59 over the original contract amount awarded under Mayor and Council Communication C-27114, for Water and Sanitary Sewer Replacement Contract 2011, WSM-B on Western Avenue, Curzon Avenue, Locke Avenue, Lovell Avenue, Tremont Avenue and two alleyways. DISCUSSION: On December 9, 2014, (M&C C-27114) the City Council authorized the execution of a contract with CD Builders, Inc., in the amount of$1,132,458.30 for Water and Sanitary Sewer Rehabilitation Contract 2011, WSM-B. Subsequent to Council approval of the contract, but prior to its execution, a tabulation error was discovered that resulted in CD Builders' bid amount being $678.59 more than originally awarded. In order to increase the contract amount from the previously awarded $1,132,458.30 to $1,133,136.89, it was determined that City Council approval for the additional amount is required. CD Builders, Inc., remains the low bidder even with this correction. All terms and conditions provided in (M&C C-27114) remain in full force and effect. M/WBE Office - CD Builders, Inc., is in compliance with the City's BDE Ordinance by committing to eight percent MBE participation on this project. The City's MBE goal on this project is eight percent. The project is located in COUNCIL DISTRICT 9, Mapsco 75L and 75P. 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 P253 541200 609170199283 $678.59 Submitted for City Manager's Office by• Fernando Costa (6122) Originating Department Head: Andy Cronberg (5020) httPlwww.fortworftxpv.orglcouncil_packet/mc review.asp?ID=20711&councildate=71312015 1/2 2/6/2015 M&C Review Additional Information Contact: Nick Dons (8243) ATTACHMENTS 6011WSMB-CDBuilders Map.pdf http://www.fortworthgov.org/counci I_packet/m c_review.asp?ID=20711&counci[date=2/3/2015 2/2 M&C Review Page 1 of 4 Official site of the City of Fort worth,Texas CITY COUNCIL AGENDA FORT It COUNCIL ACTION: Approved on 12/9/2014 - Ordinance Nos. 21571-12-2014 & 21572-12-2014 DATE: 12/9/2014 REFERENCE NO.: **C-27114 LOG NAME: 6011WSMB- CDBUILDERS CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with CD Builders, Inc., in the Amount of$1,132,458.30 for Water and Sanitary Sewer Replacement Contract 2011 WSM-B on Western Avenue, Curzon Avenue, Locke Avenue, Lovell Avenue, Tremont Avenue and Two Alleyways, Provide for Project Cost and Contingencies for a Project Total in the Amount of $1,214,659.00 and Adopt Appropriation Ordinances (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council.- 1. ouncil:1. Authorize the transfer of $1,214,659.00 from the Water and Sewer Operating Fund in the amount of $585,541.00 to the Water Capital Projects Fund and in the amount of $629,118.00 to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $585,541.00 and the Sewer Capital Projects Fund in the amount of $629,118.00 from available funds; and 3. Authorize the execution of a contract with CD Builders, Inc., in the amount of $1,132,458.3 for Water and Sanitary Sewer Replacement Contract 2011, WSM-B. DISCUSSION: On February 19, 2013, (M&C C-26113) the City Council authorized an Engineering Agreement with A.N.A. Consultants, LLC, to prepare plans and specifications for Water and Sanitary Sewer Replacement Contract 2011, WSM-B. This Mayor and Council Communication is to authorize a construction contract for the replacement o the deteriorated water and/or sanitary sewer mains as indicated on the following streets: http://www.fortworthgov.org/councll_packet/mc review.asp?ID=205 5 7&councildate=12... 12/16/2014 M&C Review Page 2 of 4 Street From To Scope of Work Western Avenue Diaz Avenue Wellesley venue Water/Sewer Curzon Avenue Tremont Avenue Ashland Water/Sewer Avenue Locke Avenue Clover Lane Ashland [Water Avenue Lovell Avenue Clover Lane Ashland Water Avenue 100 feet north of the Curzon 200 Feet Tremont Avenue venue/Tremont Avenue North Sewer Intersection Alleyway between Alamo Curzon Avenue and Tremont Avenue Sewer Donnely Avenue venue Alleyway between Alamo Geddes Avenue and Ashland Avenue Sewer Donnely Avenue venue The project was advertised for bid on September 11, 2014 and September 18, 2014 in the Fort Wort Star-Telegram. On October 16, 2014 the following bids were received: Bidder IlArnount ITime of Completion CD Builders, Inc. 1$1,132,458.30 11180 Calendar Days UtiliTex Construction, LLP $1,162,309.50 R & D Burns Construction, Inc. $1,167,930.75 Ark Construction Services, LLC ]1$1,239,658.00IF— JCanary Construction, Inc. $1,522,560.00 Jackson Construction, Ltd. $1,741,873.50 Atkins Brothers Equipment Co., Inc. $1,817,307.00 11 In addition to the contract cost, $32,200.00 (water: $15,350.00; sewer: $16,850.00) is required for construction staking, inspection and material testing and $50,000.70 (water: $25,000.14; sewer: $25,000.56) is provided for project contingencies. M/WBE Office - CD Builders, Inc., is in compliance with the City's BDE Ordinance by committing to eight percent MBE participation on this project. The City's MBE goal on this project is eight percent. The project is located in COUNCIL DISTRICT 9, Mapsco 75L and 75P. FISCAL INFORMATION/CERTIFICATION: http://www.fortworthgov.org/council_packet/mc review.asp?ID=20557&councildate=l2... 12/16/2014 M&C Review Page 3 of 4 The Financial Management Services certifies that upon approval of the above recommendations anc adoption of the attached appropriation ordinances, funds will be available in the current capital budgets as appropriated, of the Water Capital Projects Fund and Sewer Capital Projects Fund. TO Fun d/Account/C enters FROM Fund/Account/Centers 1&2) 1) PE45 538040 0609020 $585,541.0 P253 476045 6091701992ZZ $585,541.00 1) PE45 538040 0709020 $629,118. 1&2) 0 P258 476045 7091701992ZZ $629,118.00 3) P253 541200 609170199283 $545,190.8 2) P253 531200 609170199252 $1,500.00 1 $587,267.4 PE45 541200 709170199283 2) P253 531350 609170199252 $2,500.00 2) P253 511010 609170199280 $2,000.00 2) P253 531350 609170199280 $250.00 2) P253 533010 609170199281 $1,000.00 2) P253 541200 609170199283 $570,191.00 2) P253 531200 609170199284 $2,000.00 2) P253 531350 609170199284 $1,000.00 2) P253 531350 609170199285 $4,500.00 2) P253 531350 609170199292 $200.00 2) P253 511010 609170199293 $200.00 2) P253 531350 609170199294 $200.00 2) P258 531200 709170199252 $1,000.00 2) P258 531350 709170199252 $3,000.00 2) P258 511010 709170199280 $2,500.00 2) P258 531350 709170199280 $250.00 2) P258 533010 709170199281 $1,000.00 2) P258 541200 709170199283 $612,268.00 2) P258 531200 709170199284 $2,000.00 2) P258 531350 709170199284 $1,500.00 2) P258 531350 709170199285 $5,000.00 2) P258 531350 709170199292 $200.00 2) P258 511010 709170199293 $200.00 2) P258 531350 709170199294 $200.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Andy Cronberg (5020) Additional Information Contact: Nick Dons (8243) http://www.fortworthgov.org/counc*l asp?ID=205 57&councildate=12... 12/16/2014 M&C Review Page 4 of 4 ATTACHMENT 6011 WSMB-CDBUILDERS MAP01.pdf 6011WSMB-CDBUILDERS P253 A015.docx 6011 WSMB-CDBUILDERS P25oAO15.docx http://www.fortworthgov.org/council_packet/mc review.asp?ID=20557&councildate=12... 12/16/2014 FO RT WO RT H(19 City of Fort Worth Water Department ADDENDUM No. 1 To the Specifications and Contract Documents FOR WATER &SANITARY SEWER REPLACEMENT CONTRACT 2011 WSM-B CITY PROJECT NO. 01992. Addendum No. 1 - Issue Date: October 6, 2014 Bid Receipt Date: October 9, 2014 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: SPECIFICATIONAND CONTRACT DOCUMENTS: 00 00 00—Table of Contents • Updated to Delete Section 00 45 41 00 41 00—Bid Form • Item 4.2—Increase work time to 180 calendar days 00 45 41 Small Business Enterprise Goal • Delete Section (No SBE Goal is required for this project) 00 52 43—Agreement • Item 3.2—Increase work time to 180 calendar days All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of submittal. VXY o 02gyyoff OPA, ME iW Loo 7 CY000l����l� o �MJ7 ADDENDUM NO. 1 October 6T", 2014 FORTWORTH. Receipt Acknowledged: S. Frank Crumb, P.E. Water Department Director `4'���„"�1' o OF rte .. .•.� �+ ...:..................:...f OSAKA F.NASHED Title:�,+a..o.d�.�r 90373 i?,.40��-QCEN Oy A.N.A.CONSULTANTS,LLC TBPE REGISTERED FIRM NO.F-70 G THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY oQ�EtAT OSAMA F.NASHED,P.E.#90373 G ON 105014 1 Q STA' 2� ADDENDUM NO. 1 October 6TH, 2014 FORT WDRTH,,, City of Fort Worth Water Department ADDENDUM No. 2 To the Specifications and Contract Documents FOR WATER &SANITARY SEWER REPLACEMENT CONTRACT 2011 WSM-B CITY PROJECT NO. 01992. Addendum No. 2 - Issue Date: October 7, 2014 Bid Receipt Date: October 16, 2014 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: SPECIFICA TION AND CONTRACT DOCUMENTS: Bid Date has been delayed until {1:30 P.M. CST, Thursday, October 16, 2012}, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers at 1000 Throckmorton Street Fort Worth, TX 76102. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of submittal. Receipt Acknowledged: S. Frank Crumb, P.E. Water Department Director By: Title: nA OF OMRM F.W1am 0373 Q �O� TBFH R60R1ffi® FMM NO.RM 1 � TM MAL AFFBARM 024 THE nQ ZI Huff NA!AUMOR® R: Ow"F.NAM%1'.HI9Rn ON Mm yFS TATE 2 Old ADDENDUM NO. 2 October P', 2014 FORT WORTH,-) City of Fort Worth Water Department ADDENDUM No. 3 To the Specifications and Contract Documents FOR WATER &SANITARY SEWER REPLACEMENT CONTRACT 2011 WSM-B CITY PROJECT NO. 01992. Addendum No. 3 - Issue Date: October 9, 2014 Bid Receipt Date: October 16, 2014 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: SPECIFICA TION AND CONTRACT DOCUMENTS: 00 42 43-Bid Proposal Form • REPLACE THE BID PROPOSAL FORM IN THE SPECIFICATION BOOK WITH THE ATTACHED(UPDATED EXCEL FILE UPLOADED) All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of submittal. Receipt Acknowledged: S. Frank Crumb, P.E. Water Department Director Tiitle:C7 a,/' � OF 1,33 "csi►iii F:w►�t�o � �bd 90373 r... NAL }{`� ANA CONSVLTANTS,LLC Q ��i �QOa TBPE REGISTERED FIRM NO.F-M N THE SEAL APPE1RLNG ON THIS p►°9: ��� Q DOCL AMVT WAS AUnIORMED BY Pam OSAMA F.MASHED,PIL#9073 I y ON *W" ADDENDUM NO. 3 Z, October 9T", 2014 FORTWORTH. City of Fort Worth Water Department ADDENDUM No. 3 To the Specifications and Contract Documents FOR WATER&SANITARY SEWER REPLACEMENT CONTRACT 2011 WSM-B CITY PROJECT NO. 01992. Addendum No. 3 - Issue Date: October 9, 2014 Bid Receipt Date: October 16, 2014 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: SPECIFICA TION AND CONTRACT DOCUMENTS: 00 42 43—Bid Proposal Form • REPLACE THE BID PROPOSAL FORM IN THE SPECIFICATION BOOK WITH THE ATTACHED (UPDATED EXCEL FILE UPLOADED) All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of submittal. Receipt Acknowledged: S. Frank Crumb, P.E. Water Department Director By: e'tE OF T ,7 -�05ANA F.!I!ME0 R L: �. 00373 �4 AL A� A_NA CONSUISAMM LLC Q ��` ((��•OL, TEPE AE015TERM FFR.M NO.F-W 77E SEAL APPEARING ON 7HIS DOCVMENI' WAS ARIIHOR= 5Y `l1 O&AMA F.NAq9111.PB 19¢SA ON 109" !/ x FST A� `� ADDENDUM NO. 3 Z� October 9T", 2014 00 42 43 Ben PROPOSAL P.F 1 Ott SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Quantity Unit Price Bid Value No. Measure UNIT 1 : WATER IMPROVEMENTS 1 3311.0261 8"PVC Water Pipe 3311 12 LF 4,546 2 3311.0161 6"PVC Water Pipe 3311 12 LF 55 3 3312.3003 8"Gate Valve 33 12 20 E4 7 4 3312.3002 6"Gate Valve 33 12 20 E4 5 5 3312.2001 1"Water Service 33 12 10 EA 155 6 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 E4 9 7 13312.0001 Fire Hydrant 33 12 40 EA 1 5 8 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 2 9 3305.0003 8"Waterline Lowering 33 05 12 EA 3 10 3304.0101 Temporary Water Services 33 04 30 LS 1 11 0241.1303 Remove 8"Water Valve 0241 14 EA 1 12 0241.1302 Remove 6"Water Valve 0241 14 EA 7 13 3201.0112 T Wide Asphalt Pvmt Repair,Residential 3201 17 LF 150 14 3213.0401 6"Concrete Driveway 32 13 20 SF 200 15 0241.1510 Salvage Fire Hydrant 0241 14 EA 5 16 0241.1511 Salvage 3/4"Water Meter 0241 14 EA 155 17 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 6,651 18 3201.0614 Cone Pvmt Repair,Residential 3201 29 SY 100 19 3216.0102 7"Conc Curb and Gutter 321613 LF 775 20 3292.0100 Block Sod Placement 32 92 13 SY 200 21 13471.0001 Traffic Control 3471 13 MO 2.5 Subtotal-Water Im rovments a UNIT II : SEWER IMPROVEMENTS 1 3331.4115 8"Sewer Pie 33 11 10,33 31 12,33 31 20 LF 3,126 2 3331.4119 8"DIP Sewer Pipe 3311 10 LF 540 3 3331.3101 4"Sewer Service 3331 50 EA 78 4 3339.1001 4'Manhole 33 39 10,33 39 20 EA 18 5 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 3 6 3301.0002 Post-CCN Inspection 3301 31 LF 3,667 7 13301.0101 Manhole Vacuum Testing 3301 30 EA 18 8 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 9 9 3201.0112 5'Wide Asphalt Pvmt Repair,Residential 3201 17 LF 150 10 3213.0401 6"Concrete Driveway 32 13 20 SF 100 11 3201.0400 Tem ora Asphalt Paving Repair 3201 18 LF 1,030 12 3201.0614 Conc Pvmt Repair,Residential 3201 29 SY 184 13 3216.0102 7"Conc Curb and Gutter 32 16 13 LF 150 14 3305.0109 Trench Safety 33 05 10 LF 3,667 15 0241.2102 6"Sewer Abandonment by Grouting 0241 14 CY 0.75 16 0241.2102 6"Sewer Abandonment Plug 0241 14 EA 2 17 3292.0100 Block Sod Placement 32 92 13 SY 300 18 3292.0400 Seeding,H dromulch 32 92 13 SY 4,000 19 3231.0111 4'Chain Link,Steel 3231 13 LF 250 20 3110.0102 6"-12"Tree Removal 31 1000 EA 5 21 13231.0412 6'Fences,Wood 3231 29 1 LF 250 22 13305.0112 Concrete Collar 33 05 17 1 EA 12 23 13471.0001 Traffic Control 3471 13 1 MO 1 3.5 Subtotal-Sewer Im rovments a Total Bid(Units I&In $ 17,563 END OF SECTION CrrY OF FORT WORTH STANDARD CONSTRUMON SPBCWKATION DOCUMENTS F-R-Ind 20120120 00 410000 43 1390 42 43-W 43 37_00 45 1200 35 13 Bid Propend Woed-k 001113- I INVITATION TO BIDDERS Pagel of 2 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Water& Sanitary Sewer replacement contract 2011 WSM-B city project no. 01992. Will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 Until 1:30 P.M. CST, Thursday, October 9'h,2014,and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the(approximate) following: 4,546 LF of 8" water line by Open cut, and 3,667 LF of 8"sewer line by Open cut. PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for qualification and pre- qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthpov.org/purchasin and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from A.N.A. Consultants. L.L.C. 5000 Thompson Terrace,Colleyville, TX 76034: Please call 817-335-9900 for Assistance. The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $ 80 Set of Bidding and Contract Documents with half size(if available)drawings: $40 PRE-BID CONFERENCE No Pre-bid conference is scheduled for this project. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011.WSM-B Revised July L 2011 City Project NO.01992 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Nicolas Dons, P.E., City of Fort Worth Email: Nicolas.Dons dfornvorthtexas.gov Phone: 817-392 -8243 AND/OR Attn: Osama F.Nashed, P.E., ANA Consultants, LLC Email: _ofnashednanallc.com Phone: 817-335-9900 Ext. 211 ADVERTISEMENT DATES September 11, 2014 September 18, 2014 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised July 1,2011 City Project NO.01992 0021 13-1 INSTRUCTIONS TO BIDDERS Page I of 9 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00-GENERAL CONDITIONS. 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person,firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association,or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided)makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2.City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 3.1.All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified(even if inadvertently opened)shall not be considered. 3.2.Each Bidder unless currently prequalified, must be prepared to submit to City within seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project,and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information,a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information,if requested,may be grounds for rejecting the apparent low bidder as non-responsive.Affected contractors will be notified in writing of a recommendation to the City Council. 3.4.In addition to prequalification,additional requirements for qualification may be required within various sections of the Contract Documents. 3.5.Special qualifications required for this project include the following: 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 4.1.Before submitting a Bid,each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents(including"technical data" referred to in Paragraph 4.2. below).No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto,shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost,progress,performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress,performance or furnishing of the Work. 4.1.4.Be advised,City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat.252,42 U.S.C. 2000d to 2000d-4 and Title 49,Code of Federal Regulations, Department of Transportation, Subtitle A,Office of the Secretary,Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act,hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race,color,or national origin in consideration of award. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and(ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents.No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Perform independent research, investigations,tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations,tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations,tests and studies. 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work,time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research,tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.9. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of- 4.2.1. f:4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures(except Underground Facilities)which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents,but the "technical data"contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02.of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any"technical data"or any other data,interpretations,opinions or information. 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) that Bidder has complied with every requirement of this Paragraph 4,(ii)that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means,methods,techniques,sequences or procedures of construction(if any)that may be shown or indicated or expressly required by the Contract Documents,(iii)that Bidder has given City written notice of all conflicts,errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder,and when said conflicts, etc.,have not been resolved through the interpretations by City as described in Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract Documents. 5. Availability of Lands for Work,Etc. 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements,and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way,easements, and/or permits are not obtained,the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way,easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76IO2 Attn: Nick Dons, P.E., Water Department Email:Nicolas.Donsnfortworthtexas.gov (817) 392-8243 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3.Addenda or clarifications may be posted via Buzzsaw at: <https://projectpoint.buzzsaw.com/clientlfortworthgov/Infrastructure%2OProject.5/0199 2%20-%20W%20and%20SS%20Repl%20Conh-act%202011 01620WSM- B/Bid%20Documents%20Package>. 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.0I of the General Conditions. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award,City may consider Bidder to be in default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 8. Contract Times The number of days within which, or the dates by which,Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract,if awarded,will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or"or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B.and 6.05C.of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors,Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 12-2011 (as amended),the City has goals for the participation of minority business and/or small business enterprises in City contracts.A copy of the Ordinance can be obtained from the Office of the City Secretary.The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 5:00 P.M.CST,five(5)City business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received.Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives,the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals,the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids.After all Bids not requested for withdrawal are opened and publicly read aloud,the Bids for which a withdrawal request has been properly filed may, at the option of the City,be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates(if any)will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may,at City's sole discretion,release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder,whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price,contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders,Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract,Bidder has performed a prior contract in an unsatisfactory manner,or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors. Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications,and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35%of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded,City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: W&SS REPLACEMENT CONTRACT 2011 WSM-B City Project No.: City Project No.01992 Units/Sections: SECTION A: Water Improvements P253-609170199283 SECTION B: Sewer Improvements P258-709170199283 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract award,and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association,organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or mo rs,with or without the knowledge of City,a purpose of which is to establish Bi riel I.Tifil non- competitive levels. i d. "coercive practice"means harming or threatening to harm,di npe o or their property to influence their participation in the bidding pr gob?a h�e�S� ti of the Contract. U) CITY OF FORT WORTH �yFS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS f" Forth Revised 20120327 2 t3 Proposal File.xis 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution,Urban&Renewal,8-inch diameter and smaller b. Sewer Collection System,Urban/Renewal,8-inches and smaller 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 150 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form,Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement,Section 00 45 12 g. Conflict of Interest Affidavit,Section 00 35 13 *If necessary, CIO or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders �)s 5 z a `F STAd4 CITY OF FORT WORT". STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 WSM-B Proposal File.xis 00 41 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Bid 44-�-0:38� * l )133, I Sto.29 �A•_.. 7. Bid Submittal ttll This Bid is submitted on 10/16/2014 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial following Addenda: By: cti o Addendum No. 1: (Signature) Addendum N0.2: Addendum No.3: ISMAEL CARRASQUILLO Addendum No.4: (Printed Name) Title: PRESIDENT Company: CD BUILDERS, INC. Corporate Seal: Address: 9008 TRINITY BOULEVARD FORT WORTH,TX 76053 State of Incorporation: TEXAS � GO�PO��T Email: WTAYLOR@CDBUILDERSTX.COM SEAL V 801744109 Phone: 817-510-6557 F � END OF SECTION TE Of 2013 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 WSM-B Proposal File.xis 00 42 43 BID PROPOSAL Pgelofl SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist ItemUnit of No. Description Specification Section No. Measure Bid Quantity Unit Price Hid Value UNIT 1 : WATER IMPROVEMENTS 1 3311.0261 8"PVC Water Pipe 3311 12 LF 4,546 $33.49 $152,245.54 2 3311.0161 6"PVC Water Pie 3311 12 LF 55 $30.85 $1,696.75 3 3312.3003 8"Gate Valve 33 12 20 EA 7 $1,172.61 $8,208.27 4 3312.3002 6"Gate Valve 331220 EA 5 $809.81 $4,049.05 5 3312.2001 1"Water Service 33 12 10 EA 155 $775.48 $120,199.40 6 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 9 $1,037.93 $9,341.37 7 3312.0001 Fire Hydrant 33 12 40 EA 5 $2,981.82 $14,909.10 8 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 2 $1,357.18 9 3305.0003 8"Waterline Lowering 33 05 12 EA 3 $12,925.60 $38,776.80 10 3304.0101 Temporary Water Services 33 04 30 LS 1 1 $16,765.50 $16,765.50 `f 11 0241.1303 Remove 8"Water Valve 0241 14 EA 1 1 $286.26 $286.26 VV 12 10241.1302 Remove 6"Water Valve 0241 14 EA 1 7 $286.26 $2,003.82 13 3201.0112 5'Wide Asphalt Pvmt Repair,Residential 3201 17 LF 1 150 $125.07 $18,760.50 14 3213.0401 6"Concrete Driveway 32 13 20 SF 1 200 $20.08 $4,016.00 15 0241.1510 Selvage Fire Hydrant 0241 14 EA 5 $676.26 $3,381.30 16 0241.1511 Salvage 3/4"Water Meter 0241 14 EA 155 $453.46 $23,786.30 17 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 6,651 $11.40 $75,821.40 18 3201.0614 Conc Pvmt Repair,Residential 3201 29 SY 100 $324.87 $32,487.00 19 13216.0102 7"Conc Curb and Gutter 32 16 13 LF 775 $15.41 $11,942.75 20 13292.0100 Block Sod Placement 3292 13 SY 200 $5.12 $1,024.00 21 13471.0001 Traffic Control 3471 13 MO 2.5 $1,381.59 $3,453.98 Subtotal-Water Im rovments $ m&,19&.66- UNIT II : SEWER IMPROVEMENTS 51451wi-% 1 3331.4115 8"Sewer Pie 33 11 10,33 31 12,33 31 20 LF 3,126 $83.12 $259,833.12 2 3331.4119 8"DIP Sewer Pipe 33 11 10 LF 540 $89.59 $48,378.60 3 3331.3101 4"Sewer Service 3331 50 EA 78 $1,549.77 $120,882.06 4 3339.1001 4'Manhole 33 39 10,33 39 20 EA 18 $2,892.86 $52,071.48 5 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 3 $154.93 $464.79 6 3301.0002 Post-CCTV Inspection 33 01 31 LF 3,667 $0.84 $3,080.28 7 3301.0101 Manhole Vacuum Testing 3301 30 EA 18 $290.59 $5,230.62 8 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 9 $190.43 $1,713.87 9 3201.0112 5'Wide Asphalt Pvmt Repair,Residential 3201 17 LF 150 $125.07 $18,760.50 10 3213.0401 6"Concrete Driveway 32 13 20 SF 100 $20.08 $2,008.00 11 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 1,030 $11.40 $11,742.00 12 3201.0614 Conc Pvmt Repair,Residential 3201 29 SY 184 $79.99 $14,718.16 13 3216.0102 7"Conc Curb and Gutter 321613 LF 150 $15.41 $2,311.50 14 13305.0109 Trench Safety 33 05 10 LF 3,667 $0.95 $3,483.65 15 0241.2102 6"Sewer Abandonment by Grouting 0241 14 CY 1 0.75 $779.82 $584.87 16 0241.2102 6"Sewer Abandonment Plug 0241 14 EA 2 $231.98 $463.96 17 3292.0100 Block Sod Placement 32 92 13 SY 300 $5.12 $1,536.00 18 3292.0400 Seeding,H dromulch 32 92 13 SY 4,000 $2.80 $11,200.00 19 3231.0111 4'Chain Link,Steel 3231 13 LF 250 $31.68 $7,920.00 20 3110.0102 6"-12"Tree Removal 31 1000 EA 5-f- $265.90 $1,329.50 21 13231.0412 6'Fences,Wood 3231 29 LF 250 $29.06 $7,265.00 22 13305,0112 Concrete Collar 3305 17 EA 12 $621.16 $7,453.92 23 13471.0001 Traffic Control 347113 MO 3.5 $1,381.59 $4,835.57 Subtotal-Sewer Im rovments $ 587,267.44 Total Bid(Units I&In 4 2 END OF SEMON GO 7 1/1 /j3�• Q SEAL C� jot 801744109 • CrrY OF FORT WORTH 1 �qTt•OT STANDARD CONSTRUMON SPECMCATION DocuhuNTS ITE Fo'm Revised 20120120 2013 Xlesls CD BUILDERS. INC. 20141016 Wtr San Sew Replc Contract 2011 WSM-B Job Location Locke&Lovell Avenue Job City Fort Worth Bid Date 16-Oct-2014 Bid Time 1:30:00 PM Proposal Line No. Pay Rem No. Description Quantity Unit of Measure Unit Price Total Price Subtotal Description 1 [Enter Pay Item 8"PVC Water Pipe 4,546.00 LF 33.49 152,245.54 Number] 2 [Enter Pay Item 6"PVC Water Pipe 55.00 LF 30.85 1,696.75 Number] 3 [Enter Pay Item 8"Gate Valve 7.00 EA 1,172.61 8,208.27 Number] 4 [Enter Pay Item 6"Gate Valve 5.00 EA 809.81 4,049.05 Number] 5 [Enter Pay Item 1"Water Service 155.00 EA 775.48 120,199.40 Number] 6 [Enter Pay Item Connection to Existing C-12"Water Main 9.00 EA 1,037.93 9,341.37 Number] 7 [Enter Pay Item Fire Hydrant 5.00 EA 2,981.82 14,909.10 Number] 8 [Enter Pay Item Ductile Iron Water Fittings w/Restraint 2.00 TN 1,357.18 2,714.36 Number) 9 [Enter Pay Item 8"Waterline Lowering 3.00 EA 12,925.60 38,776.80 Number] 10 [Enter Pay Item Temporary Water Services 1.00 LS 16,765.50 16,765.50 Number] 11 [Enter Pay Item Remove 8"Water Valve 1.00 EA 286.26 286.26 Number] 12 [Enter Pay Item Remove 6"Water Valve 7.00 EA 286.26 2,003.82 Number] 13 [Enter Pay Item 5'Wide Asphalt Pvmt Repair,Residential 150.00 LF 125,07 18,760.50 Number] 14 [Enter Pay Item 6"Concrete Driveway 200.00 SF 20.08 4,016.00 Number] 15 [Enter Pay Item Salvage Fire Hydrant 5.00 EA 676.26 3,381.30 Number] 16 [Enter Pay Item Salvage 3/4"Water Meter 155.00 EA 153.46 23,786.30 Number] 17 [Enter Pay Item Temporary Asphalt Paving Repair 6,651.00 LF 11.40 75,821.40 Number] �+ 18 [Enter Pay Item Conc Pvmt Repair Residential �R S 100.00 SY 324.87 32,487.00 Number] ��FtATF 19 [Enter Eumber]y Item 7"Conc Curb and Gutter <) � 775.00 LF 15.41 11,942.75 CO CjS �� 1 20 [Enter Pay Item Block Sod Placement �� O Q 200.00 SY 5.12 1,024.00 Number] • nQo 21 [Enter Pay Item Traffic �ESTAS�0 2.50 MO 1,381.59 3,453.98 Number] 2 10/16/2014 418 AM 1 of 3 CD BUILDERS, INC. Proposal Line No. Pay Hem No. Description Quantity Unit of Measure Unit Price Total Price Subtotal Description Subtotal-Water Improvements Subtotal: 545,869.45 22 [Enter Pay Item 8"Sewer Pipe 3,126.00 LF 83.12 259,833.12 Number] 23 [Enter Pay Item 8"DIP Sewer Pipe 540.00 LF 89.59 48,378.60 Number] 24 [Enter Pay Item 4"Sewer Service 78.00 EA 1,549.77 120,882.06 Number] 25 [Enter Pay Item 4'Manhole 18.00 EA 2,892.86 52,071.48 Number] 26 [Enter Pay Item 4'Extra Depth Manhole 3.00 VF 154.93 464.79 Number] 27 [Enter Pay Item Post-CCTV Inspection 3,667.00 LF 0.84 3,080.28 Number] 28 [Enter Pay Item Manhole Vacuum Testing 18.00 EA 290.59 5,230.62 Number] 29 [Enter Pay Item Remove 4'Sewer Manhole 9.00 EA 190.43 1,713.87 Number] 30 [Enter Pay Item 5'Wide Asphalt Pvmt Repair Residential 150.00 LF 125.07 18,760.50 Number] 31 [Enter Pay Nem 6"Concrete Driveway 100.00 SF 20.08 2,008.00 Number] 32 [Enter Pay Item Temporary Asphalt Paving Repair 1,030.00 LF 11.40 11,742.00 Number] 33 [Enter Pay Item Conc Pvmt Repair,Residential 184.00 SY 79.99 14,718.16 Number] 34 [Enter Pay Item 7"Conc Curb and Gutter 150.00 LF 15.41 2,311.50 Number] 35 [Enter Pay Item Trench Safety 3,667.00 LF 0.95 3,483.65 Number] 36 [Enter Pay Item 6"Sewer Abandonment by Grouting 0.75 CY 779.82 584.87 Number] 37 [Enter Pay Item 6"Sewer Abandonment Plug 2.00 EA 231.98 463.96 Number] 38 [Enter Pay Item Block Sod Placement 300.00 SY 5.12 1,536.00 Number] 39 [Enter Pay Item Seeding,Hydromulching 4,000.00 SY 2.80 11,200.00 Number] 40 [Enter Pay Item 4'Chain Link,Steel 250.00 LF 31.68 7,920.00 Number] 41 [Enter Pay Item 6"-12"Tree Removal R} 5.00 Each 265.90 1,329.50 Number] QpRATF 42 [Enter Pay Item 6'Fences,Wood V O �G�� 250.00 LF 29.06 7,265.00 Number] m G 43 [Enter Pay Item Concrete Collar Q f1,1 y 12.00 EA 621.16 7,453.92 Number] O\j 44 [Enter Pay Item Traffic Control T� 4 3.50 MO 1,381.59 4,835.57 Number] FSTA � 10/16/2014 4:18 AM 2`0 2 of 3 CD BUILDERS. INC. Proposal Line No. Pay Item No. Description Quantity Unit of Measure Unit Price Total Price Subtotal Description Subtotal-Sewer Imrprovements Subtotal: 587,267.44 GRAND TOTAL: 1,133,136.89 I Y® E Ram SEAL ' v 801744109 ' STATE O� 2013 10/1612014 4:18 AM 3 of 3 00 43 13 BID BOND Page 4 of 8 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: "hat we, (Bidder Name Company"Jame Here einafter called the Principal, and (Surety Nar Surety Narr* Here a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly pound unto the City, hereinafter called the Obligee, in the sum of Sr)ell Out Nlum'7ers Hle" and No/100 Dollars ($ rs r 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 W&SS REPLACEMENT CONTRACT 2011 WSM-B #REF! 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 2014. By: Company Name Here (Signature and Title of Principal) *By: Surety Name 46re (Signature of Attomey-of-Fact) *Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20110627 00 41 0000 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 6 of 8 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 Stage Her: (,,-Blend , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of S&ie Herr:or Slpr}k , 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: CD BUILDERS, INC. By: ISMAEL CARRASQUILLO 9008 TRINITY BOULEVARD a ck FORT WORTH, TX 76053 (Signature) 0 Title: PRESIDENT Date: �e ,eORATF' OM1 AAWp9 U �FSTaT�oF END OF SECTION 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 410000 43 13_00 42 43_00 4:3 3700 45 12_00 35 13—Bid Proposal Workbook.xls 004511 -1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven(7) days prior to the date of the opening of bids. For example,a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application,the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents(Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun& Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.u'nb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised July L 2011 City Project NO.01992 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory,the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1)express an unqualified opinion, or(2)express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital(working capital=current assets—current liabilities)by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared,the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report,the notation of "None" or"N/A" should be inserted. (2) A minimum of five(5)references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer,model and general common description of each piece of equipment.Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised July I,2011 City Project NO.01992 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequaliflcation letter,the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised July 1.2011 City Project NO.01992 00 45 12 BID FORM Page 7 of 8 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution, Urban & Renewal, 8-inch diameter and CD BUILDERS INC 2015 smaller Sewer Collection System, Urban/Renewal, 8-inches and CD BUILDERS INC 2015 smaller #REF! N/A N/A #REF! N/A N/A The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: CD BUILDERS, INC. By: ISMAEL CARRASQUILLO 9008 TRINITY BOULEVARD1�,�.Q FORT WORTH,TX 76053 U (Signature) 0 Title: PRESIDENT Date: t t-�Loiy E R, END OF SECTION �.J 0 90RAT�' o SQA Apg n ��sTATE a�� 2 0- CITY CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20120120 00 410000 43 13 00 42 4300 43 3700 4512_00 35 13Bid Proposal W orkbook.xls FORT NORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code 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 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) Has fewer than 100 employees and/or Has 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 Water Transmission,Development,All Sizes Water Transmission, Urban/Renewal,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 and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 0045 13-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP,42-inches and smaller Sewer CIPP,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 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 CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 0045 13-4 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 and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 004513-5 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`? 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. 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 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 and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization 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 LIMITED 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 and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET 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 and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 004513-8 BIDDER 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 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 and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of i SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a),as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 01992 Contractor further certifies that,pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: CD BUILDERS INC By: Ismael Carrasquillo Company lease Print) 9008 Trinity Blvd . Signature: Address Fort Worth, TX 76053 Title: President City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § DEFORE ME,the undersigned authority,on this day personally appeared s V -a-e Car rRs4a (3c, ,known to me to be the person whose name is subscribed to the foregol g instrument`, and acknowledged to me that he/she executed the same as the act and deed of ox.k i,w e�5 e A a-e F,.g for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN'Ui11DER MY HAND AND SEAL OF OFFICE this -r 3 day of arch , 2015 Notary Pub cin d for the State of Texas END OF SECTION REBECA 1 CRUZ My Commission Expires October 20,2018 CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised July 1,2011 City Project NO 01992 004540-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 SECTION 00 45 40 MINORITY BUSINESS ENTERPRISE GOAL APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOAL The City's MBE goal on this project is 8% of the total bid (Base bid applies to Parks and Community Services). Arte: If both MBE and SBE subcontracting goals are established for this project, then an Offer must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 3. Good Faith Effort documentation,or; 4. Waiver documentation. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- responsive.Any questions,please contact the M/WBE Office at(817)392-6104. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentaflon in penott to the appropriate employee of the Managing I,lepart7ttlerit and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed opy Will not be!accepted. 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. 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 subcontracting/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. I the bid opening date,exclusive of the bid opening date. END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Contract 2011,WSM-B Revised December 20,2012 City Project NO.01992 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT,authorized on 3 February 2015 is made by and between the City of Fort 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and CD BUILDERS. INC., authorized to do business in Texas, acting by and through 6 its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Water and Sanitary Sewer Replacement Contract 2011,WSM-B City Project No. 1922 16 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 180 Calendar days after the date 23 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 24 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 Six Hundred and Fifty Dollars ($650.00) for each day that expires after the time 34 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 35 Acceptance. OFFICIAL RECORD CITY SECRETARY FT. WORTN, TX CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2011 WSM-1I Revised June 4,2012 City Project No.01992 005243-2 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 ONE MILLION ONE HUNDRED THIRTY 39 THREE THOUSAND ONE HUNDRED THIRTY SIX DOLLARS AND EIGHTY NINE 40 CENTS ($1,133.13, 6.89). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A.The Contract Documents which comprise the entire agreement between City and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form 48 1) Proposal Form 49 2) Vendor Compliance to State Law Non-Resident Bidder 50 3) Prequalification Statement 51 4) State and Federal documents(project specific) 52 b. Current Prevailing Wage Rate Table 53 c. Insurance ACORD Form(s) 54 d. Payment Bond 55 e. Performance Bond 56 f. Maintenance Bond 57 g. Power of Attorney for the Bonds 58 h. Worker's Compensation Affidavit 59 i. MWBE Commitment Form 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. OFFICIAL RECORD 74 75 CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2011 WSM-11 Revised June 4,2012 City Project No.01992 005243-3 Agreement Page 3 of 4 76 Article 6.INDEMNIFICATION 77 6,1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused,in whole or in part, by any act,omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs,expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city,its officers, servants and employees,from and against any and all loss,damage 90 or destruction of property of the city,arising out of,or alleged to arise out of,the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alleged or 94 proven that all or some of the damages being sought were caused,in whole or in part, 95 by any act,omission or negligence of the city. 96 97 Article 7.MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 100 have the meanings indicated in the General Conditions. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the City. 104 7.3 Successors and Assigns. 105 City and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon CITY and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract STANDARD CONSTRUCTION SPECIFICATION DOCI MENTS 2011 WSM-11 Revised June 4,2012 OFFICIAL RECORD City Project No.01992 CITY SECRETARY FT,WORTH,TX 005243-4 Agreement Page 4 of 4 117 7.6 Other Provisions. 118 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 119 classified, promulgated and set out by the City, a copy of which is attached hereto and 120 made a part hereof the same as if it were copied verbatim herein. 121 7.7 Authority to Sign. 122 Contractor shall attach evidence of authority to sign Agreement, if other than duly 123 authorized signatory of the Contractor. 124 125 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 126 counterparts. 127 128 This Agreement is effective as of the last date signed by the Parties 129 Contractor: City of Fort Worth / �! CD Builders,Inc By: Fernando Costa B : Assistant City Manager (Signature) Date � V� Attest: (Printed Name) J. ayser, City Secretary T ���l�/�, (Seal) �Q�o�o&� Title: O �S %0 P� Address: • RDx 1 �8 M M&C *% 1, Date: 7--3-IS- 1000000,0.• `XqS City/StatelZip: AppLoypas to Form and I.egalit . 4441- Date "'W Douglas W.Black ♦�`.0 �� Assistant City Attorney 1301 � GO i•�r���t��T�C`'� 1132 33 �EAL APPROVAL RECOMMENDED: 134 801744109 • 135 Gj 136 �r �}P Andrew T. Cronberg,RE 137 QF ACTING DIRECTOR, 138 a 4710 i 3 Water Department OFFICIAL RECORD 139 CITY SECRETARY FT.WORTH,TX CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2011 WSM-11 Revised June 4,2012 City Project No.01992 e e 0061 13-I PERFORMANCE BOND Pagel of 2 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 1301158000198 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, CD Builders,Ine., known as "Principal" herein and 8 ENDURANCE REINSURANCE CORPORATION OF AMERICA a corporate surety(sureties, if more than one) 9 duly authorized to do business in the State of Texas, known as"Surety"herein (whether one or 10 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as"City"herein, in the penal sum of, ONE MILLION 12 ONE MILLION ONE HUNDRED THIRTY THREE THOUSAND ONE HUNDRED 13 THIRTY SIX DOLLARS AND EIGHTY NINE CENTS($1,133,136.89)..lawful money of the 14 United States,to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum 15 well and truly to be made, we bind ourselves, our heirs, executors, administrators,successors and 16 assigns,jointly and severally, firmly by these presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the 3 day of FEBRUARY, 2015, which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 20 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 21 as provided for in said Contract designated as Water and Sanitary Sewer Replacement Contract 22 2011, N'S111 B, City Project iYamber 01992. 23 NOW, THEREFORE,the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders,under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011,WSM-B Revised July 1,2011 City Project No.01992 0061 13-2 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 19 day of MAY 6 , 2015 87 } 4� PRINCIPAL: CD BUILDERS,INC qSt3RAT 10 11 UO C5 ^ BY: 12 1 NNNI to +Snaltume 13 ATTEST: t N14 tQ 15 f„`� S:�tc�cl 6 (Principal)Secretary TSTA Name and Title 18 �.,.� 24 Address: HC-02 BOX 14740 GURABO PR 00778-0024 19 „ -- 20 21 22 Witness to incipal 23 SURETY:ENDURANCE REINSURANCE CORPORATION OF AMERICA 24 25 26 27 BY: 28 Si nature 29 30 R BERTO A.DE SOTO LOPEZ-ATTORNEY IN FACT 31 Name and Title 32 33 Address:333 WESTCHESTER AVE WHITE PLAINS 34 NY 10604 35 36 HRISTIA IGUEF ROA RTOS 37 Witnessras to Surety Telephone Number: (787)-250-5290 38 39 40 41 *Note: if signed by an officer of the Surety Company,there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2009,STM-M STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01477 Revised July 1,2011 0061 14-1 PAYMENT BOND Pagel of 2 Bond No.TXC98217 1 SECTION 00 61 14 2 PAYMENT BOND 1301158000198 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, CD Builders Inc., known as "Principal" herein, and ENDURANCE REINSURANC CA 8 , a corporate surety (sureties), duly authorized to do business in the 9 State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto 10 the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, 11 known as "City" herein, in the penal sum of ONE MILLION ONE HUNDRED THIRTY 12 THREE THOUSAND ONE HUNDRED THIRTY SIX DOLLARS AND EIGHTY NINE 13 CENTS ($1,133,136.89)., lawful money of the United States, to be paid in Fort Worth, Tarrant 14 County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our 15 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 3 18 day of February 2015, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein,to furnish all materials, equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 21 designated as Water and Sanitary Sewer Replacement Contract 2011,WSM-B,Ci Proiect 22 Number 01992. 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. 31 CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011 WSM-B Revised July 1,2011 City Project No.01992 0061 14-2 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 19 day of 3 MAY,2015 —12013. �oaATC �0� PRINCIPAL: CD BUILDERS,INC ATTEST: ` BY: c. SignJure ray I Q' N /y �.STR ,q� �rf-XLC� LLtr"►ZZ5 v/ �lc!'" ��r-PS/tZf�..�-� (Principal)Secretary 1 Name and Title Address: HC-02 BOX 14740 GURABO PR 00778-0024 Witness#t rincipal SURETY: ENDURANCE REINSURANCE CORPORATION OF AMERICA ATTEST: BY: gnature ROBERTO A.DE SOTO LOPEZ-ATTORNEY IN FACT (Surety)Secretary Name and Title Address: 333 WESTCHESTER AVE WHITE PLAINS NY 10604 �CHRISTIAU OA RIOS Witness as to Surety Telephone Number: (787)250-5290 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. I I END OF SECTION 12 CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2009,STM-M STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01477 Revised July 1,2011 Company#:892726 e�F 9y WEAL'f H oFQ� Commonwealth of Puerto Rico OFFICE OF THE COMMISSIONER OF INSURANCE Certiflcate of Authority This is to certify that Endurance Reinsurance Corporation of America 1209 Orange Street Wilmington,DE, 19801 has complied with the corresponding requirements of the Insurance Code of Puerto Rico and is therefore granted authority to transact,within Puerto Rico, Casualty, Marine and Transportation, Surety insurance. This authorization shall be in force from July 01,2014 to June 30,2015 unless previously suspended, revoked or terminated pursuant to the law and regulations in farce. In witness whereof,I hereunto subscribe my name and affix my official seal at Guaynabo, Puerto Rico, this 23rd day of June, 2014. �OtAt'n OF IN WSgela Weyne oig a Z � Commissioner of Insurance QNWEAl7H �� ENDO NCE CORMISMON YMMERICA POWER OF ATTORNEY KWW affWen 6r tfieSe OMent, that ENDURANCE REINSURANCE CORPORATION OF AMERICA a Delaware corporation(the'Corporaflonj,with offices at 4 ad,3rd Fk)or,Purchase,NY 10577_Purchas d a %*wYod(AW)04,has made,constituted and pq; ants,does make,constitute and appoint slop �j7q, AES EZ GEIGEL,IRT+"GgkM W-VESAICIRMA I.COLON#Lt$, tN WO COLON,JOAN—Wa JELS—F JI TO A.DE SOTWLOM res)-in-fact,at SAN JUA 11101"' df 0 ftO"each of them its actw-Wourft other or others,to make,exub—c-daiand deliver onitir%hdf�w surety or co-surely;bonds and ngs gIV ft#51 and all purposes,also to ex behalf as aforesaid renewals,extensions,agreements,waivers,consents or stipulations relating to such bonds or undertakings provided,however,that no strigie bond or undertaking so made,executed ang4plivered shall obligate the Corporation for any portion of the penal sum thereof in excess of the sum of TWENTY MILLION Dollars($20,000,000). Such bondf rC when duly executed by said attorney(s)-in-fact,shall be binding upon the Corporation as fully W to the same extant as if signed by the I seal attested by i Mwale Secretary. ads under a c n tut oftlacl by the Board of DirectorsA-UN-ffAs—_Mpt0-My ul��consent on the Stn at January,201 it.a _ below under the ha U Th werr Afiht6nd " iml'l under ani by au#=ty of the following resolud&Fa W he Boafftclors of the Corporation by LnffwTaE witim on January 90.M said resolutionas not since been revoked,amended or repealed: RE ED,that in granting powers f sit- Directors of the Corporation by unanimous written consent on January 9,2014,the Aroursuant to certain resolutions adopted by the Board of tors and of the Corporation may be affixed to any such power d attorney or any certificate relating thereto by facsimile,W any such pow of nature or seal sh&-be va]Wmd binding upon the Corporation in the future with respect any bond or undertaking to which 9 is attached. 15W.=Zeal sh;f expire an#4� c"allUmnilmle�- t notice at midnight(�w4w where 1!0#0 s)-in-fact is authorizedA—A IN VMESSVHEREOF,the Corporation pmts lobs duly signed and its corporate seal to be!6eunto affixed and attested this 23rd day of AIRWOM phase,---- Now York. (Corporate W ENDURANCE REINSURANCE CORPORATION OF AMERICA ATTEST' By aw ---I&FtIANNE L WILBERT,S ii nt NEW FRINFOR"YORK COUNTY OF WESTCHESTER On the 23rd day of April,20 a me personally came SHARON L SIMS,Senior Vice President to me known,who being by me duly swom,did depose and say that(s)he resides in SCOTCH PLAII �1'M '�SsNEWJ 9 that(4)he is a SENIOR VICE PRESIDENT of ENDURANCE REINSURANCE CORPORATION OF AMERICA,the Corpvallion described in W which expa thl yn irument�that he knows the seal of sqCQUorah"at the seal affixed a said instrument is suC4 #0 4 was so affixed by order of the Board in's ors 0-;andth O*QnedhKwry� Wft order. -ft-ITT A RN ANIE LICARI,Notary Public-My Comrnission Expires 10/29/2015 CERTIFICATE ORK ksC� f SE COU -CHESTER. 4RANM URANCE CORPORATION OF AMERICA 41 Delawa•e CaWw.on(INg'Corporationj,he 1.That ftw�original�6wofewNyofhkh a was duly executed on h0ad f 14fi 1,orpormon anis has rKA Simi-bLel revoked,arnerdw or nodifitd:M ll "hg is copy I (pre z undersigned has compared the foregoing copy thereof with the original pow of Momey,and that the same is a true and correct copy of the original pow of aftomey and of the whole thereof 2.The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on January 9,2014 and said resolutions have not since beewaroke"wded or modified: MeAmh of the individuals awffi aljllbrizeiftmte,seal and delivs�, ia� � �y and all bonds, IWsdl*with others: ,III u T DONELAR,SHARON L.SIMM too IiIE L' ;ML8 And be it further RESOLVE orfs named above is authorized to appoint aftneys4n-in for the purpose ofmaking,executing,sealing and delivering bonds,undertakings or obfiga"4 or c" behalf of the Corporation.' rs !vbon5 am,true and correct copies of the resolutions as so reconledmdd the wb*thereof. F.I have Xuntd afted odrporalsi seal this .20 j 2W2 it II S � iTL CHRISTOPHER DONELAN,PRESIDENT -AW BMW— tin OA 0061 19-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 1301158000200 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, CD BUILDERS INC., known as"Principal" herein and 8 ENDURANCE REINSURANCE CORPORATION OF AMERICA, a corporate surety(sureties, if more than one) 9 duly authorized to do business in the State of Texas, known as"Surety" herein(whether one or 10 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of the State of Texas, known as "City"herein, in the sum of ONE 12 MILLION ONE HUNDRED THIRTY THREE THOUSAND ONE HUNDRED THIRTY 13 SIX DOLLARS AND EIGHTY NINE CENTS ($1,133,136.89)., lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly 15 be made unto the City and its successors, we bind ourselves, our heirs, executors,administrators, 16 successors and assigns,jointly and severally, firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded the 19 03 day of February,2015,which Contract is hereby referred to and a made part hereof for all 20 purposes as if fully set forth herein,to furnish all materials, equipment labor and other accessories 21 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 22 authorized Change Order(collectively herein, the"Work")as provided for in said contract and 23 designated as Water and Sanitary Sewer Replacement Contract 2011,WSM-B,City Project 24 Number 01992; and 25 26 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2)years 29 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011 WSM-B Revised July 1,2011 City Project No.01992 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void;otherwise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 I l PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2011 WSM-B Revised July 1,2011 City Project No.01992 0061 19-3 MATNTFNANCE BOND Page 3 of 3 I IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 19 day of MAY 3 2015 ,2013 4 ° JR4 ' r 5 ® �tq0 AT , �► PRINCIPAL: CD BUILDERS,INC 9 ��'`1 BY: 10 ignature I1 ATTEST: 12 13 STAT 14 (Principal)Secretary y Name and Title 16 Address: HC 2BOX 14740 GURABO PR 00778-9757 17 18 19 /?- 20 Witness asW Witness as P�eipal 21 SURETY:ENDURANCE REINSURANCE CORPORATION OF AMERICA 22 _ 23 24 25 BYrKl�A. 26 27 28 ROO LOPEZ-ATTORNEY IN FACT 29 ATTEST: Name and Title 30 31 Address: 333 WESTCHESTER AVE WHITE PLAINS 32 (Surety)Secretary NY 10604 33 34 35 Witness as to Surety Telephone Number: (767)250-5290 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 CITY OF FORT WORTH Water and Sanitary Sewer Replacement Contract 2009,STM-M STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01477 Revised July 1,2011 Y Company 0:892726 `'ONER OF CS � r 0 V T �O J wEALTNO'��4 Commonwealth of Puerto Rico OFFICE OF THE COMMISSIONER OF INSURANCE Certifieate of Authority This is to certify that Endurance Reinsurance Corporation of America 1209 Orange Street Wilmington,DE, 1980I has compiled with the corresponding requirements of the Insurance Code of Puerto Rico and is therefore granted.authority to transact,within Puerto Rico,Casualty, Marine and Transportation, Surety insurance«1 This authorization shall be in force from.July.01.,2014 to June 30,201 S unless previously suspended,revoked or terminated pursuant to the law and regulations in force. In witness whereof,I hereunto subscribe my-name and affix my official seat at Guaynabo, Puerto Rico, this 23rd day of June,2014, 009fl OF /,V 0 0 In gala Weyne oig Aor � O Commissioner of Insurance Q 4VEALT14 O� Liaouie No:4144 Commonwealth of Puerto Rico NPN:697/448 OFFICE OF THE COMMISSIONER OF INSURANCE ROBERTO ANJBAL—DE SOTO LOPEZ Po 0091 Mal 7Mui is to certify that pursuant ta-j *wft *hW j jof PoerW Rico the abaive named u qualified to do bosineta in fte Riggal(l( 0*ai rMl{y 1=00e10w. ajsbr4vi^:'�BDI �MAXIMUM DATE OP NEY POWER OF ATTOR .LAIR, AMOONT POWER ENDURANCE REINSURANCE 031012015 03/1&2017 20000000 04/102007 CORPORATION OF AMERICA GREENWICH INSURANCE 031012015 032&2017 5814000 111082006 ROBERTO ANIBAL DE SOTO LOPEZ COMPANY MAPFRE AVE LA SIERRA#300 INSURANCECOMPANY03012015 02282017 UNLIMITED 06M/2004 PO BOX 161 MAPFRE PAN AMERICAN 031012015 021182017 UNLIMITED 06/09204 INSURANCE COMPANY JUAN SAN J V AN PR 00926 ' MAPFRE PREFERRED RISK INSURANCE 031012015 0211&2017 UNLIMITED 06/092004 COMPANY This quali6uGon shall remain in eHeU until fie exprtstion duns,when appliable,uoleu previously suspended,mvoked or krmidted pursuant m the law said msulstioaia m fares Anpa Way-RoiE Commissioner of luonme To validate the accuracy of this license you may review the time at bttps•J/sba-pr.oaic.orVLion-We�sphbmpaWApnd ookup jsp ...._............................._...._.....,.........._............_.._.............................._..._._......................................._....._.................. ..._._.................___. Commonwealth of Puerto License No:4144 NPN:6877448 . •R16A.. OFFICE OF TH�,,�,( S"9 OF INSURANCE ROBERITf ~DE'SOT��-LOPEZ Mapfre Po Box 70333 �'r1 SAN JUAN,PR 0092 ( '•, r This is to certify that pursean` tcl regUilr' mts of the bVu Ince Code of Pdeitq'ttittQ thea!ove named is qualified to do business in Puerto Rico with the i16d ty listed bei*,:,, ''• a :,` JKFFEC nVg & ION RAMMUM DATE OF POWER OF ATTORNEY t ,` DATE, : . DAT-9,. t`AMOUNT POWER ENDURANCE REINSURANCE ; ' CORPORATION OF AMERICA' . { - 'U310.•1/2015� 02/2$ 17 ,�20000000 04/10/2007 GREENWICH INSURANCE COMPANY UJ%it Q (2 17r , 5814000 11/08/2006 MAPFRE PRAICO INSURANCE COMPANY 03/01/2015 02/28/2017 UNLIMITED 06/09/2004