Loading...
HomeMy WebLinkAboutContract 46916 ary sww e r- CONTRACT NO, FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF VILLAGE CREEK PARALLEL INTERCEPTOR, M-503/M-244 PART 1 & HANDLEY DRIVE WATER IMPROVEMENTS CITY PROJECT NO. 01961 Betsy Price David Cooke Mayor City Manager Andrew T. Cronberg, P.E. Interim Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for CONFORMED The City of Fort Worth Water Project Number P253-605170196183 Sewer Project Number P258-705170196183 DOE NO. 7047 OFFICIAL RECORD CITE' SECRETARY 5T WORTH, TX June 2015 June 11 ,2015 "n910--up 3� The Choice for Collection System Solutions City of Fort Worth,_ Texas Mayor and Council Communication COUNCIL ACTION: Approved on 6/9/2015 - Resolution No. 4470-06-2015 DATE: Tuesday, June 09, 2015 REFERENCE NO.: C-27329 LOG NAME: 60VCPIP1-NTC SUBJECT: Authorize Execution of a Contract with North Texas Contracting, Inc., in the Amount of$4,248,197.00 for Village Creek Parallel Interceptor Improvements, Part 1, at Various Locations Within the Village Creek Drainage Basin on Quail Road, Dowdell Road, State Highway 303, Handley Drive and One Easement, Provide for Project Costs and Contingencies for a Project Total in the Amount of$4,459,197.00 and Adopt Reimbursement Resolution (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a contract with North Texas Contracting, Inc., in the amount of $4,248,197.00 for Village Creek Parallel Interceptor Improvements, Part 1, Project; and 2. Adopt the attached resolution expressing its official Intent to Reimburse expenditures with proceeds of future debt for the Village Creek Parallel Interceptor Improvements, Part 1, Project. DISCUSSION: On October 16, 2012, (M&C C-25924) the City Council authorized execution of an Engineering Agreement with RJN Group, Inc. (RJN), for Village Creek Parallel Interceptor Improvements at various locations within the Village Creek drainage basin. The City Council also approved Amendment No. 1 to the RJN contract on May 5, 2015 in M&C C-27283. This Mayor and Council Communication (M&C) is to authorize a construction contract for the replacement of sanitary sewer and water mains as indicated on the following streets: Street From To Scope of Work Quail Road Dowdell Road IFErzabeth Road sewer Dowdell Road Quail Road 500 feet west sewer Handley Drive Craig Street IFE. Rosedale Street water South side of E. Halbert Street 350 feet west water Rosedale Street South side of E. Halbert Street 300 feet east then water Rosedale Street 100 feet north Easement north of 6101 W. 6101 W. Pioneer I i nnn feet west se.^.er Pioneer Parkway Parkway � 'I--- ' � 41 The project was advertised for bid on October 30, 2014 and November 6, 2014 in the Fort Worth Star- Tele-gram. On December 4, 2014, the following bids were received: Bidder Amount Time of Completion North Texas Contracting, $4,248,197.00 220 Calendar Inc. Days William J. Schultz, Inc. d/b/a Circle "C" $4,329,161.00 Construction, Company Si Louis Construction, $4,671,985.95 Texas, Ltd. Ark Contracting $4,866,646.00 Mountain Cascade 1$4,923,596.00 Jackson Construction $5,024,588.50 In addition to the contract cost, the amount of $82,000.00 (water: $25,000.00; sewer: $57,000.00) is required for construction staking, project management, material testing and inspection, and the amount of $129,000.00 (water: $34,000.00; sewer: $95,000.00) is provided for project contingencies. Upon approval of this M&C appropriations for the Village Creek Parallel Interceptor Improvements, Part 1, Project will consist of the following: RJN Group, Inc., Engineering Contract $ 443,835.35 North Texas Contracting, Inc., $4,248,197.00 Construction Contract Construction Staking, Project Management, Inspection, Material $ 309,000.00 Testing, and Contingencies Project Appropriations $5,001,032.35 This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Direct Purchase Note Program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one- percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short- term financing source, another funding source will be required, which could mean issuance of securities under the Direct Purchase Note Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. In accordance with the provisions of the Financial Management Policy Statements, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. The Financial Management Services Director is currently working with all departments to ensure that multi-year Capital Improvements Plans are in place. Newly developed and already existing plans, such as the Water Department's current multi-year Capital Improvement Plan, will be presented to City Council for review and adoption. If the City Council adopted plan does not include issuance of debt for this specific project, the project will be funded utilizing pay-as-you go financing sources. If the City Council adopted plan calls for debt issuance, that debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through other budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Construction is anticipated to commence in 2015. With contract time of 220 calendar days, the construction is estimated to be completed by the end of January 2016. North Texas Contracting, Inc., is in compliance with the City's BDE Ordinance by committing to 18 percent MBE participation on this project. The City's MBE goal on this project is 17 percent. This project is located in COUNCIL DISTRICT 5, Mapsco 90J, 90Q and 90S. FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that funds are available in the 2017 Water and Sewer Revenue Bonds Capital Project Fund for transfer from Unspecified funding to the Village Creek Interceptor Improvements, Part 1, Project for this contract, as depicted in the table below: Available Fund Remaining Fund Amount Transfer Available Fund Amount 2017 Water and Sewer Revenue Pon $6ds Capital 9,095,423.06 $4,459,197.00 $64,636,226.06 roject Fund Subject to M&C approval, transfer from Unspecified and appropriation to the Village Creek Interceptor Improvements, Part 1, Project, the proposed funding for the revised project will consist of the following: Fund Existing Additional Revised Encu m bran brances Remaining Appropriations Appropriations Appropriations and Expenditures Balance Water Capital Projects $175,827.00 $0.00 $175,827.00 $139,348.39 $36,478.61 Fund P265 Sewer Capital Project $366,008.35 $0.00 $366,008.35 $239,635.75 $126,372.60 Fund P275 017 Water and Sewer Revenue $0.00 $4,459,197.00 $4,459,197.00 $0.00 $4,459,197.00 Bonds Capital Project Fund P266 otal Project $541,835.35L!4,4 59,197.00 $5,001,032.35$378,984.1 $4,622,048.21 FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers P266 531350 605170196152 $6,000.00 P266 511010 605170196180 $3,000.00 P266 541200 605170196183 $1.141.033.00 P266 531350 605170196184 $1,000.00 P266 531200 605170196184 $5,000.00 P266 511010 605170196185 $10.000.00 P266 531350 705170196152 $10,000.00 P266 511010 605170196185 $5,000.00 P266 541200 705170196183 $3,236,164.00 P266 531350 705170196184 $2,000.00 P266 5312VV 705170196184 $10,000.00 P266 511010 705170196185 $30.000.00 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Andy Cronberg (5020) Additional Information Contact: Roberto C. Sauceda (2787) ATTACHMENTS 1. 60VCPIP1-NTC Compliance Memo.Pd (CFW Internal) 2. 60VCPIP1-NTC MAP 01R.pdf (Public) 3. 60VCPIP1-NTC MAP 02R.pdf (Public) 4. 60VCPIP1-NTC MAP 03R.pdf (Public) 5. C266 485114 601159990100.docx (CFW Internal) 6. FAR-00004 CIP#01961 Water P266.pdf (CFW Internal) 7. FAR-00005 CIP#01961 Sewer P266.pdf (CFW Internal) 8. Sam for North Texas Contracting.0 (CFW Internal) 9. Village Creek Parallel Interceptor Imp Part 1 REIMB RESOLUTION.doc (Public) North Texas Contracting, Inc. Contractor 4999 Keller Haslet Road Street Address Keller,Texas 76244 City& State (817)430-9500 Telephone Zach Fusilier Contact Person CONTRACT DOCUMENTS VILLAGE CREEK PARALLEL INTERCEPTOR, M-503/M-244 PART 1 & HANDLEY DRIVE WATER IMPROVEMENTS Water Project Number P253-605170196183 Sewer Project Number P258-705170196183 DOE# 7047 City Project# 01961 X-22265 CITY OF FORT WORTH TARRANT COUNTY, TEXAS RJN GROUP, INC. CONSULTING ENGINEERS FORT WORTH, TEXAS June 11, 2015 Conformed CONTRACT DOCUMENTS VILLAGE CREEK PARALLEL INTERCEPTOR, M-503/M-244 PART 1 & HANDLEY DRIVE WATER IMPROVEMENTS Water Project Number P253-605170196183 Sewer Project Number P258-705170196183 DOE# 7047 File#X-22265 City Project# 01961 June 11, 2015 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Texas. Chris Eric Brooks Date: June 11, 2015 Registration No. 67697 Conformed 000000-1 TABLE OF CONTENTS Pagel of 4 1 SECTION 00 00 00 2 TABLE OF CONTENTS 3 4 Division 00-General Conditions 5 0005 10 Mayor and Council Communication 6 0005 15 Addenda 7 00 11 13 Invitation to Bidders 8 0021 13 Instructions to Bidders 9 0035 13 Conflict of Interest Affidavit 10 00 41 00 Bid Form 11 00 42 43 Proposal Form Unit Price 12 0043 13 Bid Bond 13 00 43 37 Vendor Compliance to State Law Nonresident Bidder 14 0045 11 Bidders Pre-qualifications 15 0045 12 Prequalification Statement 16 0045 13 Bidder Prequalification Application 17 00 45 26 Contractor Compliance with Workers'Compensation Law 18 00 45 40 Minority Business Enterprise Goal 19 00 45 41 Small Business Enterprise Goal 20 00 52 43 Agreement 21 0061 13 Performance Bond 22 0061 14 Payment Bond 23 0061 19 Maintenance Bond 24 00 61 25 Certificate of Insurance 25 00 72 00 General Conditions 26 00 73 00 Supplementary Conditions 27 28 Division 01 -General Requirements 29 01 1100 Summary of Work 30 013300 Submittals # 31 0135 13 Special Project Procedures I 32 01 60 00 Product Requirements 33 34 Technical Specifications which have been modified by the Engineer specifically for this Project are 35 identified in the Divisions shown below. Hard copies of those specifications are included in the 36 Project's Contract Documents 37 38 Division 02 -Existing Conditions 39 0241 14 Utility Removal/Abandonment 40 41 Division 31 -Earthwork 42 31 1000 Site Clearing 43 44 Division 32-Exterior Improvements 45 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps 46 47 Division 33-Utilities 48 33 05 20 Auger Boring 49 33 05 21 Tunnel Liner Plate CITY OF FORT WORTH VILLAGE CREEK M-503/M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised August 20,2012 City Project Number 01961 Addendum No.2-December 2,2014 4 000000-2 TABLE OF CONTENTS Page 2 of 4 1 33 05 22 Steel Casing Pipe 2 33 05 23 Hand Tunneling 3 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 4 33 11 10 Ductile Iron Pipe 5 33 11 11 Ductile Iron Fittings 6 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 7 3331 12 Cured in Place Pipe(CIDP) 8 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 9 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 10 33 39 10 Cast-in-Place Manholes 11 33 39 20 Precast Concrete Manholes 12 13 Special Specifications 14 SS-1 Project Coordination, Scheduling and Completion 15 SS-2 Specific Project Conditions and Requirements 16 SS-3 Project Specific Special Conditions 17 SS4 CCFRPM Pipe for Direct Bury Installation(DELETED FROM CONTRACT) 18 SS-5 Polymer Concrete Structures 19 SS-6 Temporary Sanitary Sewer Flow Control 20 SS-7 Wastewater Stop Lois 21 22 Technical Specifications listed below are included for this Project by reference and can be 23 viewed/downloaded from the City's Buzzsaw site at: 24 htps://projectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20- 25 %20Construction%2ODocuments/Specifications 26 27 01 25 00 Substitution Procedures 28 01 31 19 Preconstruction Meeting 29 01 31 20 Project Meetings 30 01 32 16 Construction Progress Schedule 31 01 32 33 Preconstruction Video 32 01 45 23 Testing and Inspection Services 33 01 50 00 Temporary Facilities and Controls 34 01 55 26 Street Use Permit and Modifications to Traffic Control 35 0157 13 Storm Water Pollution Prevention Plan 36 0158 13 Temporary Project Signage 37 01 66 00 Product Storage and Handling Requirements 38 01 70 00 Mobilization and Remobilization 39 01 71 23 Construction Staking and Survey 40 01 74 23 Cleaning 41 01 77 19 Closeout Requirements 42 01 78 23 Operation and Maintenance Data 43 01 78 39 Project Record Documents 44 45 Division 02-Existing Conditions 46 0241 13 Selective Site Demolition 47 0241 15 Paving Removal 48 49 CITY OF FORT WORTH VILLAGE CREEK M-503/M-2441MPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised August 20,2012 City Project Number 01961 Addendum No.2-December 2,2014 000000-3 TABLE OF CONTENTS Page 3 of 4 1 Division 03-Concrete 2 03 30 00 Cast-In-Place Concrete 3 03 34 13 Controlled Low Strength Material(CLSM) 4 03 34 16 Concrete Base Material for Trench Repair 5 03 80 00 Modifications to Existing Concrete Structures 6 7 Division 31 -Earthwork 8 3123 16 Unclassified Excavation 9 31 24 00 Embankments 10 31 25 00 Erosion and Sediment Control 11 12 Division 32-Exterior Improvements 13 3201 17 Permanent Asphalt Paving Repair 14 3201 18 Temporary Asphalt Paving Repair 15 32 01 29 Concrete Paving Repair 16 32 12 16 Asphalt Paving 17 32 12 73 Asphalt Paving Crack Sealants 18 32 13 13 Concrete Paving t 19 32 13 73 Concrete Paving Joint Sealants 20 32 14 16 Brick Unit Paving 21 32 16 13 Concrete Curb and Gutters and Valley Gutters 22 32 17 23 Pavement Markings 23 3231 13 Chain Fences and Gates 24 32 31 26 Wire Fences and Gates 25 32 31 29 Wood Fences and Gates 26 3232 13 Cast-in-Place Concrete Retaining Walls 27 3291 19 Topsoil Placement and Finishing of Parkways 28 32 92 13 Hydro-Mulching, Seeding,and Sodding 29 32 93 43 Trees and Shrubs 30 31 Division 33-Utilities 32 33 01 30 Sewer and Manhole Testing 33 33 01 31 Closed Circuit Television(CCTV)Inspection 34 3303 10 Bypass Pumping of Existing Sewer Systems 35 33 04 10 Joint Bonding and Electrical Isolation I` 36 33 04 11 Corrosion Control Test Stations 37 33 04 12 Magnesium Anode Cathodic Protection System ^W 38 33 04 30 Temporary Water Services 39 33 04 40 Cleaning and Acceptance Testing of Water Mains 40 33 04 50 Cleaning of Sewer Mains 41 3305 10 Utility Trench Excavation,Embedment, and Backfill 42 3305 12 Water Line Lowering 43 3305 13 Frame,Cover and Grade Rings 44 3305 14 Adjusting Manholes, Inlets,Valve Boxes,and Other Structures to Grade 45 3305 16 Concrete Water Vaults 46 3305 17 Concrete Collars 47 33 05 26 Utility Markers/Locators 48 33 05 30 Location of Existing Utilities 49 33 1105 Bolts,Nuts,and Gaskets CITY OF FORT WORTH VILLAGE CREEK M-503/M-244 IMPROVEMENTS PART l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised August 20,2012 City Project Number 01961 "' Addendum No.2-December 2,2014 000000-4 TABLE OF CONTENTS Page 4 of 4 1 33 11 13 Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type 2 33 11 14 Buried Steel Pipe and Fittings 3 33 1210 Water Services 1-inch to 2-inch 4 33 1211 Large Water Meters 5 33 1220 Resilient Seated Gate Valve = 6 33 1221 AWWA Rubber-Seated Butterfly Valves 7 33 1225 Connection to Existing Water Mains 8 33 1230 Combination Air Valve Assemblies for Potable Water Systems 9 33 1240 Fire Hydrants 10 33 1250 Water Sample Stations 11 3331 15 High Density Polyethylene(HDPE)Pipe for Sanitary Sewer 12 33 31 21 Polyvinyl Chloride(PVC)Closed Profile Gravity Sanitary Sewer Pipe 13 33 31 22 Sanitary Sewer Slip Lining 14 33 31 23 Sanitary Sewer Pipe Enlargement 15 33 31 50 Sanitary Sewer Service Connections and Service Line 16 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 17 33 39 40 Wastewater Access Chamber(WAC) 18 33 39 60 Epoxy Liners for Sanitary Sewer Structures 19 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 20 3341 11 High Density Polyethylene(HDPE)Pipe for Storm Drain 21 33 46 00 Sub-drainage 22 33 46 01 Slotted Storm Drains 23 33 46 02 Trench Drains 24 33 49 10 Cast-in-Place Manholes and Junction Boxes 25 33 49 20 Curb and Drop Inlets 26 33 49 40 Storm Drainage Headwalls and Wingwalls 27 28 Division 34-Transportation 29 3441 10 Traffic Signals 30 3441 13 Removing Traffic Signals 31 34 41 20 Roadway Illumination Assemblies 32 34 41 30 Aluminum Signs 33 3471 13 Traffic Control 34 35 Standard Details(General) 36 Standard Details(Water and Sewer)—Detail D138R Added 37 Standard Details(Traffic Control) 38 -- 39 Appendices 40 GC4.01 Availability of Lands 41 GC4.02 Subsurface and Physical Conditions 42 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 43 GC-6.07 Wage Rates 44 GC-6.09 Permits and Utilities 45 46 END OF SECTION CITY OF FORT WORTH VILLAGE CREEK M-503/M-2441MPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised August 20,2012 City Project Number 01961 Addendum No.2-December 2,2014 ON 40 401 on Im Mb RM i s Division 00 GENERAL CONDITIONS r 000510-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page 1 of 1 1 SECTION 00 0510 2 MAYOR AND COUNCIL COMMUNICATION(M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&C for the award of the project. M&C insert shall be on blue paper.] 8 9 10 11 I 12 13 14 A. 15 + 16 17 18 19 20 >• 21 END OF SECTION CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised July 1,2011 City Project Number 01961 October 23,2014 FORTWORTH, FORT WORTH WATER DEPARTMENT ADDENDUM NO. 1 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Village Creek Parallel Interceptor,M-503/M244 Part 1 &Handley Drive Water Improvements City Project No. 01961 and D.O.E.Project No. 7047 File#X-22265 Water Project No.: P253-605170196183 Sewer Project No.: P258-705170196183 ADDENDUM NO. 1 Dated:November 25, 2014 Addendum No. 1forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided in the Bid Form Section 00 4100,page 3 of 3 and on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. A copy of this Addendum is available on the Cit; of Fort Worth BuzzSaw Website. The following modifications to the Contract Documents are being made as identified below: MODIFICATIONS TO THE CONSTRUCTION PLANS 1. Village Creek Parallel Interceptor,M-503,(MT -244 Improvements Part 1&Handley Drive Water Improvements: Revisions made to the project plans included, but were not limited to: Issuing a Revised Cover Sheet addressing changes to the index of drawings and revisions to sheet numbers: Sheet 3 - Service pipe size change; Sheets 6-13 - Change from 2-in.to 1-in.ARV;Added revised pavement repair callout, Service pipe size change,Added clay dam; Showed existing water pipe abandonment,and Labeled geotechnical bore locations; Sheets 17-22— Labeled and adjusted geotechnical bore locations to match geotechnical report bore log latitude and longitude information;and Added FRP pipe stiffness note; Sheets 24-26— Changed pipe size from 36-inch to 42-inch diameter pipe and added pipe stiffness callout; and updated the Q Provided value; and Modified the special detail to reflect the pipe size change noted above; Sheets 3 1-3 2- Minor modifications to the Traffic Control plans for Locations 2 and 3;and Sheet 36- Added modified permanent asphalt repair detail(D004R)to address trench repairs in preparation of a mill and overlay project for Handley Dr. Due to these various minor edits and clarifications made to a large number of construction plans sheets, RJN is re-issuin ,the entire set of construction plan documents under Addendum No. L. Village Creek Parallel Interceptor—Part 1 and Handley Dr.Water Line Improvements, I Addendum.No. 1 - RJN Group,Inc. Approved: 11/25/2014 I FORT WORTH. MODIFICATIONS TO THE CONSTRUCTION SPECIFICATIONS Proposed modification to the Construction Specifications Document are as follows: MODIFICATIONS TO SECTION 00 00 00 TABLE OF CONTENTS: 1. THE TABLE OF CONTENTS was modified to reflect other document changes noted below and is being replaced entirely with the new TABLE OF CONTENTS(see attached). MODIFICATIONS TO DIVISION 00—SECTION 00 11 13 INVITATION TO BIDDERS: SECTION 00 11 13 INVITATION TO BIDDERS is modified to reflect various pipe size changes and is being replaced entirely with the new SECTION 00 11 13 INVITATION TO BIDDERS(see attached). MODIFICATIONS TO DIVISION 00—SECTION 00 42 43 BID PROPOSAL FORM: 1. SECTION 00 42 23 BID PROPOSAL FORM are replaced entirely with the new SECTION 00 42 23 BID PROPOSAL FORMS for the Handley Drive 12-inch Water Line and Village F Creek M-244 and M-503 Sewer Interceptor Improvements(see attached). MODIFICATIONS TO DIVISION 00—SECTION 00 45 39 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL: 1. SECTION 00 45 39 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL is deleted from the Contract Documents. MODIFICATIONS TO DIVISION 00—SECTION 00 45 40 MINORITY BUSINESS ENTERPRISE GOAL: 1. SECTION 00 45 40 MINORITY BUSINESS ENTERPRISE GOAL was MODIFIED and the MBE Goal has been changed from 9%to 17% for this proiect. The original section has been replaced with a new SECTION 00 45 40 MINORITY BUSINESS ENTERPRISE GOAL(see attached). MODIFICATIONS TO EXISTING SPECIAL SPECIFICATIONS 1. SPECIAL SPECIFICATION SS-4 CCFRPM PIPE FOR DIRECT BURY INSTALLATION is deleted from the CONTRACT DOCUMENTS under Addendum No. 1 to eliminate some conflicting information regarding FRP pipe stiffness requirements. MODIFICATIONS TO DIVISION GC 4.02—Subsurface and Physical Conditions: Village Creek Parallel Interceptor—Part 1 and Handley Dr. Water Line Improvements, 2 Addendum.No. 1 RJN Group,Inc. Approved: 11/25/2014 FORT WORTH: An Addendum to the Village Creek Interceptor Improvements Geotechnical Investigation was received and is being provided to perspective bidders for use on this project. The Geotechnical Investigation Addendum is made a part of this Division under Addendum No. 1(See BuzzSaw for posted information). MODIFICATIONS TO DIVISION GC 4.02—MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE COMPLIANCE: 1. The project MBE Compliance Goal was MODIFIED and the MBE Goal has been changed from 9% to 17%for this project. The original documents in this Division are to be removed and replaced with the new MBE Forms(see attached). REQUESTS FOR INFORMATION (RFI)/ CLARIFICATIONS: 1. uestion: RJN received and inquiry concerning some discrepancy regarding the require FRP pipe stiffness to be used. Engineer's Response: RJN replied that the City's Standard Specifications will govern,unless the construction plans specifically document something different. Special Specification SS-04 included in this construction specifications provided some contradictory information to that stated hierarchy of technical information and requirements noted above.Addendum No. 1 deletes SS-04 from the project to address this problem. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. 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 SECTION 00 0515 —ADDENDA of the proposal at the time of the bid submittal. RECEIPT ACKNOWLEDGED: Robert Sauceda, P.E.,Project Manager By: By: Company: Robert Sauceda, P.E.,Project Manager For your convenience, we have posted this Addendum for downloading from the City of Fort Worth BuzzSaw site under the Bid Documents Package directory and Addendum No. I subdirectory. Village Creek Parallel Interceptor—Part l and Handley Dr.Water Line Improvements, 3 Addendium.No. 1 RJN Group,Inc. Approved: 11/25/2014 FORTWORTH: FORT WORTH WATER DEPARTMENT ADDENDUM NO. 2 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Village Creek Parallel Interceptor,M-503/M244 Part 1 &Handley Drive Water Improvements City Project No.01961 and D.O.E. Project No. 7047 File#X-22265 Water Project No.: P253-605170196183 Sewer Project No.: P258-705170196183 ADDENDUM NO. 2 Dated: December 2,2014 Addendum No. 2forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided in the Bid Form Section 00 4100,page 3 of 3 and on the outer envelope of your bid. o" Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. A copy of this Addendum is available on the City of Fort Worth BuzzSaw Website. The following modifications to the Contract Documents are being made as identified below: MODIFICATIONS TO THE CONSTRUCTION PLANS 1. Village Creek Parallel Interceptor,M-503/M-244 Improvements Part 1&Handley Drive Water Improvements: Revisions made to the project plans included,but were not limited to: Sheet 6- Modified callout for 1-in combination air release valve(ARV)-referenced new l- in ARV detail D-138R; Sheets 9-10 Modified call-outs for the new service pipe size change to clarify valves and fittings transitioning from the new 12-inch public mains to the new 6-inch meter location and then back to a new 8-inch service line size to the old Exelon meter vault connection; Sheet 18 The rim and invert elevation information was added back onto this sheet for the proposed MH at Station 8+77; Sheets 21-22- Changed the proposed 5-ft diameter manholes(2 regular and 1 drop)to 6-ft diameter manholes; Sheet 24 Changed the proposed 5-ft diameter manhole to 6-ft diameter manhole; Sheet 26 Modified the details and associated notes to clarify the proposed flow control structure and system(Stop logs)in30-inch and 48-inch pipes in the proposed 12-ft diameter polymer manhole. Note that the previously proposed flow control device for the 54-inch pipe has been eliminated by this addendum. Please review the attached revised plan sheet for more information; RJN is re-issuing these individual construction plan sheets under Addendum No. 2.. Village Creek Parallel Interceptor-Part 1 and Handley Dr.Water Line Improvements, 1 Addendum.No.2 RJN Group,Inc. Approved: 12/2/2014 FORTWORTH, E MODIFICATIONS TO THE CONSTRUCTION SPECIFICATIONS t Proposed modification to the Construction Specifications Document are as follows: MODIFICATIONS TO SECTION 00 00 00 TABLE OF CONTENTS: 1. THE TABLE OF CONTENTS was modified again to reflect other document changes noted below and is being replaced entirely with the new TABLE OF CONTENTS(see attached). MODIFICATIONS TO DIVISION 00—SECTION 00 1113 INVITATION TO BIDDERS: SECTION 00 11 13 INVITATION TO BIDDERS is modified again to reflect various pipe size changes and is being replaced entirely with the new SECTION 00 1113 INVITATION TO BIDDERS (see attached). MODIFICATIONS TO DIVISION 00—SECTION 00 42 43 BID PROPOSAL FORM: 1. SECTION 00 42 23 BID PROPOSAL FORM are replaced entirely again to correct missing and _ newly changed bid items with the new SECTION 00 42 23 BID PROPOSAL FORMS for the Handley Drive 12-inch Water Line and Village Creek M-244 and M-503 Sewer Interceptor Improvements(see attached). MODIFICATIONS TO EXISTING SPECIAL SPECIFICATIONS 1. SPECIAL SPECIFICATIONSS-7 WASTEWATER STOP LOGS is added to the CONTRACT DOCUMENTS under Addendum No. 2 to clarify the proposed flow control structure mechanism in the 12-ft diameter polymer manhole under Location 2. RJN is re- releasing the entire SPECIAL SPECIFICATIONS section(see attached) REQUESTS FOR INFORMATION (RFI)/CLARIFICATIONS: 1. estion: RJN received several inquiries concerning the proposed large meter size and other piping configurations for the Exelon water service. En ineer's Response: RJN will replace the existing 6-inch water meter with another 6-inch water meter that is relocated to the Hwy 303 ROW. Plan profile sheets 9 and 10 have been modified to clarify the proposed 8-inch Exelon service line and water meter vault. The changes in materials has also been reflected in the revised Bid Form that is also being released under Addendum No. 2. 2. estion: RJN received several inquiries concerning the Fontaine Series 95 stop logs proposed on the 12 ft diameter polymer manhole. Village Creek Parallel Interceptor—Part 1 and Handley Dr. Water Line Improvements, 2 Addendum.No.2 RJN Group,Inc. Approved: 12/2/2014 FORT WORTH.' Engineer's Response: RR4 modified Sheet 26 to clarify the proposed flow control improvements using the proposed st9p logs.Additionally a new specification, SS-07 WASTEWATER STOP LOGS,was added to the SPECIAL SPECIFICATIONS section in the Contract Documents and released under Addendum No. 2(see attached). 3. estion: RJN received an inquiry concerning the proposed 1-inch combination air release valve. No specification or standard detail was provided regarding this item. Engineer's Response: RJN modified the City of Fort Worth Standard Detail D138 for a 2-in Potable Combination Air Valve Assembly to create a Special Project Detail D138R for a 1-inch Combination Air Release Valve(ARV)(see the attached special detail released under Addendum No. 2). 4. estion: RJN received an inquiry concerning the sizes of the proposed manholes on Location 3. Engineer's Response: RJN reviewed the City of Fort`North Standards and determined that the proposed 5-ft diameter manholes on the existing 39-inch pipeline were too small. The proposed manhole diameters were modified to 6-ft diameter structures for Sheets 21,22 and 24 (see the attached modified plan profile sheets released under Addendum No. 2). 5. Question: RJN received an inquiry concerning the missing manhole rim and invert elevations of the proposed polymer manhole at Sta. 8+77. This information was inadvertently left off the revised plans issued under Addendum No 1. Engineer's Response: RJN added the rim and invert information back to the Sta. 8+77 manhole in the profile view and re-issued Sheet 18(see the attached modified plan profile sheet released under Addendum No. 2). 6. estion: RJN received an inquiry concerning the design parameters for the proposed CIPP sections in Location 2 and 3 plans. Engineer's Response: RJN reiterated that the design assumptions are that the liner thickness will be determined by assuming a fully deteriorated host pipe and the City's Standard Specification for CIPP installation applies. Additionally.RJN will accept modified CIPP installations using fiber-reinforced and/or full fiberglass liners on this project. RJN noted that the supplemental geotechnical information released under Addendum No. 1 did a specific test to determine if the subgrade under Quail Ln was saturated and could adversely affect the lining of M-244B. Please see the findings shown in the supplemental geotechnical information. 7. Question: RJN received an inquiry concerning 54-inch pressure plug(Section B, Bid Item No 2) for Location 2. More specifically, how much pressure is this plug anticipated to handle was asked. In lieu of a flanged pressure plug, an alternative option was offered for consideration. This alternative would be to use a standard FRP pipe end plug and backfill behind it with Plowable fill to "block"the plug and anchor it in place in the trench. Village Creek Parallel Interceptor—Part 1 and Handley Dr.Water Line Improvements, 3 Addendum.No.2 RJN Group,Inc. Approved: 12/2/2014 FORT WORTH, Enzineer's Response: RJN noted that this is proposed plug on a stub-out and it will be subject to periodic manhole surcharging,especially if the flow control measures are activated. RJN will consider accepting the alternative pipe plugging method noted above pending the review and approval of submitted engineering calculations that validates the maximum pressure this pipe plugging method will hold and that it exceeds the anticipated hydrostatic pressure in that manhole assuming it is fully surcharged. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. 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 SECTION 00 OS 15 —ADDENDA of the proposal at the time of the bid submittal. RECEIPT ACKNOWLEDGED: Robert Sauceda,P.E.,Project Manager By: By: Company: Robert Sauceda, P.E., Project Manager For your convenience, we have posted this Addendum for downloading from the City of fort Worth BuzzSaw site under the Bid Documents Package directory and Addendum No. 2 subdirectory. Village Creek Parallel Interceptor—Part 1 and Handley"Dr.Water Line Improvements, 4 Addendum.No.2 RJN Group,Inc. Approved: 12/2/2014 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS �. 4 Sealed bids for the construction of VILLAGE CREEK PARALLEL INTERCEPTOR,M-503/M-244 5 IMPROVEMENTS PART 1 & HANDLEY DRIVE WATER IMPROVEMENTS, City Project No. 6 01961, Water Project No. P253-605170196183, Sewer Project No. P258-705170196183, DOE #7047, 7 will be received by the City of Fort Worth Purchasing Office: k 8 9 City of Fort Worth 10 Purchasing Division 11 1000 Tbrockmorton Street 12 Fort Worth,Texas 76102 13 14 until 1:30 P.M. CST,Thursday,December 4,2014,and bids will be opened publicly and read aloud at 15 2:00 PM CST in the Council Chambers. 16 } 17 GENERAL DESCRIPTION OF WORK 18 The major work will consist of approximately the following items: 19 20 Section A:Handley Drive 12-inch Water Line(Location 4) 21 2385 LF— 12 inch PVC water pipe 22 635 LF— 12 inch DI water pipe 23 545 LF— 12 inch DI water pipe in 24-inch Steel Casing BOTOC 24 300 LF—8 inch PVC water pipe(30 LF installed by Short Tunnel) 25 155 LF—6 inch PVC water pipe 26 46 EA—1-1/2 in(2); 1 in(42)Water Services;4-inch Fire Line and a 6-inch Water Meter and Vault 27 Section B: 28 Village Creek M-244B and M-503* Sewer Interceptor Improvements(Location 2) 29 498 LF—54 inch sewer pipe 30 407 LF—48 inch sewer pipe 31 20 LF—48 inch fiberglass sewer carrier pipe in 60-inch Steel Casing Pipe BOTOC 32 686 LF—48 inch fiberglass sewer carrier pipe in 66-inch Tunnel Liner Plate BOTOC 33 222 LF—30 inch fiberglass sewer carrier pipe in 42-inch Steel Casing BOTOC 34 52 LF—30 inch fiberglass sewer pipe r 35 975 LF—30 inch sewer CIPP structural liner 36 3 EA—Non-standard extra depth manholes(various types for 8-ft dia. structures) 37 1 EA—6 ft dia.manhole 38 6 EA—Non-standard extra depth polymer manholes(various types for 5-ft to 12-ft dia. structures) 39 Village Creek M-244B Sewer Interceptor Improvements(Location 31 40 2,476 LF—39 inch sewer structural CIPP liner 41 115 LF—42 inch fiberglass sewer pipe 42 5 EA—6 ft dia.manholes(one is a drop manhole) 43 44 PREQUALIFICATION 45 The improvements included in this project,which require prequalification,must be performed by a 46 contractor who is prequalified by the City at the time of bid opening. The procedures for qualification 47 and prequalification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 48 49 CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised November 27,2012 City Project Number 0 196 1, Addendum No.2-December 2,2014 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 DOCUMENT EXAMINATION AND PROCUREMENTS 2 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort 3 Worth's Purchasing Division website at http://www.fortworth og v_org[purchasing_/and clicking on the 4 Buz zsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may 5 be downloaded,viewed, and printed by interested contractors and/or suppliers. 6 7 Copies of the Bidding and Contract Documents may be purchased from RJN Group,Inc., located at 8 6701 Brentwood Stair Rd., Suite 100 W, Fort Worth, TX 76112 9 10 The cost of Bidding and Contract Documents is: $125.00 for full size and$70.00 for half size plans, 11 specifications and a copy of the electronic files 12 13 PREBID CONFERENCE 14 A non-mandatory pre-bid conference may be held as described in Section 00 21 13 -INSTRUCTIONS 15 TO BIDDERS at the following location,date,and time: 16 17 DATE: November 13, 2014 18 TIME: 9:00 am 19 PLACE: 311 W. 10th Street 20 Fort Worth, Texas 76102 21 LOCATION: Conference Room, 22 23 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 24 City reserves the right to waive irregularities and to accept or reject bids. 25 26 FUNDING 27 Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues 28 generated from user fees and dedicated by Resolution of OWNER's Administrative Board to the work -� 29 under this INVITATION TO BIDDERS. 30 31 INQUIRIES 32 All inquiries relative to this procurement should be addressed to the following: 33 Attn: Roberto C. Sauceda,P.E.,City of Fort Worth 34 Email: Robert.Sauceda@fortworthtexas.gov 35 Phone: (682)432-5478 36 AND/OR 37 Attn: Chris Eric Brooks P.E.,RJN Group,Inc. _ 38 Email: cbrooks@r n.com 39 Phone: (817)876-9695 40 41 ADVERTISEMENT DATES 42 October 30, 2014 43 November 6, 2014 44 45 END OF SECTION CITY OF FORT WORTH VILLAGE CREEK M-503&M-244IMPROVEMENTS PART 1 i' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE 1MPROVEMENTS Revised November 27,2012 City Project Number 01961, Addendum No.2-December 2,2014 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person,firm,partnership, company,association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder:Any person,firm,partnership, company, association,or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 N 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. 37 38 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 39 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 40 45 11,BIDDERS PREQUALIFICATIONS. 41 42 3.2.1. Submission of and/or questions related to prequalification should be addressed to 43 the City contact as provided in Paragraph 6.1. 44 45 CITY OF FORT WORTH VILLAGE CREEK M-503/M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised December 20,2012 City Project Number 01961 October 23,2014 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 .� 1 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent 2 low bidder(s)for a project to submit such additional information as the City, in its sole 3 discretion may require,including but not limited to manpower and equipment records, — 4 information about key personnel to be assigned to the project, and construction schedule, 5 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 6 deliver a quality product and successfully complete projects for the amount bid within 7 the stipulated time frame.Based upon the City's assessment of the submitted 8 information, a recommendation regarding the award of a contract will be made to the 9 City Council. Failure to submit the additional information,if requested,may be grounds 10 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 11 notified in writing of a recommendation to the City Council. 12 13 3.4. In addition to prequalification,additional requirements for qualification may be required 14 within various sections of the Contract Documents. 15 16 3.5. Special qualifications required for this project include the following: The successful 17 Bidder on this project must have a superintendent able to be assigned to this project with 18 at least 10 years experience successfully constructing large diameter sanitary sewer 19 mains(more than 15,000 LF of 30-inches and larger pipes). The superintendent shall 20 also be experienced completing more than 5 high precision large diameter sanitary sewer 21 installations projects with segment lengths greater than 500 LF each using trenchless 22 construction methods and access shafts. 23 24 3.6. Attendance at prebid conference is not mandatory;however,the OWNER strongly 25 encourages all perspective BIDDERS to attend the prebid conference. 26 27 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 28 29 4.1.Before submitting a Bid, each Bidder shall: 30 31 4.1.1. Examine and carefully study the Contract Documents and other related data 32 identified in the Bidding Documents(including"technical data"referred to in 33 Paragraph 4.2.below).No information given by City or any representative of the 34 City other than that contained in the Contract Documents and officially 35 promulgated addenda thereto, shall be binding upon the City. 36 37 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 38 site conditions that may affect cost,progress,performance or furnishing of the 39 Work. 40 41 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 42 progress,performance or furnishing of the Work. 43 CITY OF FORT WORTH VILLAGE CREEK M-503/M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised December 20,2012 City Project Number 01961 October 23,2014 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site(except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable"technical 5 data" and(ii)reports and drawings of Hazardous Environmental Conditions,if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable"technical data." 8 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will famish.All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents.No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research,investigations,tests,borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request,City may provide 21 each Bidder access to the site to conduct such examinations,investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations,tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work,time required for its completion,and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation,research,tests,explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the F` 32 Bidder has made the investigation,examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any,on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH VILLAGE CREEK M-503/M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IWROVEMLNTS Revised December 20,2012 City Project Number 01961 October 23,2014 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures(except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents,but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any"technical data" or 11 any other data,interpretations,opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 15 exception the Bid is premised upon performing and famishing the Work required by the 16 Contract Documents and applying the specific means,methods,techniques,sequences or 17 procedures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents,(iii)that Bidder has given City written notice of all 19 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc.,have not been resolved through the interpretations by City as described in 22 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 27 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06, of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities,construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements,and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH VILLAGE CREEK M-503/M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised December 20,2012 City Project Number 01961 October 23,2014 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way,easements, and/or permits,and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 7 8 6. Interpretations and Addenda 9 10 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 11 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 12 received after this day may not be responded to. Interpretations or clarifications 13 considered necessary by City in response to such questions will be issued by Addenda 14 delivered to all parties recorded by City as having received the Bidding Documents. 15 Only questions answered by formal written Addenda will be binding. Oral and other 16 interpretations or clarifications will be without legal effect. 17 18 Address questions to: 19 20 City of Fort Worth 21 1000 Throclanorton Street 22 Fort Worth,TX 76102 23 Attn: Roberto C. Sauceda,Water Department 24 Fax: (817)392-8195 25 Email: Robert.Sauceda@fortworthtexas.gov 26 Phone: (682)432-5478 27 28 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 29 City. 30 31 6.3.Addenda or clarifications may be posted via Buzzsaw at 32 haps://proiectpoint.buzzsaw.com/client/�0rtworth-zov/InfrastructureProjects/01961- 33 Village Creek Parallel Interceptor Improvements, Various Locations/Bid Documents 34 Package. 35 36 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 37 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 38 Project. Bidders are encouraged to attend and participate in the conference. City will 39 transmit to all prospective Bidders of record such Addenda as City considers necessary 40 in response to questions arising at the conference. Oral statements may not be relied 41 upon and will not be binding or legally effective. 42 43 7. Bid Security 44 45 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 46 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 47 the requirements of Paragraphs 5.01 of the General Conditions. 48 CITY OF FORT WORTH VILLAGE CREEK M-503/M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised December 20,2012 City Project Number 01961 October 23,2014 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 4 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which,or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract,if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or"or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City,application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors,Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts.A copy of the Ordinance can be ` 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 5:00 P.M. CST,five(5)City business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received.Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH VILLAGE CREEK M-503/M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised December 20,2012 City Project Number 01961 October 23,2014 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit 4 price item listed therein. In the case of optional alternatives,the words"No Bid," 5 "No Change," or"Not Applicable"may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required.All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to r13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner,whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 ,. 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to City Manager of the City,and shall be enclosed in an opaque sealed envelope, 46 marked with the City Project Number,Project title,the name and address of Bidder, and 47 accompanied by the Bid security and other required documents. If the Bid is sent through the 48 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 49 with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH VILLAGE CREEK M-503/M-244 IMPROVEMENTS PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised December 20,2012 City Project Number 01961 FP October 23,2014 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 6 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids.After all Bids not requested for withdrawal are 8 opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City,be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates(if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance - 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids,including without limitation the rights 27 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price,contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders,Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH VILLAGE CREEK M-503/M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised December 20,2012 City Project Number 01961 October 23,2014 r002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers,and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs,maintenance requirements,performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications,and financial 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization,work of a value not less than 17 35%of the value embraced on the Contract,unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded,it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 Y 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded,City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 Mme, 45 46 47 END OF SECTION CITY OF FORT WORTH VILLAGE CREEK M-503/M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised December 20,2012 City Project Number 01961 October 23,2014 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 3513 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror,or respondent(hereinafter also referred to as"you")to a City of Fort Worth(also 5 referred to as"City'l procurement are required to complete Conflict of Interest Questionnaire(the 6 attached CIQ Form)and Local Government Officer Conflicts Disclosure Statement(the attached CIS 7 Form)below pursuant to state law.This affidavit will certify that the Bidder has on file with the City 8 Secretary the required documentation and is eligible to bid on City Work.The referenced forms may be 9 downloaded from the website links provided below. 10 I hqp://wNvw.ethics.state.tx.us/forms/CIO.t)df 12 13 http://www.ethics.state.tx.us/forms/CIS.pdf 14 15 0 CIQ Form is on file with City Secretary 16 17 Q CIQ Form is being provided to the City Secretary 18 19 ® CIS Form is on File with City Secretary 20 21 Q CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 North Texas Contracting,Inc. Zach Fusilier 27 By: 28 Company1 ase P . t) 29 30 4999 Keller Haslet Road Signature: 31 Address 32 33 Keller,Texas 76244 Title: Vice President 34 City/State/Zip (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTH VILLAGE CREEK M-503/M-244 IMPROVEMEN71S PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised March 27,2012 City Project Number 01961 October 23,2014 003513-2 CONFLICT OF INTEREST AFFIDAVIT Page 2 of 3 CONFLICT OF INTEREST QUESTIONNAIRE FORM CLQ For vendor or odwer person doing busitesa with lord Bove n nental enW T w quadwonwo rruelr ftawW rwaur to to mw K M.S.101,N&Lwa,ROVOK session_ OFFICEMEOMY TMs ire is being Ned w woordanca v0dh Chapter 178.1 ow Go errinw"ht Cade oft R.&.m by apersonvfttum a huskwmw ee oast*as defined by Seri 17&01}1(1-a)with a local goeenmrwrtat endy ardlhepemm meals requiremertkumder Seri'an 17B 00WA)_ Bylarrftfsquesi rnliserrasIbeRedudhtoreco(dsmWirkirmiorof0wkNu9gw cranertal ertly not kderNwn the 7%businms day aftert he date Ow per on heoonres aware at tach* Vmd require the sfaWm ert b be%W. See Section 178.008,Lrnal Govemmert Cade. A person mrwrrls an o&errse iT Ow person Irnowirigly w6des Sewn 178.008, tnd Govemi rum t Lode-An aifense rnderdus secbm is a Class C n*derrreanor 1 Naree of person who has a busm s MWW nship+with local governinenhd ertly 2 ❑ i:heci itrs haw iFrau aretiug an geddetn a previousyiied rprestiameaie. (the Law"twes that yea file an abed ccrrWleted Wwwtio arwa witfh tlhe appropriate filing authority not Wer duan the 1%bushem day aIle►lie cafe the enigma tied ques6arawe becomes wwou lete or ioraarate_) Ilene of lod gnvenumrt otFicer wft nrlrom hoz m Lurzires6 rditiorsltip Nary of Officer This sed nn Glen 3 i mAidng stpwts A,B.C a D) east be compleled tfa each olfoer with when Mae icer has an errployrnavt ar of m business nia umbp as defned by Sermon 178.m1(1a),l Goven cert Code_ Adtach addbonal pages to M l=am C1Q as necessary. A- is t w focal gwAwnmet olfioa named m Iles section nxwrAyq or Ww*b raoeim ircuarre,ober thea srmsYneni kwmm Liam Be Aer of the gwmborrrai es Yes F-1 No & Is the tier of the quesbannn a nwemV or liidy lo nKwm t wabie wEame,other than wwesbrnerrt wworm roam or at flee dine*on of the lod guvermrrert oftm ruarned n Mins section AND the taz3b1e income 6 not rea"kied Gam the lad govenanentai-w- r-1 Ye. r-1No C- Is Mee tier of this questionnaire err>picryed by a cogxwako or other business edly win rasped to afeidn fire Iod goMemhat alkw saves as an officer or ckecbK or halls an orenersldp of 10 pencerrt or more? 0,ft Mw D.Dewrhe each eo*eyrneert or buwiea reetianstW wO Mee local gory mon atfrrw nan ed n Mee sechan_ Sl MAW at parol dWq tr0h—I&he go-n-rU erithr txae Adopted 0& 9MO7 CITY OF FORT WORTH VILLAGE CREEK M-503/M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised July 1,2011 City Project Number 01961 003513-3 CONFLICT OF INTEREST AFFIDAVIT Page 3 of 3 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (hv*ucbcmtarmns eli and fing this form are piorided ante ned pace) Thb Wad10MMYb rulI r" eearPs NAM Eo rr u.by n.H_/e1.Nth ug.,ft§MK SMMDR- pF}IMIJIBE09" This is the notim In the apprgMude local gowwrw ental en*met the fo0oaircg bed gthFasrnrert alGoer has treaorrhe aib®e of facts dud teghiretthe attcoerio*L-this shderrrent o.hr rk02wern it amardanae uta h Chapter 170.1--d Govenmecd Code 01a of local Government Officer er 2 Olfiee Held Nave of person described by Sections 179 002(x)and 176.003(x?.Local Gorernareed Code !J Description of the nabuv and extent of employment:or other business relatiwrship With per wa nawed in iMn 3 s list gdts accepted by the local government officer and any faiy member,excluding gins descrrbed by Sermon 176.003[a 1),if aggregate value tithe gifts accepted fiam person named in iter 3 exceed f2S0 during the 12-month period described by Section 17+6-003(a)M(91 Dais Gift Aeoepted Description of ow Date Gin Accepted Description of Gil Dab MAccepted Description of Gill (attach adddianal tarns as necessay) 6 14FR1ASff I anew ncdr wav of""that the abwe taaAanert a the am mncr 1 acwwaftAge Mal re tSadomm aW"In a ta"env"{as deflned ter Seat n 17ti.tt ICC Lord Gamma rd Cone)of to low cpaecni W wmm 1 also aftow erlge TM rb dalerrrert cm&%re tz ffalh period uwic0ft ty sedlon tMAN(a),LOW Gorenvrrent cf. 3k}catae CC UMcaMerraaecr oceaer AFFCX NOTA"AT1�ifP f REAL Ao0'YE aosn/v awd o6glad heroin nhe ur oe tad ttsrs dor d m .b oerb atiY7S,Mico pry ME"and wardaala:. nom a m doMQr aemmfta lq am& Fla nm~ar oafc=adrs"V""ods TWe d oMaff adn*nlshe t oba AMOM 05i29t2tW PP END OF SECTION r CITY OF FORT WORTH VILLAGE CREEK M-503/M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS y Revised July 1,2011 City Project Number 01961 u 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: VILLAGE CREEK PARALLEL INTERCEPTOR,M-503/M-244 IMPROVEMENTS PART 1 AND HANDLEY DRIVE WATER LINE IMPROVEMENTS City Project No.: 01961 Units/Sections: SECTION A:HANDLEY DRIVE 12-INCH WATER LINE(LOCATION 4) SECTION B:VILLAGE CREEK M-244 and M-503 SEWER INTERCEPTOR IMPROVEMENTS PART 1 (LOCATIONS 2&3) 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. i 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non-competitive levels. ■ d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Form Revised 20120327 City Project No:01961 October 23,2014 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 Line Improvements b. Sanitary Sewer Line Improvements 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 271 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 4100 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 0045 12 g. Conflict of Interest Affidavit,Section 00 35 13 'If necessary,CIQ or CIS forms are to be provided directly to City Secretary h.Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below,please enter the total bid amount for this project.Only this figure will be read publicly by 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. Evaluation of Bid Items: Total Section A1�/O��o3.3 Total Section,B Section A&B Project Total Amount Bid �/,Z�B,/9>z✓ CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Form Revised 20120327 City Project No:01961 October 23,2014 01142 43 BID PROPOSAL Page 1 of6 SECTION 00 42 43 PROPOSALFORM VILLAGE CREEK M-503/M-2446 PARALLEL INTERCEPTOR PART 1 AND HANDLEY DRIVE 12-INCH WATER LINE IMPROVEMENTS Bidder's Application Project item Information Bidder's Proposal Bid[,,. Bidlist Item Specification Section Unit of Bid �r No. No. Description No. Measure QuantityUnit Price Bid Value Village Creek:Location 4(Handley Dr.12-Inch Waterline) �G w 1 3311.0467 12"PVC Water Pipe,CSLM Backfill 3311 12 LF 2,385 3 9 33 j) I 2 3311.0451 12"Dl Water Pipe,Installed&Grouted in 24"Casing Pipe 33 11 10 LF 545 411tF 3 3305.1104 24"Casing By Other Than Open Cut,1/2"Thick Steel Casing-Main A Rail Road 33 05 22 LF 120 �05 ,�(� Crossing / 4 3305.1104 24"Casing By Other Than Open Cut,112"Thick Steel Casing-Main A Hwy 303 33 05 22 LF 130 ll Crossing JaS` 3q i7J0 5 3305.1104 24"Casing By Other Than Open Cut,1/2"Thick Steel Casing-Main B Hwy 303 33 05 22 LF 295 e Crossing and other Bore Sections 3�s I O 9 9�S 6 3311.0457 12"DI)Vater Pipe,CSLM Backfill 33 11 10 LF 635 45 //,r7, y�f 7 3311.0164 6"PVC Water Pipe,CLSM Backfill 33 11 12 LF =5 :7 �5 D 8 3312.0264 8"PVC Nater Pipe,CLSDI Backfill 34 11 12 LF 270 Q 9999.9999 8"PVC Water Pipe By Short Tunnel LF 22 �j�n zoo 33 13.3003 8"Gate Valve 34 12 20 EA 2 3 env 11 3312.3005 12"Gate Valve 33 1220 EA 14 Z/�j'yp J5&,O` 12 3311.0001 Ductile Iron Fittings sv/Restraint 33 11 11 TON 6 4� 13 3312.3002 6"Gate Valve 33 1220 EA 8 14 9999.9999 Connection to Existing Water Mains(includes Exelon 6-in senice line) EA S /t 800 �f jp Is 3305.0116 Concrete Encasement for Utility Pipes 3305 10 CY 5 13. 6?7�/✓ 16 3305.0109 Trench Safety 3305 10 LF 3,438 3$(39 17 3312.0001 Fire Hydrant 33 1240 EA 4 Q�JIDo /O�do p 18 3312.0002 Water Sampling Station 33 1250 EA I 3/ 3,o oo 19 3312.2803 6"Nater Meter and Vault(with Bypass Assembly),Install 33 12 11 EA I ���fey f,$/ <O(, 20 3312.2103 I-1/2"Water Service, 33 12 10 EA 23 000 2) 3312.2101 1-112"Water Service,Meier Reconnection 331210 EA 2 �� 1w 22 3312.2003 1"Water Senice, 33 12 10 EA 42 /�73� 13,71'v 23 3312.2001 1"Water Service,Meter Reconnection 33 12 10 EA 42 d� 24 3304.0101 Temporary Water Senices 330430 LS I /v/000 /0 0Or✓ 25 9999.9999 4"Water(Fire Line)Senior,Reconnection EA 1 j¢ 999 9,9999 1"Combination Air Valve Assemblv for Nater,(see Detail D138R) 33 12 30 EA ] 31500 r 3j�UO 27 2241.1510 Salvage Fire Hydrant 0241 14 EA 3q �D 90C r 28 2241.1302 Remove existing 6-inch gate valve 0241 14 EA 6 Sou v �9UD 29 2241.1303 Remove existing 8-inch gate valve 10241 14 I 1 3m" 3UG L CITY OF FORT WORTH V IL AOE CREEK h-503 6-244 PARALLEL INTERCEPTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Form Rmioi 20120120 City No.01961;Addendum N.2.12-2-14 0042 0, BID PROPOSAL Pogo 2�<': SECTION 00 42 43 PROPOSAL FORM VILLAGE CREEK M-503/M-2"B PARALLEL INTERCEPTOR PART 1 AND HANDLEY DRIVE 12-INCH WATER LINE IMPROVEMENTS Bidder's Application Project Item Information Bidder's Proposal 1 Bid Item Bidlist Item Specification Section Unit of Bid No. No. Description No. Measure Quantity Unit Price Bid Value 30 0241.1601 Salvage existing Nater Sampling Station 0241 14 EA 1 9-0— Eck, 31 0241.1118 6"-12"Pressure Plug 0241 14 FA 7 35d z/d�sO 32 0241.1001 Water Line Grouting 0241 14 CY 25 i /zy ,j,oeo 33 3292.0100 Block Sod Replacement 3292 13 SY 275 P" 34 3292.0500 Hydromulch Seeding,Soil Retention Blanket 3292 13 SY 270 X/ 35 3125.0101 SWPPP >_I acre 312500 IS I ��Dnp L5�ppv 36 3471.0001 Traffic Control 347113 MONTH 3 37 0241.1000 Existing Cone Pvrnt and Driveway Removal 0241 15 SY 680 38 3213.0101 6"Cone Pent 33 13 13 SY 240 49 39 3216.0101 6"Cone Curb and Gutter 32 16 13 LF 225 40 3213.0301 4"Cone Sidewalk,per square foot 32 1320 SF 200 y D pp 41 3213.0401 6"Concrete Driveway,per square foot 32 1320 SF 260 42 3201.0202 Asphalt Psmt Repair Beyond Defined Width,Arterial 3301 17 SY 180 60+ 43 3201.0122 5'Wide Asphalt Plmu Repair,Arterial 3201 17 LF 1,720 44 9999.9999 Gravel Pavement Repair CY 20 ba 200 r i 45 0241.1517 Salvage 6"water meter 0241 14 EA 1 11 Ow Section A:Water Total -93 3 IN' CIN OF FORT WORTH VILLAGE CREEK Ar-503 M-244 PARALLEL INTERCEPTOR 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Form Rerisad 20120120 City No.01961;Addmdm No.2-12-2-14 Do 4243 BID PROPOSAL Ng.3 of6 SECTION 00 42 43 PROPOSALFORM VILLAGE CREEK M-503/M-2446 PARALLEL INTERCEPTOR PART 1 AND HANDLEY DRIVE 12-INCH WATER LINE IMPROVEMENTS Bidder's Application t� Project Item Information Bidder's Proposal Bid Item Bidlist Item Specification Section Unit of Bid Na No. Description No. Measure Quantity Unit Price Bid aloe 44 :X_ � rs��--.,- R Village Creek:Location 2(M-244B Reroute;M-503R'Relief;and M-503'Rehabilitation) q 1 3305.1107 42"Casing By Other Than Open Cut 33 05 22 LF 222 �/Coo i 2 3305.111 60"Casing By Other Than Open Cul 33 05 22 LF 20 i 050� Z�J DvJ 3 3305.1306 66"Tunnel Liner Plate By Other Than Open Cut 33 05 21 LF 686 4 3331.4608 54"Fiberglass Sewer Pipe,Select Backfill 3331 13 LF 498 33v 5 3331.4523 48"Fiberglass Sewer Pipe,Select Backfill 3331 13 LF 407 6 3331.5774 30"Fiberglass Sewer Pipe,CLSM Backfill 3331 13 LF 52 Z�v /3 ODD 7 3331.3015 48"Sewer Carrier Pipe 3331 13 LF 706 0 300� z�/ o00 8 3331.3012 30"Sewer Carrier Pipe 3331 13 LF 222 1pvV y�yO0 9 9999.9999 Non-Standard Item:30"CIPP,Structural Liner LF 975 10 9999.9999 Non-Standard Item:8'Dia-Manhole @ M-244B Reroute Sta.0+00-(10-11 depth) 33 39 10,33 39 20 EA 1 30w~ 3O 000~ 11 9999.9999 Non-Standard Item:8'Dia.Manhole @ M-2448 Reroute Sta-7+02-(12-11 depth) 33 39 10,33 39 20 EA 1 3y 0&9o- coo 12 9999.9999 Non-Standard Item:8'Dia.Large Base Manhole w/5-11 Dia.Pre-cast Concrete 33 39 10,33 39 20 EA 1 Z�ovy p� Riser(r?M-244B Reroute Sta.4+83-(15-5-0 Depth) Z�l 13 3339.2002 6-FI Dia.Std.Manhole,(to 6-R depth) 33 39 10,33 39 20 EA I POO 9 �W 14 3339.1203 6-11 Extra Depth Manhole 33 39 10.33 39 20 VF 8 boo 15 3339.2002 Non-Standard Sanitary Sewer Structure Epoxy Liner 33 39 10.33 39 20 SF 2,000 �� ,�d opo 16 9999 9949 Non-Standard Item:8'Dia.Large Base Extra Depth Polymer Manhole with 5'Dia EA 1 Riser q?M-2448 Reroute Sta 8+77-(15.5-fl depth) /cc,evo /Ov fh7d Non-Standard Item:T Dia.Special Drop Extra Depth Polymer Manhole @ M- 17 99929999 503R•Relief Sta 6+86--(27-fl depth) EA 1 10 CVC /J!(j 000 Non-Standard Item:12'Din.Extra Depth Poh•nrer Manhole w/Accessible 18 9999.9999 Flog Control Bulkheads S Stop Lnes. 316 SS Double Leaf Hatch Door rri.M- EA I 503R*ReliefSta.7+19-(13.50-ft Depth) 200000- zcv 000 19 9999-9999 Non-Standard Item:5'Dia.Extra Depth Polymer Manhole @ M-503R•Sta.67+58 EA I C�5'pQi� `000 (I 1-R Depth) �/ 20 9999.9999 Non-Standard hem:5'Dia.Extra Depth Polymer Manhole @ M-5030 Sta.103+55 EA 1 -(14.0-11 Depth) �/o vav '/41 osY� Non-Standard Item:6'Die.Extra Depth Polymer Manhole @ M-503'Sta-93+65 _ 21 9999.9999 EA I �v s700 o O (9.5-fl Depth) SO 22 330L0101 Manhole Vacuum Testing EA 10 � /.O' lee., 23 9999.9999 Non Standard Item: Variable width Concrete Collars 3305 17 EA 6 Ldp p' o0U✓ 24 0241.2113 30"Sewer Abandonment Plug 0241 14 EA 6 J!� COo 25 0241.1114 54"Pressure Plug for 54-inch Stub-out al M-503R'Relief(@ Sta.7+19 0241 14 EA I �1�DJ� �.Jw y 26 0241.2001 Sanitary line Grouting 0241 14 CY 200 �OV ZO 00p r 27 3301.0001 Pre-CCTV Inspection 3301 31 LF 1,960 28 3301.0002 Post-CCTV Inspection 3301 31 LF 2,460 CITYOF FORT WORTH VILLAGE CREEK M-503 M-2M PARALLEL INTERCEPTOR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Form R-isrd 20120120 City No.01961:Addendum Nn 2-12-2-d W 42 43 BID PROPOSAL Page 4 gf 6 SECTION 00 42 43 PROPOSALFORM VILLAGE CREEK M-503/M-2446 PARALLEL INTERCEPTOR PART 1 AND HANDLEY DRIVE 12-INCH WATER LINE IMPROVEMENTS Bidder's Application Project Item Information Bidder's Proposal Bid Item Bidlist Item Specification Section Unit of Bid No, No. Description No. Dleasure Bid No. Price Bid Value p 29 3305.0109 Trench Safety 3305 10 LF 957 30 3303.0001 Bypass Pumping Budget(Anything above this amount is considered as 33 03 10 FIXED 1 $50,000.00 S50,000.00 subsidiary all other items bid) 31 3292.0100 Block Sod Replacement 3292 13 SY 30 - 32 3292.0400 Hydromulch Seeding 3292 13 SY 2,110 191 Sri) 33 3125.0101 S\VPPP>_I acre 31 2500 LS 1 zJ!p pp_ 17,pov" 34 3471.0001 Traffic Control 3471 13 LS I �p✓d y�000 35 3216.0101 6"Conc Curb and Gutter 3216 13 LF 50 m.r 36 0241.1000 Existing Conc P%,mt and Driveway Removal 0241 15 SY 70 37 3313.0101 6"Conc Pvm( 33 13 13 SY 70 p f d/,jpp r�r 38 3213.0401 6"Concrete Driveway,per square foot 32 1320 SF 200 Section B Location 2:Sanitary Sewer Subtotal Village Creek:Location 3(M-2448 Rehabilitation) L 3331.4421 42"Fiberglass Sewer Pine 3331 13 LF 115 Z5V 2g Sv 2 3311.5747 8"Saver Pipe,CLSM Backfill 33 11 10.33 31 12,33 LF 5 /2 3120 6ZS� 3 9999.9999 Non-Slandard Item:39"CIPP 3331 12 LF 2476 230✓ Jr(p/ y� 4 9999.9999 No Standardf Item:Modify Existing Sanitary Saver Junction Structure at M-503• LS 1 /5000 r 13,i-Ooc' Sta.211+42 +ar 5 3339.0001 Structure Epoxy Liner 33 39 60 SF 760 H // t✓DO 6 3339.0002 Manhole Epoxy Liner 33 39 60 VF 11 7 3339.1201 6'Dia.Manhole 33 39 10,33 39 20 EA 4 O� Z O Doo 8 3339.1203 6'Dia.Extra Depth Manhole 33 39 10,33 39 20 EA 39 Sp Z 3 S0 — 9 1NA94lot 3--t3i )dxlH+le 33,9g0,1;;9a EA a� 40 I3 r"Die Eom Depth Nlanhote 14n 10,443920 EA 39 r 11 3339.1202 6'Dia.Droop Manhole 33 3910,33 39 20 LA 1 8 rj-vd �i 700 r 12 3339.1203 6'Dia.Extra Depth Drop Manhole 33 39 10,33 39 20 EA 4_5 p 3 i5v 13 0241.2301 Demolish and Remove Existing Junction Structure on M-503*at Station 211+18 0241 14 EA 1 /yG­ 2 5"t70 14 9999.9999 8"PVC Pipe Rigid Connection EA I Off` / 000 i 15 3301.0101 Manhole Vacuum Testing 33 01 30 EA 5 16 3305.0112 Concrete Collar 3305 17 EA 5 D(fid f ffD — 17 3301.0001 Pre-CCTV Inspection 330131 LF 2476 18 3301.0002 Post-CCTV Inspection 33 01 31 LF 2591Joe 19 3305.0109 Trench Safety 330510 LF 175 CITY OF FORT WORTH V ILLAOE CREEL:AI-503 NI-244 PARALLEL INTERCEPTOR STANDARD CONSTRUCTION SPECIFICATION DOCUAIENTS AND HANDLEV DRIVE WATER LINE IMPROVEMENTS Fun Rsisad 20/20120 City No.01961;Addrodam Ns 2-12-2-14 00 42 43 BID PROPOSAL Page3 of6 SECTION 00 42 43 PROPOSALFORM VILLAGE CREEK M-503/M-2446 PARALLEL INTERCEPTOR PART 1 AND HANDLEY DRIVE 12-INCH WATER LINE IMPROVEMENTS Bidder's Application Project Item Information Bidder's Proposal Bid Item Bidlist Item Description Specification Section Unit of Bid Unit Price Bid Value No. No. No. Measure Quantity Bypass Pumping-8-inch sewer in Elisabeth is a FIXED Budget Item-L411 20 3303.0001 offier BPaass Pemaitlr or Flore Control needed for Construction is Subsidian,to 330310 LS 1 52,500.00 $2,500.00 the Other&ywfiue CoatsBid) 21 3125.0101 SWPPP 5 1 acre 31 25 00 IS 1 22 3471.0001 Traffic Control 3471 13 LS 1 J/�00 3 sal0 23 0241.0550 Remove and replace Existing Guardrail 0241 13 LF 20 23 3292.0400 Hydromuleh Seeding 3292 13 SY 850 rJ sQ 24 3212.0302 2"Asphalt Pavement Type D,per square yard 321216 SY 130 25 9999.9999 6-inch Gravel Drive Repair SY 150 y/J `�4d1v0 Section B Location 3:Sanitary Sewer Subtotal PW Section B(Location 2;Location 3):Sanitary Sewer Total=4r 3/l//i/d y SECTION A(WATER)TOTAL: SECTION B(SEWER)TOTAL: ��NI, SECTIONS A&B TOTAL: TOTAL AMOUNT BID: w END OF SECTION CITY OF FORT WORTH VILLAGE CREEK M-303 1.1-244 PARALLEL m INTERCEPTOR II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVF2.IEN7S Toms Rstiisad 20120120 CilyNw 01%1;Addmds Nat-12-2-14 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we,(Bidder Name) hereinafter called the Principal,and(Surety Name) Surety Nerre tiers a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the 4tiretj are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of and No/100 Dollars ($ 001, 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: VILLAGE CREEK PARALLEL INTERCEPTOR,M-503/M-244 PART 1 &HANDLEY DRIVE WATER IMPROVEMENTS 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 Narne Here r (Signature of Attorney-of-Fact) 'Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION w CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Form Revised 20110627 City Project Number:01961 October 23,2014 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that,in order to be awarded a contract as low bidder,nonresident bidders(out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications.The failure of nonresident bidders to do so will automatically disqualify that bidder.Resident bidders must check the box in Section B. A. Nonresident bidders in the State of plc,our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of Here orIW4t',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: By; MSi' ier r(signature) Title: Vice President Date: December 4,2014 END OF SECTION CITY OF FORT WORTH VILLAGE CREEK M503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Form Revised 20110627 City Project Number.01961 October 23,2014 004511-1 BIDDERS PREQUALIFICATIONS Pagel of 2 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting bids. To 5 be eligible to bid the contractor must submit Section 00 45 12,Prequalification Statement for the 6 work type(s)listed with their Bid.Any contractor or subcontractor who is not prequalified for the 7 work type(s)listed must submit Section 00 45 13,Bidder Prequalification Application in 8 accordance with the requirements below. II 9 10 The prequalification process will establish a bid limit based on a technical evaluation and financial 11 analysis of the contractor. The information must be submitted seven(7)days prior to the date of the 12 opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 13 7th of April must file the information by the 31st day of March in order to bid on these projects.In 14 order to expedite and facilitate the approval of a Bidder's Prequalification Application,the 15 following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements,if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles of 23 Incorporation,Articles of Organization, Certificate of Formation,LLC Regulations, 24 Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number 28 visit the Texas Comptroller of Public Accounts online at the following web address 29 www.windcw.state.tx.us/taxpermit/and fill out the application to apply for your 30 Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number is used by 33 the City for required reporting on Federal Aid projects. The DUNS number may be 34 obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification.These resumes should include the size and scope of 37 the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements f 41 a. Financial Statements. Financial statement submission must be provided in accordance with 42 the following: ` 43 (1) The City requires that the original Financial Statement or a certified copy be P 44 submitted for consideration. I CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised July 1,2011 City Project Number 01961 rOctober 23,2014 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 2 1 (2) To be satisfactory,the financial statements must be audited or reviewed by an 2 independent, certified public accounting firm registered and in good standing in 3 any state. Current Texas statues also require that accounting firms performing 4 audits or reviews on business entities within the State of Texas be properly licensed 5 or registered with the Texas State Board of Public Accountancy. 6 (3) The accounting firm should state in the audit report or review whether the 7 contractor is an individual,corporation,or limited liability company. 8 (4) Financial Statements must be presented in U.S. dollars at the current rate of 9 exchange of the Balance Sheet date. 10 (5) The City will not recognize any certified public accountant as independent who is 11 not,in fact,independent. 12 (6) The accountant's opinion on the financial statements of the contracting company 13 should state that the audit or review has been conducted in accordance with 14 auditing standards generally accepted in the United States of America. This must 15 be stated in the accounting firm's opinion. It should: (1)express an unqualified 16 opinion, or(2)express a qualified opinion on the statements taken as a whole. 17 (7) The City reserves the right to require a new statement at any time. 18 (8) The financial statement must be prepared as of the last day of any month,not more 19 than one year old and must be on file with the City 16 months thereafter,in 20 accordance with Paragraph 1. 21 (9) The City will determine a contractor's bidding capacity for the purposes of 22 awarding contracts. Bidding capacity is determined by multiplying the positive net 23 working capital(working capital=current assets—current liabilities)by a factor of 24 10. Only those statements reflecting a positive net working capital position will be 25 considered satisfactory for prequalification purposes. 26 (10) In the case that a bidding date falls within the time a new financial statement is 27 being prepared,the previous statement shall be updated with proper verification. 28 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 29 submitted along with audited or reviewed financial statements by firms wishing to be 30 eligible to bid on all classes of construction and maintenance projects.Incomplete 31 Applications will be rejected. 32 (1) In those schedules where there is nothing to report,the notation of"None"or 33 "N/A" should be inserted. 34 (2) A minimum of five(5)references of related work must be provided. 35 (3) Submission of an equipment schedule which indicates equipment under the control 36 of the Contractor and which is related to the type of work for which the Contactor 37 is seeking prequalification. The schedule must include the manufacturer,model 38 and general common description of each piece of equipment.Abbreviations or 39 means of describing equipment other than provided above will not be accepted. 40 41 3. Eligibility to Bid 42 a. The City shall be the sole judge as to a contractor's prequalification. 43 b. The City may reject, suspend, or modify any prequalification for failure by the contractor to 44 demonstrate acceptable financial ability or performance. 45 c. The City will issue a letter as to the status of the prequalification approval. 46 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid the 47 prequalified work types until the expiration date stated in the letter. 48 END OF SECTION CITY OF FORT WORTH VILLAGE CREEK M-503&M-2441MPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised July 1,2011 City Project Number 01961 October 23,2014 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 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. k Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Line Improvements North Texas Contracting 11/0p12015 Sanitary Sewer Line Improvements North Texas g0tracting., 1� The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: By: c usilier (Signature) Title: Vice President Date: December 4,2014 END OF SECTION Ir CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Form Revised 20110627 City Project Number:01961 October 23,2014 FORTWORTH 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 1� 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" CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS �* September 5,2013 City Project Number 01961 R October 23,2014 0045 13-2 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) F] Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR L� Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. Ir The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES 1P 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 r CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS September 5,2013 City Project Number 01961 October 23,2014 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES,CONTINUED Sewer CIDP, 12-inches and smaller Sewer CIDP, 24-inches and smaller Sewer CIDP,42-inches and smaller Sewer C1PP,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 VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS September 5,2013 City Project Number 01961 October 23,2014 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. .�. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so,state the name of the individual,name of owner and reason. CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IN[PROVEMENTS September 5,2013 City Project Number 01961 October 23,2014 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 ilY 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. I' CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS 4 September 5,20I3 City Project Number 01961 October 23,2014 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) P, f 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 VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE 1WROVEMENTS September 5,2013 City Project Number 01961 October 23,2014 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 s, 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. i CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS September 5,2013 City Project Number 01961 October 23,2014 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF W 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 VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS F September 5,2013 City Project Number 01961 October 23,2014 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it provides 4 worker's compensation insurance coverage for all of its employees employed on City Project No01503. 5 Contractor further certifies that,pursuant to Texas Labor Code, Section 406.096(b),as amended, it will 6 provide to City its subcontractor's certificates of compliance with worker's compensation coverage. 7 8 CONTRACTOR: 9 10 North Texas Contracting, Inc. By: Zach Fusilier 11 Company lease Pri 12 E 13 4999 Keller Haslet Road Signature: ' 14 Address 15 Keller,Texas 76244 Title: Vice President 17 City/State/Zip (Please Print) 18 19 4W 20 THE STATE OF TEXAS § 21 22 COUNTY OF TARRANT § 23 24 BEFORE ME,the urde��igneU auhority, on this day personally appeared 25 —A d,( ,known to me to be the person whose name is subscribed to 26 the f9�►egoin ]nstrum t, and acknowledged to me that he/she executed the same as the act and deed of 27 �(O�H ��, CAMMAcTiN` for the purposes and consideration therein expressed and in 28 the capacity therein stated. 29 30 GIVEN UNDER MY HAND AND SEAL OF OFFICE this is day of 31 �'�„y ,20j,:5- 32 33 34 35 _ Notary Public in and for the tate of Texas 36 ANDREW NORD 37 Notary Public [(RMy State of Texas38 Comm. Exp. C�-Gk F SECTION 39 CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised July 1,2011 City Project Number 01961 Conformed June 11,2015 00 45 40-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page I of 1 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than$50,000,then the MBE subcontracting goal may be 5 applicable. If the total dollar value of the contract is $50,000 or less,the MBE subcontracting goal is not " 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOAL 14 The City's MBE goal on this project is 17% of the total bid (Base bid applies to Parks and Community 15 Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an 16 Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 17 18 COMPLIANCE TO BID SPECIFICATIONS 19 On City contracts greater than$50,000 where a MBE subcontracting goal is applied,bidders are required 20 to comply with the intent of the City's Business Diversity Ordinance by one of the following: 21 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 22 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 23 3. Good Faith Effort documentation,or; 24 4. Waiver documentation. 25 Failure to comply with the City's Business Diversity Ordinance shall result in the Bid being considered 26 non-responsive.Any questions,please contact the M/WBE Office at(817)212-2674. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Managing Department, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications. " Offeror 31 m the oc���in person.to the appropriate � _ Department OW 32 pbbk a date/time receipt. Such receipt shall be eVidence that C*ro*nd 33 **s4p94bo&-A%wAyWwW p6t fie ae 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. the bid opening date,exclusive of the bid opening date. 34 END OF SECTION CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised September 29,2012 City Project Number 01961 Addendum No.1-November 25,2014 ,I f RECEIVED '`� 00 52 43-1 JUL 31 2015 Agreement J 1 Pagel of 4 OF FORT WORV ,. 1 SECTION 00 52 43 ITY SECRETARY AGREEMENT 3 4- TMS AGREEMENT,authorized on 4111 is made by and between the City of Forth Worth, 5 a Texas home rule municipality, acting by and through its duly authorized City Manager,("City"),and 6 Ato 14 4 Tt 4 s &,, ;PN c. authorized to do business 1P 7 in Texas,acting by and through its duly authorized representative,("Contractor"). 8 City and Contractor,in consideration of the mutual covenants hereinafter set forth,agree as follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project 11 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 VILLAGE CREEK PARALLEL INTERCEPTOR M-503/M-244 IMPROVEMENTS PART 1 AND 16 HANDLEY DRIVE WATER IMPROVEMENTS, Water Project No. P253-605170196183, Sewer 17 Project No. P258-705170196183, Water Project No. P253-605170196183, DOE #7047, City Project 18 Number 01961 19 20 Article 3.CONTRACT TIME 21 3.1 Time is of the essence. 22 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents 23 are of the essence to this Contract. 24 3.2 Final Acceptance. 25 The Work will be complete for Final Acceptance within 271 calendar days after the date when the 26 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 27 3.3 Liquidated damages 28 Contractor recognizes that time is of the essence of this Agreement and that City will suffer 29 financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, 30 plus any extension thereof allowed in accordance with Article 12 of the General Conditions.The 31 Contractor also recognizes the delays, expense and difficulties involved in proving in a legal 32 proceeding the actual loss suffered by the City if the Work is not completed on time. 33 Accordingly, instead of requiring any such proof,Contractor agrees that as liquidated damages 34 for delay (but not as a penalty), Contractor shall pay City Three Thousand Dollars ($3,000.00) 35 for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the 36 City issues the Final Letter of Acceptance. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised August 17,2012 City Project Number 01961 October 23,2014 005243-2 Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents 39 an amount in current funds of Dollars 40 ($ V. 2 qk 4/y4.0i ). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between City and Contractor 44 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. MBE and/or SBE Commitment Form 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment or, if not 63 attached, as incorporated by reference and described in the Table of Contents of the 64 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 Agreement 69 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. 74 75 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised August 17,2012 City Project Number 01961 October 23,2014 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 expense, 78 the city,its officers, servants and employees,from and against any and all claims arising out 79 of, or alleged to arise out of, the work and services to be performed by the contractor, its 80 officers, agents, employees, subcontractors, licenses or invitees under this contract. This 81 indemnification provision is specifically intended to operate and be effective even if it is 82 alleged or proven that all or some of the damages beim sought were caused, in whole or in 83 part, by any act, omission or negligence of the city. This indemnity provision is intended to 84 include, without limitation, indemnity for costs, expenses and legal fees incurred by the city 85 in defending against such claims and causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the 88 city, its officers, servants and employees, from and against any and all loss, damage or 89 destruction of property of the city, arising out of, or alleged to arise out of, the work and 90 services to be performed by the contractor, its officers, agents, employees, subcontractors, 91 licensees or invitees under this contract. This indemnification provision is specifically 92 intended to operate and be effective even if it is alleged or proven that all or some of the 93 damages being sought were caused,in whole or in part, by any act, omission or negligence of 94 the city. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have 99 the meanings indicated in the General Conditions. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the Contractor 102 without the advanced express written consent of the City. 103 7.3 Successors and Assigns. 104 City and Contractor each binds itself, its partners, successors, assigns and legal representatives to 105 the other party hereto, in respect to all covenants, agreements and obligations contained in the 106 Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining 110 provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of Texas. 113 Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District 114 of Texas,Fort Worth Division. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH VILLAGE CREE 4 IMPROVE NTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised August 17,2012 City Project Number 01961 October 23,2014 005243-4 Agreement Page 4 of 4 115 7.6 Other Provisions. 116 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 117 classified,promulgated and set out by the City,a copy of which is attached hereto and made a part 118 hereof the same as if it were copied verbatim herein. 119 7.7 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 121 signatory of the Contractor. 122 123 IN WITNESS WHEREOF,City and Contractor have executed this Agreement in multiple counterparts. 124 125 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 126 Contractor: City of Fort Worth North Texas Co tracting, Inc. • B Tc b, B Assistant City Manager ( gnature) Date Zach Fusilier Attest: ° j'!i0 (Printed Name) City Se eta °�° o (Seal) 0 004 Title: Vice President 8 ow- Address: 4999 Keller Haslet Road M&C C - 2 32.,r T O Date: -�/ /� City/State/Zip: Keller,Texas 76244 A prove to Form and Legality: Date Douglas W. Back Assistant City Attorney 127 128 129 APPROVAL RE E ED: 130 131 132 �,V 133 Andrew T.Cronberg,P.E. 134 ASSISTANT DIRECTOR,Wate artment 135 OFFICIAL RECORD = CITY SECRETARY FT-yyaRTI TX CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised August 17,2012 City Project Number 01961 Conformed October 23,2014 0061 13-1 PERFORMANCE BOND Page I of 2 SECTION 00 61 13 Bond No. SU 1133137 I 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, North Texas Contracting, Inc. _ ,known as"Principal" 8 herein and Arch Insurance Company , a corporate surety(sureties, if more 9 than one)duly authorized to do business in the State of Texas, known as"Surety"herein (whether one or 10 more), are held and firnily bound unto the City of Fort Worth, a municipal corporation created pursuant I I to the laws of Texas, known as"City"herein, in the penal sum of, Four Million, Two Hundred Forty Eight 12 Thousand, One Hundred Ninety Seven and No/100 Dollars(S 4,248,197.00 ), lawful 13 money of the United States,to be paid in Fort Worth,Tarrant County,Texas for the payment of which 14 sum well and truly to be made,we bind ourselves,our heirs, executors, administrators,successors and 15 assigns,jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City awarded the 17 9th day of June , 2015 , which Contract is hereby referred to and made a part hereof 18 for all purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 19 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said 20 Contract designated as VILLAGE CREEK PARALLEL INTERCEPTOR M-503/M-244 21 IMPROVEMENTS PART I & HANDLEY DRIVE WATER IMPROVEMENTS, Water Project No. 22 P253-605170196183, Sewer Project No. P258-705170196183, DOE#7047, City Project Number 01961: 23 and 24 NOW,THEREFORE,the condition of this obligation is such that if the said Principal shall 25 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform 26 the Work, including Change Orders,under the Contract, according to the plans, specifications, and 27 contract documents therein referred to,and as well during any period of extension of the Contract that 28 may be granted on the part of the City,then this obligation shall be and become null and void,otherwise 29 to remain in full force and effect. 30 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth 32 Division. OFFICIAL RECORD CITY OI'FORT WORTH VI Ll ACJTY-ISECftMRy 1PROVEMENTS PART I STANDARD CONSTRUCTION SPECIFICATION I)OC'UMI:NTS A NJ)I IANDI-EY DRIVE NVATER LINE IMPROVEMENTS Re%ised July I,2011 FT.WORTH., TYity Project\umber01961 J (Moka 23.'_014 0061 13-2 PIT FOR MANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 2 Government Code,as amended,and all liabilities on this bond shall be deten-nined in accordance with 3 the provisions of said Statue. 4 IN WITNESS WIIEREOF,the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the 9th day of June 6 20 15 , 7 PRINCIPAL: 8 _NQrt�t_Texas ontracjinia,, 9 1 11 BY: 12 Sit;i urc 13 A'171"S'f-: 14 15 — _ Zach Fusilier Vice President 16 (Principal)Secretary Name and l'ide 17 18 Address: 4999 Keller Haslet Road 19 Keller,Texas 76244 20 21 111110' 22 Wit ess as to 1'rinci . 23 StJRF:1'Y: 24 Arch Insurance Company 25 Will 26 27 HY:4aCc 28 Signature 29 30 Robbi Morales, Attorney-in-fact 31 Name and Title 32 33 Address: 2711 N. Haskell Ave_., Suite 800 34 Dallas, TX 75204 35 36 \ 37 With ,s as Surety Telephone Number: 214/989-0000 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from 42 the by-laws showing that this person has authority to sign such obligation. If Surety's 43 physical address is different from its mailing address, both must be provided. The date of the 44 bond shall not be prior to the date the Contract is awarded. 45 OFFICIAL RECORD CITY SECRETARY FT.WORTH TX CITY OF FORT WURTII VILLAC _ . . _ VEMENTS PART I STANDARD C'ONSTRUC-ZION SPE C'IFIC'Al'ION DOCUMENTS AND I IANDLEY DRIVE WA ITR LINE IMPROVEMENTS Revised July I,2011 City Project Numtm 01961 October 23,2014 0061 14- 1 PAYMENT BOND Page 1 or 2 1 SECTION 00 61 14 Bond No. SU 1133137 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, North Texas Contracting, Inc. known as 9 "Principal" herein, and Arch Insurance Company a 10 corporate surety(sureties), duly authorized to do business in the State of Texas, known as"Surety"herein 11 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation - 12 created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum Four Million, Two Hundred Forty Eight Thousand, 13 of One Hundred Ninety Seven and No/100------------- Dollars ($ 4,248,197.00 ), lawful 14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which 15 sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns,jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 9th 18 day of June , 20 15 , which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories 20 as defined by law, in the prosecution of the Work as provided for in said Contract and designated as 21 VILLAGE CREEK PARALLEL INTERCEPTOR, M-503/M-244 IMPROVEMENTS PART 1 & 22 HANDLEY DRIVE WATER IMPROVEMENTS, Water Project No. P253-605170196183, Sewer 23 Project No. P258-705170196183, DOE#7047.City Project Number 01961;and 24 NOW, THEREFORE, THF CONDITION OF THIS OBLIGATION is such that if Principal V 25 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the 26 Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this 27 obligation shall be and become null and void; otherwise to remain in full force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 29 Government Code, as amended, and all liabilities on this bond sh II be deten-nined 1n acco dance with the 30 provisions of said statute. OFFICIAL RECORD CITY SECRETARY 31 FT. WORTH, TX CITY OI:FORT WORT I l VILLAGE,CREEK NI-503&M-244 IMPROVEMENTS PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised July L 2011 City Project Number 01961 October 23,2014 1� A. 006114-2 PAYMENT BOND Page 2 ol'2 I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 9th day of June 3 20 15 PRINCIPAL: North_ Texas Contractin nc. ATTEST: BY: Signature "tach Fusilier Vice President (Prig pa Secretary _ Name and Title Address: 4999 Keller Haslet Road Keller, Texas 76244 Wi css as toPrinci SURETY: Arch Insurance Company ATTEST: BY: Signature Robbi Morales, Attorney-in-fact (Surety) ectetaty Name and 'Title Address: 2711 N. Haskell Ave., Suite 800 Dallas, TX 75204 Wit ss a o Surety Telephone Number: 214/989-0000— i 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 7 showing that this person has authority to sign such obligation. If Surety's physical address is different 8 from its mailing address, both must be provided. 9 I The date of the bond shall not be prior to the date the Contract is awarded. 1 I END OF SECTION 12 OFFICIAL RECORD CITY SECRETARY FT.WORTHS TX CITY OF FORT WORTI I VILLAGE CREEK M-503&M-244 IM:PROVEMEN'tS PART I STANDARD CONSTRUCTION SPECIFICA1ION 00CUMEN1S AND IIANOLFY DRIVE WATF.R LINT:IMPROVEMENTS Revismi July I,2011 City Project Number 01961 October 23.2014 0061 19-1 MAINTENANCE BOND Page 1 of 3 I SECTION 00 61 19 Bond No. SU1133137 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we North Texas Contracting, Inc. _ ,known as 9 "Principal"herein and Arch Insurance Company , a corporate surety 10 (sureties, if more than one)duly authorized to do business in the State of Texas,known as _. I I "Surety"herein (whether one or more),are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as"City"herein, Four Million, Tw6 Hundred Forty Eight Thousand, 13 in the sum of One Hundred Ninety Seven and No/100---------- Dollars 14 (S 4,248,197.00 ), lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County,Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly 17 and severally, firmly by these presents. �' 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the 9th day of June , 20 15 ,which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 22 materials,equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 24 the"Work") as provided for in said contract and designated as VILLAGE CREEK PARALLEL - 25 INTERCEPTOR, M-503/M-244 IMPROVEMENTS PART 1 & HANDLEY DRIVE WATER 26 IMPROVEMENTS, Water Project No. P253-605170196183, Sewer Project No. P258- 27 705170196183, DOE H7047, City Project Number 01961; and 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans,specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two (2)years 32 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 33 OFFICIAL RECORD CITY SECRETARY CITY 01:.w SIANDARDI('ONSIRIIICI*JON SI'I:('IPICA'1'ION IXX'IJMI?Nl'S VIIAN[)IA LAGE C IDI. t� W%-R k.11PROVt-M *ITS Re%istd July I,2011 ' . ct Number 01161 October 23,2014 4W 0061 19-2 MAINTENANCE BOND Page 2 of 3 I WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the City of the need therefore at any time within the Maintenance 3 Period. 4 5 NOW THEREFORE,the condition of this obligation is such that if Principal shall 6 remedy any defective Work,for which timely notice was provided by City,to a completion 7 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 8 full force and effect. 9 10 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work,it is agreed that the City may cause any and all such defective Work to 12 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 13 the Surety under this Maintenance bond;and 14 15 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 16 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 17 Worth Division; and 18 19 PROVIDED FURTHER,that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 OFFICIAL RE CORD CITY SECRETARY FT. WORTH TX CITY OF FORT WORTH VILLAGE CREEK M-503&M-244 IMPROVEMENTS PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND HANDLEY DRIVE WATER LINE IMPROVEMENTS Revised July 1.2011 City Project Number 01961 Oeiaber 23,2014 0061 19-3 MAINTF.NANC'F BONI) Page 3 ora I IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SFiAUD this 2 instrument by duly authorized agents and otlicers on this the 9th day of June 3 __. _ 20 15 4 5 PRINCIPAL: 6 North Texas Contractina. Lnc. 7 9 9 BY: ' 10 Signature - - II A"I-11"ST: 12 13 _ Zach Fusilier Vice President 14 (Principal) Secrctary Name and Title 15 16 1(, Address: 4999 Keller Haslet Road 17 Keller,Texas 76244 IR 19 2( Wit �ss as to Principal 2 St1RFTY: Arch Insurance Company 3 4 25 13 Y: Yr_J� 26 Signature 29 Robbi Morales, Attorney-in-fact 29 A"" S"I': Name and Title 30 31 _ _ Address: 2711 N. Haskell Ave., Suite 800 32 (S ret Dallas, TX 75204 33 34 35 W im•tis us t Surety Telephone Number: 214/989-0000 36 37 *Note: If signed by an officer of the Surety Company, there must be on the a certified extract 39 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 OFFICIAL 7ARYRD CITY SECl FT. WORX CITY OF F(IR"r WORTH VILLAGE CRF.I:K M-503&M-244 IMPROVEMENTS PART I STANDARDCONSTRt1CTION SPECIFICA"IION DOCtINIFNTS AND HANDLEY DRIVE WATER LINE.IMPROVEMENTS Revised July 1.2011 City Project Numbo 01961 Octotx:r 23.2014