HomeMy WebLinkAboutContract 47448 "ONFoFiMED Cop.,
FoRTWORTH
CoNTimu P
PRO. ECT MANUAL
FOR
THE CONSTRUCTION OF
STATE HIGHWAY 114
WATER RELOCATION
PAR'S'3
I
City Project No. 01515
Water No. PW77-060770140620
Sevier No. P546-07046011.4060
DOE No. ?069
Betsy Prig David Cooke
Mayor City Manager
John Robcrt Carman
'mater Director
I
i
Prepared for
The City of Fort Worth
" Water Department
2015
��MJNAANAY
DUNAWAY ASS OCUTES, L.P. � �.•' ''•., �
550 Bailey Avenue, Suite 400
Ft. Worth TX 76107 ..................
I
Office. 817-335-1121 'Fax 817-429-1370 O .•............... .+..
www.dunaway-&muc.com �� .��,• 82623
TX Reg F-111
?3 -
1 �'
DA Project#BOOD15 5 �� & 1
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 1/12/2016 - Ordinance No. 22056-01-2016 & 22057-01-
2016
DATE: Tuesday, January 12, 2016 REFERENCE NO.: C-27603
LOG NAME: 60SH 1 14P3-NTC
SUBJECT:
Authorize Execution of a Contract with North Texas Contracting, Inc., in the Amount of$2,405,695.00 for
the Water Relocation on State Highway 114, Part 3, at the Intersection of FM 156 and State Highway 114,
Provide for Project Costs and Contingencies for a Project Total in the Amount of$2,752,211.00 and Adopt
Appropriation Ordinances (COUNCIL DISTRICT 7)
RECOMMENDATION:
It is recommended that the City Council:
1. Adopt the attached appropriation ordinances increasing receipts and appropriations in the Water
Capital Projects Fund in the amount of$2,279,510.00 and in the Sewer Capital Projects Fund in the
amount of$472,701.00; and
2. Authorize execution of a contract with North Texas Contracting, Inc., in the amount of$2,405,695.00
for the Water Relocation on State Highway 114, Part 3 at the intersection of F.M. 156 and State Highway
114 and provide for project costs and contingencies for a project total in the amount of$2,752,211.00.
DISCUSSION:
This project, the Water Relocation on State Highway 114, Part 3, consists of the relocation of water mains
and appurtenances on State Highway 114 at the intersection of F.M. 156 and State Highway 114 to
accommodate TXDOT's road widening project of State Highway 114 from F.M. 156 (Blue Mound Road) to
IH-35W.
The project was advertised for bid on May 14, 2015 and May 21, 2015 in the Fort Worth Star-
Telegram. On June 11, 2015, the following bids were received:
_ __Bidder _ Amount Time of Completio_n__
North Texas Contracting, Inc. A F—$2,405,695.00110 Calander Days
Wiliam J. Schultz, Inc. d/b/a Circle"C"Construction_Com_'Company $2,437,640.00_
(S.J. Louis Construction of TX, Ltd $2,497,372.00
CJackson Construction �� $3,062,243.00
tkins Brothers Equipment $3,821,470.00
In addition to the contract cost, $166,516.00 is required for construction staking, project management,
material testing and inspection including $1,516.00 to clear negative balances for salaries and
$180,000.00 is provided for project contingencies. This project will not have any impact on future
operating budgets.
Appropriations for the Water Relocation on State Highway 114, Part 3, at the intersection of F.M. 156 and
Logname: 60SH114P3-NTC Page 1 of 3
State Highway 114 Project will consist of the following:
Description [_ Amount
F_ North Texas Contracting, Inc. [– $2,405,695.00
Project Management, Inspection, Material Testing and-- $ 346,516.00
_ Contingencies F _
Total Project Budget $2,752,211.00
Funding for the Water Relocation on State Highway 114, Part 3, at the intersection of F.M. 156 and State
Highway 114 Project will consist of the following:
Fund AF p r i a t i o n s
at/\mer Capital Projects Impact $2,279,510.00 v
Fees 59605
0ewer Capital Projects Impact $ 472,701.00
ees 59608
FProject Total– $2,752,211.00
*All amounts rounded for presentation.
Construction is anticipated to commence in March 2016. With a contract time of 110 calendar days, the
project is estimated to be completed by the end of March 2017. This project will have no impact on the
Water Department Operating Budget.
M/WBE OFFICE: North Texas Contracting, Inc., is in compliance with the City's BIDE Ordinance by
committing to three percent MBE participation and documenting good faith effort. North Texas
Contracting, Inc., identified several subcontracting and supplier opportunities. However, the MBE's
contacted in areas identified did not submit the lowest bids. The City's MBE goal on this project is 12
percent.
The project is located in COUNCIL DISTRICT 7, Mapsco 642Q and 642R.
FISCAL INFORMATION /CERTIFICATION:
The Financial Management Services Director certifies that upon adoption of the attached appropriation
ordinances funds are available in the current capital budget, as appropriated, of the Water Capital Projects
Fund and the Sewer Capital Projects Fund. After the transfers from the Water Capital Projects Fund, the
balance will be $14,665,035.00 and the Sewer Capital Projects Fund the balance will be $29,532,983.00.
Existing
Fund � Appropriations [Revised Appropriations
- -------------- —
Water Capital Projects Impact Fees 59605 $0.00
� $2,279,510.00
Sewer Capital Projects_Impact Fees 59608 I $0.00 F_$472,701.00
�� Project Total ( $0.00 $2,752,211.00
*All amounts rounded for presentation purposes.
Logname: 60SH114P3-NTC Page 2 of 3
FUND IDENTIFIERS (FIQsl:
Fund Department Accouni Project ProgramActivity Budget Reference # Amount
ID ID Year Chartfield 2
1)50605 06004-2a 4905420 814062 001783 2016 2,279,510.0
N 59005 0700430 4905420 B14062 001783 2016 $472.701.0
FROM
Fund Department y B
Accoun Project Program ctivitudget Reference # Amount
IDD I ID I Year hartfiield 2
595D51 0500430 15140010 B14062 CD1783 2016 1 $2,279 510.00
59BOSI 0700430 1 5740010 8140 C01753 2018 $472,701.0
CERTIFICATIONS:
Submitted for Cily Manager's Office h : Jay Chapa (5804)
Originating Department Head: John Carman (5246)
Additional information Contact: Roberto C. Sauceda (2387)
ATTACHMENTS
1. 60 HI 14P3-NTC MAP. (Flubiio)
2, 60SH114P -NTC sevver AO.docx (Public)
3. 60SH114P3-NTC water AO.docx (Public)
4. Form 1295 for N. Texas.pd (Public)
5, North `texas Contracting Cot'r dlance.pdf (MV Internal)
6_ Sam for North Texas Contractina.pdf (CFF Internal)
Logiaanc: 60SH 114P3-NTC Page 3 of 3
CERTIFICATE OF INTERESTED PARTIES C-aWPo3
FORM 1295
03
loft
OFFICE USE ONLY
Complete Nos.1-4 and 6 if there are interested parties.
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2016-1123
North Texas Contracting, Inc.
Fort Worth,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/05/2016
being filed.
City of Fort Worth Date Acknowledged:
i /�7
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the goods or services to be provided under the contract.
CPN 01515, DOE#7069
Water&Sanitary Sewer Improvements
4 Nature of interest(check applicable)
Name of Interested Party City,State,Country(place of business)
Controlling Intermediary
Louy,Jay Fort Worth,TX United States X
Fusilier,Zach Fort Worth,TX United States X
5 Check only if there is NO Interested Parry. ❑
6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct.
t ANDREW NORD
` # Notary Public 1 i
State of Texas
' OF MY Comm.Exp.04-03-2016 Signature of authorized agent of contracting business entity
AFFIX NOTARY STAMP/SEAL ABOVE
Sworn to and subscribed before me,by the said ZW,a {usiuiG37— this the 151H day of
20_ 1C•e to certify which,witness my hand and seal of office.
2�L . 11)
3. I t_R VIP
Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.33598
FORT WORTH.,
City o
Table of Contents
Adopt.cd Sepiarnbcr 2011
00 00 00-1
TABLE OF CONTENTS
Page 1 of 5
SECTION 00 00 00
TABLE OF CONTENTS
Division 00-General Conditions
0005 10 Mayor and Council Communication
0005 15 Addenda
- 00 11 13 Invitation to Bidders
0021 13 Instructions to Bidders
0035 13 Conflict of Interest Affidavit
00 41 00 Bid Form
00 42 43 Proposal Form Unit Price
0043 13 Bid Bond
00 43 37 Vendor Compliance to State Law Nonresident Bidder
0045 11 Bidders Prequalifications
0045 12 Prequalification Statement
0045 13 Bidder Prequalification Application
00 45 26 Contractor Compliance with Workers'Compensation Law
00 45 40 Minority Business Enterprise Goal
00 45 41 Small Business Enterprise Goal
00 52 43 Agreement
0061 13 Performance Bond
0061 14 Payment Bond
0061 19 Maintenance Bond
00 61 25 Certificate of Insurance
00 72 00 General Conditions
00 73 00 Supplementary Conditions
Division 01 - General Requirements
01 1100 Summary of Work
01 2500 Substitution Procedures
01 31 19 Preconstruction Meeting
01 3120 Project Meetings
01 32 16 Construction Progress Schedule
01 3233 Preconstruction Video
01 3300 Submittals
01 35 13 Special Project Procedures
01 4523 Testing and Inspection Services
01 5000 Temporary Facilities and Controls
01 5526 Street Use Permit and Modifications to Traffic Control
0157 13 Storm Water Pollution Prevention Plan
01 58 13 Temporary Project Signage
01 6000 Product Requirements
01 66 00 Product Storage and Handling Requirements
01 70 00 Mobilization and Remobilization
01 71 23 Construction Staking and Survey
01 7423 Cleaning
01 77 19 Closeout Requirements
01 78 23 Operation and Maintenance Data
01 7839 Project Record Documents
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised November 22,2013 CITY PROJECT NO.01515
aorau�o-�
TABLE OF COFITFNTS
Asgc 2 aF5
"Technical Specifications which have been modified by the Engineer specifica[ly for this
Project; hard copies are included in the Project's Contract Documents
Nut Used
Technical Specifications listed below are included For this Project by reference and can be
viewed1downloaded from the City's Hurrsaw site at.
h -i° rv' 1trtblrJ�sa�•.sx�mfcllerltl 1Ar�urce�+0��-'i?oi62aCcsns€�rurt� b � `firat�ns
Division 42- Existing Conditions
02.41 13 Selective Sire Demolition
02 41 14 Utility R.emovallAbaHdonrnent
0241 15 Paving Removal
l
Division 03-Concrete
D3 30 00 Cast-ln-Place Concrete
03 34 13 Controlled Low Strength Material (CLSM)
03 9000 M+[� .. Ce leme
My'sion 26 910 Fk%i
26 P4 oC m �re ,,vs ss Rssgcs^r-e�$i-1-5i�et�irsi
q
Division 31 - Earthwork
31 1000 Site Clearing
34 316 fpel tfted-i:. �eak
?42a2BFFum-
3i24log E-
31 2500 Ernsion and Sediment Control
3i 36 Q s
31 3700 Riprap
Division 32 Exterior Impraaements
3201 29 Concrete Paving Repair
32 11 23 Flexible Base Courses
32 11 29 Lime Treated Base Courses
32 11 33 Cement Treated Base Courses
3 1 1� .1.ra3,fl.It .:ng
32 13 13 Concrec Paving
32 13 20 Concrete Sidewalks, Driveways and currier Frec Ramps
32 1373 Coricreke Paving Point Sealants
32 14 16 lRpiekUS i 1. 12ayif�
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTE;rJMUN SPECIFICATION UCCUMENI-S VI'ATER RE.LOCA'C ON PART 3
(wised No ua rnber 22,2013 CITY PROJECT NO.01315
000000-3
TABLE OF CONTENTS
Page 3 of 5
32 16 13 Concrete Curb and Gutters and Valley Gutters
32 1723 Pavement Markings
321725 Curb Address Painting
3231 13 Chain Fences and Gates
3231 26 Wire Fences and Gates
3231 129 Wood Fences and Gates
32 32-133 Cast in Place Concrete Retaining Walls
3291 19 Topsoil Placement and Finishing of Parkways
3292 13 Hydro-Mulching, Seeding, and Sodding
32 93 43 Trees and Shrubs
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing
33 01 31 Closed Circuit Television (CCTV)Inspection
3303 10 Bypass Pumping of Existing Sewer Systems
3304 10 Joint Bonding and Electrical Isolation
3304 11 Corrosion Control Test Stations
3304 12 Magnesium Anode Cathodic Protection System
33 04 30 Temporary Water Services
33 04 40 Cleaning and Acceptance Testing of Water Mains
33 04 50 Cleaning of Sewer Mains
3305 10 Utility Trench Excavation,Embedment, and Backfill
3305 12 Water Line Lower-ing
3305 13 Frame,Cover and Grade Rings
3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade
3305 16 Concrete Water Vaults
3305 17 Concrete Collars
33 05 20 Auger Boring
33 05 21 Tunnel Liner Plate
33 05 22 Steel Casing Pipe
33 05 23 Hand Tunneling
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate
33 05 26 Utility Markers/Locators
33 05 30 Location of Existing Utilities
33 11 05 Bolts,Nuts, and Gaskets
33 11 10 Ductile Iron Pipe
33 11 11 Ductile Iron Fittings
33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type
33 11 14 Buried Steel Pipe and Fittings
33 1220 Resilient Seated Gate Valve
33 Yom:2i A 1171x44 v„hhor Seated i2„t4opfl„Valves
33 1225 Connection to Existing Water Mains
33 1230 Combination Air Valve Assemblies for Potable Water Systems
33 1240 Fire Hydrants
33 1250 Water Sample Stations
33 1260 Standard Blow-off Valve Assembly
..
333i Q Cliyia l in DlItee Pipe/(`TDD\
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised November 22,2013 CITY PROJECT NO.01515
000000-4
TABLE OF CONTENTS
Page 4 of 5
3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers
33 34 i§ High Pensit<,P„lyethylene(14PPE) Pipe for-canna,) Sewe f
33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe
33 31 21 Polyvinyl Chloride(PVC)Closed Profile Gravity Sanitary Sewer Pipe
3331 22 Sanitafy Sewef Slip Lining
33 31 23 Sanitafy Sewer Piro Enlafgefnent
33 31 50 Sanitaty Sewer Sefviee Cenneetions and Sen4ee Line
33 31 70 !`,.,,,bin io Air-Valve f SanitaFy Sewer For-ea Ma
3339 10 Cast-in-Place Concrete Manholes
33 39 20 Precast Concrete Manholes
33 39 30 Fiberglass Manholes
33 3940 Wastewater- A s!'t..,..,ber-(WAG)
333960 Epoxy r ; s for-Sanitafy Sewer-etr-ttet„ro�
33 41 10 P fn a t et c P• i� i its
�1-GGCi lipn�eCe�'COfIII-Q�\C�-irTTfTer�T'CrGTCu�
33 41 11 14io Densit.,Polyethylene(14PPE) Pipe for etor-m r)rai
33-4600Sabdraanage
4601 Ci.,tto,t s4AF , Drains
33 4602 �erlc-1}�;�ins
3349 10 Cast-in-Place Manholes and Junction Boxes
3320 Cur and Pr-a., T 1ots
33 49 40 Stofffl Drainage 14eadwalls and Wingwalls,
Division 34 Tiranspor-tatioft
34 41 10 Tr.f e Signals
34 41 11 Temporary T-faffle Signals
34 41 13 Removing T f4E; Signals
34 41 15 Reetangular Rapid Flashing Beaeon
34 41 16 Pedestrian Hj,bf:id Signal
34 44 2A
Roadway illumination Assemblies
34 4130 Aluminum Signs
34:71 43
Traffle Control
Appendix
GC-4.01 Availability of Lands
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised November 22,2013 CITY PROJECT NO.01515
i
0005 10-1
MAYOR AND COUNCIL COMMUNICATION(M&C)
Page I of I
SECTION 00 05 10
MAYOR AND COUNCIL COMMUNICATION (M&C)
3
4
10
11
12
13
14
15
16
17
18
19 END OF SECTION
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised July 1,2011 CITY PROJECT NO.01515
0005 15-I
ADDENDA
Page I of I
SECTION 00 05 15
2 ADDENDA
3
4
5
10
11
12
13
14
15
16
17
18
19 END OF SECTION
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised July 1,2011 CITY PROJECT NO.01515
4D1113- I
fNVITATION TO SIDDERS
Page I aft
1 SECTION 0 I1 13
2 UN VITATION TO BIDDERS
3
4 RECEIPT OF BIDS
S Scaled bids For the construction of STATE HIGHWAY 114 WATER RELCCATioN PART 3
6 %viII be received by the City or Fart Worth Purchasing 0ffiice.
7
S City of port Wu rth
9 Purchasing Division
10 1000 Throckmcrton Street
I l Fart Warti , Texas 76102
12 until 1:30 P.M� CST, Thnrsdq,June 11, 20 t5, and bids will be opened publicly and read aloud at
13 2:00 PM CST in the Council Chambers.
14
15 GENERAL DFSCRIPTICIlvl OF WORK
16 T1ie major vvark will consist of the (approximate) fallowing-.
17
750 LF 16" Water Line
4,710 LF 24" Fater Line
1,375 t,F 18" Sewer Line
is
14 PREQUALIFICA"TION
20 The improvements included in Ihis project mast be performed by a contractor who is pre-
21 qualified by the City at the time of bid opening. The,procedures For qualification and pre-
22 llualificatior are outlined in the Section 00 21 13 — [NSTIri. ,TIONS TQ BIDDERS.
23
24 DOCUMENT EXAMINATION AND PROCUREMENTS
25 The Bidding and Contract Dacumcnts may be examined or obtained on-line by visiting the City
26 of Fart Worth's Purchasing Division website at http.:llwww.forrworthpov_ortxllaurchasing-1 and
27 clicking on the 13uazsa.w link to the advertised project f'ulders on the City's Buzzsaw site. The
23 Contract Documents may be downloaded, viewed, and printed by interested runtractors andlor
29 suppliers..
30
31 Copies of the Bidding and Contract Documents may be purchased From Dunaway Associates,
4 32 L.P.,which is as follows 350 Bailey Avenue, Suite 400, Fart Words, Texas 76107; will be
33 available on May 14,2015.
34
35 A 12% MBF.goal has been assigned to this project. The followirng are amendments 1a the
36 Business Diversity Enterprise(RDE) Drdinari=
37 . Contractors to submit BDE documentation in 2 days
38 a BDE Documelttation must be received by the Purchasing Division by 2pm, on the second
39 City husirless day after bid opening, exclusive of bid opening day.
40 • If the first OfferorlContractQrdoes not submit the documentation, as required they will be
41 deemed Roil-responsive.
42 • Project Manager will netify the sec,cnd offeror inn writing that they have until the second
43 City business day by 2pm to have docs in Purchasing Division.
CITY CF FORT WORTH STAT.HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMEWS WATER RFL.00ATION PARTS
Revi5Cd Juty 1,2GJ 1 CITY PROJECT NO 01;15
00 11 13-2
INVITATION TO BIDDERS
Page 2 of 2
1 If second offeror is non-responsive the Project Manager will notify the third offeror in
2 writing that they have until the second City business day by 2pm to have docs in
3 Purchasing Division.
4 2 day submittal requirement begins on Goals set on April I"going forward
5 MBEs and SBEs with a Principle Place of Business outside of the 6 County Marketplace
6 must have a Significant Business Presence
7 Updated BDE (M/WBE) Forms with 2 day submittal requirement are available on
8 Buzzsaw and Public Folders M/WBE
9
10 The cost of Bidding and Contract Documents is:
11 Set of Bidding and Contract Documents with full size drawings: $80 per set
12 Set of Bidding and Contract Documents with half size (if available) drawings: No half size
13 available.
14
15 CITY'S RIGHT TO ACCEPT OR REJECT BIDS
16 City reserves the right to waive irregularities and to accept or reject bids.
17
18 INQUIRIES
19 All inquiries relative to this procurement should be addressed to the following:
20 Attn: Roberto C. Sauceda, P.E., City of Fort Worth Water Department
21 Email: Robert.Sauceda@fortworthtexas.gov
22 Phone: 817-392-2387
23 Fax: 817-392-8195
24 AND/OR
25 Attn: Brian Darby, P.E., Dunaway Associates L.P.
26 Email: bsd@dunaway-assoc.com
27 Phone: (817)335-1121
28
29 ADVERTISEMENT DATES
30 May 14, 2015
31 May 21, 2015
32
33
34 END OF SECTION
a
f
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised July I,2011 CITY PROJECT NO.01515
0021 13-1
INSTRUCTIONS TO BIDDERS
Page I of 9
1 SECTION 00 2113
2 INSTRUCTIONS TO BIDDERS
3 1. Defined Terms
4
5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72
6 00 - GENERAL CONDITIONS.
7
8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
9 meanings indicated below which are applicable to both the singular and plural thereof.
10
11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
12 directly through a duly authorized representative, submitting a bid for performing
13 the work contemplated under the Contract Documents.
14
15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
16 corporation acting directly through a duly authorized representative, submitting a
17 bid for performing the work contemplated under the Contract Documents whose
18 principal place of business is not in the State of Texas.
19
20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
21 (on the basis of City's evaluation as hereinafter provided) makes an award.
22
23 2. Copies of Bidding Documents
24
25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations
26 resulting from the Bidders use of incomplete sets of Bidding Documents.
27
28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the
29 purpose of obtaining Bids for the Work and do not authorize or•confer a license or grant
30 for any other use.
31
32 3. Prequalification of Bidders (Prime Contractors and Subcontractors)
33
34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types
35 requiring prequalification at the time of bidding. Bids received from contractors who are
36 not prequalified (even if inadvertently opened)shall not be considered. Prequalification
37 requirement work types and documentation are as follows:
38
39 3.1.1. Paving—Requirements document located at;
40 https:Hprojeetpoint.buzzsaw.com/fortwortligov/Resources/02%20-
41 %20Construction%2ODocuments/Contractor%2OPrequalificatior/TPW%2OPavin
42 %20Contractor%2OPrequalification%2OProgl•am/PREQUALIFICATION%20REQ
43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public
44
E
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised April 27,2015 CITY PROJECT NO.01515
0021 13-2
INSTRUCTIONS TO BIDDERS
Page 2 of 9
1 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at;
2 https:Hprojectpoint.buzzsaw.com/foi-tworthgov/Resources/02%20-
3 %20Consh action%20Documents/Contiactor%20Prequalification/TPW%20Pavin
4 %20Contractor%2OPregLialification%2OProgram/PREQUALIFICATION%20REQ
5 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public
6
7 3.1.3. Water and Sanitary Sewer—Requirements document located at;
8 https://projectpoiiit.buzzsaNv.com/fortwoi-thgov/Resources/02%20-
9 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%20and%2
10 OSanitary%20Sewer%20Conh actor%20Prequalification%20Prograln/WSS%20pre
11 dual%20requirements.doc?public
12
13 3.2,Each Bidder unless currently prequalified, must be prepared to submit to City within
14 seven (7)calendar days prior to Bid opening,the documentation identified in Section 00
15 45 11, BIDDERS PREQUALIFICATIONS.
16
17 3.2.1. Submission of and/or questions related to prequalification should be addressed to
18 the City contact as provided in Paragraph 6.1.
19
20 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low
21 bidder(s)for a project to submit such additional information as the City, in its sole
22 discretion may require, including but not limited to manpower and equipment records,
23 information about key personnel to be assigned to the project, and construction schedule,
24 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to
25 deliver a quality product and successfully complete projects for the amount bid within
26 the stipulated time frame. Based upon the City's assessment of the submitted
27 information, a recommendation regarding the award of a contract will be made to the
28 City Council. Failure to submit the additional information, if requested, may be grounds
29 for rejecting the apparent low bidder as non-responsive. Affected contractors will be
30 notified in writing of a recommendation to the City Council.
31
32 3.4.In addition to prequalification, additional requirements for qualification may be required
33 within various sections of the Contract Documents.
34
35 3.5.Not Used.
36
37 4. Examination of Bidding and Contract Documents,Other Related Data, and Site
38
39 4.1.Before submitting a Bid, each Bidder shall:
40
41 4.1.1. Examine and carefully study the Contract Documents and other related data
42 identified in the Bidding Documents (including "technical data" referred to in
43 Paragraph 4.2. below).No information given by City or any representative of the
44 City other than that contained in the Contract Documents and officially
45 promulgated addenda thereto, shall be binding upon the City.
46
47 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and
48 site conditions that may affect cost, progress, performance or furnishing of the
49 Work.
50
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised April 27,2015 CITY PROJECT NO.015I5
0021 13-3
INSTRUCTIONS TO BIDDERS
Page 3 of 9
1 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost,
2 progress, performance or furnishing of the Work.
3
4 4.1.4. Not Used.
5 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or
6 contiguous to the Site and all drawings of physical conditions relating to existing
7 surface or subsurface structures at the Site (except Underground Facilities)that
8 have been identified in the Contract Documents as containing reliable "technical
9 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
10 at the Site that have been identified in the Contract Documents as containing
11 reliable "technical data."
12
13 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of
14 the information which the City will furnish.All additional information and data
15 which the City will supply after promulgation of the formal Contract Documents
16 shall be issued in the form of written addenda and shall become part of the Contract
17 Documents just as though such addenda were actually written into the original
18 Contract Documents.No information given by the City other than that contained in
19 the Contract Documents and officially promulgated addenda thereto, shall be
20 binding upon the City.
21
22 4.1.7. Perform independent research, investigations, tests, borings, and such other means
23 as may be necessary to gain a complete knowledge of the conditions which will be
24 encountered during the construction of the project. On request, City may provide
25 each Bidder access to the site to conduct such examinations, investigations,
26 explorations, tests and studies as each Bidder deems necessary for submission of a
27 Bid. Bidder must fill all holes and clean up and restore the site to its former
28 conditions upon completion of such explorations, investigations, tests and studies.
29
30 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the
31 cost of doing the Work, time required for its completion, and obtain all information
32 required to make a proposal. Bidders shall rely exclusively and solely upon their
33 own estimates, investigation, research, tests, explorations, and other data which are
34 necessary for full and complete information upon which the proposal is to be based.
35 It is understood that the submission of a proposal is prima-facie evidence that the
36 Bidder has made the investigation, examinations and tests herein required. Claims
37 for additional compensation due to variations between conditions actually
38 encountered in construction and as indicated in the Contract Documents will not be
39 allowed.
40
41 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
42 between the Contract Documents and such other related documents, The Contractor
43 shall not take advantage of any gross error or omission in the Contract Documents,
44 and the City shall be permitted to make such corrections or interpretations as may
45 be deemed necessary for fulfillment of the intent of the Contract Documents.
46
47 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of:
48
CITY OF FORT WORTH STATE HIGHWAY I14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised April 27,2015 CITY PROJECT NO.015I5
0021 13-4
INSTRUCTIONS TO BIDDERS
Page 4 of 9
1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
2 the site which have been utilized by City in preparation of the Contract Documents.
3 The logs of Soil Borings, if any, on the plans are for general information only.
4 Neither the City nor the Engineer guarantee that the data shown is representative of
5 conditions which actually exist.
6
7 4.2.2. those drawings of physical conditions in or relating to existing surface and
8 subsurface structures (except Underground Facilities)which are at or contiguous to
9 the site that have been utilized by City in preparation of the Contract Documents.
10
11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder
12 on request. Those reports and drawings may not be part of the Contract
13 Documents, but the "technical data" contained therein upon which Bidder is entitled
14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified
15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
16 responsible for any interpretation or conclusion drawn from any "technical data" or
17 any other data, interpretations, opinions or information.
18
19 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i)
20 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without
21 exception the Bid is premised upon performing and furnishing the Work required by the
22 Contract Documents and applying the specific means, methods,techniques, sequences or
23 procedures of construction(if any) that may be shown or indicated or expressly required
24 by the Contract Documents, (iii)that Bidder has given City written notice of all
25 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
26 written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
27 etc., have not been resolved through the interpretations by City as described in
28 Paragraph 6., and (iv)that the Contract Documents are generally sufficient to indicate
29 and convey understanding of all terms and conditions for performing and furnishing the
30 Work.
31
32 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
33 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
34 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
35 Documents.
36
37 5. Availability of Lands for Work,Etc.
38
39 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for
40 access thereto and other lands designated for use by Contractor in performing the Work
41 are identified in the Contract Documents. All additional lands and access thereto
42 required for temporary construction facilities, construction equipment or storage of
43 materials and equipment to be incorporated in the Work are to be obtained and paid for
44 by Contractor. Easements for permanent structures or permanent changes in existing
45 facilities are to be obtained and paid for by City unless otherwise provided in the
46 Contract Documents.
47
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised April 27,2015 CITY PROJECT NO.01515
0021 13-5
INSTRUCTIONS TO BIDDERS
Page 5 of 9
1 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
3 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel
4 the award of contract at any time before the Bidder begins any construction work on the
5 project.
6
7 The Bidder shall be prepared to commence construction without all executed right-of-way, easements,
8 and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas
9 of the project that do not require permits and/or easements.
10
11 6. Interpretations and Addenda
12
13 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to
14 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions
15 received after this day may not be responded to. Interpretations or clarifications
16 considered necessary by City in response to such questions will be issued by Addenda
17 delivered to all parties recorded by City as having received the Bidding Documents.
18 Only questions answered by formal written Addenda will be binding. Oral and other
19 interpretations or clarifications will be without legal effect.
20
21 Address questions to:
22
23 City of Fort Worth
24 1000 Throckmorton Street
25 Fort Worth, TX 76102
26 Attn: Robert Sauceda, P.E. , City of Fort Worth Water Department, Project Manager
27 Fax: 817-392-8195
28 Email: Robert.Sauceda@fortworthtexas.gov
29 Phone: 817-392-2387
30
31 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by
32 City.
33
34 6.3.Addenda or clarifications may be posted via Buzzsaw at
35 hM2s://projectpoint.buzzsaw.com/client/fortworthgov,
36
37 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or
38 INVITATION TO BIDDERS. Representatives of City will be present to discuss the
39 Project. Bidders are encouraged to attend and pal ticipate in the conference. City will
40 transmit to all prospective Bidders of record such Addenda as City considers necessary
41 in response to questions arising at the conference. Oral statements may not be relied
42 upon and will not be binding or legally effective.
43
44 7. Bid Security
45
46 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five
47 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting
48 the requirements of Paragraphs 5.01 of the General Conditions.
49
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised April 27,2015 CITY PROJECT NO.01515
0021 13-6
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 S. 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 2:00 P.M. CST, on the second 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 STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised April 27,2015 CITY PROJECT NO.01515
0021 13-7
INSTRUCTIONS TO BIDDERS
Page 7 of 9
1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form
2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing
3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit
4 price item listed therein. In the case of optional alternatives,the words No Bid,"
5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices,
6 written in ink in both words and numerals, for which the Bidder proposes to do the
7 work contemplated or furnish materials required. All prices shall be written legibly.
8 In case of discrepancy between price in written words and the price in written
9 numerals,the price in written words shall govern.
10
11 12.3. Bids by corporations shall be executed in the corporate name by the president or a
12 vice-president or other corporate officer accompanied by evidence of authority to
13 sign. The corporate seal shall be affixed. The corporate address and state of
14 incorporation shall be shown below the signature.
15
16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a
17 partner, whose title must appear under the signature accompanied by evidence of
18 authority to sign. The official address of the partnership shall be shown below the
19 signature.
20
21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a
22 member and accompanied by evidence of authority to sign. The state of formation of
23 the firm and the official address of the firm shall be shown.
24
25 12.6. Bids by individuals shall show the Bidder's name and official address.
26
27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner
28 indicated on the Bid Form. The official address of the joint venture shall be shown.
29
30 12.8. All names shall be typed or printed in ink below the signature.
31
32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
33 which shall be filled in on the Bid Form.
34
35 12.10. Postal and e-mail addresses and telephone number for communications regarding the
36 Bid shall be shown.
37
38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance
40 to State Law Non Resident Bidder.
41
42 13. Submission of Bids
43 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
i
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised April 27,2015 CITY PROJECT NO.01515
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
I 1 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 STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised April 27,2015 CITY PROJECT NO.01515
0021 13-9
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
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
45
46 END OF SECTION
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised April 27,2015 CITY PROJECT NO.01515
DD 33 t3-1.
CONFLICT OF INT BRKST AFFIDAVIT
Pogo 1 aff I
L SECTION 00 35 f3
2 CONFLICT OF INTEREST AFFIDAVIT
3
4 Each bidder, offeror, or respondent(hereinafter also referred to as"you") to a City of Fart Worth
5 (also referred to as`�Cityj procurement are required to complctc Conflict of Interest
6 Questionnaire(the attached CtQ Form)and Local Government Officcr Conflicts Disclosure
7 Statement(the attached CIS Form)below pursuant to state law. This affidavit will certify that the
8 Bidder has on fie with the City Secretary the required documentation and is eligible to hid ou
9 City Work.The referenced forms may be downtoaded from the weWltc links pmvidcd below.
10
12
1 L h�tp.ff�avw.cthits.st<tle.tx.usJlQrnisfCl(�pdC
13 hitp,-M wwxtlpiss.strtlit.tx.tts/formsfCIS_VdF
t4
" l5 0 CTQ Form is on file with City Secretary
16
17 CIQ Form is being provided to the City Secretury
16
19 [] CIS Farm is on File with City Secretary
20
21 Q CIS Form is being provided to the City Secretary
22
23
24
25 BIDDER;
26 —L-
27 zearal BY:
2$ Company (Muse Print)
29
30 � Signature; .-
31 Address T
33
33 9,=1 Kim.. 7� ?G a y Title; VP
34 CitylStaytc/Zip (Please Print)
35
36
37 END OF SECTION
�I
CITY OF FORT WORTH STATE}ATO H WAY 114
9
STANDARD PISCIF1CATIGN DC1CiC MENT5 W+ITeRRELOCATrOWPART3
Revised Morch 27,3012 £ITY PROMUT NO,015 15
0041 00
BID FORM
Page 1 of 3
SECTION 00 4100
BID FORM
TO: The City Manager
c/o:The Purchasing Department
1000 Throckmorton Street
City of Fort Worth,Texas 76102
FOR: STATE HIGHWAY 114
WATER RELOCATION-PART 3
City Project No.: 01515
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization,or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt,fraudulent, collusive,or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice"means the offering,giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the
bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive
levels, or(c)to deprive City of the benefits of free and open competition.
c. 'collusive practice"means a scheme or arrangement between two or 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 STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Form Revised 20120327 CITY PROJECT NO.01516
0041 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 Improvements
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 180 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work{and/or achievement of Milestones}within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form,Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form,Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit,Section 00 35 13
"If necessary,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.
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Form Revised 20120327 CITY PROJECT NO.01515
W-11 QD
aio FOP
Page 34f 3
7, Bid Submittal
This Bid is submitted on -ffj,%a 11,-401 S by the enlily named balow.
Respectfully submdted,,- Receipt fs acknowledged of the initial
following Addenda:
By; Addendum No, 3
(Signature) Aiddendum No. 2:
Addamdum No, 3:
f r-rtAddendum No 4:
(Printed Name) —
Title; yr>
Company; Qxporatc Seal;
Address:
State of Incorporation, Tex-1s
Email: r.� o.A - cin- qd2w�
Phone: l - ys:n,- -t scoo
END OF SECTION
I
CITY OF FORT WIDRTH STATE HIGHMY 114
STANDARD C ONSTRUCTTON SPECIFICATION DOCUMENTS WATER RELO CATION PART 3
Form Revisal 20120327 CITY PROJECT NO.41015
i
SECTION 00 42 43
PROPOSAL FORAM
UNIT PRICE BID Bidder's Application
Project item Infomratiun Bidder's Proposal
Bid List Item Specificatiun Unit of
No. Bid Quanlity Measurement Description Unit Price Bid Value
No, Section No,
Section A-Water Improvements
IA 3311.0651 33 11 10 3,680 LF 24"DIP Water
nullnr
Cents $ - S
a I B 331 1.0661 33 11 12 3,680 LF 24"PVC C905 Water Plpc
E
aIr].a14/ M O
ts S [J S Q'
S'
IC 3311.068) 33 1113 7,680 LF 24"Concrete AW WA C303 Water Pipe
nullar
Cents S S
2A 331L0654 33 11 10 125 LF 24"DIP Water(ReAra`ined loints)
Tr,�a !7!j/.__�•— J Dollar
O
- _.._ Cents
2B 3311.0664 33 11 12 125 LF 24"PVC C905 Water Pipe(Restrained Joints)
Dollar
Cents $ S
2C 3311.0684 331113 125 LF 24"Concrete AWWA C303 Water Pipe(Restrained Joints)
Dollar
Cents S S
3 3305.2007 33 05 24 460 LF 24"Water Carrier Pipe(DIP With Rcstnined Joints)
�+� Cents $ • S &O -
4A 3311,0551 33 11 10 145 LF 16"DIP Water
nUuar
_ Cents S S
4B 3311.0561 33 11 12 145 LF 16"PVC C905Water PipeJ
_Dollar
_ CantsS /5,0- s T O
5 3305.2005 33 05 24 610 LF 16"Water Carrier Pipe(DIII With R Irlincd Joints)
�Dullnr
to `7
--Nc Cents S /;Z0. S
6 3311-0441 33 11 10,33 11 12 20 LF 12"WWatte�er Pipe ��,,,�//
ry7�- f✓`vx�t�� vL Dollar
w � / c•
7 3311.0141 33 11 10.33 It 12 10 LF 6"Water Pipe
ONi nnuar
Cvom S S �d O
B 3305.1104 33 05 22 210 LF 24"DIP Water(By Other Than Open Cat)
s �� - ..—.Dollar
//y Cents
9 3305.1104 33 0522 250 LF 24"Casing By Other Than Open Coll
Dollar
Cents $ / 5�,/ 5 / 00
10 3305.1105 J3 05 22 370 LF 30"Casing By Other Than Opcn Out
IVo- Cents S 15609s 20 VO
Jf
Notes Contractor to select only one option for items numbered A,B,C.
STATo 0011WAY114
WATCRRC7.00ATION PART3
CITY PROJECT NO.01515
SECTION 00 42 43
-- PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bid List Item Specification Unit of
No. No. Section No. Bid Quantity Measurement Description Unit Price Bid Value
11 3305.1007 330522 220 LF 36"Cn Blr+<Icn C'.0 J
ollar
-- /t/O Cents $✓_ (/[/- S b� 00
12 3305.1107 33 05 22 245 LF 36"Casing
/Byy Other Than Open Cut
Dollar //��'� �� �^'�
O_. Cents $�C./V- S �/ 7 ov
13 3312.3002 33 05 20 1 EA 6"Gate ValveID
ate.. • '`.!�.r�� _.._ DnRar /�j
--A iG Cents $/V S /boo�
14 3312,3003 33 05 20 1 EA 8"(jute Valve
�
Ceti 3
15 3312.3005 33 05 20 2 EA 12'Gate V31vc �
1 C �t�r"--7 )ollar d
50
16 3312.3006 33 1220 2 EA 16"Gale Valve will Vault /
- S��/�' +��ri✓ *Kolar Dollar
/VO Ce
$ ,7Q $ V o�
nts
17 3312.3008 33 1220 3 EA 24"Gate Valve w/Vault
/yO _ Cents
$33 $
18 3312.0001 33 1220 t EA Fire Hydrant
$
19 3312.1003 331230 ! EA 3"Water
�Air Release
.Valve&Vault /
Qr,0/ _----Dollar _
_Cents 5 OVfl $ ! bQ
20 3312.6002 33 1260 2 EA 0"Blow Off Valve w/5"Diameter Manhole
�/1/�C� _Q_'c.!S'aJV _--Dollar r
$ O D 0�
21A 3311.0001 33 11 11 13 TN Ductile Iron Water Fittings w/Restraint
'�'e'✓CaC!{�Q ..Dollar
5 G5 0 Cents $ Ova $ a
218 3311.0021 33 11 13 13 LS C303 Fittings
Dollar
Cents q $
22 3137.0105 33 37 00 100 SY Medium Stone Riprap,grow•tl
..Dollar
Cents
23 3305.0116 3305 10 30 CY Concrete Encasement for Utility Pipes
..,_ 0 _ Cents $ Vfl - $ `✓(/ ��
24 3312.0106 33 1225 2 EA Connection to Existing 16"""Water Main
-Ou 9/'V _Dollar d�
/✓0..._w._.,.�...,_—.... Cents $ S ✓G/i/
Note: Contractor to select only one option for items numbered A,B,C.
STATE nIG11 WAY 114
WATER RELOCATION PART!
CITYPROIECT N0.01515
SECTION 00 42 43
r- PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project item Information Bidder's Proposal
No. Bid List Item Specification Bid Quanlity Unit of Description Unit Price Bid Value
No. Section No. Measurement
25 3312.0108 33-1225 4 EA Connection to Exisfing 24"Water A,fnfn
Dollar
Cents S • S
26 0241.1206 024114 790 CY Water
.Line Grouting
r,
Sf'A,, Dollar
O 1
N s/7fl- ba —
Cents
27 0241.1206 024114 1 EA 16"Water Abandonment Plug
fuJWfi"IWO Ai{/dG(
�-+
_ v �c�rtt5
28 0241.1209 0241 14 12 EA 24"Water Abandonment Plug _
��r/"•!x ��I� l�pDoliar
--�,/�.--- —Cents S 1$4SD� s 3 D ✓ Olt
29 0241.1754 0241 14 I EA Salvage 24"WaterValve
S
30 0241.1510 0241 14 2 EA Salvage Fire Hydrant
ON` _ Dollar
_NO _Cents 3/Ow _ S ;coo
31 3304.0002 3304 12 1 LS CaOwdie Prntcct uir
►A�Dollar
..-, 1•! —,4Ccnts S;?04bt $ .Zd ad *—,
32 3201.0614 32 01 29 105 SY Cana Prrot Repair.Residential �:
^� Dollar t�
33 3201.0616 32 01 29 20 SY Cone
ep.ir,AucrraBl dugnai -
ND __ Cents S/34•T0!
34 3305.0109 3305 10 4,185 LF Trench S/affeety(,1p—
Cents
35 3291.0100 3291 19 315 CY Topsoil
ti D�+J Cents SQ S
36 3292.0100 3292 13 1,870 SY Block Sod Placement
—cent s S S
Section A-Wuter Improvements Subtotal S S
a o2� 4S/a
Note: Contractor to select only one option for Items numbered A,D,C.
srAmfRCNWAY 114
WATLR RELOCATION PART]
CITYPROIECTNO 01515
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project item Information Biddces Proposal
No. Bid List Item Specification Bid Quantity Unit of Description Unit Price Bid Value
No. Section No. Measurement
Section B-Sewer Improvements
1 7371.4225 33 If 10,33 31 13, 960 LF 18"Sewer Pipe
77 3120,33 3121
2 3305.]007 33 05 24 415 LF I8"Scwcr Cari`cr 1hj1�c(DDIP with Ressttwiin/A joiinntts)j/�
b� ZN/K� -__ v -l-r.v1�uJ7ar O
=sem s 7 s 77.2
N _
Cents _
7 3305.1005 33 05 22 340 LF 30'Casing By Open Open Cut l
j_W*-� =4Dollar
Cents S / 206
b
4 3305.1 105 33 05 22 75 LF 30°Casin B /Olher Th a Open�//(,ut 1 /
�t/C {I�/A!I ►Wt '7 t,r/ , Dollar /
$ S
5 3739.1001 33 79 10,33 39 20 5 BA 4'Manhhnlo A„i h rnn Shield)
vAP
../._ _.�....— Cents $ �✓ S / J- `•
` 6 3339.1003 73 79 10,33 79 20 40 VF 4'FA(m Depth M-holo 1
Y ` l
Q Cents S ` OV
7 3301.0101 330130 5 GA Ataattole Vacuum 1,c5ting
Twp 44 ollarLD
Cents S LiSJ_ S! �✓a+
8 7705,0112 330517 5 BA ConcreteCullar
�" /f/ �_��I✓��lDullar //
Cents $ /20_ S vOd
9 7301.0001 33 01 31 1,430 LF Pre-CCTV Inspectio
n
(./��► �_�` Dollar .gyp
S
10 3301.0002 73 0131 1,380 LF Post-CCTV Inspection//��
CAAF Dollar
Cents , $ !3
` 11 0241.2001 0241 14 100 CY Sanitary Line Grouting /
,. 12 0241.2106 0241 14 4 BA IB"Sewct Abandoutnvnt Piu�
_ Cents g l,5"oQ s v 0 -
13 0241.2201 0241 14 J BA Itom�srpler Myanh�ol�e
_"
.. /V p..�___ ..,�.,....`___.__.(cuts $/SOQ S 41.5OltI
14 3137.0105 31 3700 50 SY Medium Stone Riprap,groutc
0/V Dollar
15 3705.01 16 3305 10 10 CY Concrete
Fneasement for Utility Pipe
Deltar
NO
STATP.UGHWAY 114
\VATRR RRLOCAT10N PART 3
CITY PROJEU NO.01515
SECTION 00 42 43
PROPOSAL FORM
UNIT PRICE BID Bidder's Application
---- Project Item Information Bidders Proposal
Bid List Item Specification Unit of
No. No. Section No. Bid Quantity Measurement Description Unit Price Bid Value
16 3305.0109 3305 10 1,300 LF Tren/ch�Saaret♦y
Dollar
S/ 0
17 3291.0100 3291 19 100 CY Topsoil
' I OIL Dollar
oo
`
18 3292,0100 3292 13 580 SY Block Sod Placement 'f
-i-- � Dollar
��t� Cents S s 7 5 1
Section B-Sewer Improvements Subtotal S S
3 7t,
STATn ulauWAY Oa
WATCR RRI.00ATION PART)
CRY PROJECT NO 01515
SECTIU14 04 42 43
PIw1OgAL FMM
UNIT PRICE BID Bidder's Application
BID SUMMARY
Sueflo a A-Water improvements S2021 -7
Seelfun B.5rvrrr Tmproreffnerrta +'
TOTAL $ Q _
eraro wsark�v i 1�
uta_Wa nm_ochnbN PAOI F
JTF FHVI 1140 u111
C043 37
B10 FORM
Pane 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE 7D STATE LAW MON RESIDENT BIDDER
Texas Government Coda Chapter 2252 was adopted for the award of contracts to nonresident bidder's. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders {out-af-state contractors
hose corporate offc®s or principal place of business are outside the Mate of Texas) bid projects for
constrUCtlorl, improvements. supplies ar services in Texas at an amount lower than the lowest Texas resident
bidder by the same arr runt that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a Comparable contract in the Mate which the nunresidelnt"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
speciflcations, The failure of nonresident bidders to do so will automaftally disqualify that bidder. Resident
bidders must check the box In Section B.
A. Nonresident bidders in the Mate of , our principal place oaf business,
are required to be percent lowernan resident bidders by State Law, Acopyofthe
statute Is attached.
Nonresident bidders in the State of _ our principal place of business,
are not required to underhld resident bidders..
E3. The principal place of business of our company or our parent company or majority Owner is
in the State of Texas.
BIDDER: nn5Vl
y� of 4! Fi7'li L�
p (Signa re)
Q
Title; a
Date.
END OF SECTION
CITY OF FORT WORTH STATE WCHwAY 114
STANnARDCON5TRUCTOON SPECIFICATION CIQCUM5NTS WATER RELOCATION PART 3
Form Revised 34120327 CJTY PROJECT NO 01515
004511-1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
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
5 bids. To be eligible to bid the contractor must submit Section 00 45 12,Prequalification
6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is
7 not prequalified for the work type(s) listed must submit Section 00 45 13,Bidder
8 Prequalification Application in accordance with the requirements below.
9
10 The prequalification process will establish a bid limit based on a technical evaluation and
11 financial analysis of the contractor.The information must be submitted seven(7)days prior
12 to the date of the opening of bids.For example,a contractor wishing to submit bids on
13 projects to be opened on the 7th of April must file the information by the 31 st day of March
14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's
15 Prequalification Application,the following must accompany the submission.
16 a. A complete set of audited or reviewed financial statements.
17 (1) Classified Balance Sheet
18 (2) Income Statement
19 (3) Statement of Cash Flows
20 (4) Statement of Retained Earnings
21 (5) Notes to the Financial Statements, if any
22 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles
23 of Incorporation,Articles of Organization,Certificate of Formation,LLC
24 Regulations, Certificate of Limited Partnership Agreement).
25 c. A completed Bidder Prequalification Application.
26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas
27 Comptroller of Public Accounts.To obtain a Texas Taxpayer Identification
28 number visit the Texas Comptroller of Public Accounts online at the
29 following web address www.window.state.tx.us/taxl2ermit/and fill out the
30 application to apply for your Texas tax ID.
31 (2) The firm's e-mail address and fax number.
32 (3) The firm's DUNS number as issued by Dun&Bradstreet.This number
33 is used by the City for required reporting on Federal Aid projects. The DUNS
34 number may be obtained at www.dnb.com.
35 d. Resumes reflecting the construction experience of the principles of the firm for firms
36 submitting their initial prequalification.These resumes should include the size and
37 scope of the work performed.
38 e. Other information as requested by the City.
39
40 2. Prequalification Requirements
41 a. Financial Statements. Financial statement submission must be provided in
42 accordance with the following:
°- 43 (1) The City requires that the original Financial Statement or a certified copy
44 be submitted for consideration.
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
b- Revised July 1,2011 CITY PROJECT NO.01515
004511 -2
BIDDERS PREQUALIFICATIONS
Page 2 of 3 y,
1 (2) To be satisfactory,the financial statements must be audited or reviewed
2 by an independent,certified public accounting firm registered and in
3 good standing in any state.Current Texas statues also require that
4 accounting firms performing audits or reviews on business entities within
5 the State of Texas be properly licensed or registered with the Texas State
6 Board of Public Accountancy.
7 (3) The accounting firm should state in the audit report or review whether
8 the contractor is an individual,corporation,or limited liability company.
9 (4) Financial Statements must be presented in U.S.dollars at the current rate
10 of exchange of the Balance Sheet date.
11 (5) The City will not recognize any certified public accountant as
12 independent who is not, in fact, independent.
13 (6) The accountant's opinion on the financial statements of the contracting .�
14 company should state that the audit or review has been conducted in
15 accordance with auditing standards generally accepted in the United
16 States of America.This must be stated in the accounting firm's opinion.
17 It should: (1)express an unqualified opinion,or(2)express a qualified
18 opinion on the statements taken as a whole.
19 (7) The City reserves the right to require a new statement at any time.
20 (8) The financial statement must be prepared as of the last day of any month,
21 not more than one year old and must be on file with the City 16 months
22 thereafter, in accordance with Paragraph 1.
23 (9) The City will determine a contractor's bidding capacity for the purposes
24 of awarding contracts.Bidding capacity is determined by multiplying the
25 positive net working capital(working capital=current assets—current
26 liabilities)by a factor of 10.Only those statements reflecting a positive
27 net working capital position will be considered satisfactory for
28 prequalification purposes.
29 (10) In the case that a bidding date falls within the time a new financial
30 statement is being prepared,the previous statement shall be updated with
31 proper verification.
32 b. Bidder Prequalication Application. A Bidder Prequalification Application must be
33 submitted along with audited or reviewed financial statements by firms wishing to be
34 eligible to bid on all classes of construction and maintenance projects. Incomplete
35 Applications will be rejected.
36 (1) In those schedules where there is nothing to report,the notation of
37 "None"or"N/A"should be inserted.
38 (2) A minimum of five(5)references of related work must be provided.
39 (3) Submission of an equipment schedule which indicates equipment under
40 the control of the Contractor and which is related to the type of work for
41 which the Contactor is seeking prequalification. The schedule must
42 include the manufacturer,model and general common description of
43 each piece of equipment.Abbreviations or means of describing
44 equipment other than provided above will not be accepted.
45
46 3. Eligibility to Bid
47 a. The City shall be the sole judge as to a contractor's prequalification.
48 b. The City may reject, suspend, or modify any prequalification for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issue a letter as to the status of the prequalification approval.
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised July 1,2011 CITY PROJECT NO.01515
004511 -3
BIDDERS PREQUALIFICATIONS
Paoe 3 of 3
1 d. 1f a contractor has a valid prequalitication later,the contractor will be eligible to bid
2 the prequalified work types until the expiration date stated in the letter.
3
4
5
6
7
8 END OF SECTION
9
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Reviscd July 1,2011 CITE'PROJECT NO.01515
0045 12-1
PREQUALIFICATION STATEMENT
Page 1 of I
1 SECTION 00 4512
2 PREQUALIFICATION STATEMENT
3
4 Each Bidder for a City procurement is required to complete the information below by
5 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the
6 major work type(s)listed
7
Major Work Type Contractor/Subcontractor Company Prequatification
Name Ex iration Date
Water Improvements A4. — 11 30 g
Sewer Improvements ,_T,a /I30 /
8
9
10 The undersigned hereby certifies that the contractors and/or subcontractors described in
11 the table above are currently prequalified for the work types listed
12
13 BIDDER:
15 r ION'S cAgmcffi,ahs By: 6, Ex
16 Company Frint
17 �
17 L1491 L66M F Signature:
19 Address
20
21 per tNoR�_ �X -462y 4 Title: VP
22 City/State/Zip (Please Print)
23
v 24 Date: 0-11-15
25
26 END OF SECTION
27
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised July 1,2011 CITY PROJECT NO.01515
FORTWORTH
SECTION 00 45 13
BIDDER PREQUALIFICATION APPLICATION
Date of Balance Sheet
rt Mark only one:
Individual
Limited Partnership
Name under which you wish to qualify General Partnership
Corporation
Limited Liability Company
Post Office Box City State Zip Code
Street Address(required) City State Zip Code
Telephone Fax Email
Texas Taxpayer Identification No.
I
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"
dW
004513-2
BIDDER PREQUALIFICATION APPLICATION
Page 2 of 8
BUSINESS CLASSIFICATION
The following should be completed in order that we may properly classify your firm:
(Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is
checked) MR
Has fewer than 100 employees
and/or ''
Has less than$6,000,000.00 in annual gross receipts
OR
Does not meet the criteria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
The classification of your firm as a small or large business is not a factor in determining eligibility to
become prequalified.
MAJOR WORK CATEGORIES
Water Department
Augur Boring-24-inch diameter casing and less
Augur Boring-Greater than 24-inch diameter casing and greater
Tunneling—36-Inches—60—inches,and 350 LF or less
Tunneling-36-Inches—60—inches, and greater than 350 LF
Tunneling—66"and greater, 350 LF and greater
Tunneling—66"and greater, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smaller �+
Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
Water Transmission,Development,24-inches and smaller
Water Transmission,Urban/Renewal,24-inches and smaller
Water Transmission,Development,42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission,Development,All Sizes
Water Transmission,Urban/Renewal,All Sizes
Sewer Bypass Pumping, 18-inches and smaller 'M
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 rt
CCTV,42-inches and smaller
CCTV,48-inches and smaller
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised December 20,2012 CITY PROJECT NO.01515
on
0045 13-3
BIDDER PREQUALIFICATION APPLICATION
on 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 CIDP,All Sizes
Sewer Collection System,Development, 8-inches and smaller
Sewer Collection System,Urban/Renewal, 8-inches and smaller
Sewer Collection System, Development, 12-inches and smaller
Sewer Collection System,Urban/Rcnewal, 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
r Sewer Cleaning, 24-inches and smaller
Sewer Cleaning, 42-inches and smaller
Sewer Cleaning,All Sizes
PE Sewer Cleaning, 8-inches and smaller
Sewer Cleaning, 12-inches and smaller
Sewer Siphons 12-inches or less
f Sewer Siphons 24-inches or less
Sewer Siphons 42-inches or less
Sewer Siphons All Sizes
PW Transportation Public Works
Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER)
po 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)
f Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER)
Roadway and Pedestrian Lighting
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
'� Revised December 20,2012 CITY PROJECT NO.01515
0045 13-4
BIDDER PREQUALIFICATION APPLICATION
Page 4 of 8
1. List equipment you do not own but which is available by renting
DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How many years has your organization been in business as a general contractor under your present
name?
List previous business names:
3. How many years of experience in construction work has your organization
had: do
(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 Mason.
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 STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised December 20,2012 CITY PROJECT NO.01515
0045 13-5
BIDDER PREQUALIFICATION APPLICATION
w 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
1f
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
VP 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
1� adoption or marriage.
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised December 20,2012 CITY PROJECT NO.01515
Mo
0045 13-6
BIDDER PREQUALIFICATION APPLICATION
Page 6 of 8 MR
CORPORATION BLOCK PARTNERSHIP BLOCK
If a corporation: If a partnership:
Date of Incorporation State of Organization
Charter/File No. Date of organization ,+
President Is partnership general, limited,or registered limited
liability partnership?
Vice Presidents
File No.(if Limited
Partnership)
General Partners/Officers
Secretary Limited Partners(if applicable)
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incorporation
Date of organization
File No. Individuals authorized to sign for Partnership
Officers or Managers(with titles, if any)
Except for limited partners,the individuals listed in the blocks above are presumed to have full
signature authority for your firm unless otherwise advised. Should you wish to grant signature
authority for additional individuals,please attach a certified copy of the corporate resolution,
corporate minutes,partnership agreement,power of attorney or other legal documentation which
grants this authority.
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised December 20,2012 CITY PROJECT NO.01515 +�
.W
0045 13-7
BIDDER PREQUALIFICATION APPLICATION
on Page 7 of 8
14. Equipment $
TOTAL
"" BALANCE SBEET
ITEM QUANTITY ITEM DESCRIPTION VALUE
1
2
3
4
5
6
�* 7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
Various-
TOTAL
Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment,
you may show these 30 types and show the remainder as "various". The City, by allowing you to show
only 30 types of equipment, reserves the right to request a complete,detailed list of all your equipment.
The equipment list is a representation of equipment under the control of the firm and which is related to
the type of work for which the firm is seeking qualification. In the description include,the manufacturer,
model, and general common description of each.
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised December 20,2012 CITY PROJECT NO.01515
0045 13-8
BIDDER PREQUALIFICATION APPLICATION
Page 8 of 8 +�
BIDDER PREQUALIFICATION AFFIDAVIT
STATE OF
COUNTY OF
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the
entity herein first named, as of the date herein first given; that this statement is for the express purpose of
inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who
prepared the balance sheet accompanying this report as well as any depository, vendor or any other
agency herein named is hereby authorized to supply each party with any information, while this statement
is in force, necessary to verify said statement.
, being duly sworn, deposes and says that
he/she is the of , the entity
described in and which executed the foregoing statement that he/she is familiar with the books of the said
entity showing its financial condition; that the foregoing financial statement taken from the books of the
said entity as of the date thereof and that the answers to the questions of the foregoing Bidder
Prequalification Application are correct and true as of the date of this affidavit.
Firm Name:
Signature: WR
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 STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised December 20,2012 CITY PROJECT NO.01515
004526-1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page I of 1
1 SECTION 00 45 26
2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
3
4 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it
5 provides worker's compensation insurance coverage for all of its employees employed on City
6 Project No.01515. Contractor further certifies that,pursuant to Texas Labor Code, Section
7 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with
8 worker's compensation coverage.
9
10 CONTRACTOR:
II lay /
12 /sx�s �_ By:
13 Company
14
15 '11" Kc,,Ra 144,u .,- —e- Signature:
16 Address
17
18 };mac.* WMW*4. `(�A 74 Z IA4 Title: VP
19 City/State/Zip (Please Print)
20
21
22 THE STATE OF TEXAS §
23
24 COUNTY OF TARRANT §
25
26 BEFORE ME,the undersigned authority,on this day personally appeared
27 q516M (=vs,L,M ,known to me to be the person whose name is
28 subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as
29 the act and deed of �Vrc for the purposes and
30 consideration therein expressed and in the capacity therein stated.
31
32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of
33 ,20►5.
34
35 "'' =WN36 37 Notary Public in and for the State of Texas
38 � MY
39 END OF SECTION
40
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised July 1,2011 CITY PROJECT NO.01515
s
004540-1
MINORITY BUSINESS ENTERPRISE GOAL
Page I of l
I SECTION 00 45 40
2 MINORITY BUSINESS ENTERPRISE GOAL
3
4 APPLICATION OF POLICY
5 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal
6 may be applicable. if the total dollar value of the contract is $50,000 or less, the MBE
7 subcontracting goal is not applicable.
8
9 POLICY STATEMENT
10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority
11 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and
12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid.
13
14 MBE PROJECT GOAL
15 The City's MBE goal on this project is 12% of the total bid (Base bid applies to Parks and
16 Community Services). Note: If both MBE and SBE subcontracting goals are established for this
17 project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be
18 deemed responsive.
19
20 COMPLIANCE TO BID SPECIFICATIONS
21 On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are
22 required to comply with the intent of the City's Business Diversity Ordinance by one of the
23 following:
24 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or
25 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or
26 3. Good Faith Effort documentation,or;
27 4. Waiver documentation.
28 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non-
29 responsive. Any questions, please contact the M/WBE Office at(817)392-6104.
30
31 SUBMITTAL OF REQUIRED DOCUMENTATION
32 The applicable documents must be received by the Managing Department, within the following
33 times allocated, in order for the entire bid to be considered responsive to the specifications. The
34 Offeror shall deliver the MBE documentation in person to the appropriate employee of the Managing
35 Department and obtain a datettime receipt. Such receipt shall be evidence that the City received the
36 documentation in the time allocated. A faced copy will not be ampted.
1. Subcontractor Utilization Form, if goal received by 2:00 p.m., on the second City business days after
is met or exceeded: the bid opening date,exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor received by 2:00 p.m., on the second City business days after
Utilization Form,if participation is less the bid opening date,exclusive of the bid opening date.
than statedgoal:
3. Good Faith Effort and Subcontractor received by 2:00 p.m., on the second 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 received by 2:00 p.m., on the second City business days after
will perform all subcontracting/supplier the bid opening date,exclusive of the bid opening date.
work:
5. Joint Venture Form, if utilizing a joint received by 2:00 p.m., on the second City business days after
venture to meet or exceed goal. the bid opening date,exclusive of the bid opening date.
37 END OF SECTION
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised April 17,2015 CITY PROJECT NO.01515
r
004541-1
SMALL BUSINESS ENTERPRISE GOAL
Page 1 of 1
1 SECTION 00 45 41
2 SMALL BUSINESS ENTERPRISE GOAL
3
4 APPLICATION OF POLICY
5 If the total dollar value of the contract is greater than $50,000, then the SBE subcontracting goal may
6 be applicable. If the total dollar value of the contract is$50,000 or less,the SBE subcontracting goal
7 is not applicable.
8
9 POLICY STATEMENT
10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Small
11 Business Enterprises (SBE) in the procurement of all goods and services. All requirements and
12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid.
13
14 SBE PROJECT GOAL
15 The City's SBE goal on this project is 0%of the total bid (Base bid applies to Parks and Community
16 Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an
17 Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed
18 responsive.
19
20 COMPLIANCE TO BID SPECIFICATIONS
21 On City contracts greater than $50,000 where a SBE subcontracting goal is applied, bidders are
22 required to comply with the intent of the City's Business Diversity Ordinance by one of the
23 following:
24 1. Meet or exceed the above stated SBE goal through SBE subcontracting participation,or
25 2. Meet or exceed the above stated SBE goal through SBE Joint Venture participation,or
26 3. Good Faith Effort documentation,or;
27 4. Waiver documentation.
28 Failure to comply with the City's Business Diversity Ordinance, shall result in the Bid being
29 considered non-responsive. Any questions, please contact the M/WBE Office at(817)392-6104.
30
31 SUBMITTAL OF REQUIRED DOCUMENTATION
32 The applicable documents must be received by the Managing Department, within the following
33 times allocated, in order for the entire bid to be considered responsive to the specifications. The
34 Offeror shall deliver the SBE documentation in person to the appropriate employee of the Managing
35 Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the
36 documentation in the time allocated. A faxed ew will not be
1. Subcontractor Utilization Form, if goal is received by 2:00 p.m., on the second City business days after
' met or exceeded: the bid opening date,exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor received by 2:00 p.m.,on the second 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 2:00 p.m.,on the second 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 2:00 p.m.,on the second 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 received by 2:00 p.m.,on the second City business days after
venture to meet or exceed goal. the bid opening date,exclusive of the bid opening date.
37 END OF SECTION
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised April 17,2015 CITY PROJECT NO.01515
005243-1
Agreement
Page 1 of 4
1 SECTION 00 52 43
2 AGREEMENT
3 f
4 THIS AGREEMENT, authorized on 11 1 t l(P is made by and between the City of Forth
5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
6 ("City"), and North Texas Contracting, Inc., authorized to do business in Texas, acting by and
7 through its duly authorized representative,("Contractor").
8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
9 follows:
10 Article 1.WORK
11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the
12 Project identified herein.
13 Article 2.PROJECT
14 The project for which the Work under the Contract Documents may be the whole or only a part is
s 15. generally described as follows:
16 State Highway 114 Water Relocation Part 3
17 City Project No.01515:DOE No. 7069
18 Article 3.CONTRACT TEWE
19 3.1 Time is of the essence.
20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
21 Documents are of the essence to this Contract.
22 3.2 Final Acceptance.
23 The Work will be complete for Final Acceptance within 180 days after the date when the
24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
25 3.3 Liquidated damages
26 Contractor recognizes that time is of the essence of this Agreement and that City will
27 suffer financial loss if the Work is not completed within the times specified in Paragraph
28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the
29 General Conditions. The Contractor also recognizes the delays, expense and difficulties
30 involved in proving in a legal proceeding the actual loss suffered by the City if the Work
31 is not completed on time. Accordingly, instead of requiring any such proof, Contractor
32 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay
33 City Six Hundred Fifty Dollars ($650.00) for each day that expires after the time
'34 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of
35 Acceptance.
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised August 17,2012 CITY PROJECT NO.01515
005243-2
Agreement
Page 2 of 4
36 Article 4.CONTRACT PRICE
37 City agrees to pay Contractor for performance of the Work in accordance with the Contract
38 Documents an amount in current funds of Two Million four hundred five thousand six hundred
39 and ninety five Dollars($2,405,695.00).
40 Article 5.CONTRACT DOCUMENTS
41 5.1 CONTENTS:
42 A. The Contract Documents which comprise the entire agreement between City and
43 Contractor concerning the Work consist of the following:
44 1. This Agreement.
45 2. Attachments to this Agreement:
46 a. Bid Form
47 1) Proposal Form
48 2) Vendor Compliance to State Law Non-Resident Bidder
49 3) Prequalification Statement
50 4) .State and Federal documents(project speck)
51 b. Current Prevailing Wage Rate Table
52 c. Insurance ACORD Form(s)
53 d. Payment Bond
54 e. Performance Bond
55 f. Maintenance Bond
56 g. Power of Attorney for the Bonds
57 h. Worker's Compensation Affidavit
58 i. MBE and/or SBE Commitment Form
59 3. General Conditions.
60 4. Supplementary Conditions.
61 5. Specifications specifically made a part of the Contract Documents by attachment
62 or, if not attached, as incorporated by reference and described in the Table of
63 Contents of the Project's Contract Documents.
64 6. Drawings.
65 7. Addenda.
66 8. Documentation submitted by Contractor prior to Notice of Award.
67 9. The following which may be delivered or issued after the Effective Date of the
68 Agreement and, if issued,become an incorporated part of the Contract Documents:
69 a. Notice to Proceed.
70 b. Field Orders.
71 c. Change Orders.
72 d. Letter of Final Acceptance.
73
74
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised August 17,2012 CITY PROJECT NO.01515
x005243-n11
Agreemcnt
w Page 3 of 4
75 Article 6.INDEMNIFICATION
76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
77 expense, the city, its officers, servants and employees, from and against any and all
78 claims arising out of, or alleged to arise out of, the work and services to be performed
79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
80 under this contract. This indemnification provision is specifically intended to operate
81 and be effective even if it is alleged or proven that all or some of the damages being
82 sought were caused,in whole or in part, by any act, omission or negligence of the city.
83 This indemnity provision is intended to include, without limitation, indemnity for
84 costs,expenses and legal fees incurred by the city in defending against such claims and
85 causes of actions.
86
87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
88 the city,its officers,servants and employees,from and against any and all loss,damage
89 or destruction of property of the city,arising out of,or alleged to arise out of,the work
90 and services to be performed by the contractor, its officers, agents, employees,
91 subcontractors, licensees or invitees under this contract. This indemnification
92 provision is specifically intended to operate and be effective even if it is alleged or
93 proven that all or some of the damages being sought were caused, in whole or in part,
94 by any act,omission or negligence of the city.
95
96 Article 7.MISCELLANEOUS
97 7.1 Terms.
98 Terms used in this Agreement which are defined in Article 1 of the General Conditions will
99 have the meanings indicated in the General Conditions.
100 7.2 Assignment of Contract.
�. 101 This Agreement, including all of the Contract Documents may not be assigned by the
102 Contractor without the advanced express written consent of the City.
103 7.3 Successors and Assigns.
104 City and Contractor each binds itself, its partners, successors, assigns and legal
105 representatives to the other party hereto, in respect to all covenants, agreements and
106 obligations contained in the Contract Documents.
107 7.4 Severability.
108 Any provision or part of the Contract Documents held to be unconstitutional, void or
109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
110 remaining provisions shall continue to be valid and binding upon CITY and
111 CONTRACTOR.
112 7.5 Governing Law and Venue.
113 This Agreement, including all of the Contract Documents is performable in the State of
114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
115 Northern District of Texas,Fort Worth Division.
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised August 17,2012 CITY PROJECT NO.01515
005243-4
Agreement
' Page 4 of 4
116 7.6 Other Provisions.
In 117 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is
118 classified, promulgated and set out by the City, a copy of which is attached hereto and
119 made a part hereof the same as if it were copied verbatim herein.
4W
120 7.7 Authority to Sign.
121 Contractor shall attach evidence of authority to sign Agreement, if other than duly
122 authorized signatory of the Contractor.
123
124 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple
125 counterparts.
126
127 This Agreement is effective as of the last date signed by the Parties ("Effective Date").
128
Contractor: City ofFort W
B :
Jesus J. Chapa
By: Assistant City Manager
(Signature
Date � ��� F
Tt Lj SJ7,
Attest:
(Printed Name) City Se ret 8 0
(Seal) � 080
Title: V� �y
Address: 14g9 ir!ak.�,�. �.,s�,c-r ]Zn.
°Qa4
M&C PKt» Itis 16-11 t S
Date: ( ' 12- �►
City/State/Zip: r>zT -A(,24L/ Approved as to Form and Legality:
Date Douglas W. lack
Assistant City Attorney
129
130
131 APPROVAL RECONMffiNDED:
132
133
134
135 Andrew T.Cronberg,P.E,
136 Assistant DIRECTOR,
137 Water Department
138
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised August 17,2012 CITY PROJECT NO.01515
006113-1
PERFORMANCE BOND
Pagc 1 of2
1 SECTION 00 6113 Bond No. SU 1136569
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
3 8 That we, North Texas Contracting, Inc. ,known as
9 "Principal"herein and Arch Insurance Company , a corporate surety(sureties,if more than
T 10 one)duly authorized to do business in the State of Texas,known as"Surety"herein (whether one
11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
12 pursuant to the laws of Texas,known as"City"herein, in the penal sum of, Two Million four
13 hundred five thousand six hundred and ninety five Dollars($2,405.695.00).lawfuI money of the
14 United States,to be paid in Fort Worth,Tarrant County,Texas for the payment of which sum
15 well and truly to be made,we bind ourselves, our heirs,executors, administrators,successors and
16 assigns,jointly and severally,firmly by these presents.
17 WHEREAS,the Principal has entered into a certain written contract with the City
18 awarded the /04 day of 9 M4�/ ,20 which Contract is hereby referred to and
19 made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment
20 labor and other accessories defined by law,in the prosecution of the Work, including any Change
21 Orders,as provided for in said Contract designated as STATE HIGHWAY 114 WATER
22 RELOCATION PART 3 CITY PROJECT NO.01515
{
23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal
24 shall faithfully perform it obligations under the Contract and shall in all respects duly and
25 faithfully perform the Work, including Change Orders,under the Contract,according to the plans,
26 specifications,and contract documents therein referred to,and as well during any period of
27 extension of the Contract that may be granted on the part of the City,then this obligation shall be
28 and become null and void,otherwise to remain in full force and effect.
I
29 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in
30 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort
31 Worth Division.
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCULvMNTS WATER RELOCATION PART 3
Rcvised July 1,2011 CITY PROJECT NO.01515
0061 13-2
PERFORMANCE BOND
Page 2 of 2
1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
2 Texas Government Code,as amended, and all liabilities on this bond shall be determined in
3 accordance with the provisions of said statue.
4 IN WITNESS'WIMREOF,the Principal and the Surety have SIGNED and SEALED
r5 this instrument by duly authorized agents and officers on this the 1041 day of
6 20A.
7 PRINCIPAL:
r 8 North Texas Co ting, Inc.
9
10
]1
BY:
12 Signature
13 ATTEST
14
15 Zach Fusilier,Vice President
]6 (Principal)Secr tary Name and Title
17
18 Address: 4999 Keller Haslet Rd.
19 Fort Worth, TX 76244
(20 ' / -Wi ss as to PrinSURETY:
4 Arch Insurance Company
r2
28 Signature
r 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 Witness as to Surety Telephone Number: 214/989-0000
38
39
r 40
41 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract
42 from the by-laws showing that this person has authority to sign such obligation. If
r43 Surety's physical address is different from its mailing address, both must be provided.
44 The date of the bond shall not be prior to the date the Contract is awarded.
45
r
P
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised July 1,2011 CITY PROJECT NO.01515
0061 14.1
PAYMENT BOND
Page i of
1 SECTION 00 61 14 Bond No. SU1136569
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 corporate surety(sureties, if more than
10 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one
11 or more),are held and firmly bound unto the City of Fort Worth,a municipal corporation created
12 pursuant to the laws of Texas, known as"City"herein, in the penal sum of, Two Million four
13 hundred five thousand six hundred and ninety five Dollars($2,405,695.00).lawful money of the
14 United States, to be paid in Fort Worth,'Tarrant County,Texas for the payment of which sum
15 well and truly to be made,we bind ourselves,our heirs, executors,administrators, successors and
16 assigns,jointly and severally, firmly by these presents.
17 WHERE AS, Principal has entered into a certain written Contract with City, awarded the
s 18 f Z f 4 day of J di*14 411 , 20 AP which Contract is hereby referred to and
19 made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment,
20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in
21 said Contract and designated as STATE HIGHWAY 114 WATER RELOCATION PART 3,
22 CITY PROTECT NO. 01515.
23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
27 force and effect.
28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
30 accordance with the provisions of said statute.
31
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised July I,2011 CITY PROJECT NO,01515
0061 14-2
PAYMENT BOND
Page 2 of 2
1 I3v WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the �ZfM day of
3 GSA M4/�� , 20
4
PRINCIPAL:
North Texas Contrac Inc.
� 1
ATTEST: BY;
Signature
IAII�-/j Zach Fusilier, Vice President
(Principal retary Name and Title
Address: 4999 Keller Haslet Rd.
Fort Worth, TX 76244
Witnes as to Principal
SURETY:
Arch Insurance Company
ATTEST: BY:
Signature
f 1 Robbi Morales, Attorney-in-fact
(Surety) Name and Title
Address: 2711 N. Haskell Ave., Suite 800
Dallas. TX 75204
Witness s to Surety
Telephone Number: 214/989-0000
5
6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the
7 bylaws showing that this person has authority to sign such obligation. If Surety's physical
8 address is different from its mailing address, both must be provided.
9
I 10 The date of the bond shall not be prior to the date the Contract is awarded.
11 END OF SECTION
12
CITY OP FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART
Revised July 1,2011 CITY PROJECT NO.01515
006119-1
MAR iENIANCEBOND
Pap 1 of
1 SECTION 00 6119 Bond No. SU1136569
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY TR7SE PRESENTS:
6 COUNTY OF TARRAINTT §
7
8 That we, North Texas Contracting, Inc. known as
9 "Principal"herein and Arch Insurance Company ,a corporate surety(sureties, if more than
10 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one
11 or more), are held and firmly bound unto the City of Fort Worth,a municipal corporation created
12 pursuant to the laws of Texas, known as"City"herein,in the penal sum of, Two Million four
13 hundred five thousand six hundred and ninety five Dollars($2,405,695.00).1awful money of the
14 United States,to be paid in Fort Worth,Tarrant County,Texas for the payment of which sum
15 well and truly to be made,we bind ourselves, our heirs,executors,administrators, successors and
16 assigns,jointly and severally, firmly by these presents.
I7
18 Wlil✓R ,AS,the Principal has entered into a certain written contract with the City awarded
19 the 17 day of 44,4 4/ �/ ,20 ,which Contract is hereby
20 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all
21 materials,equipment labor and other accessories as defined by law,in the prosecution of the
22 Work, including any Work resulting from a duly authorized Change Order(collectively herein,
23 the"Work")as provided for in said contract and designated as STATE HIGHWAY 114
24 WATER RELOCATION PART 3 CITY PROJECT NO. 01515 and
25
26 WHEREAS,Principal binds itself to use such materials and to so construct the Work in
27 accordance with the plans,specifications and Contract Documents that the Work is and will
28 remain free from defects in materials or workmanship for and during the period of two (2)years
29 after the date of Final Acceptance of the Work by the City("Maintenance Period");and
30
31 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part
32 upon receiving notice from the City of the need therefor at any time within the Maintenance
Iry 33 Period.
34
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Revised July 1,2011 CITY PROJECT NO.01515
0061 19-2
MAINTI~NANC£BOND
Page 2 of 3
�! 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall
2 remedy any defective Work,for which timely notice was provided by City,to a completion
3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in
4 full force and effect.
5
6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely
7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to
8 be'repaired and/or reconstructed with all associated costs thereof being borne by the Principal and
9 the Surety under this Maintenance bond; and
10
1 I PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in
12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort
13 Worth Division;and
14
15 PROVIDED FURTHER,that this obligation shall be continuous in nature and
16 successive recoveries may be had hereon for successive breaches.
17
18
19
CITY Or TORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W.% SR RELOCATION PART 3
Revised July 1,2011 CITY PROJECT NO.01515
0061 19-3
MAINTENANCE BOND
Page 3 of 3
1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 12t�' day of
-- 3 Hk�i .20 A4
4
5 PRINCIPAL:
6 North Texas-- ontractiR4, Inc.
7
-� 8
9 BY:
10 Signature
11 ATTEST:
12
13 Zach Fusilier, Vice President
14 (Pnncipa Secretary Name and Title
15
16 Address: 4999 Keller Haslet Rd.
17 / Fort Worth, TX 76244
18
19 XZJ6 —
20 itness s to Princlpa
21 SURETY:
22 Arch Insurance Company
23
24
25 BY: QaC.�?Y1 gtzot
26 Signature
27
28 Robbi Morales, Attorney-in-fact
29 EST Name and Title
30 -
31 Address: 2711 N. Haskell Ave., Suite 800
32 ( e )-9ecretary Dallas, TX 75204
33
34
35 Witness as to Surerf Telephone Number: 214/989-0000
36
37 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract
38 from the by-laws showing that this person has authority to sign such obligation. If
39 Surety's physical address is different from its mailing address, both must be provided.
40 The date of the bond shall not be prior to the date the Contract is awarded.
41
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
Rcvised July 1,2011 CITY PROJECT NO.01515
AIC 0000165510
THIS POWER OFATTORNEY ISNOT VALID UNLESS IT IS PRJ'IMITL=Q ON 04UE BACKGROUND. -
This Power of-Attorneylimits the=acts of1hoser named herein, and the have no aMuthorit - -
y authority to bind the Compri eln Me
manner and to the extent herein stated. Not valid for Mortgage, Note,Loan, Letter of Credit, Bank Deposit, Currency Rate,
Interest Rate or Residential Value Guarantees,
POWER OF ATTORNEY
Know All Persons By These Presents:
That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal
I�
administrative-office in Jersey City, New Jersey(tinaffreferred to as the R Company")does,,,hpraby appoint:
Don�Comell,Kelly A.Westbrook r JkfRey ,Rdbbi Morales,Sophinie Hunter gild V,DeLene Marshall of Datlas, TX(EACHl
its true and lawful Attomey(s)in-Fact,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as
surety,and as its act and deed:
Any and aii-�undertakings,to6ogl6120hoss and other surety obligations,in the penal s4rrn not exceeding
tom€ r_NiI molars($90,Q00.000.00i,
This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar
limit of authority as set forth herein.
The execution jof such bonds, undertaldrigs, recognizances and other surely obligations in pursuance of these alt be as
binirrg-dupon to said Company amply-tri all intents and purposes, as if the same had been duly axecuted and
acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey.
This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company
on September 15, 2011, true and accurate copies, of which are hereinafter set forth and are hereby certified to by the undersigned
Secretary as being in full force aro effo k:
"VOTED, That.the Chairman of the"rd,the President,or the Executive Vice President,-or any Senior Vice President, of uie Surety
Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and
authority to appoint agents and attomeys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of
'^ attorney,to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and
other surety otfigabons obligatory in the nature thereof, and any such officers of the Company may appoint agents for aooeptance of
process.-
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the
unanimous consent of the Board of Directors of the Company on September 15,2011:
VOTED,Thatthe=signature of the Chairci
man f the Poarji the President,or the Executive V dent,or any Senior Vice President,
41he-Surety Business Division, or t�eir appointees designated in writes ed w Secretary, and this signature-of the
Secreitaryr e- of the Company,and certifications by the Secretary, may.F
Le affixecLbyftcUnikon any power of allomy or bond
executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed,
sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the
Company.
WX .F
OOMLOO13 00 03 03 Page 1 of 2 PMWd in U.S.A.
c�t
AIC 0000165510
In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized
officers,this 15th day of September,2015.
Attested and Certified Arch Insurance Company
gvx2m"
QItrt. �..,..�.,
K4
Patrick K.Nails,Secretary David M. M a stein, Executive Vice President
STATE OF PENNSYLVANIA SS �(sf4lll�
COUNTY OF PHILADELPHIA SS
I, Helen Szafran, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the
same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a
Corporation organized and existing under the laws of the State of Missouri,subscribed to the foregoing instrument,appeared before me
this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and
delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and
purposes therein set forth.
MMdLNdWEAil"OP FIN14BYLVANIA
NOTARIAL SEAL
HELEN SZAFIVA Notivy Punk
vire
City uLai , .CourO
M Conwissx>rssion res 0ctrber 3,2017
elen Szafran, N6tary l2fublicg
My commission expires 10/03/2017
CERTIFICATION
I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated September
15.2015 on behalf of the person(s)as listed above is a true and correct copy and that the same has been in full force and effect since
the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein,
who executed the Power of Attorney as Executive Vice President,was on the date of execution of the attached Power of Attorney the
duly elected Executive Vice President of the Arch Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on
this IZth day of +,y+1 t< 20-L�P_
--------- -W--
Patrick K. Nails,Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have
no authority to bind the Company except in the manner and to the extent herein stated.
PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS:
4V
Arch Insurance-Surety Division
3 Parkway,Suite 1500 y11x"Ce
Philadelphia,PA 19102
wit�re �4
SEAL
IM
M�SfOpfi;
OOMLOO 13 00 03 03 Page 2 of 2 Printed in U.S.A.
r �
r
✓ a
ARCH Insurance Company ARCH Surety
TEXAS CONSUMER NOTICE
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact your agent at the telephone number provided on the Declarations page
of your policy.
You may contact William J. Misero, Surety, Arch Insurance Company, at the toll-free
telephone number or address provided below:
Arch Insurance Company
Attention: William J. Misero
3 Parkway Suite 1500
Philadelphia PA 19102
, 1-866-472-8845
You may contact the Texas Department of Insurance to obtain information on
companies' coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P.O, Box 149091
Austin, TX. 78714-9091
FAX# (512) 475-1771
�. PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim you should contact the
agent or the company first. If the dispute is not resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a part or condition of the attached
document.
(Ed. 4/12) Printed in U.S.A.
-i
006125-1
CERTIFICATE OF INSURANCE
Page l of l
1 SECTION 00 6125
" 2 CERTIFICATE OF INSURANCE
3
4
5
6 [Assembler: For Contract Document execution, remove this page and replace with standard
7 ACORD Certificate of Insuranceform.I
„ 8
9
10
11
12
13
14
15
16
17
18
19
20
21
22 END OF SECTION
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WATER RELOCATION PART 3
,� Revised July 1,2011 CITY PROJECT NO.01515
STANDARD GENERAL CONDITIONS
s OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS WATER RELOCATION PART 3
Revision:Dccm ba2l,2012
CITY PROJECT NO.01515
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article 1 —Definitions and Terminology.......................................................................................................... 1
1.01 Defined Terms...............................................................................................................................l
1.02 Terminology..................................................................................................................................6
Article2—Preliminary Matters.........................................................................................................................7
2.01 Copies of Documents....................................................................................................................7
2.02 Commencement of Contract Time;Notice to Proceed................................................................7
2.03 Starting the Work..........................................................................................................................8
2.04 Before Starting Construction........................................................................................................8
2.05 Preconstruction Conference..........................................................................................................8
2.06 Public Meeting..............................................................................................................................8
2.07 Initial Acceptance of Schedules....................................................................................................8
Article 3—Contract Documents: Intent, Amending, Reuse............................................................................8
3.01 Intent..............................................................................................................................................8
3.02 Reference Standards......................................................................................................................9
3.03 Reporting and Resolving Discrepancies.......................................................................................9
3.04 Amending and Supplementing Contract Documents.................................................................10
3.05 Reuse of Documents...................................................................................................................10
3.06 Electronic Data............................................................................................................................l l
Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental
Conditions; Reference Points...........................................................................................................11
4.01 Availability of Lands ..................................................................................................................11
4.02 Subsurface and Physical Conditions ..........................................................................................12
4.03 Differing Subsurface or Physical Conditions.............................................................................12
4.04 Underground Facilities ...............................................................................................................13
4.05 Reference Points .........................................................................................................................14
4.06 Hazardous Environmental Condition at Site..............................................................................14
Article 5—Bonds and Insurance .....................................................................................................................16
5.01 Licensed Sureties and Insurers...................................................................................................16
5.02 Performance, Payment, and Maintenance Bonds.......................................................................16
5.03 Certificates of Insurance...........................:..................................................................................16
5.04 Contractor's Insurance. 18
5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19
Article 6—Contractor's Responsibilities........................................................................................................19
6.01 Supervision and Superintendence............................................................................................... 19
CITY OF FORT WORTH
STATE HIGHWAY
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision:Dwenf=21,2012 WATER RELOCATION PARTT 3
3
CITY PROJECT NO.O1515
6.02 Labor; Working Hours...................................,....................................-4....................................20
6.03 Services,Materials, and Equipment................. .... ...................................................................20
6.04 Project Schedule..........................................................................................................................21
6.05 Substitutes and"Or-Equals".......................................................................................................21
6.06 Concerning Subcontractors, Suppliers,and Others....................................................................24
6.07 Wage Rates..................................................................................................................................25
6.08 Patent Fees and Royalties...........................................................................................................26 ..
6.09 Permits and Utilities....................................................................................................................27
6.10 Laws and Regulations.................................................................................................................27
6.11 Taxes ...........................................................................................................................................28
6.12 Use of Site and Other Areas.......................................................................................................28
6.13 Record Documents......................................................................................................................29
6.14 Safety and Protection............................................................................................ .....................29
6.15 Safety Representative..................................................................................................................30
6.16 Hazard Communication Programs .......................................................... ................................30
6.17 Emergencies and/or Rectification............................................................. .................................30
6.18 Submittals........................................................................................................... ........................31
6.19 Continuing the Work............................................................................ .......,....... .....................32
6.20 Contractor's General Warranty and Guarantee..........................................................................32
6.21 Indemnification....................................................... .... ............................................................33
6.22 Delegation of Professional Design Services..............................................................................34
6.23 Right to Audit.................... . ..............................0.......................................................................34
6.24 Nondiscrimination.......................................................................................................................35
Article 7-Other Work at the Site.................................................. .. .....4.... .........s.................. ...................35
7.01 Related Work at Site...................... ......... ......... ..%.. ..... , ........................................................35
7.02 Coordination................................................................................................................................36
Article8-City's Responsibilities...................................................................................................................36
8.01 Communications to Contractor...,......... .,. . .............. ...............................................................36
8.02 Furnish Data................................................................................................... . .........................36
8.03 Pay When Due ............................................................................................................................36
8.04 Lands and Easements; Reports and Tests...................................................................................36
8.05 Change Orders....................................................................... .. ..................................................36
8.06 Inspections,Tests, and Approvals............................................... ............ . ...............................36
8.07 Limitations on City's Responsibilities.......................................................................................37
8.08 Undisclosed Hazardous Environmental Condition....................................................................37 '"
8.09 Compliance with Safety Program...............................................................................................37
Article 9-City's Observation Status During Construction...........................................................................37
9.01 City's Project Representative .................. ..................................................................................37
9.02 Visits to Site................................................................................................................................37
9.03 Authorized Variations in Work..................................................................................................38
9.04 Rejecting Defective Work..........................................................................................................38
9.05 Determinations for Work Performed..........................................................................................38
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38
CITY OF FORT WORTH STATE HIGHWAY 114
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS WATER RELOCATION PART 3
Revision:Decanrer21,2012 CITY PROJECT NO.01515 "`