Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 48254
CITY SECR-ETApY�� , -' CONTRACT NO. FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF SANITARY SEWER REHABILITATION CONTRACT LXXXIV (84) CITY PROJECT NO. 01503 Betsy Price David Cooke Mayor City Manager John Robert Carman Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Sewer Project Number 59607-070043-C01503-CO1783 May 2016 CONFORMED _ �� • 10 go * rr �*�••, n rou *.. . 1 i CHRIS ERIC BROOKS /. . . . . . . . . . . . . j The Choice for Collection System Solutions / O 67697 W /STER�� INNS/ON A-L May 25, 2016CI r--11CIAL RECORD gi 11Jl( !J CRETARY VV. Id'i"°f Ela T City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 8/16/2016 - Ordinance No. 22361-08-2016'& 22362-08- 2016 DATE: Tuesday, August 16, 2016 REFERENCE NO.: C-27876 LOG NAME: 6OSSR84-CIRCLEC SUBJECT: Authorize Execution of a Contract with William J. Schultz, Inc. d/b/a Circle "C" Construction Company, in the Amount of$3,534,032.50 for Sanitary Sewer Rehabilitation, Contract 84 in the Carter Riverside Neighborhood, Provide for Project Costs and Contingencies for a Total Project Amount of$4,108,432.50 and Adopt Appropriation Ordinances (COUNCIL DISTRICT4) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of$504,800.00 from available funds; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Clean Water State Revolving Fund in the amount of$2,969,839.00 from available funds; and 3. Authorize the execution of a contract with William J. Schultz, Inc. d/b/a Circle "C" Construction Company, in the amount of$3,534,032.50 for Sanitary Sewer Rehabilitation, Contract 84. DISCUSSION: On March 1, 2011, Mayor and Council Communication (M&C C-24754) the City Council authorized an Engineering Agreement with RJN Group, Inc., the preparation of plans and specifications for Sanitary Sewer Rehabilitation, Contract 84. This Mayor and Council Communication is to authorize a construction contract for the replacement of the deteriorated sanitary sewer mains located on the following streets and easement locations: Street From To U.S. 377 Yucca Avenue _ North Beach Street North Beach Street � �U.S377 Springdale Road Forth Riverside Drive Springdale Road ��North Beach Street 250 feet west of the 250 feet east of the Honeysuckle Avenue Honeysuckle Avenue/Brittain Honeysuckle Avenue / Brittain Street Intersection Street Intersection Brittain Street Springdale Road — [Selma Street ISelma Street Brittain Street 500 feet east Logname: 60SSR84-CIRCLEC Page 1 of 4 lKearby Street lBeryl Street 1200 feet east Easement between Barbell Hollis Street 1,050 feet north Lane and David Street Easement located 150 feet south of the N.E. 28th 150 feet west 250 feet west Street/David Street [Easement between Fairview Hollis Street Selk Avenue treet and Robinwood Drive Easement between Robinwood Drive and Brittain Hollis Street FSelk Avenue Street ------ Easement between Brittain Hollis Street Selk Avenue Street and Beryl Street From 1,000 feet west of Beach N.E. 28th Street Street/N.E. 28th Street 600 feet east Intersection Elinor Street N.E. 28th Street 11,250 feet north The project was advertised for bid on February 25, 2016 and March 2, 2016 in the Fort Worth Star-Telegram and on May 5, 2016, the following bids were received. Time of Bidder Amount Completion William J. Schultz, Inc. d/b/a Circle " C" Construction $3,534,032.50 400 Calendar Days Company Ark Contracting $6,086,035.00 �Thalle Construction Company 1$6,563,137.75 This project will have no impact on the Water Department's operating budget when completed. Construction is expected to start October of 2016 and be completed by November of 2017. M/WBE OFFICE: William J. Schultz, Inc. d/b/a Circle "C" Construction Company is in compliance with the City's BDE Ordinance by documenting good faith effort. The City's MBE goal on this project is 10 percent. Most State Revolving Loans are granted for construction contracts only. Additional appropriations of $399,600.00 (Sewer: $355,000.00; TPW: $44,600.00) is required for project management, material testing and Inspection; $174,800.00 (Sewer: $149,800.00; TPW: $25,000.00) is provided for project contingencies. Construction for the Sanitary Sewer Rehabilitation, Contract 84 Project, is one component of the overall project that includes project management, easement, acquisition, utility coordination, material testing, inspection, construction and contingencies. The overall project budget is $4,427,991.00. This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. The project is located in COUNCIL DISTRICT 4, Mapsco 63H, 64E and 64J. Logname: 60SSR84-CIRCLEC Page 2 of 4 FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund, the Street Rehabilitation Fund and the Clean Water State Revolving Fund 2007. The Fiscal Year 2016 Sewer Operating Budget includes appropriations of$26,300,046.00 for the purpose of providing Pay-As-You-Go funding for sewer capital projects. After this transfer for Fiscal Year 2016, the balance will be $9,564,338.00. Appropriations for Sanitary Sewer Rehabilitation, Contract 84 project will consist of the following: FUND Existing Additional Future Project Appropriations Appropriations Appropriations Total Street Rehabilitation $0.00 $608,794.00 $0.00 $608,794.00 Fund 39408 Clean Waterr I $0.00 $2,969,794.00 $0.00 $2,969,794.00 SRF 59602 Sewer Operating 59607 $344,603.00 $504,800.00 $0.00 —r$849,403.00 Project Total $344,603.00 $4,083,388.00 $0.00 $4,427,991 .00 * Numbers rounded for presentation purposes. FUND IDENTIFIERS LIDsj: TO "-6–epartment Accouni Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) 1)596071 0700430 4956001 C01503 C017ZZ 2016 $504,800.00 1 59607 0700430 5740010 C01503 C01783 2016 $149800.00 1 59607 0700430 5110101 C01503 C01780 2016 $62,900.00 1 59607 0700430 5310350 C01503 C01784 2016 $94,400.00 1 59607 0700430 5330500 C01503 C01784 2016 $9,000.00 1 59607 0700430 5110101 C01503 C01785 2016 $188,700.00 596021 0700430 4905420 C01503 C01783 2016 $2,969,794.00 59602 0700430 5740010 C01503 C01783 2016 2,969,794.00 FROM Fund Department Accouni Project ProgramActivity Budget Reference # Amount ID ID Year Chartfield 2 3 596021 0700430 5740010 C01503 C01783 2016 $2,969,838.50 3)39408 0200431 5740010 C01503 C01783 2016 $564,194.00 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: Robert C. Sauceda (2387) Logname: 60SSR84-CIRCLEC Page 3 of 4 ATTACHMENTS 1. 01503 60SSR84 Circlec Form 1295.pdf (Public) 2. 60SSR84 CIRCLEC Compliance Memo.pdf (CFW Internal) 3. 60SSR84 CIRCLEC Map01.pdf (Public) 4. 60SSR84 CIRCLEC Map02.pdf (Public) 5. 60SSR84-CIRCLEC sewer AO16r.docx (Public) 6. 60SSR84-CIRCLEC srf AO16r.docx (Public) 7. Changes to MC 60SSR84-CIRCLEC.docx (CFW Internal) 8. SAM Circle C Construction.pdf (Public) Logname: 60SSR84-CIRCLEC Page 4 of 4 C ,- � --�g * V CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY 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. 2016-78989 William J Schultz Inc dba Circle C Construction Company 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 06/30/2016 being filed. City of Fort Worth Datt cknow ledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contt ct,and provide a description of the services,goods,or other property to be provided under the contract. 01503 Sanitary Sewer Rehabilitation Contract 84 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Skelly,Teresa Fort Worth, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. ,o...................a _ ,, MICHELE S.LANKFORD Notary Public / *� ;*€ STATE OF TEXAS r9rFof r Nm . Notary D 11 MOctober 2019 Signature of authorized agent of ontracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said Terre SQS 5��� J U , , 20_� (n to certify which,witness my hand and seal of office. this the day of J u n e, TZ ri1l'ci l e,le., [aei X y-J 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 V1.0.1021 William J. Schultz, Inc. dba Circle C Construction Company Contractor PO Box 40328 Street Address Fort Worth, TX 76140 City& State 817-293-1863 Telephone Teresa S. Skelly, Vice President Contact Person CONTRACT DOCUMENTS CONFORMED SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) Sewer Project Number 59607-070043-C01503-C01783 City Project# 01503 X-21440 CITY OF FORT WORTH TARRANT COUNTY, TEXAS RJN GROUP, INC. CONSULTING ENGINEERS FORT WORTH, TEXAS May 2016 CONFORMED MAY 2016 CONTRACT DOCUMENTS CONFORMED SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) Sewer Project Number 59607-070043-CO1503-CO1783 City Project# 01503 X-21440 May 2016 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Texas. OF TF-oft++* t i CHRIS ERIC BROOKS . . . 67697 4r,: �+ F G/STEL.•- � .: +++ ONAL E��*� Chris Eric Brooks Date: May 25, 2016 Registration No. 67697 a� CONFORMED MAY 2016 �'i 000000-2 TABLE OF CONTENTS Page 2 of 4 1 Technical Specifications which have been modified or included for emphasis for this specific project 2 by the Engineer specifically for this Project are identified in the Divisions shown below. Hard 3 copies of those specifications are included in the Project's Contract Documents 4 5 Division 02-Existing Conditions 6 0241 14 Utility Removal/Abandonment 7 0241 15 Paving Removal 8 9 Division 03-Concrete 10 03 30 00 Cast-In-Place Concrete 11 03 34 13 Controlled Low Strength Material(CLSM) 12 03 34 16 Concrete Base Material for Trench Repair 13 14 Division 31-Earthwork 15 3123 16 Unclassified Excavation 16 31 25 00 Erosion and Sediment Control 17 18 Division 32-Exterior Improvements 19 3201 17 Permanent Asphalt Paving Repair 20 3201 18 Temporary Asphalt Paving Repair 21 32 01 29 Concrete Paving Repair 22 32 12 16 Asphalt Paving 23 32 13 13 Concrete Paving 24 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 25 32 13 73 Concrete Paving Joint Sealant 26 32 16 13 Concrete Curb and Gutters and Valley Gutters 27 32 17 23 Pavement Markings 28 3231 13 Chain Fences and Gates 29 32 31 26 Wire Fences and Gates 30 32 31 29 Wood Fences and Gates 31 32 32 13 Cast-in-Place Concrete Retaining Walls 32 3291 19 Topsoil Placement and Finishing of Parkways 33 32 92 13 Hydro-Mulching, Seeding,and Sodding 34 32 93 43 Trees and Shrubs 35 36 Division 33-Utilities 37 33 01 30 Sewer and Manhole Testing 38 33 01 31 Closed Circuit Television(CCTV)Inspection 39 3303 10 Bypass Pumping of Existing Sewer Systems 40 33 04 40 Cleaning and Acceptance Testing of Water Mains 41 33 04 50 Cleaning of Sewer Mains 42 3305 10 Utility Trench Excavation,Embedment, and Backfill 43 3305 13 Frame, Cover and Grade Rings 44 3305 14 Adjusting Manholes,Inlets,Valve Boxes, and Other Structures to Grade 45 3305 17 Concrete Collars 46 33 05 20 Auger Boring 47 33 05 26 Utility Markers/Locators 48 33 05 30 Location of Existing Utilities 49 33 11 10 Ductile Iron Pipe CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01503:March 14,2016 CONFORMED MAY 2016 000000-3 TABLE OF CONTENTS Page 3 of 4 1 33 11 11 Ductile Iron Fittings 2 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 3 33 1220 Resilient Seated Gate Valves 4 33 1225 Connection to Existing Water Mains 5 3331 12 Cured in Place Pipe(CIDP) 6 3331 15 High Density Polyethylene(HDPE)Pipe for Sanitary Sewer 7 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 8 33 3123 Sanitary Sewer Pipe Enlargement 9 33 31 50 Sanitary Sewer Service Connections and Service Line 10 33 39 10 Cast In Place Concrete Manhole 11 33 39 20 Precast Concrete Manhole 12 33 39 60 Epoxy Liners for Sanitary Sewer Structures 13 33 49 10 Cast-in-Place Storm Drain Manholes and Junction Boxes 14 33 49 20 Curb and Drop Inlets 15 16 Division 34—Transportation 17 3471 13 Traffic Control 18 19 Special Specifications 20 SS-1 Project Coordination, Scheduling and Completion 21 SS-2 Specific Project Conditions and Requirements 22 SS-3 Sanitary Sewer Pipe Reaming 23 SS-4 Polymer Concrete Structures 24 SS-5 Special Provisions and Roadbond 25 SS-6 Miscellaneous Paving and Restoration Specifications 26 99 99 00 Temporary Asphalt Sidewalks,Driveways, and Barrier Free Ramps 27 99 99 01 Temporary Concrete Curb and Gutters 28 99 99 02 Block Pavers,Rock Landscape,Landscape Edge, Stone Walk 29 99 99 05 Guardrails/Bollards 30 99 99 06 Concrete Flumes 31 99 99 08 Wood and Rock Retaining Walls 32 33 Technical Specifications listed below are included for this Project by reference and can be 34 viewed/downloaded from the City's Buzzsaw site at: 35 36 htps://projeetpoint.buzzsaw.coii/client/foitworthgov/Resources/02%20- 37 %20Construction%2ODocuments/Specifications 38 39 Division 02-Existing Conditions 40 0241 13 Selective Site Demolition 41 42 Division 03- Concrete 43 03 80 00 Modifications to Existing Concrete Structures 44 45 Division 31-Earthwork 46 31 1000 Site Clearing 47 31 24 00 Embankments 48 49 CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01503:March 14,2016 CONFORMED MAY 2016 000000-4 TABLE OF CONTENTS Page 4 of 4 1 Division 32-Exterior Improvements 2 32 12 73 Asphalt Paving Crack Sealants 3 32 14 16 Brick Unit Paving 4 5 Division 33-Utilities 6 33 04 10 Joint Bonding and Electrical Isolation 7 33 04 12 Magnesium Anode Cathodic Protection System 8 33 04 30 Temporary Water Services 9 3305 12 Water Line Lowering 10 3305 16 Concrete Water Vaults 11 33 1105 Bolts,Nuts, and Gaskets 12 33 11 13 Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type 13 33 1114 Buried Steel Pipe and Fittings 14 33 1210 Water Services 1-inch to 2-inch 15 33 1211 Large Water Meters 16 33 1221 AWWA Rubber-Seated Butterfly Valves 17 33 1230 Combination Air Valve Assemblies for Potable Water Systems 18 33 1240 Fire Hydrants 19 33 1250 Water Sample Stations 20 33 39 40 Wastewater Access Chamber(WAC) 21 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 22 3341 11 High Density Polyethylene(HDPE)Pipe for Storm Drain 23 33 46 00 Sub-drainage 24 33 46 01 Slotted Storm Drains 25 33 46 02 Trench Drains 26 33 49 40 Storm Drainage Headwalls and Wingwalls 27 28 Division 34-Transportation 29 3441 10 Trak Signals 30 31 Standard Details(General) 32 Standard Details(Sewer) 33 Standard Details(Traffic Control) 34 Standard Details(Paving) 35 36 Appendix 37 TPW Pavement Reconstruction Locations 38 TWDB-0550 Supplemental Contract Conditions and Instructions 39 GC-4.01 Availability of Lands 40 GC-4.02 Subsurface and Physical Conditions 41 GC-4.04 Underground Facilities 42 GC-4.06 Hazardous Environmental Conditions at Site 43 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 44 GC-6.07 Wage Rates 45 GC-6.09 Permits and Utilities 46 GC-6.24 Nondiscrimination 47 GR-01 60 00 Product Requirements 48 49 END OF SECTION CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01503:March 14,2016 CONFORMED MAY 2016 Division 00 GENERAL CONDITIONS 000510-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page I of I SECTION 00 0510 2 MAYOR AND COUNCIL COMMUNICATION(M&C) 3 4 5 6 [Assembler• For Contract Document execution, remove this page and replace with the approved 7 111&C for the award of the project. AII&Cinsert shall beoi7blue pciper.J 8 9 10 11 12 13 14 15 16 17 18 19 20 21 END OF SECTION CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01.503 Revised July 1,2011 FORTWORTH. FORT WORTH WATER DEPARTMENT ADDENDUM NO. 1 TO THE PLANS,SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Sanitary Sewer Rehabilitation Contract LXXXIV(84) City Project No. 01961 File#X-22265 Sewer Project No.: 59607-0700430-001503-CO1783 Dated: March 10,2016 Revised Bid Opening Date:April 14,2016 Addendum No. 1 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided in the Bid Form Section 00 4100,page 3 of 3 and on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. A copy of this Addendum is available on the City of Fort Worth BuzzSaw Website. The following modifications to the Contract Documents are being made as identified below: 1. Proposed modification to the Construction Specifications Document are as follows: DIVISION 00—SECTION 00 1113 INVITATION TO BIDDERS: SECTION 00 11 13 INVITATION TO BIDDERS is modified to reflect a change in the bid opening date from 3-24-16 to 4-14-16 acrd moving pre-construction meeting date from 3-17-16 to 3-31-16.It also addresses various quantity changes to the scope of work and has been replaced entirely with the new SECTION 00 1113 INVITATION TO BIDDERS (see attached). All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in frill force and effect. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into SECTION 00 0515 --ADDENDA of the proposal at the time of the bid submittal. RECEIPT ACKNOWLEDGED: Tony Sholola, P.E.,Engineering Manager By: / By: 0 At) "e5 Company: C,e,rr1,o 6 e s �f c/`ph Robert Sauceda, P.E., Project Manager Sanitary Sewer Rehabilitation CONFORMED MAY 2016 Contract LXXXIV(84), 1 Addendum.No.1 RJN Group,Inc. Approved; 3/10116 001113-1 INVITATION TO BIDDERS Page 1 of 3 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of SANITARY SEWER REHABILITATION CONTRACT 5 LXXXIV(84), Sewer Project No. 59607-0700430-C01503-Co 1783, City Project Number 01503, 6 will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Sheet 11 Fort Worth,Texas 76102 12 13 until 1:30 P.M. CST,Thursday,April 14,2016, and bids will be opened publicly and read aloud 14 at 2:00 PM CST in the Council Chambers.Proposals may be modified or withdrawn at any time 15 prior to the time set for opening bids. 16 17 GENERAL DESCRIPTION OF WORK 18 The major work will consist of the(approximate)following: 19 20 855 LF —18 inch pressure rated sewer pipe 21 500 LF —16 inch DI restrained joint sewer pipe 22 2,860 LF—16 inch pressure rated sewer pipe 23 1,815 LF—14 inch pressure rated sewer pipe 24 680 LF —10 inch pressure rated sewer pipe 25 540 LF —10 inch CIPP 26 3,090 LF—8 inch sewer pipe 27 3,920 LF—6-inch to 8 inch pipe enlargement 28 41 EA —4 ft dia.manholes 29 11 EA —4 ft dia.drop manhole 30 31 PREQUALIFICATION 32 The improvements included in this project,which require prequalification,must be performed by 33 a contractor who is prequalified by the City at the time of bid opening. The procedures for 34 qualification and prequalification are outlined in the Section 00 21 13—INSTRUCTIONS TO 35 BIDDERS. 36 37 DOCUMENT EXAMINATION AND PROCUREMENTS 38 The Bidding and.Contract Documents may be examined or obtained on-line by visiting the City 39 of Fort Worth's Purchasing Division website at http•//www foilwoi th ov ori urchasing�and 40 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 41 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 42 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 43 Parties Form 1295 and the form must be submitted to the Project Manager before the 44 contract will be presented to the City Council.The form can be obtained at 45 https://www.ethics.state.tx.us/tee/1295-Info.htm . 46 47 CITY OF FORI`WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised November 27,2012 Issued Under Addendum No.1 7-10-16 0011 13-2 INVITATION TO BIDDERS Page 2 of 3 1 Copies of the Bidding and Contract Documents may be purchased from RJN Group, Inc., located 2 at 6701 Brentwood Stair Rd., Suite IOOW, Fort Worth, TX 76112.-4 24-hour notice must be given 3 to the ENGINEER prior to picking up drawings and specifications. 4 5 The cost of Bidding and Contract Documents is: $125.00 6 7 PREBID CONFERENCE 8 A non-mandatory pre-bid conference may be held as described in Section 00 21 13 - 9 INSTRUCTIONS TO BIDDERS at the following location, date,and time: 10 11 DATE: March 31, 2016 12 TIME: 9:00 am 13 PLACE: City Hall, 1000 Throckmorton 14 Fort Worth,Texas 76102 15 LOCATION: Water Administration Conference,Room#225 16 17 18 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 19 City reserves the right to waive irregularities and to accept or reject bids. The City reserves the 20 right to reject any or all bids and to waive any immaterial formalities on inconsistencies in its sole 21 judgment. Award shall be made to the lowest responsive, responsible bidder; however, the 22 OWNER reserves the right, after evaluation of all bids received, to make no recommendation to 23 its Board of Directors regarding the award of any bid in the event non-responsive, non- 24 conforming, or otherwise unacceptable bids are received, or if budgetary constraints or other 25 unanticipated factors exist. No bid may be withdrawn until the expiration of ninety (90) days 26 from the date bids are opened. 27 28 FUNDING AND OTHER BID REQUIREMENTS 29 Award of this project is contingent upon the release of funds from the Texas Water Development 30 Board (TWDB). Any contract or contracts awarded under this Invitation to Bid are expected to 31 be funded in part by a loan from the TWDB. Neither the State of Texas nor any of its 32 departments, agencies, or employees are, or will be, a party to this Invitation to Bid or any 33 resulting contract. 34 All laborers and mechanics employed by the CONTRACTOR and Subcontractors on projects 35 funded directly by or assisted in whole or in part by and through the Clean Water State Revolving 36 Fund or Drinking Water State Revolving Fund shall be paid wages at rates not less than those 37 prevailing on projects of a character similar in the locality as determined by the Secretary of 38 Labor in accordance with subchapter IV of chapter 31 or title 40, United States Code. Wages to 39 be paid on this Project will be governed by the Department of Labor Wage General Decision or 40 Decisions included in the bid documents for this project. The OWNER anticipates wages will be 41 governed by the most current versions of the Department of Labor General Decisions TX34, 42 TX36, TX43 and TX58. Federal Wage Determinations may be obtained online at 43 http://www.wdol.gov. CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised November 27,2012 Issued Under Addendum No.1 7-10-16 001113-3 INVITATION TO BIDDERS Page 3 of 3 1 Any awarded contract under this Invitation for Bid is subject to the Environmental Protection 2 Agency's (EPA) "fair share policy", which includes EPA-approved "fair share goals" for 3 Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms in the 4 Construction,Supplies,Equipment, and Services procurement categories. 5 Equal Opportunity in Employment — All qualified applicants will receive consideration for 6 employment without regard to race,color,religion,sex, age,handicap or national origin. Bidders 7 on this work will be required to comply with the President's Executive Order No. 11246, as 8 amended by Executive Order No. 11375, and as supplemented in Department of Labor 9 regulations 41 CFR Part 60. 10 Pursuant to Reorganization Plan No. 14 and the Copeland Act,40 U.S.0 3145,the Department of 11 Labor issued regulations at 29 CFR parts 1, 3, and 5 to implement the Davis-Bacon and related 12 Acts. Regulations in 29 CFR 5.5 instructs agencies concerning application of the standard Davis- 13 Bacon contract clauses set forth in that section. All grants, cooperative agreements, and loans 14 funded under the Clean Water State Revolving Fund shall include the standard Davis-Bacon 15 contract clauses found in 29 CFR 5.5(a),which shall also be incorporated in any resultant covered 16 contracts that are in excess of$2,000 for construction, alteration or repair(including painting and 17 decorating). 18 This project is subject to the American Iron and Steel (AIS) requirements of the P.L. 113-76 19 Consolidated Appropriations Act, 2014. All iron and steel products for construction, alteration, 20 maintenance, or repairs incorporated in these plans must be produced in the United States. 21 THE CITY WELCOMES BIDS FROM HISTORICALLY UNDERUTILIZED BUSINESSES 22 (HUBS). CONTRACTORS AND SUPPLIERS SUBMITTING BIDS SHALL ENCOURAGE 23 HUBS TO PARTICIPATE IN THE PERFORMANCE OF THE CONTRACT. 24 INQUIRIES 25 All inquiries relative to this procurement should be addressed to the following: 26 Attn: Roberto C. Sauceda,P.E.,City of Fort Worth 27 Email: Robei-t.Sauceda@fortworthtexas.gov fortworthtexas.gov 28 Phone: (682)432-5478 29 AND/OR 30 Attn: Chris E. Brooks P.E., RTN Group,Inc. 31 Email: ebrooks@rjnmail.com 32 Phone: (817) 876-9695 33 34 Questions by e-mail will be prioritized over those received by other means. Oniv 35 responses issued via Addenda are binding. 36 37 ADVERTISEMENT DATES 38 February 25,2016 39 March 3,2016 40 41 42 END OF SECTION CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised November 27,2012 Issued Under Addendum Not 7-10-16 FORT WORTH, FORT WORTH WATER DEPARTMENT ADDENDUM NO. 2 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Sanitary Sewer Rehabilitation Contract LXXXIV(84) City Project No. 01503 File#X-21440 Sewer Project No.: 59607-0700430-CO1503-CO1783 Dated: March 23,2016 Addendum No. 2 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided in the Bid Form Section 00 4100,page 3 of 3 and on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. A copy of this Addendum is available on the City of Fort Worth BuzzSaw Website. The following modifications to the Contract Documents are being made as identified below: 1. DIVISION 00- SECTION 00 1113 INVITATION TO BIDDERS is modified to reflect another change in the bid opening and pre-construction meeting dates that were revised under Addendum No. 1. The new bid opening date is changed to 4-21-16 and the pre-construction meeting date is now scheduled for 4-7-16. The previously issued Invitation To Bidders has been replaced entirely with the new SECTION 00 1113 INVITATION TO BIDDERS(see attached). 2. Addendum No. 2 also corrected various information errors in Addendum No. 1 and its attachment. The release date was incorrect on the revised Invitation to Bidders issued under Addendum 1. The city project and file number references in the header information was also corrected from 01961 to 01503 and the File No. from 22265 to 21440,respectively on Addendum No. 2. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into SECTION 00 0515—ADDENDA of the proposal at the time of the bid submittal. RECEIPT ACKNOWLEDGED: Tony Sholola,P.E.,Engineering Manager By: By: t1 Company: irel G"�'®rs�i�.c7�n Y, Robert Sauceda,P.E.,Project Manager For Yom•convenience,we have Posted this Addendmn for donmlocrrling from the Citi'ofFort Worth BuzzSaw site under the Bid Documents Package directory and Addendum No.I subdirectory. Sanitary Sewer Rehabilitation CONFORMED MAY 2016 Contract LXXXIV(84), 1 Addendum.No. 2 RJN Group, Inc. Approved: 3/23/16 001113-1 INVITATION TO BIDDERS Pagel of 3 I SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of SANITARY SEWER REHABILITATION CONTRACT 5 LXXXIV(84), Sewer Project No. 59607-0700430-C01503-C01783, City Project Number 01503, 6 will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth,Texas 76102 12 13 until 1:30 P.M. CST,Thursday,April 21,2016, and bids will be opened publicly and read aloud 14 at 2:00 PM CST in the Council Chambers. Proposals may be modified or withdrawn at any time 15 prior to the time set for opening bids. 16 17 GENERAL DESCRIPTION OF WORK 18 The major work will consist of the(approximate)following: 19 20 855 LF —18 inch pressure rated sewer pipe 21 500 LF —16 inch DI restrained joint sewer pipe 22 2,860 LF— 16 inch pressure rated sewer pipe 23 1,815 LF—14 inch pressure rated sewer pipe 24 680 LF —10 inch pressure rated sewer pipe 25 1,635 LF—10 inch CIPP 26 1,995 LF—8 inch sewer pipe 27 3,920 LF—6-inch to 8 inch pipe enlargement 28 41 EA —4 ft dia.manholes 29 11 EA —4 ft dia. drop manhole 30 31 PREQUALIFICATION 32 The improvements included in this project,which require prequalification,must be performed by 33 a contractor who is prequalified by the City at the time of bid opening. The procedures for 34 qualification and prequalification are outlined in the Section 00 21 13 —INSTRUCTIONS TO 35 BIDDERS. 36 37 DOCUMENT EXAMINATION AND PROCUREMENTS 38 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 39 of Fort Worth's Purchasing Division website at http://www.foi-twortliog v org/purchasilig/and 40 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 41 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 42 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 43 Parties Form 1295 and the form must be submitted to the Project Manager before the 44 contract will be presented to the City Council. The form can be obtained at 45 https://w-*vNw.ethics.state.tx.us/tec/1295-Info.litm . 46 47 CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised November 27,2012 Issued Under Addendum No.23-23-16 001113-2 INVITATION TO BIDDERS Page 2 of 3 1 Copies of the Bidding and Contract Documents may be purchased from RJN Group, Inc., located 2 at 6701 Brentivood Stair Rd., Suite 100W, Fort Worth, TX 76112.A 24-hour notice must be given 3 to the ENGINEER prior to picking up drawings and specifications. 4 5 The cost of Bidding and Contract Documents is: $125.00 6 7 PREBID CONFERENCE 8 A non-mandatory pre-bid conference may be held as described in Section 00 21 13 - 9 INSTRUCTIONS TO BIDDERS at the following location, date, and time: 10 11 DATE: April 7, 2016 12 TIME: 9:00 am 13 PLACE: City Hall, 1000 Throckmorton 14 Fort Worth, Texas 76102 15 LOCATION: Water Administration Conference,Room#225 16 17 18 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 19 City reserves the right to waive irregularities and to accept or reject bids. The City reserves the 20 right to reject any or all bids and to waive any immaterial formalities on inconsistencies in its sole 21 judgment. Award shall be made to the lowest responsive, responsible bidder; however, the 22 OWNER reserves the right, after evaluation of all bids received, to make no recommendation to 23 its Board of Directors regarding the award of any bid in the event non-responsive, non- 24 conforming, or otherwise unacceptable bids are received, or if budgetary constraints or other 25 unanticipated factors exist. No bid may be withdrawn until the expiration of ninety (90) days 26 from the date bids are opened. 27 28 FUNDING AND OTHER BID REQUIREMENTS 29 Award of this project is contingent upon the release of fiends from the Texas Water Development 30 Board (TWDB). Any contract or contracts awarded under this Invitation to Bid are expected to 31 be funded in part by a loan from the TWDB. Neither the State of Texas nor any of its 32 departments, agencies, or employees are, or will be, a party to this Invitation to Bid or any 33 resulting contract. 34 All laborers and mechanics employed by the CONTRACTOR and Subcontractors on projects 35 funded directly by or assisted in whole or in part by and through the Clean Water State Revolving 36 Fund or Drinking Water State Revolving Fund shall be paid wages at rates not less than those 37 prevailing on projects of a character similar in the locality as determined by the Secretary of 38 Labor in accordance with subchapter IV of chapter 31 or title 40, United States Code. Wages to 39 be paid on this Project will be governed by the Department of Labor Wage General Decision or 40 Decisions included in the bid documents for this project. The OWNER anticipates wages will be 41 governed by the most current versions of the Department of Labor General Decisions TX34, 42 TX36, TX43 and TX58. Federal Wage Determinations may be obtained online at 43 http://www.wdol.gov. CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised November 27,2012 Issued Under Addendum No.2_3-23-16 0011 13-3 INVITATION TO BIDDERS Page 3 of 3 1 Any awarded contract under this Invitation for Bid is subject to the Enviromnental Protection 2 Agency's (EPA) "fair share policy", which includes EPA-approved "fair share goals" for 3 Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms in the 4 Construction, Supplies,Equipment, and Services procurement categories. 5 Equal Opportunity in Employment — All qualified applicants will receive consideration for 6 employment without regard to race, color,religion, sex, age,handicap or national origin. Bidders 7 on this work will be required to comply with the President's Executive Order No. 11246, as 8 amended by Executive Order No. 11375, and as supplemented in Department of Labor 9 regulations 41 CFR Part 60. 10 Pursuant to Reorganization Plan No. 14 and the Copeland Act, 40 U.S.0 3145, the Department of 11 Labor issued regulations at 29 CFR parts 1, 3, and 5 to implement the Davis-Bacon and related 12 Acts. Regulations in 29 CFR 5.5 instructs agencies concerning application of the standard Davis- 13 Bacon contract clauses set forth in that section. All grants, cooperative agreements, and loans 14 funded under the Clean Water State Revolving Fund shall include the standard Davis-Bacon 15 contract clauses found in 29 CFR 5.5(a),which shall also be incorporated in any resultant covered 16 contracts that are in excess of$2,000 for construction, alteration or repair(including painting and 17 decorating). 18 This project is subject to the American Iron and Steel (AIS) requirements of the P.L. 113-76 19 Consolidated Appropriations Act, 2014. All iron and steel products for construction, alteration, 20 maintenance,or repairs incorporated in these plans must be produced in the United States. 21 THE CITY WELCOMES BIDS FROM HISTORICALLY UNDERUTILIZED BUSINESSES 22 (HUBS). CONTRACTORS AND SUPPLIERS SUBMITTING BIDS SHALL ENCOURAGE 23 HUBS TO PARTICIPATE IN THE PERFORMANCE OF THE CONTRACT. 24 INQUIRIES 25 All inquiries relative to this procurement should be addressed to the following: 26 Attn: Roberto C. Sauceda,P.E., City of Fort Worth 27 Email: Robert.Sauceda@fortworthtexas.gov 28 Phone: (682)432-5478 29 AND/OR 30 Attn: Chris E. Brooks P.E.,RJN Group,Inc. 31 Email: cbrooks@rjnmail.com 32 Phone: (817) 876-9695 33 34 Questions by e-mail will be prioritized over those received by other means. Only 35 responses issued via Addenda are binding. 36 37 ADVERTISEMENT DATES 38 February 25, 2016 39 March 3, 2016 40 41 42 END OF SECTION CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) - STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised November 27,2012 Issued Under Addendum No.23-23-16 FORT WORTH. FORT WORTH WATER DEPARTMENT ADDENDUM NO. 3 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Sanitary Sewer Rehabilitation Contract LXXXIV(84) City Project No. 01503 File#X-21440 Sewer Project No.: 59607-0700430-CO1503-CO1783 Dated:April 6,2016 Addendum No. 3 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided in the Bid Forrn Section 00 4100,page 3 of 3 and on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. A copy of this Addendum is available on the City of Fort Worth BuzzSaw Website. The following modifications to the Contract Documents are being made as identified below: 1. DIVISION 00-SECTION 00 1113 INVITATION TO BIDDERS is modified to reflect additional changes in project bid quantities and moving the bid opening and pre-construction meeting dates that were revised previously under Addendum No. 2. The new bid opening date is changed to 4-28-16 and the pre-construction meeting date is now scheduled for 4-14-16. The previously issued Invitation To Bidders has been replaced entirely with the new SECTION 00 11 13 INVITATION TO BIDDERS (see attached). All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into SECTION 00 051 S—ADDENDA of the proposal at the time of the bid submittal. RECEIPT ACKNOWLEDGED: Tony Sholola, P.E.,Engineering Manager By: By: jam, o r1 ? Company: zircl e"/'®"?xl"4 to®* Robert Sauceda,P.E.,Project Manager For your convenience,we have posted this Adclendzma for downloading from:the Cih>of Fort Worth Buz.-Saw site under the Bid Documents Package directw y and Addendum No.1 subdireelw y. Sanitary Sewer Rehabilitation CONFORMED MAY 2016 Contract LXXXIV(84), 1 Addendum.No.3 RJN Group, Inc. Approved: 4/6/16 0011 13-1 INVITATION TO BIDDERS Pagel of 4 1. SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of SANITARY SEWER REHABILITATION CONTRACT 5 LXXXIV(84), Sewer Project No. 59607-0700430-CO1503-C01783, City Project Number 01503, 6 will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth,Texas 76102 12 13 until 1:30 P.M. CST,Thursday,April 28, 2016, and bids will be opened publicly and read aloud 14 at 2:00 PM CST in the Council Chambers. Proposals may be modifiedor withdrawn at any time 15 prior to the time set for opening bids. 16 17 GENERAL DESCRIPTION OF WORK 18 The major work will consist of the(approximate)following: 19 20 855 LF —18 inch pressure rated sewer pipe 21 500 LF — 16 inch DI restrained joint sewer pipe 22 2,860 LF— 16 inch pressure rated sewer pipe 23 1,815 LF— 14 inch pressure rated sewer pipe 24 690 LF — 10 inch pressure rated sewer pipe 25 540 LF —10 inch CIDP 26 3,310 LF,—8 inch sewer pipe 27 3,920 LF—6-inch to 8 inch pipe enlargement 28 41 EA —4 ft dia.manholes 29 12 EA —4 ft dia. drop manholes 30 140 EA —Sanitary Sewer Services 31 82 EA —Sanitary Sewer Service Reinstatements 32 5,675 EA—Remove and Replace Concrete Curb and Gutter 33 6,235 EA—Remove and Replace 6"Concrete Driveway 34 3,280 EA—Remove and Replace 4"Concrete Sidewalk 35 16,395 EA— 11"Pavement Pulverization 36 16,395 EA—3"Asphalt Pavement.Type D 37 38 Note: Contractor will provide Construction Staking and Construction Survey for this project. 39 40 Note: Contractor shall identify the pre-qualified subcontractors for the project on Section 00 45 41 12 Prequalification Statement. 42 43 PREQUALIFICATION 44 The improvements included in this project,which require prequalification,must be performed by 45 a contractor who is prequalified by the City at the time of bid opening. The procedures for 46 qualification and prequalification are outlined in the Section 00 21 13 —INSTRUCTIONS TO 47 BIDDERS. 48 49 CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised November 27,2012 Issued Under Addendum No.34-6-16 0011 13-2 INVITATION TO BIDDERS Page 2 of 4 1 DOCUMENT EXAMINATION AND PROCUREMENTS 2 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 3 of Fort Worth's Purchasing Division website at http://www.fortworthgov.org�Rurchasing/and 4 clicking on the Buzzsaw link to the advertised project folders on the City's BAZZSaw site. The 5 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 6 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 7 Parties Form 1295 and the form must be submitted to the Project Manager before the 8 contract will be presented to the City Council.The form can be obtained at 9 https://www.ethics.state.tx.us/tec/1295-Info.htm . 10 11 Copies of the Bidding and Contract Documents may be purchased from RJN Group, Inc., located 12 at 6701 Brentwood Stair Rd., Suite IOOW, Fort Worth, TX 76112. ,4 24-hour notice inust be given 13 to the ENGINEER prior to picking up drawings and specifications. 14 15 The cost of Bidding and Contract Documents is: $125.00 16 17 A 10%MBE goal has been assigned to this project. The following are amendments to the 18 Business Diversity Enterprise(BDE) Ordinance: 19 • Contractor to submit BDE documentation in 2 days. 20 • BDE Documentation must be received by the Purchasing Division by 2:00 pm, on the 21 second City business day after bid opening, exclusive of the bid opening day. 22 • If the first Offeror/Contractor does not submit the documentation as required they 23 will be deemed non-responsive. 24 • Project Manager will notify the second offeror in writing that they have until the 25 second City business day by 2:00 pm to have documents in Purchasing Division. 26 • If the second offeror is non-responsive,the Project Manager will notify the third 27 offeror in writing that they have until the second City business day by 2:00 pm to 28 have the documents in Purchasing Division. 29 • 2 day submittal requirement begins on Goals set on April 1" going forward. 30 • MBE's and SBE's with a Principle Place of Business outside of the 6 County 31 Marketplace must have a significant Business Presence. 32 • Updated BDE(W/MBE)Forms with 2 day submittal requirement are available on 33 BuzzSaw and Public Folder M/WBE. 34 35 36 PREBID CONFERENCE 37 A non-mandatory pre-bid conference may be held as described in Section 00 21 13 - 38 INSTRUCTIONS TO BIDDERS at the following location,date, and time: 39 40 DATE: April 14, 2016 41 TIME: 9:00 am 42 PLACE: City Hall, 1000 Throckinorton 43 Fort Worth,Texas 76102 44 LOCATION: Water Administration Conference,Room#225 45 46 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 47 City reserves the right to waive irregularities and to accept or reject bids. The City reserves the CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised November 27,2012 Issued Under Addendum No.34-6-16 001113-3 INVITATION TO BIDDERS Page 3 of 4 1 right to reject any or all bids and to waive any immaterial formalities on inconsistencies in its sole 2 judgment. Award shall be made to the lowest responsive, responsible bidder; however, the 3 OWNER reserves the right, after evaluation of all bids received, to make no recommendation to 4 its Board of Directors regarding the award of any bid in the event non-responsive, non- 5 conforming, or otherwise unacceptable bids are received, or if budgetary constraints or other 6 unanticipated factors exist. No bid may be withdrawn until the expiration of ninety (90) days 7 from the date bids are opened. 8 9 FUNDING AND OTHER BID REQUIREMENTS 10 Award of this project is contingent upon the release of funds from the Texas Water Development 11 Board (TWDB). Any contract or contracts awarded under this Invitation to Bid are expected to 12 be funded in part by a loan from the TWDB. Neither the State of Texas nor any of its 13 departments, agencies, or employees are, or will be, a party to this Invitation to Bid or any 14 resulting contract. 15 All laborers and mechanics employed by the CONTRACTOR and Subcontractors on projects 16 funded directly by or assisted in whole or in part by and through the Clean Water State Revolving 17 Fund or Drinking Water State Revolving Fund shall be paid wages at rates not less than those 18 prevailing on projects of a character similar in the locality as determined by the Secretary of 19 Labor in accordance with subchapter IV of chapter 31 or title 40, United States Code. Wages to 20 be paid on this Project will be governed by the Department of Labor Wage General Decision or 21 Decisions included in the bid documents for this project. The OWNER anticipates wages will be 22 governed by the most current versions of the Department of Labor General Decisions TX34, 23 TX36, TX43 and TX58. Federal Wage Determinations may be obtained online at 24 http://www.wdol.gov. 25 Any awarded contract under this Invitation for Bid is subject to the Environmental Protection 26 Agency's (EPA) "fair share policy", which includes EPA-approved "fair share goals" for 27 Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms in the 28 Construction, Supplies,Equipment, and Services procurement categories. 29 Equal Opportunity in Employment — All qualified applicants will receive consideration for 30 employment without regard to race, color,religion, sex, age,handicap or national origin. Bidders 31 on this work will be required to comply with the President's Executive Order No. 11246, as 32 amended by Executive Order No. 11375, and as supplemented in Department of Labor 33 regulations 41 CFR Part 60. 34 Pursuant to Reorganization Plan No. 14 and the Copeland Act, 40 U.S.0 3145,the Department of 35 Labor issued regulations at 29 CFR parts 1, 3, and 5 to implement the Davis-Bacon and related 36 Acts. Regulations in 29 CFR 5.5 instructs agencies concerning application of the standard Davis- 37 Bacon contract clauses set forth in that section. All grants, cooperative agreements, and loans 38 funded under the Clean Water State Revolving Fund shall include the standard Davis-Bacon 39 contract clauses found in 29 CFR 5.5(a),which shall also be incorporated in any resultant covered 40 contracts that are in excess of$2,000 for construction, alteration or repair(including painting and 41 decorating). CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) - STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised November 27,2012 Issued Under Addendum No.34-6-16 0011 13-4 INVITATION TO BIDDERS Page 4 of 4 1 This project is subject to the American Iron and Steel (AIS) requirements of the P.L. 113-76 2 Consolidated Appropriations Act, 2014. All iron and steel products for construction, alteration, 3 maintenance, or repairs incorporated in these plans must be produced in the United States. 4 THE CITY WELCOMES BIDS FROM HISTORICALLY UNDERUTILIZED BUSINESSES 5 (HUBS). CONTRACTORS AND SUPPLIERS SUBMITTING BIDS SHALL ENCOURAGE 6 HUBS TO PARTICIPATE IN THE PERFORMANCE OF THE CONTRACT. 7 8 INQUIRIES 9 All inquiries relative to this procurement should be addressed to the following: 10 Attn: Roberto C. Sauceda,P.E., City of Fort Worth 11 Email: Robert.Sauceda@fortworthtexas.gov 12 Phone: (682)432-5478 13 AND/OR 14 Attn: Chris E. Brooks P.E.,RJN Group,Inc. 15 Email: cbrooks@rjnmail.com 16 Phone: (817) 876-9695 17 18 Questions by e-mail will be prioritized over those received by other means. Only 19 responses issued via Addenda are binding. 20 21 ADVERTISEMENT DATES 22 February 25,2016 23 March 3,2016 24 25 26 END OF SECTION CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised November 27,2012 Issued Under Addendum No.3_4-6-16 FORT WORTH, FORT WORTH WATER DEPARTMENT ADDENDUM NO. 4 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Sanitary Sewer Rehabilitation Contract LXXXIV(84) City Project No.01503 File#X-21440 Sewer Project No.: 59607-0700430-CO1503-CO1783 Dated:April 22,2016 Addendum No.4 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided in the Bid Form Section 00 4100,page 3 of 3 and on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. A copy of this Addendum is available on the City of Fort Worth BuzzSaw Website. The following modifications to the Contract Documents are being made as identified below: 1. DIVISION 00-SECTION 00 1113 INVITATION TO BIDDERS is modified to reflect moving the bid opening date again from the 4-28-16 date that was established previously under Addendum No. 3 that was issued on April 6,2016. The new bid opening date is now changed to 5-5-16. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into SECTION 00 051 S—ADDENDA of the proposal at the time of the bid submittal. RECEIPT ACKNOWLEDGED: Tony Sholola,P.E.,Engineering Manager By: _, By: --JOA5 40/t) Company: ircl �!`'�'® � vE�®„ Robert Sauceda,P.E.,Project Manager For your convenience,we have posted this Addendum for downloading fivin the Cite ofFort Worth BuzzSaw site under the Bid Documents Package directory. Sanitary Sewer Rehabilitation CONFORMED MAY 2016 Contract LXXXIV(84), 1 Addendum.No.4 RJN Group,Inc. Approved: 4/22/16 FORT WORTH FORT WORTH WATER DEPARTMENT ADDENDUM NO. 5 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Sanitary Sewer Rehabilitation Contract LXXXIV(84) City Project No. 01503 File#X-21440 Sewer Project No.: 59607-0700430-CO1503-CO1783 Dated: May 3,2016 Addendum No. 5 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided in the Bid Form Section 00 4100,page 3 of 3 and on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. A copy of this Addendum is available on the City of Fort Worth BuzzSaw Website. The following summarize proposed modifications and Clarifications to the Contract Documents as identified below that are being made under this Addendum. 1. The Bid Opening Date for Sanitary Sewer Rehabilitation Contract LXXXIV(84)HAS NOT CHANGED AND REMAINS ON MAY 5 2016. 2. Several inquiries into specific material specifications for pressure rated pipe and HDPE pipes to be used on the project have been clarified. 3. The 14-inch pressure sewer pipe has been eliminated and only 16 and 18-inch pressure pipes will be utilized on the M-181BR interceptor improvements. 4. The traffic control plan for N. Beach Street has been modified to allow for more room for construction. 5. Night time construction of the sewer main on N. Beach St.,E. Belknap,Yucca St,and the Intersection of Springdale and N. Beach would be allowed by the City of Fort Worth if proper Traffic Control is in place and the activities are fully compliant with Fort Worth's noise ordinance. However, complete approval also requires concurrence by Haltom City officials. 6. More pavement repair quantities have been added for work in N. Beach St. and E. Belknap St. 7. Pipe Backfill has been changed/clarified to use Type C Backfill for residential open cut locations. 8. The bid proposal has been modified to reflect these changes and has been reissued under this addendum. 9. RJN addresses several other miscellaneous questions that have been received from perspective bidders or vendors CONFORMED MAY 2016 Sanitary Sewer Rehabilitation Contract 84, 1 Addendum.No.5 RJN Group,Inc. Approved: 5/03/16 FORT WORTH. Specific Contract Document modifications are identified below: MODIFICATIONS TO DIVISION 00—SECTION 00 4100 BID FORM: 1. THE NUMBER OF CONTRACT DAYS SHALL BE 400 DAYS. Page 2,Item 4.1 "Time of Completion","within 300 days"is replaced with"within 400 days". MODIFICATIONS TO DIVISION 00—SECTION 00 42 43 BID PROPOSAL FORM: 1. SECTION 00 42 23 BID PROPOSAL FORM(Sanitary Sewer Rehabilitation Contract LXXXIV(84)is replaced entirely with the new SECTION 00 42 23 BID PROPOSAL FORM. MODIFICATIONS TO DIVISION 00—SECTION 00 52 43 AGREEMENT: 1. SECTION 00 52 43 AGREEMENT: The existing SECTION 00 52 43 AGREEMENT has been modified. Revisions to Section 00 52 43 Agreement addresses modifications to Article 3. Contract Time, Item 3.2 Final Acceptance. Page 1,Line 25 of the existing Agreement under Item 3.2 Final Acceptance is modified from 365 calendar days to 400 calendar days. MODIFICATIONS TO DIVISION 33—SECTION 33 1112 POLYVEWL CHLORIDE(PVC) PRESSURE PIPE: 1. SECTION 33 1112 POLYVINYL CHLORIDE (PVC)PRESSURE PIPE: The existing SECTION 33 11 12 POLYVINYL CHLORIDE(PVC)PRESSURE PIPE has been modified to address the inclusion of specific specifications for pressure sewer main applications under Item B.1. (Line 9)Deviations from this City of Fort Worth Specification. Line 9 reads as follows "l. This project requires the installation of 150 psi(min.)pressure rated PVC piping as sanitary sewer mains due to future water system improvements anticipated in Springdale Rd. C905 DR 25 (165 psi rated)PVC pipe is approved for use as the proposed M-181BR sanitary sewer interceptor pipeline. The Contractor shall supply the C905 DR 25 pipeline and its associated sanitary sewer fittings in the traditional sewer green color for the 18-inch and 16-inch pipeline sizes required for this project." MODIFICATIONS TO THE CONSTRUCTION PLANS 1. Plan Profile Sheets 4— 10(E.Belknap&N.Beach St.)have been revised to address extra pavement repair quantities in N. Beach St. and extra width paving for E. Belknap St. These sheets have been re-issued. 2. Plan Profile Sheets 11-19 (Springdale Rd.) have been revised to change the proposed backfill from CLSM to Type C backfill. The previously proposed 14-inch pressure sewer pipe has also been changed to 16-inch diameter pressure pipe to increase pipe capacity in an area of recurring overflows(SSO's). This change is reflected on Plan Profile Sheets 15 -19. These sheets have been re-issued. CONFORMED MAY 2016 Sanitary Sewer Rehabilitation Contract 84, 2 Addendum.No. 5 RJN Group,Inc. Approved: 5/03/16 FORT WORTH 3. Plan Profile Sheet 24 Brittain St.) has been revised to change the proposed backfill from CLSM to Type C backfill. This sheet has been re-issued. 4. Plan Profile Sheets 29—31 (Elinor St.) have been revised to change the proposed backfill from CLSM to Type C backfill. These sheets have been re-issued 5. Plan Profile Sheets 32—33 (NE 28 St.)have been revised to change the proposed backfill from CLSM to Type C backfill. It also addresses changed field conditions that could affect the proposed improvements. A new development has been constructed along the proposed project limits of L-5105 and new sidewalk and street improvements have been constructed over our proposed improvements. Paving and sidewalk replacement quantities have been included in the revised bid proposal and a note added to the plans to acknowledging those improvements These sheets have been re-issued. 6. N.Beach St. Traffic Control Phase 2 and Phase 3 Sheets 48—49 have been revised to expand the construction zone width available to the Contractor for work on N.Beach St. These sheets have been re-issued. 7. Pavement Details—Sheet 52 has been revised and reissued to address the Type C Backfill for temporary and permanent asphalt pavement repair sections 8. Construction Note#5 on Plan Profile Sheets 34-35(L-4135R); Sheets 36-37(L-4136R); Sheets 38—39 (L-4203R); and Sheets 41 -43 (L-4252R)is not applicable on this project and is considered as deleted from the plans. City Standard Specification Section 33 31 15 High Density Polyethylene(HDPE)Pipe for Sanitary Sewer shall be used for the pipe bursting locations on this project. Due to the close proximity of existing structures alongthese hese pipe bursting locations,the City will consider allowing a form of pipe reaming to be used in order to minimize surface vibration impacts during traditional pipe bursting At a minimum the Contractor shall use a cutting head in combination with the traditional expander to help facilitate the movement of the existing carrier pipe The application of lubricants to the process in accordance with manufacturer's recommendations is also encouraged to be used to help prevent property damage. The application of the cutter head lubricants or pipe reaming methods will require specific contractor submittals for the Engineer's review and approval prior to their use REQUESTS FOR INFORMATION(RFI)/CLARIFICATIONS: 1. Question: Please clarify what was intended to be used for "Trench Pipe Supports". Eng-ineer's Response: On this project the Contractor will need to support existing utilities at various crossing locations of the proposed sewer main improvements Ifa sling is not able to be used to support an existing pipeline crossing then the contractor may use an adjustable pipe lack inserted into the proposed pipeline trench to support an existhn utility crossing The pipe jack shall be made of corrosion resistant metal like those used in plants and facilities The iack will be placed on a concrete block and will be fully buried in the trench back/ill material and let in place. CONFORMED MAY 2016 Sanitary Sewer Rehabilitation Contract 84, 3 Addendum.No. 5 RJN Group,Inc. Approved: 5/03/16 2. Question: Would Cement Stabilizer)Sand(CSS) be considered as all equivalent to the application of Controlled Low Strength Material(CLSM)? Engineer's Response: Yes, CSS can be used in lieu of CLSM on this prosect. The contractor shall document/request this change in backfill materials from CLSMto CSS in all the appropriate locations in the Contract Documents, including noting it on the specific bid line items on the submitted Bid Proposal Form. 3. Question: Would the City consider allowing for the payment of Controlled Low Strength Material(CLSM) applied as backfill on a volumetric basis rather than the current price per linear foot basis? Engineer's Response: No. CLSM will continue to be paid on a price per foot basis on this project. 4. Question: Clarify what is meant by double filtration socks? Engineer's Response:A double filtration sock is merely the parallel placement of a standard(8 to 9-inch thick)straw or synthetic mesh sock or tube containing mulch or other soil and debris trapping material that can catch and filter storm runoff trapping sediment as an effective erosion control measure. Anchoring is normally required and these socks shall be anchored as appropriate for the placement application being applied. The identification ofthese filtration socks on the proposed SW3P plans are for general guidance in efforts to control construction runoff froin the project sites. The proposed locations of these facilities do not guarantee the prevention ofsediment loads from discharging from the project site. The Contractor is ultimately responsible to ensure compliance with all Local, State and Federal storm water regulations. All other provisions of the plans,specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into SECTION 00 0515—ADDENDA of the proposal at the time of the bid submittal, RECEIPT ACI'NOWLEDGED: Tony Sholola,P.E.,Engineering Manager By: By: Company:G/,rte/f C�®ns�JueMd y Robert Sauceda, P.E.,Project Manager For your convenience,we have Posted Ods Addendum for doirnloading fi-opt the Cih,of Fort Worth 6usSaw site underthe raid Documeau Package dh•ectoq. CONFORMED MAY 2016 Sanitary Sewer Rehabilitation Contract 84, 4 Addendum.No.5 RJN Group; Inc. Approved: 5/03/16 004243 BID PROPOSAL Page 1 of3 SECTION 00 42 43 PROPOSALFORM SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) Bidder's Application Project Item Information Bidders Proposal Bid Item BidSpecification Unit of Bid No. Gst Item No. Description Section No. Measure Quantity Unit Price Bid Value Sanitary Sewer 1 3331.4225 18"Sewer Pipe(CLSM)-Pressure Rated-150 psi min. 33 11 12 LF 855 2 3331.4222 16"DIP Sewer(CLSM)-Pressure Rate-150 psi min.(Restrained Joint Pipe) 33 11 10 LF 500 3 3331.4218 16"Sewer Pipe(CLSM)Pressure Rated-150 psi min. 33 11 12 LF 4,675 4 3331.4201 10"Sewer Pipe 3331 20 LF 690 5 3331.2103 10"CIPP 3331 12 LF 540 6 3331.4115 8"HDPE Sewer Pipe 33 31 20 LF 45 7 3331.4115 8"Sewer Pipe 33 11 12 LF 3,310 8 3331.1102 8"Pipe Enlargement 33 31 23 LF 3,920 9 3331.0103 8"Point Repair(Sag Adjustment) 333122 LF 100 10 3301.0001 Pre-CCTV Inspection 3301 31 LF 8,405 11 3301.0002 Post-CCTV Inspection 33 01 31 LF 13,660 12 3305.0109 Trench Safety 3305 10 LF 10,370 13 3305.0112 Concrete Collar 33 05 17 EA 53 14 3339.1001 4'Manhole 33 39 10,33 39 20 EA 33 15 3339.1002 4'Drop Manhole 33 39 10,33 39 20 EA I 1 16 3339.1004 4'Shallow Manhole 33 39 10,33 39 20 EA 6 17 3339.1011 4'Double Drop Manhole(New) 33 39 10,33 39 20 EA 1 18 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 115 19 3339.0001 Epoxy Manhole Liner 33 39 60 VF 85 20 3301.0101 Manhole Vacuum Testing 33 01 30 EA 53 21 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 1 22 0241.2001 Sanitary Line Grouting 0241 14 CY 30 23 9999.9999 10 or 12"Sewer Abandonment Plug 0241 14 EA 5 24 0241.2103 8"Sewer Abandonment Plug 0241 14 EA 2 25 0241.2102 6"Sewer Abandomnent Plug 0241 14 EA 3 26 3305.0103 Exploratory Excavation of Existing Utilities 330530 EA 10 27 0330.0001 Concrete Encase Sewer Pipe 03 30 00 CY 5 28 3331.1201 Service Reinstatement,Pipe Enlargement 3331 23 EA 80 29 3331.2201 Service Reconnection,CBPP 3331 12 EA 2 30 3331.3102 4"Sewer Service,2-Way Cleanout 3331 50 EA 245 31 3331.4101 4"Sewer Service 3331 50 EA 50 32 3331.4105 4"DIP Sewer Service 33 31 50 EA 90 33 3331.3105 4"Sewer Service,Private Relocation 3331 50 LF 295 34 3311.0261 8"C900 DR 14 PVC Water Pipe 33 11 12 LF 40 35 3312.0117 Connection to Existing 8"Water Main 33 1225 EA 2 36 3312.3003 8"Gate Valve 33 1220 EA 1 37 0171.0001 Construction Staking(Sewer) LS 1 38 0171.0002 Construction Survey(Sewer) LS I 39 9999.9999 Construction Allowance(Sewer) LS 1 t� $100,000.00 $100,000.00 40 3125.0101 SWPPP>I acre 31 25 00 LS 1 CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT'LXXXN(84) Cit Project No.01503 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Addendum N.$-rnued My 3,2016 Font Revised 20120120 CONFORMED MAY 2016 00 42 43 BID PROPOSAL Page 2 of3 SECTION 00 42 43 PROPOSALFORM SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) Bidder's Application Project Item Information Bidder's Proposal Bid Item Specification Unit of Bid No Bidtist Item No. Description Section No. Measure Quantity Unit Price Bid Value 41 3291.0100 Topsoil 3291 19 CY 30 42 3292.0100 Block Sod Placement 3292 13 SY 695 43 7292.0400 Seeding,Hydromulch 3292 13 SY 400 44 3471.0001 Traffic Control 3471 13 LS 1 45 9999.9999 Temporary Asphalt Curb and Gutter 99 99 00 LF 445 46 9999.9999 Temporary Asphalt Driveway and Sidewalk 99 99 00 SF 150 47 9999.9999 Temporary Asphalt Paving Repair 3201 18 LF 9,585 48 0241.1300 Remove Cone Curb and Gutter 0241 15 LF 3,950 49 9999.9999 7"Cone Cub and Gutter LF 5,170 - 50 0241.0401 Remove Concrete Drive 0241 13 SF 5,785 51 3213.0401 6"Concrete Driveway 32 1320 SF 6,235 52 0241.0100 Remove Sidewalk 0241 13 SF 3,080 53 3213.0301 4"Cone Sidewalk 32 1320 SF 3,280 54 0241.1400 Remove Cone Valley Gutter 0241 15 SY 75 55 9999.9999 6"Conc Valley Gutter SY 150 56 0241.0300 Remove ADA Ramp 0241 13 EA 2 57 9999.9999 ADA Ramp EA 2 58 9999.9999 11"Pavement Pulverization SY 16,395 59 3201.0616 11"Conc Pvmt Repair(Arterial/Industrial) 3301 29 SY 6,905 60 3201.0616 9"Conc Pvmt Repair(ArteriaVindustrial) 3301 29 SY 190 61 9999.9999 Roadbond ENI Soil Stabilizer GA 130 62 9999.9999 Cement Modification(13 LBS/SY) TN 110 63 3212.0303 3"Asphalt Pvmt Type D 32 1216 SY 16,395 64 9999.9999 Water Valve Adjustment(w/Steel Riser) EA 3 65 9999.9999 Water Valve Adjustment(w/Concrete Collar) EA 8 66 9999.9999 Manhole Adjustment(w/Concrete Collar) EA 11 67 9999.9999 Manhole Adjustment(w/Steel Riser) EA 3 68 3217.5001 Curb Address Painting 32 1725 EA 40 69 9999.9999 24"Striping(Stopbars,crosswalks) LF 30 70 0241.4001 Remove 10'Curb hilet 0241 14 EA I 71 3349.5001 1 O'Curb Inlet 33 49 20 EA 1 72 3216.0101 6"Come Curb and Gutter 32 16 13 LF 505 73 3201.0112 5'Wide Asphalt Pvmt Repair,Residential 3201 17 LF 1,105 74 3201-0201 Asphalt P"r t Repair Beyond Defined Width,Residential 3201 17 SY 370 75 3201.0124 T Wide Asphalt Pvmt Repair,Arterial 3201 17 LF 100 76 3201-0202 Asphalt Pvmt Repair Beyond Defined Width,Arterial 3201 17 SY 55 76 9999.9999 9'Wide Asphalt over Concrete Pvmt Repair(Pavement Street Detail D522A) LF 215 77 9999.9999 Asphalt Over Concrete Pvmt Repair Beyond Defined Width,Arterial 3201 17 SY 120 77 0171.0001 Construction Staking(Paving) LS 1 78 0171.0002 Construction Survey(Paving) LS 1 79 1 9999.9999 Construction Allowance(Paving) LS 1 $100,000.00 $100,000.00 SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) CITY OF FORT WORTH City Pr jed No.01503 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Addendum No.S-Issued May 3,2016 I-Re,ised 20120120 CONFORMED MAY 2016 004 43 BID PROPOSAL P.g.3.0 SECTION 00 42 43 PROPOSAL FORM SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) Bidder's Application Project Item Information Bidder's Proposal Bid Item Bidlist Item No. Description Specification Unit of Quantity Unit Price Bid Value Bid No. Section No. to, Sanitary Sewer&Paving Improvements Base Bid= Alternate A-Test MH Locations on 1r4252R 1 9999.9999 Install Shallow 4-ft Dia.Cone.MH w/Epoxy Liner and Cone.Collar at L-4252R Sta. 33 39 10,33 39 20 LS 1 4+53 3.81 VF) 2 9999.9999 Install Standard 4-ft Dia.Cone.MH w/Epoxy Liner and Cone.Collar at L-4252R Sta. 33 39 10,33 3920 LS 1 10+63 8.09 Alternate A Sewer Subtotal= Alternate B-Test MH Locations on L-4252R 1 9999.9999 Install Reinforced 4-11 Dia.Polymer MH at L-4252R Sta.4+53(3.81 VF) 3peci3 39al S33cifi39 20& LS 1 SIQ perali.as 2 9999.9999 Install Reinforced 4-11 Dia.Polymer MH at L-4252R Sta.10+63(8.09 VF) 313111,11392o 33910,333920& LS 1 Special Spedfiratiws Alternate B Sewer Subtotal= BASE BID+ALTERNATE A SUBTOTAL:$ BASE BID+ALTERNATE B SUBTOTAL:$ *Note: The Cit},reserves the right to select the lowest responsible bids of the subtotals of Base Bid+Alternate A or Base Bid+Alternate B. END OF SECTION CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONIRACr LXXXIV OD) City P,jea No.01503 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Addendum Na 5-Issued May 3,2016 F.m,R.a,edzolzolzo CONFORMED MAY 2016 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 Defined Terms 4 5 1.1.Ter-ins 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. Water and Sanitary Sewer—Requirements document located at: 40 littps://])rojectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Coiistructioil%2ODocinnents/Contractor%20Pregualification/Water%20and%2 42 OSanitarv%20Sewer%20Corntractor%20Prequalification%2OProgram/WSS%20pre 43 qual%20requirennents.doc?public 44 45 3.1.2. Paving—Requirements document located at: 46 hM)s://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construction%20Docunneiits/Contractor%2OPrequalificatioil/TPW%2OPaving 48 %20Contractor%20Prequalification%20Proizrain/PREQUALIFICATION%20REQ 49 UIREMENTS%20FOR%20PAVIN(i%2000NTRACTORS.PDF?public CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised December 20,2012 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 3 seven(7) calendar days prior to Bid opening,the documentation identified in Section 00 4 45 11,BIDDERS PREQUALIFICATIONS. 5 6 3.2.1. Submission of and/or questions related to prequalification should be addressed to 7 the City contact as provided in Paragraph 6.1. 8 9 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent 10 low bidder(s)for a project to submit such additional information as the City,in its sole 11 discretion may require,including but not limited to manpower and equipment records, 12 information about key personnel to be assigned to the project, and construction schedule, 13 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 14 deliver a quality product and successfully complete projects for the amount bid within 15 the stipulated time frame. Based upon the City's assessment of the submitted 16 information, a recommendation regarding the award of a contract will be made to the 17 City Council. Failure to submit the additional information,if requested,may be grounds 18 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 19 notified in writing of a reconniendation to the City Council. 20 21 3.4. In addition to prequalification, additional requirements for qualification may be required 22 within various sections of the Contract Documents. 23 24 3.5. Special qualifications required for this project include the following: Bidders on this 25 project must have superintendents that will assigned to the project with more than 10 26 years experience successfully completing projects totaling more than 25,000 linear feet 27 of sanitary sewer(18-inches and larger)installations in high traffic urban construction 28 zones. 29 30 3.6. Attendance at pre-bid conference is not mandatory;however,the OWNER strongly 31 encourages all perspective BIDDERS to attend the pre-bid conference. 32 33 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 34 35 4.1.Before submitting a Bid, each Bidder shall: 36 37 4.1.1.Examine and carefully study the Contract Documents and other related data 38 identified in the Bidding Documents (including"technical data"referred to in 39 Paragraph 4.2. below).No information given by City or any representative of the 40 City other than that contained in the Contract Documents and officially 41 promulgated addenda thereto, shall be binding upon the City. 42 43 4.1.2.Visit the site to become familiar with and satisfy Bidder as to the general,local and 44 site conditions that may affect cost,progress,performance or furnishing of the 45 Work. 46 47 4.1.3.Consider federal, state and local Laws and Regulations that may affect cost, 48 progress,performance or furnishing of the Work. 49 CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised December 20,2012 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4.Study all: (i)reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site(except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable"technical data." 8 9 4.1.5.Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish.All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents.No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.6.Perform independent research, investigations,tests,borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations,investigations,tests and studies. 25 26 4.1.7.Deterrnine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work,time required for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates,investigation,research,tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8.Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of. 44 45 4.2.1.Those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised December 20,2012 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2.Those drawings of physical conditions in or relating to existing surface and 2 subsurface structures(except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3.Copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents,but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any"technical data" or 11 any other data, interpretations, opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means,methods,techniques, sequences or 17 procedures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents, (iii)that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 21 etc.,have not been resolved through the interpretations by City as described in 22 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,Polychlorinated 27 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised December 20,2012 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, easements, and/or permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 Fort Worth,TX 76102 21 Attn: Roberto C. Sauceda, Water Department 22 Fax: (817)392-8195 23 Email: Robert.Sauceda@fortworthtexas.gov 24 Phone: (682)432-5478 25 26 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 27 City. 28 29 6.3.Addenda or clarifications may be posted via Buzzsaw at: 30 haps://projectpoitit.bttzzscnv.coiti/_bz rest/Web/Horne#/ bz rest/TVeblltemllter?zs?folder 31 =561159/Addenda/13id%2ODociit)7erits%2OPcicicc e. 32 33 6.4. A pre-bid conference may be held at the time and place indicated in the Advertisement 34 or INVITATION TO BIDDERS. Representatives of City will be present to discuss the 35 Project. Bidders are encouraged to attend and participate in the conference. City will 36 transmit to all prospective Bidders of record such Addenda as City considers necessary 37 in response to questions arising at the conference. Oral statements may not be relied 38 upon and will not be binding or legally effective. 39 40 7. Bid Security 41 42 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 43 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 44 the requirements of Paragraphs 5.01 of the General Conditions. 45 CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXPd(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised December 20,2012 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 8. Contract Times 10 The number of days within which, or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract, if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or"or- 22 equal" item of material or equipment may be fitrnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A, 6.05B, and 6.05C, of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors,Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 5:00 P.M. CST,five(5)City business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised December 20,2012 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 maturer 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 Nurnber,Project title,the name and address of Bidder, and 47 accompanied by the Bid security and other required documents. If the Bid is sent through the 48 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 49 with the notation"BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT L}SIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCM1ENTS City Project Number 01503 Revised December 20,2012 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 6 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids. After all Bids not requested for withdrawal are 8 opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City,be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic connnunication 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 Successfill 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 40 exists among the Bidders,Bidder is an interested party to any litigation 41 against City, City or Bidder may have a claim against the other or be engaged 42 in litigation,Bidder is in arrears on any existing contract or has defaulted on 43 a previous contract,Bidder has performed a prior contract in an 44 unsatisfactory mamier, or Bidder has uncompleted work which in the 45 judgment of the City will prevent or hinder the prompt completion of 46 additional work if awarded. 47 CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised December 20,2012 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 perforin 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 47 END OF SECTION CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised December 20,2012 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror, or respondent (hereinafter also referred to as"you') to a City of 5 Fort Worth (also referred to as"City") procurement are required to complete Conflict of 6 Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts 7 Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit 8 will certify that the Bidder has on file with the City Secretary the required documentation 9 and is eligible to bid on City Work. The referenced forms may be downloaded from the 10 website links provided below. 11 12 http:J/www.ethics.state.tx.us/formsICIO.pdf 13 14 http://www.ethics.state.tx.us/forms/CIS.pdf 15 16 �✓ CIQ Form is on file with City Secretary 17 18 F CIQ Form is being provided to the City Secretary 19 20 D CIS Form is on File with City Secretary 21 22 0 CIS Form is being provided to the City Secretary 23 24 25 26 BIDDER: 27 William 3 Schultz Inc dba 28 Circle C Construction Company --�� 29 By: 30 Company (Please Print 31 PO Box 40328 32 Signature: 33 Address 34 Fort Worth,Texas 76140 35 _ Title: �c 36 City/State/Zip (Please Print) 37 38 39 END OF SECTION CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,2298 Revised March 27,2012 s 1 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder,offeror,or respondent(hereinafter also referred to as"you")to a City of Fort Worth 5 (also referred to as"City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law. This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work.The referenced forms may be downloaded from the website links provided below. 10 11 http://www.ethics.state.tx.us/forms/CIO.Ddf 12 13 biLtp://www.ethics.state.tx.us/forms/CIS.pdf 14 15 Q CIQ Form is on file with City Secretary 16 17 Q CIQ Form is being provided to the City Secretary 18 19 Q CIS Form is on File with City Secretary 20 21 Q CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 William J. Schultz, Inc. dba 27 Circle C Construction Company By: Teresa S. Skelly 28 Company (Please Print) 29 30 PO Box 403 Signature: 31 Address 32 33 Fort Worth TX, 76140 Title: Vice President 34 City/State/Zip (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT L)IX)CV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised March 27,2012 CONFORMED MAY 2016 00 41 00 BID FORM Page 1 of 17 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) City Project No.: 1503 Units/Sections: Sanitary Sewer and Asphalt Pavement 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 fumish 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. SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) CITY OF FORT WORTH City Project Number 01503 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONFORMED MAY 2016 Form Revised 20150821 00 41 00 BID FORM Page 2 of 17 2.7. Bidder accepts the terms and conditions associated with Compliance with Fort Worth's Floodplain Permit No. FP-15-056-FP: Prior to construction in a 100-year floodplain,the City must acquire a floodplain development permit or documentation from the local floodplain administrator that a permit is not required for compliance with the National Flood Insurance Program. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Sanitary Sewer Line Improvements b. Water Line Adjustments c. HMAC Street Rehabilitation Heavy Maintenance and all items directly associated with the paving. 4. Time of Completion YOO 4.1. The Work will be complete for Final Acceptance within 3e+ 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. SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) CITY OF FORT WORTH City Project Number 01503 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONFORMED MAY 2016 Form Revised 20150821 0041 00 BID FORM Page 3of17 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount, including Alternates, and 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. Base Bid +Alternate A Total: $ C,/ Base Bid+Alternate B Total: 7. Bid Submittal This Bid is submitted on Apf"2"i7Z4, ', T9 by the entity named below. Respectfull�tted, Receipt is acknowledged of the Initial following Addenda: By:_ Addendum No. 1: 7XS (Signature) Addendum No.2 T,SS Addendum No. 3: T, Tr ss ' d-° acue_f9 Addendum No.4: Printed Name) lAddendum No. 5: f 1 Title tit -4 ' l)e" tst✓r'� Company CG" .nsrracf4 (� Address State of Incorporation: bi L ler Email yds Etait: ddr �er ; lrf'rl�rre7` rt+`/ Cvs» Phone €ia' f'hor fits iE ler f :` ls .:: END OF SECTION SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) CITY OF FORT WORTH City Project Number 01503 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONFORMED MAY 2016 Form Revised 20150821 OD 42 43 BH) PROPOSAL Page 1 0r3 SECTION 00 42 43 PROPOSALFORM SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) Bidder's Application Project Item information Bidder's Proposal Bid[tem Specification UnitT-:fQ Bid No. Bidlist Item No. .Description (Jni[Price Bid Value Section No. Meauantity Sanitary Sewer 1 3331.4225 18"Sewer Pipe.(CLSM)-Pressure Rated.150 psi mm. 3311.12 LF 855 . QG 2 3331,4222 16'DIP Sewer(CLSM)-Pressure Rate-150 psi min(Restrained Joint Pipe) 33 11 IO LF 500 f90,b OQD O C G 3 3331.4218 16"Sewer Pipe(CLSM)Pressure Rated-150 psi mm. 33 11 12 LF 4,675 ,�fQ 00 4 3331.4201 10"Sewer Pipe 333120 LF 690 70 oO 5 3331.2103 10"CIPP 33 31 12 LF 540 9 L a p0 J 6 3331,4115 8"HDPE Server Pipe 333120 LF' 45 �'Q D G V 7 3331.4115 8"Sewer Pi e+ a Pe ._ 331112 LF 3,310 ZQ 8 3331.1102 8"Pipe Enlargement 33 31 23 LF 3,920 O O 4 9 3331.0103 8"Point Repair(Sag Adjustment) 33 31 22 LF 100 lad0 O / d�D b Q s l0 3301.0001 Pre-CCTV Inspection 330131 LF 8,405 00 O 11 3301.0002 Post-CCTV Inspection 33 01 31 LF 13,660 00 0 12 3305.0109 Trench Safety 3305 10 LF 10;370 Z. 0 U 1©, OV 13 3305.0112 Concrete Collar 330517 EA 53 DZD 14 3339.1001 4'Manhole 33 39 10,33 39 20 EA 33 15 3339-1002 4'Drop Manhole 33 39 IQ 33 39 20 EA l l YV a O 16 3339,1004 4'Shallow Manhole 33 39 10,33 39 20 EA 17 3339.1011 4'Double Drop Manhole(New) 33 39 10,33 39 20 EA I 18 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 115 f O 00 T 19 3339.0001 Epoxy Manhole Liner 333960 VF 85 20 330L0101 Manhole Vacuum Testing 33 01 30 EA 53 G U Q 0 21 0241.2201 Remove 4'Sewer Manhole 024114 EA 1 d U 0,0010 ,0010 22 0241.2001 Sanitary Line Grouting In 4114 CY 30 / .0 040 160 23 9999.9999 10 or t2"Sewer Abandonment Plug 024114 EA 3 jOa�6 O© 24 0241.2103 8"Sewer Abandonment Plug 0241 14 EA 2 tT G 0 6 25 0241.2102 6"Sewer Abandonment Plug 024114 EA 3 D d O b 26 3305A103 Exploratory Excavation ofEvsUng Utilitiesact 330530 EA t0 d010 /L/QD©Ga 27 0330.0001 Concrete Encase Server Pipe 03 30 00 CY 5 f O0 00 28 3331.1201 Service Reinstatement,Pipe Enlargement 33 31 23 EA 80 7 00 QQ®OC 29 3331.2201 Service Reconnection,CIPP 33 31 12 EA 2 �OO O 0 f f bO O 30 33313102. 4"Sewer Scrvice,2-Nag Cleanout 333150 EA 245 &-',0 0.0 r y, ®Ba® 31 3331.4101 4"Scwer Service 33 3150 EA 50 0 0 a G� /J'D O . 41 32 3331.4105 4"DIP Sewer Service 33 31 50 EA 90 Al 33 3331.3105 4"Sewer Service,Private Relocation 33 31 50 LF 295 4o/`4 'd U 17 p 34 3311.0261 8"C900 DR 14 PVC Nater Pipe 33 1 1 12 LF 40 0 U z®O 0 O U 35 3312.0117 Connection to Exismig8"Water Main33 1225 EA 2 1-5-00 .APO Q 0 0 36 3312.3003 8"Gate Valve 33 1220 EA 1 /-5--006,4 [^d06, f//,5-,00 ,0 '1.GO 0 37 0171.0001 Construction Slaking(Sewer) LS 1 � ®a ( ✓ ®G 38 0171.0002 Construction Survey(Sewer) LS 1 OQQoil Qa O O U 39 9999.9999 Construction Allowance(Scrver) LS 1 $100,000.00 $100,000.00 40 3125.tl 101 S\VPPP>1 new 312500 LS 1 ;Say 0 SANUM MAWRRERX1311,RAr104 CGYMAL-r IMLXN(8i) CITY OF FORT WORTH cayPrgm No.01503 STAND W)Coh+STRUCCION SPECIFICATION DOCUMENTS Addendum Nn 5-Issued 11ay 3,2016 Furor Resi.,12012x)120 CONFORMED MAY 2016 00 42 43 R(OPROPOSAL Pogo 2 oC3 SECTION 00 42 43 PROPOSALFORM SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) Bidder's Application Project Item Information Bidder's Proposal Bid Item Specification Unit of Bid No. Brdlist item No. Description Scetion No, Measure Quantity Unit Price Bid Value 41 3291.0100 Topsoil 329119 CY 30 Z57.0 0 Zv o G 0 42 3292.0100 Block Sod Placement 3292 13 SY 695 /0.a-0 ®CJ 43 7292.0400 Seeding Hydromulch 32 92 13 SY 400 6" d u ZO®tQ O 44 3471.0001 Traffic Control 34 71 13 LS 1 o ao o' X,0,7400" 45 9999.9999 Temporary Asphalt Curb and Gutter 99 99 00 LF 445 zo O -Moo Q 46 9999.9999 Temporary Asphalt Driveway and Sidewalk 99 99 00 SF ISO 407, D U O d 47 9999.9999 Temporary Asphalt Paving Repair 320118 LF 9,585 ,G a G r 48 0241.1300 Remove,Conc Curb and Gutter 02 41 15 LF 3,950 .'r 00 1/149U5AO 49 9999.9999 7"Cone Cub and Gutter - LF 5,170 O 50 0241,0401 Remove Concrete Drive 02 41 13 SF 5,785 0 U l 51 3213.0401 6"Concrete Driveway 32 1320 SF 6,235 7 0'0 52 0241.0100 Remove Sidewalk 02 41 13 SF 3,080 Z O J ®CJ 53 3213.0301 4"Conc Sidewalk 32 1320 SF 3,280 G r O!.3 47 d !Lr 8'Q� d IJ 54 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 75 S; d S75-00 55 9999.9999 6"Conc Valley Gutter SY 150 6®r® co 4) O 6 56 0241.0300 Remove ADA Ramp 024113 EA 2 O© Ota 57 9999.9999 ADA Ramp EA 2 58 9999.9999 11"Pavement Pulverization SY 16,395 GLS Q Q U 59 3201.0616 11"Conc Pvmt Repair(Arteria[Andustria0 33 01 29 SY 6,905 7Z. ®a Y7 711,D Y 60 3201.0616 9"Conc Plant Repair(Arterial/Industrial) 330129 SY t90 Z r O Q 61 9999.9999 Roadbond ENI Soil Stabilizer GA 130 �ZS O O /,rzS.40.040 62 9999.9999 Cement Modification(13 LBS/SY) TN 110 63 3212.0303 3"Asphalt Ptant Type D 32 12 16 SY 16,395 SU •�' 9 �. •✓^ 64 9999.9999 Water Valve Adjustment(w/Steel Riser) EA 3 t D O 0 A O u 65 9999.9999 Water Valve Adjustment(w/Conc cte Collar) EA 8 `J o D 44000 66 9999.9999 Manhole Adjustment(w/Concrete Collar) EA I19,0r ® 5,rin©�O 67 9999.9999 Manhole Adjustment(w/Stecl Riser) EA 3 ® ��"�O O 68 3217.5001 Curb Address Painting 32 17 25 EA 40 O d L©oQ G 69 9999.9999 24"Striping(Stopbars,crosswalks) LF 30 C.S' O o Tv^Q 70 0241.4001 Remove 10'Curb Inlet 02 41 14 EA 1 !® O 47 /j'o®a 01J 7 t 3349.5001 10'Curb Inlet 33 49 20 EA I 3s 4040® t7 y O G 72 3216.0101 6"Conc Curb and Gutter 32 1613 LF 505 2s'C to �G G Od 73 3201.0112 5'Wide Asphalt Plant Repair,Residential 32 01 17 LF 1,105 �/�! O U S-701/10 Q®G 74 3201-0201 Asphalt Pvmt Repair Beyond Defined Width,Residential 320117 SY 370 / B 9 d 75 3201.0124 7'Wide Asphalt Pvmt Repair,Arterial 320(17 LF 1044p 0 O C7 O® r 76 3201-0202, Asphalt Prant Repair Beyvnd Defined Width,Arterial 320117 SY 55 /+O 76 9999.9999 9'Widc Asphalt over Concrete Pvmt Repair(Pavement Street Detail D522A) LF 215 A? 40 4S a O[/ O 77 9999.9999 Asphalt Over Concrete Pvant Repair Beyond D4ned Width,Arterial 32 01 17 SY 120 49♦ Od d 77 0171,0001 Construction Staking(Paving) LS I SM-Ly SD®® 78 0171.0002 Construction Sarney(Paving) LS 1 �ODG®v ®®to 00 79 9999.9999 Constmetion Allowance(Paving) LS 1 $100,000.00 $100,000.00 SANITARY SEWT1t RMABILrrATION COMTtACT LXXMV(RI) CITY OF FORT WORTH City N.JW No.01503 STANDARD C'ONSTRUCCNIN SPF.CIF[CATR)\'D(X;U,4tENCS AJJenJwn Nn 5-Iz<ueJ atny 3,2016 Form Re,;sed20120120 - CONFORMED MAY 2016 OD 4243 BID PROPOSAL Pa.W3 SECTION 00 42 43 PROPOSALFORM SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) Bidder's Application Project Item Information Bidder's Proposal Bid Ikm Bidlist Item No. Description Specification Unit Of Bid No. Section No. Measure Quantity Unit Price Bid Value Sanitary Sewer&Paving Improvements Base Bid= f6 t S Alternate A-Test AIR Locations on 44252R 1 9999,9999 install Shallop•4-0 Dia.Cone.MH w/Bpoay Liner and Conc.Collar at L•4252R Sta. 33391P:33392D LS 4+53 3.81 VF) 2 9999.9999 II"""10-63 Standard 4-R Dia.Cone.AIR 1v1Epo�•y Liner and Conc.Collar at LA2S2R Sta. 333910,333920 LS i O O�/ 10-63 8.09 VF 155400 Altemate A Sewer Subtotal= 9J-100 Od Alternate B-Test AIH Locations on 1-4252R 33 39 1P,33 3920& Q 4 I 9999.9999 Install Reinforced A-tlDia.Polymer. at G4252RSta.A+53(3.81 VF) spraat Spaifimtim�s LS 1 oOd J_DOO 2 9999.9999 Install Reinforced 4-R Dia.Polymer NIH at L-4252R S(a.10+63(8.09 VF) 33 39 10,33 39 20& 1 �J v Spain)Spadfications /Y O Aitemate B Sewer Subtotal=/r' 6 O BASE BID-F ALTERNATE A SUBTOTAL:; `7 r, t,7 Z I f 0,?4?"f � BASE BID+ALTERNATE.B SUBTOTAL:S 3/ 53'1 ` 30, *Note: The City reserves the right to select the lowest responsible bids of the subtotals ofBase Jaid+Alternate A or Rase Rid+AhenzateB. END OF SECTION SANITARY SEWER RERA-BILITATION CO'NRACT L,=Iv(84) CFTYOF FORT p•ORT11 STANDARD CONSTRUCSPECIFICATION DOCUNIFNTS City Rojcct No.,2S03 T'AN Fmm Reiis,12012012D AJdendum iia S-Isaved aL y 3,2016 CONFORMED MAY 2016 00 43 13 BID BOND Page 4 of 17 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) William J. Schultz, Inc. dba Circle C Construction Company hereinafter called the Principal, and(Surety Name) a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of 63/100 Dollars ($ � '".63), the payment of which sum will bewell and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal,then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of 2016. By: William J. Schultz, Inc. dba Circle C Construction Company (Signature and Title of Principal) *BY surety Name Here 4 (Signature of Attorney-of-Fact) *Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) CITY OF FORT WORTH City Project Number 01503 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONFORMED MAY 2016 Form Revised 20110627 MERCHANTS BONDING COMPANY MERCHANTS BONDING COMPANY(MUTUAL) P.O. BOX 14498, DES MOINES, IOWA S0306-3498 PHONE: (800) 678-8171 FAX: (S15)243-3854 BID BOND PUBLIC WORK Bond No. NIA KNOW ALL PERSONS BY THESE PRESENTS: That William J. Schultz,Inc.dba Circle C Construction Company,P. O.Box 40328 Fort Worth TX 76140 (hereinafter called the Principal) as Principal, and the Merchants Bonding Company(Mutual) (hereinafter called Surety), as Surety, are held and firmly bound to City of Fort Worth, 1000 Throckmorton Street Fort Worth,Texas 76102 (hereinafter called the Obligee) in the full and just sum of( 5%of Greatest Amount Bid ) Five Per Cent of Greatest Amount Bid Dollars good and lawful money of the United States of America,to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. Signed and dated this 5th day of May 2016 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Construction of Sanitary Sewer Rehabilitation Contract LXXXIV(84) Sewer Project No. 59607-0700430-C01503-C01783, City Project Number 01503 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants Bonding Company(Mutual) as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: William J. Schultz,Inc. dba Circle C Construction Company Principal By f Teresa S. S)cqy,Xce P_rbsident Witness a urety: Asti Merchant ding Company(Mutual) X By John A..Miller Sheryl A.Kludd,Attorney-in-Fact CON 0333(2/15) CONFORMED MAY 2016 MERCHANTS BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of. TEN MILLION($10,000,000.00)DOLLARS This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.it is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 15th day of August 2015 u°uttt, ++++.+°i'1,10fl4"'•.X �.•�NG.Co•,• MERCHANTS BONDING COMPANY(_MUTUAL) *.+ P,.•-•-•..� • �0.• alp•, MERCHANTS NATIONAL BONDING,INC. 0. e , Z;. 2()03 "*'+ 3 : By y, 1933 'c; STATE OF IOWA '�••itoUtettltHt+,a♦ °'°°•e•°°° COUNTY OF Dallas ss. President On this 15th day of August 2015 ,before me appeared Larry Taylor,tome personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. %.M, WENDY WOODY Commission Number 784654 : My Commission Expires June 20 2017 Notary Publr , County,Iowa (Expiration of notary's commission does not invalidate this instrument) 1,William Wamer,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 5th day of May,2016 °t° ,ufttNgtt� ••.e e e�,• + �,'C 101 t,R�''•.y, e'AG.CQ. IN :d ora° C) -Q- + ;�_ -o- 3. Secretary Z00a y' 1933 i+1 r' ° ��+'• `Jr ♦ f POA 0014(6/15) •yds•!/[N�1j t�itittittte♦t♦ °•®,,O,,e CONFORMED MAY 2016 MERCHANTS� BONDING COMPANY. MERCHANTS BONDING COMPANY(MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O.Box 14498 DES MOINES, IOWA 50306-3498 - (800)678-8171 ;(515)243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual)/Merchants National Bonding, Inc. P.O.Box 14498 Des Moines, Iowa 50306-3498 (515)243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines,Iowa 50266 SUP 0073 TX(2/15) CONFORMED MAY 2016 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 15 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Blank, our principal place of business, are required to be 1% Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State oftState Here or Blank, our principal place of business, are not required to underbid resident bidders. B. The principal place of business o ur company or our parent company or majority owner is in the State of Texas. BIDDER: William J. Schultz, Inc. dba Circle C Construction Company By: Teresa S Skelly PO Box 40328 Fort Worth, TX (Signature) 76140 Title: Vice President Date: END OF SECTION SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) CITY OF FORT WORTH City Project Number 01503 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONFORMED MAY 2016 Form Revised 20110627 004511-1 BIDDERS PREQUALIFICATIONS Pagel 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/taxpennit/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 member 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 SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCn4ENTS City Project Number 01503 Revised July 1,2011 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities 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 Ainerica. 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 Prequalification 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 CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised July 1,2011 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 c. The City will issue a letter as to the status of the prequalification approval. 2 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 3 the prequalified work types until the expiration date stated in the letter. 4 5 6 7 8 9 END OF SECTION 10 CITY OF FORT WORTH SANPIARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Revised Ady 1,2011 00 45 12 BID FORM Page 16 of 17 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Sanitary Sewer Line �rc�� � �anst'�r� /7 ol�on /- /- IY Company Name Here or space Date Here or Improvements space Water Line Adjustments Company Name Here or space Date Here or space HMAC Street Rehabilitation Heavy Maintenance and all Company Name Here or space Date Here or items directly associated space with the paving The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Ae Irr e c-go,- Company Name Here By: Printed Name Here circle L'C�slsr�i�e c�t'®rl �a•�a�®etpt� fes, Address Here,,ap e,,e r/43Z8 Address Here or Space (Sign&m) City, State Zip Code Here Title: Title Date: END OF SECTION CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 Form Revised 20120120 CONFORMED MAY 2016 FoRTWORTH SECTION 00 4513 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership General Partnership Name under which you wish to qualify Corporation Limited Liability Company Post Office Box City State Zip Code Street Address(required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" CONFORMED MAY 2016 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches, and 350 LF or less Tunneling-36-Inches—60—inches, and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling—66" and greater, 350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development,24-inches and smaller Water Transmission,Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project Number 01503 September 5,2013 CONFORMED MAY 2016 0045 13-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES,CONTEWED Sewer CIDP, 12-inches and smaller Sewer CIDP,24-inches and smaller Sewer CIDP,42-inches and smaller Sewer CIDP,All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 September 5,2013 CONFORMED MAY 2016 0045 13-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual,name of owner and reason. CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 September 5,2013 CONFORMED MAY 2016 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you fmancially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition,list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 September 5,2013 CONFORMED MAY 2016 0045 13-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general,limited,or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 0 15 03 September 5,2013 CONFORMED MAY 2016 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 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 SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 September 5,2013 CONFORMED MAY 2016 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: 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 SANITARY SEWER REHABILITATION CONTRACT LXXXIV(84) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01503 September 5,2013 CONFORMED MAY 2016