Loading...
HomeMy WebLinkAboutContract 49162 CITY SECRETARY CITY SECRETARY CONTRACT NO. 0,01. FILE CANTRAWOR'S PONJING CO. FORTWORTH CONSTRUCTIONS %;OPY CLIENT DEPARTMENT PROJECT MANUAL FOR 2017 ON-CALL TRAFFIC MANAGEMENT SCHOOL AND NEIGHBORHOOD SAFETY CONTRACT TPW Project No.: TPW-TM-2017-01 VV Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig, P.E. Director,Transportation-and Public Works Depaetnnent Prepared for The City of Fort Worth Transportation and Public Works Department 2017 •' *d��d *i...............•�.... �QUOHNSON EN ... T. ......I.........r r 110007 1rl�oini,•.. .. ...q••G��'�� 1v . J OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX 000010-1 TABLE OF CONTENTS Page 1 of 5 1 SECTION 00 00 10 2 TABLE OF CONTENTS 3 4 Division 00- General Conditions 5 0005 10 Mayor and Council Communication 6 00 05 15 Addenda 7 0011 13 Invitation to Bidders 8 0021 13 Instructions to Bidders 9 0035 13 Conflict of Interest Affidavit 10 00 41 00 Bid Form 11 00 42 43 Proposal Form Unit Price 12 0043 13 Bid Bond 13 00 43 37 Vendor Compliance to State Law Non-Resident Bidder 14 0045 11 Bidders Prequalification's 15 00 45 12 Prequaliflcation Statement 16 0045 13 Bidder Prequalification Application 17 00 45 26 Contractor Compliance with Workers'Compensation Law 18 00 45 40 Minority Business Enterprise Goal 19 00 52 43 Agreement 20 0061 13 Performance Bond 21 0061 14 Payment Bond 22 0061 19 Maintenance Bond 23 00 61 25 Bond Certificate of Insurance 24 00 72 00 General Conditions 25 00 73 00 Supplementary Conditions 26 27 28 Division 01-General Requirements 29 01 1100 Summary of Work 30 I 01 25 00 Substitution Procedures 31 01 31 19 Preconstruction Meeting 32 01 31 20 Project Meetings 33 01 32 16 Construction Progress Schedule 34 01 32 33 Preconstruction Video 35 01 33 00 Submittals 36 01 35 13 Special Project Procedures 37 01 45 23 Testing and Inspection Services 38 01 50 00 Temporary Facilities and Controls 39 01 55 26 Street Use Permit and Modifications to Traffic Control 40 01 57 13 Storm Water Pollution Prevention Plan 41 0158 13 Temporary Project Signage 42 01 60 00 Product Requirements 43 01 66 00 Product Storage and Handling Requirements 44 01 70 00 Mobilization and Remobilization 45 01 71 23 Construction Staking 46 47 01 74 23 Cleaning 48 01 77 19 Closeout Requirements 49 01 78 23 Operation and Maintenance Data CITY OF FORT WORTH 2017 On-Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 2,2014 00 00 10-2 TABLE OF CONTENTS Page 2 of 5 1 01 78 39 Project Record Documents 2 3 4 5 Technical Specifications which have been modified by the Engineer specifically for this 6 Project; hard copies are included in the Project's Contract Documents 7 8 Division 02— 9 Existing Conditions 10 0241 13 Selective Site Demolition 11 0241 14 U444-y Defnev al/A1..,n.7efff e t 12 0241 15 Paving Removal 13 14 Division 03—Concrete 15 033000 00 Cast-In-Place Concrete 16 03 34I 13 (`••f•*felle.7 Tow Strength Mate«;.,1 (C SM) 17 0334 16 C..,roto Base Mater, for-T«o,..e Dop.,f 19 20 Division 26-Electrical 21 26 05 00 Common Work Results for Electrical 22 2605 10 Demolition for Electrical Systems 23 26 05 33 Raceway and Boxes for Electrical Systems 24 26 05 43 UndergroundDuctsand Raceways for Electrical Systems 25 26 Division 31-Earthwork 27 �1 10 00 Site Qeffiag 28 33-123 16 Unelassified 17.,..., , do 29 342323 1]..,-few 30 34224 00 E40.,,,k"Re.,ts 2 5 00 1: ,7 e d t COPA-r-.1 31 3-1z�-� �N�a�����r�� 32 313600 Gabion-s 33 313700 Ripf p 34 35 I Division 32-Exterior Improvements 36 3201 17 Permanent Asphalt Paving Repair 37 3201 18 Temporary Asphalt Paving Repair 38 32 01 29 Concrete Paving Repair 39 32 11 23 Flexible Base Courses 40 32 11 29 Lime Treated Base Courses 41 32 11 33 Cement Treated Base Courses 42 32 12 16 Asphalt Paving 43 32 1273 Asphalt Paving Crack Sealants 44 32 13 13 Concrete Paving 45 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 46 32 13 73 Concrete Paving Joint Sealants 47 32 14 16 Brick Unit Paving 48 32 1613 Concrete Curb and Gutters and Valley Gutters 49 32 17 23 Pavement Markings 50 32 17 23.13 Painted Pavement Markings CITY OF FORT WORTH 2017 On-Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 2,2014 0000 10-3 TABLE OF CONTENTS Page 3 of 5 1 32 1723.23 Raised Pavement Markings 2 32 17 23.33 Plastic Pavement Markings 3 32 �1 13 Chas Link and Q4es 4 32 31 26 Wife Feneetes 5 32 34 29 Wood z enees-and Gates 6 3232 13 Cast-in-Place Concrete Retaining Walls 7 3291 19 Topsoil Placement and Finishing of Parkways 8 3292 13 Hydro-Mulching, Seeding,and Sodding 9 32 93 43 Trees and Shrubs 10 11 Division 33-Utilities 12 330130 Sewerand Manhole Tossing 13 330131 Close Gir- uit Television(GGTV) T,"eetie 14 3303 10 Bypass Pomping of&Eistifig Sewer-Systems 15 3304 10 joint R.,,,..7ing and l:leetfieal 1sel.,tio .. 16 330r4 11 Geffesion Gen#ol rTest Stations 17 33-04 12 r,r.,gaes;,,,,, n,iede C.,thedie n«„teetio Syste 18 33-0430 Te,ti.,...rary W.,to«sen'i es 19 3304 40 Gleaning and Aeeeptanee Testing of Water-Mains 20 , and Baek 21 33-45 12 W.,to«Line e Lower-in 22 3305 13 >;«,.,.,o Goye«,,,,a Gr-a e R4ngs 23 3305 14 AE�stif1gMa*hales, lalets,,V liy u a Other-St«,metures to C_ a -inve�vm��—aiccry cricrrscraccarc.T-cv-vrccQo 24 3305 16 C,,,roto W.,to«V'ai lts 2$ 33v05 r17 C vicreto Galzar-s 26 27 3305 21 T,,anel T; e f Plate 28 330522 Steel Casing Pipe 29 330523 Hand Tuaneli*g 30 -1-10--5 2 4 Installation of Qfr-ier-Pipe in Gasing or-Ttmnel Liner-Plate 31 33 05 26 Utility Markers/Locators 32 33 05 30 Location of Existing Utilities 33 331110 Duet;le r,,e 4pe 34 333. 11 11 Poetile Ife Fittings 35 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 36 , Steel Cylinder-Type 37 33 !! 14 Bur-ied Steel Pipe and Fi ings 38 3212 10 W..to«SeFyiees 1 ineh to 2 ; e 39 32 1211 Large Water--Mete>s 40 33 12 20— Resilient Seated Valve 41 42 33 1225 Genneetion toExisting W Aer-Mains 43 3212 30 C,,,..,1.in do Air-Valve Assemblies for-Potable W-Mer-Syste.,,� 44 33 1240 DFy Baffel Fire Hydrants 45 33 1250 W4er-Sample Stations 46 3312 60 Blow off Valve 47 3331 12 Cur-ed i Dlaee Pipe (!`TDD) 48 3331 13 Fiber-glass Reinf r-ee Pipe for-&ayity.San tafy Se..,o,� 49 33 31 15 HDPE Pipe For-Sa*itafy Sewers(GEa-v4y and Fer-ee Mains) 50 333120 Pel) vinyl Chloride (P-NIG) C_«.,..;t..San tafy Qo.t.o« CITY OF FORT WORTH 2017 On-Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 2,2014 00 00 10-4 TABLE OF CONTENTS Page 4 of 5 1 2 333122 Sanitafy Sewer-Slip hini*g 3 333123 Sanitafy Sewer-Pipe Efflar-gemerA 4 5 33 31 70 Combination Air-v 1ye f f Sari-.,,Sewer-Fo-ee TNr 6 3339 10 Cunt in Plaee Concrete Manholes 7 33 39 20 D,-eeast Co roto Td.,nholos 8 333930 Tiber-glass TA.,*heles 9 333940 Wastewater-Aeeess Chambef(WAG) 10 11 12 33 41 11 14DPE Stafm Sewer-Pipe 13 33 46-00— Sub dfainage 14 33 n 6- n l Slatted St,,,.,,, rnr-ai s- 15 33 4602 Tr-ene P.ai* 16 33 nrn rn cast in v &6eManholes un �i36t�6nB oic89 17 333 4920 Curb and Drop inlets 18 33 49 40 St,....v,Drainage Headwalls and W4*..w 11s 19 20 Division 34-Transportation 21 3441 10 Traffic Signals 22 3441 10.01 Attachment A—Controller Cabinet 23 3441 10.02 Attachment B—Controller Specification 24 3441 10.03 Attachment C—Software Specification 25 3441 11 Temporary Traffic Signals 26 3441 13 Removing Traffic Signals 27 3441 15 Rectangular Rapid Flashing Beacon 28 3441 16 Pedestrian Hybrid Signal 29 34 41 20 Roadway Illumination Assemblies 30 34 41 20.01 Arterial LED Roadway Luminaires 31 34 41 20.02 Freeway LED Roadway Luminaires 32 34 41 20.03 Residential LED Roadway Luminaires 33 34 41 30 Aluminum Signs 34 34 41 50 Single-Mode Fiber Optic Cable 35 3471 13 Traffic Control 36 37 Appendix 38 G(; 4.01 Availability of bands 39 GC; 4.02 84surfaee and Physiea4 Conditions 40 GC; 4.04 Uiidefgr-ei�md Faeilities 41 GG 4.06 u.,z,,,.,Sus Eiwifef o„t.,l Condition.,t Site 42 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 43 GC-6.07 Wage Rates 44 GC 6.09 v is and Utilities 45 GC-6.24 Nondiscrimination 46 F-01 Davis Bacon Act 47 F-02 Fair Labor Standards Act 48 F-03 Copeland Act 49 F-04 Contract Work Hours Safety(CWHSSA) CITY OF FORT WORTH 2017 On-Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 2,2014 00 00 10-5 TABLE OF CONTENTS Page 5 of 5 1 END OF SECTION CITY OF FORT WORTH 2017 On-Call Traffic Management and School Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 2,2014 000510-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page 1 of 1 i SECTION 00 0510 2 MAYOR AND COUNCIL COMMUNICATION(M&C) 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised July 1,2011 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/9/2017 DATE: Tuesday, May 9, 2017 REFERENCE NO.: C-28235 LOG NAME: 202017 ON-CALL TM SCHOOL AND NEIGHBORHOOD SAFETY CONTRACT#1 SUBJECT: Authorize Execution of a Unit Price Contract with Bean Electrical, Inc., in the Amount up to $3,850,000.00 for Task Order Construction Services for the Placement of New School Zone and Neighborhood Traffic Calming/Safety Components (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of a Unit Price Contract with Bean Electrical, Inc., in the amount up to $3,850,000.00 for task order construction services for sidewalk, signs, markings, street lighting, school zones and neighborhood traffic calming/safety components with a term of one year and providing for two renewal options at the earlier expiration of the funds or time. DISCUSSION: This contract will provide for construction services on an as-needed (task order) basis for the construction of projects relating to traffic management such as sidewalk, signs, markings, street lighting and school zones. The contract amount is capped at $3,850,000.00, but may be increased or decreased due to the amount of work ordered through change orders. The project was bid in a low bid format to determine unit prices to be paid when task orders are issued. Notice of bids was published in the Fort Worth Star-Telegram on February 16, 2017, and February 23, 2017. On March 30, 2017, one company submitted a bid as follows: CONTRACTORS BID: Bean Electrical, Inc. $5,024,984.70 Bean Electrical, Inc., has been determined to be a responsive bidder and the unit prices in the bid were compared to recent, similar projects. Staff feels the unit prices submitted by Bean Electrical, Inc., are fair and competitive. In FY2017, $3,850,000.00 has been allocated for school and neighborhood safety. The following school zones are programmed for completion and implementation schedules which are currently being developed: Schools F-1[Alice Carlson Applied Learning Center F 2A11 Saints Catholic School F 3,Dillow Elementary r 4;Forest Oak Middle School r 5 Glen Park Elementary 61Greenbriar Elementary F_ 71Jackie Carden Elementary/Crowley Middle School Logname: 202017 ON-CALL TM SCHOOL AND NEIGHBORHOOD SAFETY CONTRACT#1 Page 1 of 2 i 811-ily B Clayton Elementary ( 9 Meadowbrook Elementary 10 South Hi Mount Elementary F-11 lWestcliff Elementary 12 Westcreek Elementary 13 West Handley Elementary Bean Electrical, Inc., is in compliance with the City's BDE Ordinance by committing to 10 percent MBE participation. The City's MBE goal on this project is 10 percent. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget of the General Fund and in the various capital projects on a project by project basis and that prior to an expenditure being made the participating department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department ccoun Project Program ctivity Budget I Reference # moun ID ID Year Chartfield 2 FROM Fund Department Accoun Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Samuel Werschky (6080) ATTACHMENTS 1. Bean ComplianceMemo.pdf (CFW Internal) 2. Bean Electrical Form 1295.pdf (Public) 3. School Zone New Upgrades Contract 1.pdf (Public) 4. School Zone New Upgrades Contract 2.pdf (Public) Logname: 202017 ON-CALL TM SCHOOL AND NEIGHBORHOOD SAFETY CONTRACT#1 Page 2 of 2 C-28235 C CERTIFICATE OF INTERESTED PARTIES FORM 1295 101`1 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. 2017-185731 Bean Electrical, Inc. Everman,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 03/30/2017 being filed. / City of Fort Worth Date Acknowledged / 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. TPW-TM-2017-01 2017 On-Call Traffic Management School and Neighborhood Safety Contract 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Bean, Roy EVERMAN,TX United States X 5 Check only if there is NO Interested Party. ❑ /� 6 AFFIDAVIT I swear,or affirm, der enalty of per u hat the above disclosure is true and correct. CHERYLE R. ESPREE h:�=Notary Public.Stc e of texas Comm. Expires 02-29 2020 — Notary ID 1890225 "' gig ture of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE ti Sworn to and subscribed before me,by the said this the me day of hi4t,(d"L 20to certify which,witness my hand and seal of office. Signa r +officer adminis ring oath Printed narnelOf officer administering oath Title of offs er administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 0005 15-1 ADDENDA Page 1 of 1 1 SECTION 00 0515 2 ADDENDA 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 END OF SECTION CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised July 1,2011 FORTWORTH. ADDENDUM NO. l DATE ISSUED: MARCH 06,2017 Addendum No. 1,dated March 03,2017 hereby amended to incorporate in full text the following provisions: Please be sure to acknowledge your receipt of this Addendum in your response. 1. Project Manual-Bid Proposal a. Replaced the 00 42 43 Proposal Bid Form with the attached document.The following changes were made: • Replaced existing Section 0170 00-Mobilization and Remobilization document with revised Section 0170 00-Mobilization and Remobilization document. Clarifications on price and payment procedures are addressed. • Added a pay item for'Tumish/Install"and"Install for Metro signs(65 each)- D-Series,Ranges from 72"(W)x20"(M to 144"(W)x20"(R) • Added a pay item for Turnish/Install"for Alum Sign Mount City Std 2"T bar(50 each) • Added a pay item for"Furnish/Install"for Alum Sign Mount TXDOT Std 3"T bar (50 each) • Added a pay item for Date Sticker(for signs)4'/a"(W)x 2 %z"(H)(150 each) •. Added a pay item far"Furnish/Install"for 30 Amp Pole Contactor(Non-Metered) (20 each) 2. Clarifications a) Original Bid date of Thursday,March 9,2017 will be changed to Thursday,March 16, 2017 b) Acknowledge any addenda on bid form by next Friday,March 10,2017 3. Questions and Answers from Pre-Bid Conference(Q&A)for City of Font Worth—N/A All other terms and conditions remain the same. .TACK DALE PURCHASING MANAGER rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrarrrrrrrrrrrrrrrrrrrrrr COMPANY NAME f-`� !� C Ct SIGNATURE: / -- NOTE: Company:nat a and signature must be the same as on the bid documents. Page 1 2017 On Call Traffic Management and School and Neighborhood Safety Contract Addendum#1 f " FORTWORTH. ADDENDUM NO.2 DATE ISSUED: MARCH 15,2017 Addendum No.2,dated March 15,2017 hereby amended to incorporate in full text the following provisions: *Please be sure to acknowledge your receipt of this Addendum in your response. 1. The city has an ongoing need for on-call,task order-based installation and removal service as described in the General Description of work of the Invitation to Bidders'document.For responsiveness,it is advisable the City have two concurrent contracts in place. Therefore,the two lowest-bid responsible are to be awarded of contracts for the amount up to$3,850,000 each to serve as contractors for the 2017 On-Call Traffic Management School and Neighborhood Safety Contract.The contracts will be named 2017 On-Call Traffic Management School and Neighborhood Safety Contract#1 and 2017 On-Call Traffic Management School and Neighborhood Safety Contract#2.Note-There will be only one responsive bidder for each contract. 2. The following revised documents:Section 00 42 43-Bid Proposal Form,Section 00 52 43 Agreement,Section 00 6113 Performance Bond,Section 00 6114 Payment Bond, and 00 61 19 Maintenance Bond can be obtained online by visiting the City of Fort Worth's Purchasing Division website at http://foltworthtexas.goy/purchasina/ and clicking on the BuzzSaw link for the advertised project folder named 112017 On Call Traffic Management School and Neighborhood Safety Contract". 3. The City's MBE goal on this project is 10%for both contracts. 4. Bid date will be extended to Thursday,March 30,2017 to allow bidders to address the MBE requirements.MBE required forms can be obtained online by visiting the City of Fort Worth's Purchasing Division website at http://fortworthtexas.goy/purchasing/ and clicking on the Buzzsaw link for the advertised project folder named"2017 On Cali Traffic Management School and Neighborhood Safety Contract". 5. Clarifications- Failure to complete all required documents,in its entirety with supporting documentation,and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening,exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. Pregualification The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening,The procedures for qualification and pre- qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS, Page 1 2017 On Cali Traffic Management School and Neighborhood Safety Contract Addendum#2 All other terms and conditions remain the same. JACK DALE PURCHASING MANAGER wrwwrrwrrrrrrrrrrwwwwrrrrrrrrrrrrrrrrwwwrrrrrrrrrrrrrwrwwrrrrrrrrrwwwwwwrwwrrrr COMPANY NAME: < SIGNATURE: NOTE: Compau a and s' p ure must be the same as on the bid documents. 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 2017 On-Call Traffic Management School and Neighborhood 5 Safety and Contract will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 200 Texas Street 10 Fort Worth,Texas 76102 11 until 1:30pm, CST,Thursday,March 9,2017 and bids will be opened publicly in the Council 12 Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The Contractor shall furnish all materials,labor,equipment,transportation,insurance,permits and 16 other services necessary for a complete installation or removals. The major work will consist of the 17 (approximate)following:traffic signals,stred light improvements,paven-ifflt nuiangs,signs,sidewalk lumps,school 18 flasImandRapidRedangu1xFlashingBeacons(RRFBs)for the Fort Worth Transportation and Public 19 Works Department. The contractor shall provide services for City roadways and right of way per 20 the attached specifications. 21 22 Performance for any services described herein will be initiated upon acceptance by the Contractor 23 of a work order having the authorizing signature of the Project Manager prior to commencing work 24 at the site. Contractors will not perform against this agreement without first having received an 25 official City of Fort Worth work order,except in emergency cases as detailed below. 26 27 All pavement marking and removal services except detour marking include traffic control devices 28 and related costs. All traffic control methods utilized by the Contractor shall meet the most current 29 requirements as specified by the FHWA in the "Texas Manual on Uniform Traffic Control 30 Devices (TMLTTCD) for Streets and Highways"and/or subsequent amendments. 31 32 PREQUALIFICATION 33 The improvements included in this project must be performed by a contractor who is pre- 34 qualified by the City at the time of bid opening. The procedures for qualification and pre- 35 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 36 37 38 TIME PERIOD AND RENEWALS 39 The time period of this Agreement will be for one calendar year or the expiration of the funding, 40 whichever occurs last. The City reserves the right to renew the contract for up to two(2) 41 additional time periods under the same terms,conditions and unit prices. The City shall provide at 42 least sixty(60)days' notice to the Contractor of the City's intent to renew 43 44 DOCUMENT EXAMINATION AND PROCUREMENTS CITY OF FORT WORTH 2017 On-Call Traffic Mgnt School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30,2017 0011 13-2 INVITATION TO BIDDERS Page 2 of 3 1 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 2 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasing/ 3 and clicking on the Buzzsaw link for the advertised project folders on the City's Buzzsaw site. 4 The Contract Documents may be downloaded, viewed, and printed by interested contractors 5 and/or suppliers. The contractor is required to fill out and notarize the Certificate of 6 Interested Parties Form 1295 and the form must be submitted to the Project 7 Manager before the contract will be presented to the City Council. The form can be 8 obtained at https://www.ethics.state.tx.us/tec/1295-Info.htm . 9 10 Copies of the Bidding and Contract Documents may be purchased from 11 12 City of Fort Worth 13 200 Texas Street 14 Fort Worth,Texas 76102 15 Phone: 817-392-8357 16 17 The eest of Bidding and Geatfaet Daeuments is; 18 Copies of the bidding and Contract documents will be made available for this contract. 19 20 Set of Bidi*g and Gei4,-aet r,ee:u,,..o„ts with full size drawings-. 21 Set of Bidding and Gefftfaet DeeiamefAs with half size (if available) drawings 22 23 PREBID CONFERENCE 24 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 25 BIDDERS at the following location, date, and time: 26 DATE: March 2, 2017 27 TIME: 1:30 pm-2:30 pm 28 PLACE: Traffic Management Division Training Room 29 LOCATION: 5001 James Ave Avenue, Suite 301 30 Fort Worth,TX 76115 31 32 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 33 City reserves the right to waive irregularities and to accept or reject bids. 34 35 FUNDING 36 37 38 ' 39 R42VIT A TION TO BIDDERS. 40 41 INQUIRIES 42 All inquiries relative to this procurement should be addressed to the following: 43 Attn: Lawrence Hill, City of Fort Worth 44 Email: Lawrence.Hill@fortworthtexas.gov 45 Phone: 817-392-2637 46 47 AND/OR 48 49 Attn: Quenell T. Johnson,P.E., City of Fort Worth 50 Email:quenell.johnson@fortworthtexas.gov CITY OF FORT WORTH 2017 On-Call Traffic Mgnt School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30,2017 00 11 13-3 INVITATION TO BIDDERS Page 3 of 3 1 Phone: 817-392-8618 2 3 ADVERTISEMENT DATES 4 February 16, 2017 5 February 23,2017 6 7 END OF SECTION CITY OF FORT WORTH 2017 On-Call Traffic Mgnt School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised January 30,2017 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person,firm,partnership, company,association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2.Nonresident: Bidder: Any person, firm,partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas 19 20 1.2.3.Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; 40 httns:Hprojectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2OPavin 42 g%20Contractor%2OPregualification%2OProgram/PRFQUALIFICATION%20R 43 EQUIREMENTS%20FOR%20PAVING%2000NTRACTORS.pdf?public 44 45 3.1.2 Roadway and Pedestrian Lighting-Requirements document located at; 46 haps://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2ORoad 48 way%20and%20Pedestrian%20Lighting%20Pregualification%20Program/STRE 49 ET%20LIGHT%20PREQUAL%20REQMNTS.pdf?pub1ic CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 27,2016 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 2 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 3 45 11,BIDDERS PREQUALIFICATIONS. 4 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 10 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 11 bidder(s)for a project to submit such additional information as the City,in its sole 12 discretion may require,including but not limited to manpower and equipment records, 13 information about key personnel to be assigned to the project, and construction schedule, 14 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 15 deliver a quality product and successfully complete projects for the amount bid within 16 the stipulated time frame. Based upon the City's assessment of the submitted 17 information,a recommendation regarding the award of a contract will be made to the 18 City Council. Failure to submit the additional information, if requested,may be 19 grounds for rejecting the apparent low bidder as non-responsive. Affected contractors 20 will be notified in writing of a recommendation to the City Council. 21 22 3.4.In addition to prequalification, additional requirements for qualification may be required 23 within various sections of the Contract Documents. 24 25 26 4. Examination of Bidding and Contract Documents,Other Related Data, and Site 27 28 4.1.Before submitting a Bid, each Bidder shall: 29 30 4.1.1. Examine and carefully study the Contract Documents and other related data 31 identified in the Bidding Documents (including"technical data" referred to in 32 Paragraph 4.2.below).No information given by City or any representative of the 33 City other than that contained in the Contract Documents and officially 34 promulgated addenda thereto, shall be binding upon the City. 35 36 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 37 site conditions that may affect cost,progress,performance or furnishing of the 38 Work. 39 40 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 41 progress,performance or furnishing of the Work. 42 43 44 CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 27,2016 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 2 ,Jin aeeer-da-nee with Title V!of the Givil Rights, 3 n f 1964, 78 Stat 252, n2 14$.9. 2000d to zS and Title 4°9:ede of ricc�xTrvcacz�z rz o. 88 4 , Offiee of 5 ,Neadiser-imination in Feder-ally assisted programs of i 6 ,hereby netifi 7 bidders that it will affifffiatively insufe that in any eei#raet entered into ptffsuant to 8 this adveftisement,minority business efAefpr-ises will be aff-efded full opper-Puffity to 9 submit bids in response to this invitation and will not be diser-iminated against on 10 , 11 12 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 13 contiguous to the Site and all drawings of physical conditions relating to existing 14 surface or subsurface structures at the Site(except Underground Facilities)that 15 have been identified in the Contract Documents as containing reliable "technical 16 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 17 at the Site that have been identified in the Contract Documents as containing 18 reliable"technical data." 19 20 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 21 the information which the City will furnish. All additional information and data 22 which the City will supply after promulgation of the formal Contract Documents 23 shall be issued in the form of written addenda and shall become part of the Contract 24 Documents just as though such addenda were actually written into the original 25 Contract Documents.No information given by the City other than that contained in 26 the Contract Documents and officially promulgated addenda thereto, shall be 27 binding upon the City. 28 29 4.1.7. Perform independent research,investigations,tests,borings, and such other means 30 as may be necessary to gain a complete knowledge of the conditions which will be 31 encountered during the construction of the project. On request, City may provide 32 each Bidder access to the site to conduct such examinations,investigations, 33 explorations,tests and studies as each Bidder deem necessary for submission of a 34 Bid. Bidder must fill all holes and clean up and restore the site to its former 35 conditions upon completion of such explorations,investigations,tests and studies. 36 37 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 38 cost of doing the Work,time required for its completion, and obtain all information 39 required to make a proposal.Bidders shall rely exclusively and solely upon their 40 own estimates,investigation,research,tests,explorations, and other data which are 41 necessary for full and complete information upon which the proposal is to be based. 42 It is understood that the submission of a proposal is prima-facie evidence that the 43 Bidder has made the investigation, examinations and tests herein required. Claims 44 for additional compensation due to variations between conditions actually 45 encountered in construction and as indicated in the Contract Documents will not be 46 allowed. 47 CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 27,2016 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.1.9.Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 2 between the Contract Documents and such other related documents. The Contractor 3 shall not take advantage of any gross error or omission in the Contract Documents, 4 and the City shall be permitted to make such corrections or interpretations as may 5 be deemed necessary for fulfillment of the intent of the Contract Documents. 6 7 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of. 8 9 4.2.1.Those reports of explorations and tests of subsurface conditions at or contiguous to 10 the site which have been utilized by City in preparation of the Contract Documents. 11 The logs of Soil Borings, if any, on the plans are for general information only. 12 Neither the City nor the Engineer guarantees that the data shown is representative 13 of conditions which actually exist. 14 15 4.2.2. Those drawings of physical conditions in or relating to existing surface and 16 subsurface structures(except Underground Facilities)which are at or contiguous to 17 the site that have been utilized by City in preparation of the Contract Documents. 18 19 4.2.3.Copies of such reports and drawings will be made available by City to any Bidder 20 on request. Those reports and drawings may not be part of the Contract Documents, 21 but the"technical data"contained therein upon which Bidder is entitled to rely as 22 provided in Paragraph 4.02. of the General Conditions has been identified and 23 established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 24 responsible for any interpretation or conclusion drawn from any"technical data" or 25 any other data,interpretations, opinions or information. 26 27 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 28 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 29 exception the Bid is premised upon performing and furnishing the Work required by the 30 Contract Documents and applying the specific means,methods,techniques, sequences or 31 procedures of construction(if any)that may be shown or indicated or expressly required 32 by the Contract Documents, (iii)that Bidder has given City written notice of all 33 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 34 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 35 etc.,have not been resolved through the interpretations by City as described in 36 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 37 and convey understanding of all terms and conditions for performing and furnishing the 38 Work. 39 40 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,Polychlorinated 41 biphenyls(PCBs),Petroleum, Hazardous Waste or Radioactive Material covered by 42 Paragraph 4.06 of the General Conditions,unless specifically identified in the Contract 43 Documents. 44 45 5. Availability of Lands for Work,Etc. 46 CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 27,2016 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 2 access thereto and other lands designated for use by Contractor in performing the Work 3 are identified in the Contract Documents. All additional lands and access thereto 4 required for temporary construction facilities, construction equipment or storage of 5 materials and equipment to be incorporated in the Work are to be obtained and paid for 6 by Contractor. Easements for permanent structures or permanent changes in existing 7 facilities are to be obtained and paid for by City unless otherwise provided in the 8 Contract Documents. 9 10 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 11 in Paragraph SC 4.01 of Supplementary Conditions. In the event the necessary right-of— 12 way, easements, and/or permits are not obtained, the City reserves the right to cancel the 13 award of contract at any time before the Bidder begins any construction work on the 14 project 15 16 17 5.3.The Bidder shall be prepared to commence construction without all executed right-of- 18 way, easements, and/or permits, and shall submit a schedule to the City of how 19 construction will proceed in the other areas of the project that do not require permits 20 and/or easements. 21 22 23 24 6. Interpretations and Addenda 25 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 26 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 27 received after this day may not be responded to. Interpretations or clarifications 28 considered necessary by City in response to such questions will be issued by Addenda 29 delivered to all parties recorded by City as having received the Bidding Documents. 30 Only questions answered by formal written Addenda will be binding Oral and other 31 interpretations or clarifications will be without legal effect. 32 33 Address questions to: 34 35 City of Fort Worth 36 200 Texas Street 37 Fort Worth, TX 76102 38 Attn: Transportation and Public Works Department 39 Fax: 817-392-2533 40 Email: Quenell.Johnson@fortworthtexas.gov 41 Phone: 817-392-8618 42 43 44 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 45 City. 46 47 6.3.Addenda or clarifications may be posted via Buzzsaw at 48 b tps:Hpro'ectpoint.buz-zsaw.com/fortworthgov/Infrastructure%2OProjects/TPW-TM- 49 2017-01%20%20%20%200n- 50 Call%20Traffic%2OManalzenient%2OSchool%20and%2ONeighborhood%2OSafety%20 51 Contract?public CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 27,2016 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 2 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 3 Project. Bidders are encouraged to attend and participate in the conference. City will 4 transmit to all prospective Bidders of record such Addenda as City considers necessary 5 in response to questions arising at the conference. Oral statements may not be relied 6 upon and will not be binding or legally effective. 7 8 7. Bid Security 9 10 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 11 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 12 the requirements of Paragraph 5.01 of the General Conditions. 13 14 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 15 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 16 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 17 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 18 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 19 other Bidders whom City believes to have a reasonable chance of receiving the award 20 will be retained by City until final contract execution. 21 22 S. Contract Times 23 The number of days within which, or the dates by which,Milestones are to be achieved in 24 accordance with the General Requirements and the Work is to be completed and ready for 25 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 26 attached Bid Form. The city may renew this agreement for up to two(2) additional time 27 periods under the same terms, conditions and unit prices. The city shall provide at least sixty 28 (60)days' notice to the contractor of the city's intent to renew. 29 30 9. Liquidated Damages 31 Provisions for liquidated damages are set forth in the Agreement. 32 33 10. Substitute and "Or-Equal" Items 34 The Contract,if awarded,will be on the basis of materials and equipment described in the 35 Bidding Documents without consideration of possible substitute or"or-equal" items. 36 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 37 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 38 City, application for such acceptance will not be considered by City until after the Effective 39 Date of the Agreement. The procedure for submission of any such application by Contractor 40 and consideration by City is set forth in Paragraph 6.05A., 6.05B., and 6.05C. of the General 41 Conditions and is supplemented in Section 0125 00 of the General Requirements. 42 43 11. Subcontractors,Suppliers and Others 44 CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 27,2016 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 2 12-2011 (as amended),the City has goals for the participation of minority business 3 and/or small business enterprises in City contracts. A copy of the Ordinance can be 4 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 5 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 6 Waiver Form and/or Good Faith Effort Form including documentation and/or Joint 7 Venture Form as appropriate. The Forms with documentation must be received by the 8 City no later than 2:00 P.M CST, on the second business day after the bid opening 9 date. The Bidder shall obtain a receipt from the City as evidence the documentation 10 was received. Failure to comply shall render the bid as non-responsive. 11 12 11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person 13 or organization against whom Contractor has reasonable objection. 14 15 16 12. Bid Form 17 18 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 19 obtained from the City. 20 21 22 23 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 24 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 25 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 26 price item listed therein. In the case of optional alternatives,the words "No Bid," 27 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, 28 written in ink in both words and numerals, for which the Bidder proposes to do the 29 work contemplated or furnish materials required. All prices shall be written legibly. 30 In case of discrepancy between price in written words and the price in written 31 numerals,the price in written words shall govern. 32 33 12.3. Bids by corporations shall be executed in the corporate name by the president or a 34 vice-president or other corporate officer accompanied by evidence of authority to 35 sign. The corporate seal shall be affixed. The corporate address and state of 36 incorporation shall be shown below the signature. 37 38 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 39 partner,whose title must appear under the signature accompanied by evidence of 40 authority to sign. The official name and address of the partnership shall be shown 41 below the signature. 42 43 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 44 member and accompanied by evidence of authority to sign. The state of formation of 45 the firm and the official address of the firm shall be shown. 46 47 12.6. Bids by individuals shall show the Bidder's name and official address. 48 49 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 50 indicated on the Bid Form. The official address of the joint venture shall be shown. 51 CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 27,2016 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 12.8. All names shall be typed or printed in ink below the signature. 2 3 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 4 which shall be filled in on the Bid Form. 5 6 12.10. Postal and e-mail addresses and telephone number for communications regarding the 7 Bid shall be shown. 8 9 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 10 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 11 to State Law Non Resident Bidder. 12 13 13. Submission of Bids 14 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 15 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 16 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 17 envelope,marked with the Purchasing Project Number,Project title,the name and address of 18 Bidder, and accompanied by the Bid security, and other required documents. If the Bid is sent 19 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 20 envelope with the notation"BID ENCLOSED"on the face of it. 21 22 14. Modification and Withdrawal of Bids 23 24 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 25 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 26 must be made in writing by an appropriate document duly executed in the manner 27 that a Bid must be executed and delivered to the place where Bids are to be submitted 28 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 29 are opened and publicly read aloud,the Bids for which a withdrawal request has been 30 properly filed may, at the option of the City,be returned unopened. 31 32 14.2 Bidders may modify their Bid by electronic communication at any time prior to the 33 time set for the closing of Bid receipt. 34 35 15. Opening of Bids 36 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 37 abstract of the amounts of the base Bids and major alternates(if any)will be made available 38 to Bidders after the opening of Bids. 39 40 16. Bids to Remain Subject to Acceptance 41 All Bids will remain subject to acceptance for the time period specified for Notice of Award 42 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 43 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 44 45 17. Evaluation of Bids and Award of Contract 46 CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 27,2016 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 17.1. City reserves the right to reject any or all Bids,including without limitation the rights 2 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 3 and to reject the Bid of any Bidder if City believes that it would not be in the best 4 interest of the Project to make an award to that Bidder,whether because the Bid is 5 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 6 meet any other pertinent standard or criteria established by City. City also reserves 7 the right to waive informalities not involving price,contract time or changes in the 8 Work with the Successful Bidder. Discrepancies between the multiplication of units 9 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 10 between the indicated sum of any column of figures and the correct sum thereof will 11 be resolved in favor of the correct sum. Discrepancies between words and figures 12 will be resolved in favor of the words. 13 14 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 15 among the Bidders,Bidder is an interested party to any litigation against City, 16 City or Bidder may have a claim against the other or be engaged in litigation, 17 Bidder is in arrears on any existing contract or has defaulted on a previous 18 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 19 Bidder has uncompleted work which in the judgment of the City will prevent or 20 hinder the prompt completion of additional work if awarded. 21 22 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 23 other persons and organizations proposed for those portions of the Work as to which 24 the identity of Subcontractors, Suppliers, and other persons and organizations must 25 be submitted as provided in the Contract Documents or upon the request of the City. 26 City also may consider the operating costs,maintenance requirements,performance 27 data and guarantees of major items of materials and equipment proposed for 28 incorporation in the Work when such data is required to be submitted prior to the 29 Notice of Award. 30 31 17.3. City may conduct such investigations as City deems necessary to assist in the 32 evaluation of any Bid and to establish the responsibility, qualifications, and financial 33 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 34 organizations to perform and furnish the Work in accordance with the Contract 35 Documents to City's satisfaction within the prescribed time. 36 37 17.4. Contractor shall perform with his own organization,work of a value not less than 38 35%of the value embraced on the Contract,unless otherwise approved by the City. 39 40 17.5. If the Contract is to be awarded,it will be awarded to lowest responsible and 41 responsive Bidder whose evaluation by City indicates that the award will be in the 42 best interests of the City. 43 44 17.6. Pursuant to Texas Government Code Chapter 2252.001,The City will not award 45 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 46 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 47 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain 48 a comparable contract in the state in which the nonresident's principal place of 49 business is located CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 27,2016 002113-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 2 to be awarded, City will award the Contract within 90 days after the day of the Bid 3 opening unless extended in writing.No other act of City or others will constitute 4 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 5 the City. 6 7 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 8 9 18. Signing of Agreement 10 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 11 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 12 Contractor shall sign and deliver the required number of counterparts of the Agreement to 13 City with the required Bonds, Certificates of Insurance, and all other required documentation. 14 City shall thereafter deliver one fully signed counterpart to Contractor. 15 16 17 18 END OF SECTION CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised April 27,2016 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIS.pd I] CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Bean Electrical, Inc 821 E Enon By: Roy can Everman, Texas 76140 Signature- 817561 ignature817561 7400 ci Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_bid Proposal Workbook Traffic Mgmt ALH 3 29 2017 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division 200 Texas Street City of Fort Worth,Texas 76102 FOR: 2017 On-Call Traffic Management School and Neighborhood Safety Contract City Project No.: TPW-TM-2017-01 Units/Sections: Traffic Signals,Street Lighting,Pavement Markings and Striping,Signing,Sidewalk, Ramps and School Flashers/RRFB's 1. Enter Into Agreement The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150621 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_bid Proposal Workbook Traffic Mgmt (2).xls 0041 00 BID FORM Page 2 of 3 The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a.Asphalt Paving Construction/Reconstruction(Less than 15,000 square yards) b.Concrete Paving Construction/Reconstruction(Less than 15,000 square yards) c.Street Lighting 4. Time of Completion 4.1. Time of completion will be determined on a per work order basis. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones}within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form,Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement,Section 00 45 12 g. Conflict of Interest Affidavit,Section 00 35 13 'If necessary,CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below,please enter the total bid amount for this project.Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items<use this if applicable,otherwise delete> Total Base Bid<use this if applicable,otherwise delete: #REF! Alternate Bid<use this if applicable,otherwise delete> #REF! CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_bid Proposal Workbook Traffic Mgmt (2).xls 00 41 00 BID FORM Page 3 of 3 delete> #REF! delete> #REF! Total Bid $5,024,984.70 7. Bid Submittal This Bid is s it on 3/30/2017 by the entity named below. Respectfully s t Receipt is acknowledged of the / following Addenda: Initial By! Addendum No. 1: t (Signature) Addendum No.2: Addendum No.3: Roy E Bean II Addendum No.4: (Printed Name) Title: President Company: Bean Electrical, Inc Corporate Seal: Address: 821 E Enon Everman,Texas 76140 State of Incorporation: Texas Email: cbean@beanelectrical.com Phone: 817 561 7400 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_bid Proposal Workbook Traffic Mgmt (2).xls O O O O O O d d d d O O O O O O O O O O O O O O d O 999 O O O O O O O O O O P O C? O O O O O O O O O O O O O 4) 0 0 0 O o N O N O 6M9 " 0 0 o O N rte " V1 to b N M <Y 6~9 N 69 o Ca O d' 69 M '" b9 64 DD o C7 ol pp '� rol �ooo oo �o co �o - (-fv � � v 0 'N ,7 e9 N d' N.-t NHi sFi 6'3 69 69 b9 6'3 E9 64 r o b 69 V) Fsf Awa v t? N ~ O o O O o O P P P O Cl O O O O O d P P P O P O O O O AL1 b N O O O O O VI O Vl O P O O O O O O O O O O O O P d b O Q :d V o o P o O W Gi CT O O h Ca ori O Cd Q O .�-•i 4 ( N d 4 O O N vi M u oo w oa '�' M 8 N L 69 69 69 69 64 69 69 64 - 64 64 46 69 69 69 FH 69 b4 b9 b9 69 b4 64 64 Ef3 69 3 Q w tn o �--i W) r+ o N N ,�- r .�. *� �"' �-+ N N N O Mr a as g, � N O O M O O O O M M M c7 O P M M M M M M M Mm M M 8i O d .-r "+ *`� "'� "� ,-+ O O "1M M M M M M M M M M r" fr r-r .--� .-+ +--r V1 uT YI V! N V] N h h d. 'teY t O d O O P O O O O O O O O o, N N N N to �o �o Co ko to �o to �o to �o �o �o 0 d p q q O O O p O O P O N N N N N N N N N N N N N ul 8 x z r 3, I� i'. n s LL z o 0 b O o ao LU IX a 3 0 � v s � � 1 d o u a a N � 000 f O C� O U C.3 oo 000 o P p [ O b�~9 6M'9 � U U °� a s ,by P O O O Y M oo oo 0 (5 O ID O O m o " c:, v a a v v d V V 0 0 0 0 id v v O O r� i 7 rti I to L] N N N N Vi N !n 2 o o 0 0 0 U m P4 '194 1� a; c4 w a a4 w w w w w w w w w w w w N N oo _a M M W O O (c:"! O O O O O O O o O O '� ,N-+ O O O O O O O O C—) d o N MC� O O M M K1 M M M M M M M c7 V O o O o 0 0 o C? t? wi M y� Vj Vj Vj yn vj Vi Vl �h o a C? O O -t- H O O P O O O O O O O O O lj M rte.. ,0-r � N :7 N N N N N N CO N N �D N N N N N N " N lo N IL N N N N N N N N N N N N N O N M It h to L b � z N M 7 yy •o n oo rn ,.., ,.� � � .-+ .� N N N N N N N O d O O O d O O O O d O d O 6 d o O O O O O O O O O O O O d O O O O O O O O O O O O O O O O O O O O O O O H a O a O o OC o 0 o O O O P O P P O d b O O C7 O N 41 N O O O O 6 d O O O O O d' O 6 00 o O O O O O O M O N 69 op O 00 O O N O N O O C- 09 N O ( y V3 69 019 64 vi 69 69 69 69 69 69 69 69 69 6 09 Imq 64 b9 69 69 rn I r O OP O O O Q a a O Cl a O O O O O O P P O O O d O O o o O o b O O O O O O O O O C9 C`! O 'd' O V' vi O �-+ CV O d O O O C] O O o o w ON �" a Lr, N ,-.� N00 H-+ .-+ +-+ O O O O N O O d' O O M M Q, O O N � 69 Gq 99 s9 (A s9 (A Gq s9 s9 s9 Fa 69 �» 69 s9 s9 v3 s9 c9 s9 v3 s9 ds a r jy1 CD O o O O O O O O O Q O p PI 1I I.IJ air) C, 'DO � Q Q p N N N H r H O 8i �9 O cn �� M M cr) M O O O O O O O O O O O O Cl M M M M M c•1 cn gt M M *•' N N N N N N N N N N N N N N N N N N E v t70 V1 v'� V'1 V'f kn .m-t .m-f m M m-� .mi .m-t .cni -M .m. .m-. cn C-11 M i° 10 10 10 N N N N N N N N N N N N N N N N N N N N N N N N N N M M m M M m M m M M m m m M M M M M M M M v I f y� G 7 � p d O Z Q0 co C7 a_ cd O a ° 0� d rn • W .°+ ' v v N <n c� 00 o U yd I O r b O H LL P, , t r/l On N C2 ,y N r+ N M t O N o ,-0 W R< {a{22,� aye," 'L7 'C1 'CS s+ T Y1 T �+ T �'+ �.. .� rb E- G o 0 0 yy E y� Lp Hqpp Fye+ E E E+ r0 v� A A R °q U U U P 0 0 o a4i v a~i 'a� rc�❑'i� �rC"i+ a~i �i gat❑"+i �asp"+i o o � �aq •�aq � � o U U U U `a V h# tl o A P a a N oo d n Co W Pa fYl !� f f� f4 OU ¢1 PO mh ch �n �O h cn H N h 10 h 00O� O O O O O O O o O O o O O o_ O O o O O O u« U H O O O N M M VV) V Vl V V h V 1 O O O O O p •$� M M M (*} M b O O P O P O O O O O O a Q C? Q a O O O a w d v� h In In In en .m-t '`'n, cn sm-i r c) .mi .m-) ami c) of vi O ti0 b b N N N N N N N N N N N N N N N N N N N a N N N N N M M M M M M M cn M M M cn M Kl M M M M M M M o y w ,. P. O (— CO O� O a-+ N cn d' kn '�O l- 60 O\ O m V1 �O t� 00 O z N N N M M M M M M M M M M 'd' 'Y '� h € O O O O O O O O O O O O O O O O O O O O O O O O O O RR p p O O O O O O O O O O O O O O O O O O O C:, O O O O O O O O O O O O V) V) V1 V) V1 V) V1 V1 O O O O O O O O O O 4� O O O Vl h V7 O O c`l N N N N NO d d vz V7 O In O V) f� N d o o O ,-� .-� O V� 10 C� 'n .� '-: H tJ C- !n 6R 64 64 6r9 6r9 d� 12 N h r M M !•i ri ri M ri c� ri !� o p o ss Gq a > b9 f� f 9 s oq v3 vs ffl En s9 f4 v3 !A �s !» sA !» vs tr N O b H (� N pj O O O Vt V1 V) O O O O O O Ul . . V1 O O O •Q, 'z} O N r t: C; N N h Ul Ul q N N N N O V7 10 N O O O b O N h h M M b b 1Q0 b b 10 10 10 •-+ �--� N N m M O 4 V) Q In PN 4 b9 119 s4 vi vi cfi s9 19 61 69 vi fA s9 fA V3 v3 fA 69 64 65 64 69 s9 fA 69 3 Al €; w O Q Q 4 O O O O O O O O O O O O d O O O O O O pi O O O O Q �, N b O O 6 O O O Vl V) Vl k'1 Ul M V1 UZ Q� R1 Ij w, v M o `� a a a a "� a a w w w w w w w w .-� a � a � U � w w `•� "s do tt�n cc*n� t+� cry M M c M !M+� M M M M M M M N N N N N h r _h r _r r ,r-a _h N r r .� p H _ tto33 H H ri r-� H r� H g 0 O N N N N N N N N N N N N N N N N N N N N N N N M M N 8 a cn m m rn M cn m m m m cn m m m m m m cn m m m M m m m M m m o i H ( 3 � o � a o L - M a 'q N00 N N W K 0 a y0 P. 4 w w O O M n, g m a m a .� C7 q •� H ,n � � a ,fl x v ° p x cG DO ul viW w , H E H w OM P W odooo N N N O a0 w M � O m o J W W .N-. ,N-1 O O O d' d' d' �a+t s+ X Pi cq CJ O O N ^r0, � > > >o f N N O O O {O] ° `1. p w� P4 Q1 .--� N M <Y ,-+ M <h h 10 O O M c* O 3 z n W p� r N o o C. o b o o o_ o_ o o_ o Q O o O O O O O a O O N N N M M O O O ( •-+ M M M M M O O O O O U O O Q O O O O O Ot . N N ry �} H tl H d w 'GG t� .h-•i Z` U �-• .r-1 .ry r r .r-� .r-� «r-< ,ri Q\ O O o �8 N N N N N N N N N N N N N N N N N N N N N N M ^ M M Lei.. M M M M M M M M M M M � M M M M M M M M M M M m ON M M w _ 10 h 00 O\ O N M d' V 10 h eO 01 V1 V7 V'1 Vl l0 10 1p l0 10 to 1p 10 10o 1D r DM N b O O O O O d O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O b O d O O O O O 01 O O d O W p q p CD O O O O O O O O a0 O O O O O O O ['� d O O O vi N In h 'n O ON O HCl O O O 'd' O Vl O O O " Yl 64 In ko O O fA m ( M On t m O d• N 'cl O +-+ A �-+ O�6s 00 0� 00 O O� a\ M N d' 0 0 00 C-1 69 6q f v3 Gq GS es 69 6s e _ y m y p p p p q b O O O O O O O O O O O O O �n O O O p p •Q. O O O O O O O O O O O O O O O O b O O N O Q �? O O O O N O ul V O O O d' M vT h N N Q a +si h oo h vi C. d N �n d b " 'n N rn vi cn O 00 Cn CV d N t n n m O oc 00 d �Y Cn cn M .-. •--i h .-i .-i h h CA pj i�. ff, ca v1 6� 6a fR cr9 cs vi 6Fi 6s s9 fa fq 6s 9i 6s sv v3 69 �f3 vs s4 64 s9 6) 3 N � 1 g a ry� O O b O Mt C) N N H p N �O V p p N 3 ! 4.1 � ch O O O O O q O O O b O b O O O O O O O O p O O O O mi s-1 H r-1 .-i r-i — r-1 r-t r-1 — r--i o It d. rt 't d. d. d. d" Ir �' 'IT V d' �t tl• d' 'a' d. �' o� v to ct d• m m fr H• et c) cn m m rn d• cp d' 8 M M M M M M coM M M fn fn m m M M m m M M M M M o tl � a �o o li. O p •� 3 .Q � 6 F1 N A p O p .� v fl m ac°i 3 1 Q Q n pp Y a81U w cn O o o 0 w to a �yy A v °' r °'n rA M Vl m � W W N �. FQ Fi W f1i Pi Qi 9b =A q 19 o ; V, 6, � � � � � � � � � � � � � � � � � � � � � � � oho m N N N cn M V V •-' N •-, a) p .-i 'ct h h N M a Z o W O O O O O b b �•'+ N M O N N N N C` CV N N N M M m ao U U p 0 C. 0 O p b O O b d O N iV CNVH — — H Com— c— ddN: ��y y vy� m M co M M M M m m m m m m m M M C•1 M M M M m mm M m F a00 N M d N h w <T d N M Y Vi p h CO ON O N M d Z p O O O O 'd � Z � d00 fi0 DO W W o0 00 00 Oo O\ O\ O\ O\ O\ O\ O\ 01 3 O O O O O O O O O O O O O O O O O O O O O O O O O O O d O O O O O o O O O O O t7 O O O O O O O O O O O O dO- O O �O N O O O O o o c7 O O O O O Gi 6 O b O tl s9 s9 ss f H �9 ea o n 0 0 0 0 o n v 4n to in o n o v n H N cV N �-+ +-i �" C j vv � Go vm9 `sns v9 69 s9 v9 s9 69 � O O O O O O O Cl O �n O O P O O fn n in fn fn V7 O O fn >n q _ •�Z. b O C3 c? O O O h In O O N O P 4'7O h O) In ht t� V' m d• m cj d' m ^, •� r• cN N N H .-+ o 3 N L Efi b4 ff3 69 69 69 (H of v) ff3 69 69 b9 69 69 69 64 69 FA 69 64 E/3 69 64 V3 bq 3 p p O O O O O O O O O 3i.1 oo COV p O O O d O O O O Cl O O O O O O O dN N N N N p N N d O O O O P o O O O O O O O Oc3 of v p � m o, • Z O_ O_ O O O O O O o o O O O O O O O O O o V 0 U:JJ O v E tt t d tl <t V d <1 d d d 1 o evi to m m M cn to m m M M m Ln M cn cn m cn m to m to M m m m M v �M S i f I I N � C OLL G a a a O O a � d U W O .R d P 9 A 0 0 0 c.Aa ro � T U U ca cd U � U U U U U U U U F, >•. U U +� U U U .fl y ,� o v0 v v v fi v v v v U W W W 0 a a a a a b b v a v a a a d q q a a q d o r 4 ,Cy •r� aoi 0 aoi a a o O O O C7 t7 c7 C7 O C7 C7 c C7 C7 O ,. ° ° a m GA `, .fir V e-+ d0 o V b �U .-+ N M 0 �o oo o v U U v al v U U ay U U U U U o 0 0 0 0 0 0 0 0 i oal N a o b o i rn o. z Z Z Z z Z z z z z o rly ilI y N N VI N VJ VI N ZO w w w w ago rn o .--f M v} oo rn o o z r W N N N N M M O O O O O O o o O H tt n U mi m w m m ,m cn .m-e <m -m M M M M M d ct d H d' d' V - --. H H H m H w C Ar, 4 4 4 "Ir, 4- 4 I a M M M M M M M M M M M M M to M m M M M M M M M m M o w ti H - ID t- oo of O H N M �' fn �D oo O, O H N Vl V.? l� O .� Sj O O O O O - ,-+ -� --+ - - .Hi w N-a � N ,N- � ,N-+ �Ni Ni N N N cn 0 0 0 0 o a b b o 0 0 0 0 o a o b d o 0 0 o a o 0 0 O O O P P O b O d O O O O b b b O O O O O O O O O O O O O d O O vi O P O O O 'd• h a0 O $ N N �f' tV O O o O In d' d M tl• ib V ,-� d' 10 .-+ �b Vt t� N O O O H M 6� l w Cn M N M t'n al, � O 69 6�9 69 6R 6`1 64 6'4 N 69 .-i .-+" t.j [� O" -+ OY N 10 N v w O '� 6 69 � R 69 64CA 69 CA 54 og Q9 s9 V3 Cfl ° b a � Baa v w kn h O O3 O O O O O O O P o O O O O O o O O O O b O �� •Q. 'a N h O O O O O O b a O O d O O O Q o b d O O O a b O U O O O o O 0 In O O O h h h nko O A n to oo co vi O t- N N 'd' V' t� N Vl t'` 00 co O M t• M i Q 'n 'o 000 � r+ )t- cD � vmi .-� t- b O � H O t, vt -Y h M V M �o k N c V1 69 69 69 69 cA 64 69 64 6R .s64 69 6R 64 CR 64 Ffl 64 64 69 CR b9 69 3 a (U O O Oul h '� d' V• N N N N N F $ O N N t`! N N M M M N r+ H b hi a w w w w w w w w w w w w w w w w w w w w w w w w o, 7°i p p p p p p o O O O O O O P P O O O O O O P O Cl O O $� c t�-7 d' d. 'd• 'c!' tl. d' d. d' d. �' d' d' �. tt d' d' d' d' d' 'd' d' d' d• '�' 'd' d" of cn cq m d' m cq tet' m m M m m M d M m m cn cn 0h't%1 M M M M M M M M M M M M M M M M M m M M M M M M M M y o �f F 1 F LL LL O O Fd UA tY o i W CL a ' .o P, o V v 0 v r_i 3 U U M y T O O N N 97 Nv W W A 0 0 o0 0 bA rvA t�q tip bA b P N NpP r/pP� O O > C U ro W mj a Pi V] t/} UJ t!l M 'q.Vn • m 'Cl pl z w w w w w w w w w w w w w w w w u w w w w w w w w w o N mM <t d• d• 1* H M d' v'1 w M d' Yl C. o O P o o m m U M ti ,M� nb \0 W D b \D ° N H H �-'� r--� — w 'y — r-t i-t H r-1 H H H _ y_ — — - p ^ d• �Y' V' d- V 7 V V d• rh V � � V c co M M cwt1-1m M M M M M Cn M cn M M M M H w y t; Z q r-o, H N m cq w M M t-- cn O� o H N c7 v! w r oo O N m �4• �n �D �i Z emm M-+ — — .M. — M — — .<f-, .�}-. � --. - — - — — MH O O O O O O O O O O O O O O O O O O P o O O O O O O p Q Q O O O O O O O b b d d C? O O O b O O O O O O O O d O O O O O o O O O O O O d O O O O Vi O O in vi O (D OJ vt V) O O Vl pO O O O O V1 a\ h o d d N Vl O N O O Cc O O q N N O O 6m O� Vl v1 n m N Dn O V) N M I n q N q 1n �Y M b9 w l� �P � W Ot O\ uT t- 0� N O O c-, O 00 (a\ Ch �•• c'� > 69 69 64 N 69 69 69 w M 0\ M FA 1n N 1n 69 69 64 6H4 69 6N9 64 Gq cn 69 64 09 69 69 N i g cq p W y O O o O O O O O o O O O O O O O O O O O P O O O O O O O o O O O O O O O b O O O O Q. b U to V1 o O Y1 O O O P o O V1 1n O O O N O O �!'1 O O V1 'n O N N rn h W e rn rn Mr M o cO*1 to tri r v �� r i o o cn oo g j ] 69 b9 69 69 69 64 CA CA 69 69 69 b9 69 69 69 Cfl 69 69 69 69 Eft 69 69 69 69 64 3 o n In n n In N N m M M M cn M M M M M M N 'b 81 W W W W W W W W W W W W W W W W W W W W W W W W W W 8 O �Oj O O Q O b O O O O O O O O O O O O ?� .� d- H' tl- d' �' d' � d- d et 'd' <f' d' <t d' 'd' 'd' d' d• d- 'd- V' d' d' d' d- 8 U p 'a' '�' '�' d' d- d' tet' 'ct V <F' d' i' d' tl• d' V V- d et It cY rl' v y M c11 M co M M m m m m (1l CCl CCl M M M M M M M M m M M M M �� o V � o °- � Q q O O W 0- Q) a � U v W q _ 0 0 a � u � ti 0 A w v 0 ;4 o Z b v d3 'O � A o ny al O qo o o o v N, 3 b Wan o o m A v v t ti cAa 'C 4 v v en w m 4 3 rk w ra flq u, 'a a Cl) �"' q �. v'1 d 0 p a p O p vNi y o � ami N c� � � q w a C yI C y v 'V N �y .Cl B. O O N 0 V p m w w w t w w w w w w w n o m N N d n N M d N ON O t- O w m Ln H M n t 3 o R O O O O O O N N O O� tT O M Cl) m M V' �K 00 CO 00 00 00 00 a0 Oo coQD 00 00 H r1 v--1 .--� ,-y ry ,--1 H Q\ Ql r--1 �--� .--1 ,--. .. . r-. . .-e Ow cp A I.L M m m M ,--+ Nt 1n 10 t� 0o d\ O N Cl) d V1 W t`- ao Q` O CD Cl)M .-. N D ko �o 'o 'o 'D o 'D --r - - - - W - - � D W O O O O O O O O O O O O O b o O O O O O O O O O O O O O O P O O o b o o O (0 O d O O O O O O O d d O b b O O O O O O O OO O O O O O O O P o O O 4J O O Vl V1 O O O O O O O O O O O O O O O In Vl b h V1 O O r, l�- t o O \D - - N, Vl O '19 id o �dIq 69 64 64 64 64 69 H3 69 6g b9 69 69 &9 9 C o Iq 69 6 ro 69 69 a 4 w P~ m at"i O o o O o O O O O O O O O O O O O O O O O O O O O O SZ. b U O O p O O O O O O O O O O O O O O O O O b b b O O b 00 w" V) " oc d' CL � U O P V) V) O O O O o G O o O O O O b O O O O O O O o b Q a O O N N h h V] h V1 VI V1 V) 'n O O O h V) O h h M d M 00 00 d' N N h- t� -� 00 00 00 00 00 h Un d' ro a' N M h F. . N N Vi 'O m 8 L r7 69 69 69 69 69 64 6n Go EA 64 63 64 Qq 59 64 64 69 64 b4 69 FA 69 69 64 rH 64 3 w d m cn � H � � 8 W W W W W W W W W W W W W W W W W W W W W W W W W o� •� � O O P P O O O P O N N N N N N N N N N N N N N N N N N d• d �h tt et e} d• d' d' d• rt �h d' d• d' d' d• d' V' <Y 'd' d' d' <9 d' ' v M Mm m M f11 M M M M M r M M M M M M M M M M M M m M v f/) I W PC � Q IL o � o Q 0 0 Oqq m a w a. a a o a� o 4� N '� O U O (� r•-2 M PIO a � Q Qt a'di o A b M r/1 Pq U H H cY o p o G 0 0 0 A A dR R• m N o o H o w o wwoo n w P ico y > won wcn o o o y oqo z N a a P4 04 a p O O v: m ur •y N ti w y m rnvi m rn t� N N m a � w w w w w ww w w k+ ofo O� O '--� N M V) �O l� oo T IO •-� N M '7 O •-� N +-� N M .-e (` o d- h h Vy h V) h h h h h b (- E O O p .-� M h V) 0 v ul U 00 00 l� [� [ [� [� t� r t� .moi L- M O O O O O M w 't d d •cp d' d' 'd d' d' d' d• d' �. d' V d d' c1' d• d• d• d' d' 4 'r 42 EE d V d V cI v cn H g M M m M M M M M M m M M M M M M m M M m m M M lh M .n w • " O M h V� l� 00 U O r+ N M d' h �O t� 00 Ol O .-+ N M V' Vl r0 t) W ,d Z 00 0o Go 00 00 00 0o R� O� O� Gh Q` a' N N N N N N N N N Q q O O O O O O O O O O O O O O O o 0 o O o O O O O Q Q O q Q q q q q Q O p 4 O O O O O O O O O O O O O O O O O 00 hl cV N O H O O O Q is d) po r CO � N p -n � N O 'n O O N d' N t� M d' N 00 tt b r d O 7, — '-, -t O g� 2 - m M M N t Q� N M b M d E o v3 s4 s vi i es v� s s s s & ro O O O O O O O O d O O O O O O O O O O O O O O Ul O O •�. q v O 4 O O O O O O O O O O O O O O p Q O O O O +n M O h a o o vi vi ci v� 6 ci o vi 6 ci 6 o 00 N N N t- o vi 00 QO cv v tV P4 O N w N d' �o r M N •--� ,--� d' O G, M tT O, O M c] st� C4 C4 s L 64 64 69 to to 6 V) b9 b9 9 cA to 69 64 69 69 t{3 Gq 69 64 64 c.4 64 64 V3 64 69 3 md d o 0 a `^ kn co a w w w w w w w w w w w w w w w w w •� b a a o q Q! O O o 0 0 o O O O O O Q O Q OO O o O o d O O O O O O O o, N N N N N N N N N N N N N N N N N N N N N N N N N N q0 .-, .-, — .-y .-, — — '-, ,-, '-, ,--, ,-, .-r r, — —r-e .-+ r-+ .-, .--, ,-r ,-� ,-, .-. 4 "t 'V' 4 4 <t tl' tet' V' ct tl' ct et dt d' d' a <t <r <r <r m w tt tt a m I R O M Mm ch Cl) r M M Mm M Cl) m Cl) M r M M Cl) Cl) M M M m M M M � o I i i I i i i i I ao o °- 0 0 0 P CL m a Op, El Ca x w o ya. o b b F U H v v c 'a ?: 00 t`� a� w'�-e?�-n1 a ooo • . .-0 + P. rn0v Wv P4 Po "?,o o n vIL, -4 , N 00 00 g a, a w woo woo � v w u, A A A blD 3j�: 3 ppC4 PPPRGv Pro N CC', ro v Do o N, A Pi Py D N N IB ' Or w w w w w w w w w w w w w w w w w €t M r- W ICD — ) N N M M ul V1 h V h b O O N M ttt M M M m m M MM M t t to M M M cn M M M M M M K, ttt M M th tt1 M ct*1 t`l M tor-, f-i t--1 - - - t-^I H - r-( H - - '-1 r-1a .-, N Mf o2 Or O N M00Zro — .-, N N N N N N N N N N M M M M M z ,_:,i �-+ N N N N N N N N N N N N N N N N N N N N N N N N N N O O O O O O O O O O P O P O O b O O O O O O O O a O O O O O O O O O O O O O O O O O O O O P O O O O b b p d d O Vl O O O O O v1 V'i b O O O O O O O O N O O O O O N O O V) V1 V) N O l� h h W " — In 10 O Vl N h Cl h N Vl '� 6r3 69 69 69 v9 b" �O," oo a0 07 Vi N M •-� •-+ r"' N �O N N M 'n M H rfl En 69 vs 69 En 69 64 E9 fH EA Ff-T b9 a as U w Npp y O o 0 o b O b b b b O O O O O P O 6 � (==,I Q 5 'L1. �ti b O O O O b O O O O O O O O OAA CL :� 0 M O O O Q Vi o 4 O b O V) O vi M m m 4 � tV f`7 M � M Q b o M o N O o " " V) h a - N t, ,--� Cl) M M 'n d' Cl N N M 36- 64 vs 69 69 69 v9 v9 vg vs vs EA 69 vs 69 09 v9 69 GH 69 69 69 EH b9 ER 69 69 W O O o Vf V) h Vl O O O O o 0 o Q o o O O ^a ,.y •-� O O r\ h (� [� [� t� Voj O C N O o o O O d O d N 0 0 O Q O O O O a O O a o O C, z N N N N N N M M M M M M M M +--� "a �"� .-i O N N N N N N N O ei' d'4 —T '�t V' d' d d' O N Cq Cq Cq V' d' 'tet d' d' i' <t V' 'd' V 'd' ct <i' <f' <t O N N N N N N N o� O M M M M M M M M <<1 M M cri V) Cl) M M M M O <n M r'l M M M M o � M yI 3 3 1 � f croa v � o o u 00 o fo UA o o A N o � i Y � o � cq P, cn c) N °' U A y 3 3 a nj a C/I tl O C�, o " x N o Ute` o R o C. aq U ul a� - Zv Q a gb h H �r 00 N 00 60 a > > o o z C] a > g a Ol ON ,-• N M moi' Vl \0 h w O\ r N M d' Q\ O� O\ O� a, O\ a, O\ 3 0 H O O� O� O Q O Cl P O O P O O *-� rr +-� Q, m ON m ON m � ON o U'"" V d 01 " V) o O o b O O O O O O O O T O M M V3 U O) M M . _ 1;c 'dV' V, V: 't 'V; Vt v) In (J) O) O\ O) O1 a\ d\ O� 'L ,--i d — ..-� r-, —.-� .-i .-� — — ON ON of ON 0) G\ m Oi 0�x .--c rn Oj It �' dT d' d' �t d d d' 8, CN ON Ol rn O. G\ O% } 6 a\ It V ct V V V V V <I' 1' 'd' rn O\ ON 011m O% O\ O% O� IL M ON O\ M Mm M M M M M M M M M M MM O� O\ � � NNNNNNNNN 00 Ol V �O [- W O\ O V1 � z N N N NO N fA O O O O O O O O O O 4 P O O O O O O O O O O O Cl O b C::! p p p Q p Q Q O b O O O O O O O O O o o O b d d Vl 0 0 0 0 0 0 0 6 o 6 0 6 0 0 0 Ci vi d b p N o N U O Vl v1 V1 O O O O O O O 01 O 'c1 " O O N O \O M h h oo h o O ,O N O O O�yyu tht�e.� N � O� O� 6R b4 64 �+ c� 6NA 6M9 6h9 .M-� n •^� h N 69 d~' M N 69 64 69 EH j 7 w 0 p M3 b'9 69 S9 69 69 69 69 6q r O O V] Ul O O O O O O O O O O Q o O o O O O O N N O h t •� U M ,� h pp (� (y O O O o o O O o o O O O N N O O (((1 U ry .-: CJ M C� M o C> Ci Vi 6 0 kO o O Ci Irl O 'n �O b0 w N �A ,-� o o d• M o 00 ,o m <t o r� LQ m m ,n d- \o o M N N '7.. r� 69 E9 ER HA 69 E.y9 69 6R 59 6R 99 69 6q h'7 6A 6R FA 69 69 69 69 EH E;yH 6 j �1 3 1.4,1 O Q O O Q O O O P o O V1 h O P Q O O O O N vl •--� d' '•-� N N .N-� .N. TN-. e} d' v\ V) tet• d' V' V N v', kn •b �I W V U ti, a a a a a a w w w w w w w a w w w w w w w w w $ � MI • 0 b M M m M M M M M M cn cn M M m m M M M co M Cl) to Q' �y •-s N N N N N N N N N N N N N N N N N N N N N N N t`t U q N N t� h h ti 1-- t-- h t- 0 Z ,�D rl rl r1 e-i �--i •-1 r1 ri r-1 'r-i r-� --1 -1 N r1 ri r-1 i-1 ry rl r( rt t-'� U N N N N N N N N N N N N N 1-% N N N N N N N N N N N N N a U O M m m M m M M cn M M cn M M to M M m M co M M M M Cl) Cl? m _ �M o Vp� �+ m 4 n � � � a 0 Ix5 N o O O O O U O p m bA .�' •� 'y a ti 3 O P o v a o o N to 4 O t/1 NUpq 1 Q v aai v U tb o U o a� m v v bo U2 .� cs yi " ti v o AO •14 •C P, JA N � v ' aCjv o 0 0 0 U U y •� � v v v � v v O\ � v � .D� N U U di °) o A R. w }abp�i ami ami e ebi a{bq�i' �a�'Ii a�ppi ynq�i 'op� 0 0 0 O O a U D v -� =,) to o u3 n oy a wo 4, v w w w w 4 w U U U p r N k fa to N N k N H H y y N U t C w L) n a sk a P. w n a U w .U"• U U U U U U U U U N Oi Oa g � b ki F C4 a a ape O O O D U N pp El '� ( G y kO 00 f+ O _k v 0 22 mw a w w w w w w w w w w w w w r� w w w F4 w w 1Yr o�n W a O\ D O\ O, O\ m O, O, O 4 D O a\ 0\ O\ O, ON ON O, O, O\ (IN O, O\ Ch 3 0 O\ Q\ O, m O, O, Os O, 01 d♦ O\ O, O\ C\ O, a\ O, Q\ (ON T O, O\ O\ O, aur+ UONa\ a\ � a\ O. O\ O, Oi 0\ O, O\ O\ d\ O d � O, O� CA O, O\ M O\ Oi O, O\ O, O, Gi O, O\ Q` a\ O, d\ O, O\ - - O\ ON O\ O\ d\ Oh O\ O, a� Q\ O� ON a. 01 O, al d\ a, m Oi O\ 01 O\ m O\ a\ o a rn o\ rn rn rn rn a rn rn rn rn a, a, a\ a, rn a\ rn rn rn m a, O, o, a, rn } g �Iw a, O\ O\ 01 m O\ O\ O, O, O, o, a\ O, O, O\ a, D\ D\ a\ Ol 01 Q• D\ a\ Q, o, C s A a, ON a, O{ ch a, C\ a, a, ch ON C1 a, a, a, al a. Q\ ON O, Q, C, Q\ a\ Q, ON U VFW �± N m �' W h 00 O\ O M b• h \D t-- 00 O\ O r-i N m kl \P t- t- t- h t� - h 00 00 00 W 00 00 00 N N N N N N N N N N N N N N N N N N O O O O O O Q Vl P P d O Q d O O O O O O P Q P b BBB O Q O O Q O Q h O d O dP O O O �n O O O O O O O Vj O O O O O M V1 Vl O O O O O d h d O O O O O O N a1 d' h O Ul O OO t" [l P Vl O d O O W r h oo h r to 69 m h O 10 W O d b C� 69 64 69 N V" b9 1p 10 cy CO ri N �-' M M vl �n t- 65 69 69 b9 69 61) 69 69 69 69 64 69 69 69 c 4-4 s� _v r O C. O w) n N O O O O O O O P Q N 't O o ti N h h O O O h m d M m h T h .--c 1O 10 N 1O .-c H S 69 69 69 6y 69 69 6R 64 69 69 EA 69 69 fA 64 69 69 69 69 64 64 69 69 69 3 W O O O 4 O Q O 'n O b O O p O O p O O O o O O O N' ty ,-< .-r — ,-+ .-+ r-. o 0 0 M m c•) M M M M M M M M M M �+ Cl N N Cd C-1 N N N N rt N N N N N N N N N N N N N N N cl N N N N N N N N N N N N N N N N N N N N N N N M m M m (11 M M M ch M M M M M M M M M M M M M M M M 1� i C> a o N 3 0 0 0 N Y M Q bA Ho o 0 3 3 o o -j10 0 -j {� z < o N o ' o u�i w �^ ' ° av ;!4 9 cs cba v a��i too ti pp Ng� a. cn v U O co lcl> " � � � C) X a v vo as m rn m 67 to co o cMi a 0 0 0 0 0 0 0 C14 s a. a s w y 3 d <r co N O b QI N g g to W t0 raq� ry W o\ O1 01 Q O1 O1 a O1 O1 O1 O1 O1 O1 01 al a a a a O a a1 Ch ON 3 01 01 a\ O1 0, 01 O1 R 3, a, 0) 01 a, a, 01 O1 01 01 ON 0) 01 O1 01 d\ () rn rn rn rn rn & rn rn a` 0, os rn rn o1 01 O1 01 01 a1 a1 01 a rn rn 01 01 O1 O) 0) rn rn rn rn - - - - - - rn a OC rn a a� a o o rn rn rn a rn rn m O Oi ON rn O\ O: ai rn Q al a1 O1 a1 a1 O1 01 01 01 01 01 a 0 0 1 ON 01 01 O1 01 D\ 01 Cr,01 Ui 01 O1 01 a a1 O1 a a a1 a 01 O 01 01 01 O O1 O1 01 01 0 Q 0 0 0 C I7 a1 a, ON rn m 3, O\ Ch a1 ON O\ a1 rn rn a\ hy h ob 01 O �-+ N M It h 10 l- co 01 O .-� N M vl �D [� oo O1 O ,O w pp pp p1 p1 p1 O1 01 O1 01 O1 M O1 O O O O O G O Q O O O z r=c Zi N N N N N N N N N N N N N M M m M M M M M M M M i p p d O O O O O O O O O O O O O b O O O O O O O O p O O OO O O O O O O O O G1 � O O O O O O O O O O O O O O O C? o O t5 " d O V1 LV O 1 Vl Vl b i v h 4 b \n O o o O O Ct` N N N N N d \C N <t M \C �O N M h Cf) M M M N V2 00 rr I` •� Vl I` 6o9 6M4 Gs 6o9 +� � r O 69 fig 69 Gq G9 G9 G9 .-� N ,--+ G4 G4 69 69 O p d 64 69 64 v _ O O O O O O O O O O O O O O O O O O b O O d O O •"� '11 O p p O W (.� 1, W O Cl O O O Ul O O O O d O d O O h Q. b U N O cN C7 M N V' �C'1 M Vl Ul O O l� N V1 N Vl Vl 4 4 hI. QO N N N 0000 r M M M +�+ M N M e F L�a 69 69 69 64 69 64 fA G9 G9 G9 G9 f!3 69 G4 'IS 69 64 69 EA 69 Gg G9 G4 C's 69 3 W •w7 a M d b O O d C, d h y� �ry y� N �/'1 O 4 4 FL O O b O O O Cl O 4 vl "4 in �fl v� d N N N N N N N N N N N N N N N M M 'd Ni 4- o w w w w w w w w w w w w w a o, K ° M M M M M M M M M M M M M M <h Ch M M M M M M N N N N N N N N N N N N N N N N N N N N N N N N N 91 O ti .may n I� �--1 W N ti — r-f — ♦�-( H r-( r-f H '-i — — — r-� o •� N N N N N N N N N N N N N N N N N N N N N N N N N o� 0 11 4) M M M M M M M M M M M M M M M M th M M M M M M M M Cn M M 3 0 N y � CIO ^ O P 0 Y N 0 O 4) O I ~ V] N S! C7 r/ Q) EJ y iA o m 00 A m M q ill CL' O H d R �3 �D •O".� Q) IL 3 N ° A cq b O b V A1-0 oqq O - Ctyyd� rytp� p 00 N (IN � Y O O �Oy r: r a c a ° ° S cJ o •� LR oa U C� b •dtipy •d o v ° ,�, ,��, x' o d"N fn ° y 3-i 4i rl) Y Y O ay ob ° u p H •r O O O O O O O O O O O O O o o o O O O O a a R R R R a a R R R R R R R R � {�"�' � � � � � •� � r•�� •zs •rs •� •� -,� -u •� .may •yr •,� •� ���"" ���77 �vF ��qNq - �i � ��CC � ? � � � ��+ � � ���++ S�DCC •? ���-++ ���CC ���CC p � 19 � � nx oar m %z� W rn rn rn rn rn rn O O. O. ON th rn rn rn rn rn rn rn rn rn rn rn rn o. rn rn rn rn rn rn o, rn ON ON ON O, rn rn rn fr rn fT o. O, rn rn rn o rn a, a 8 V rn rn rn rn rn ON rn o. ON ON OZ ON rn rn rn O� cT rn ON oz of Cr tT rn tT rn O rn o, rn rn rn rn rn rn rn rn O, rn tr rn rn rn rn rn rn C: o. O. rn CT U Ch °� Q\ Ol T tT ON T 01 CT (7i CT (T Q\ Oi O� Q\ Orn (A ON CT rn o a C,T O� Oi Q\ CT of O� CT 01 rn O\ U °� °N rn CT CT 01 U Ot 01 O� O, O, O` Qt ON O\ CT CT CT 0T g CL O) � (T o1 d` a% °1 O, O\ ON O\ D\ o\ O\ Q< � o� Q, O\ Cr Ch o\ O� 0, v a Z O .--+ N M tl• h- oo rn ON M d kr) ko h00 fT o ,-< N M V• W) N N N N N N N NN M M M M M M M M M M M Cl) Mm M M M M M M Cl) fl) Cl) M M M t7 M M fr'1 r O O O o O O O O O O O O O O O O 41 O O O O O O O O O O O O O O O OO O O o 0 o O O O h O O O O O O O In rn Vl N W) O O O O O O to Ul Vr O C? O 6 O 6 Vi r- 6 � O 'n O h N N �n .-+ M d' h CD O O N " O h N N h co r- h O v-f v� rn N o0 00 O N Oo t V� t� .-c ,-+ M M d� W aN l- 64 ON M N V M M W N N 4 N00 - bzVfH r-. 69 M N N 69 fn M N r e p Ff3 5q 69 64 b9 b9 6R a= v W 09 0. N o o va o v-. +n a o 0 0 0 o a a o o �n a o a oI- N- 0 0 0 0 C2 N O 6 M fJ O O O O O O O O O h O O O Ovi o .-+ N Cn v7 N o N cV o vi vloO h ul h kn vl to [� N t� h rn l- oo +nOl .. N et r} l� M Ol ww6n b4 69 Gq 69 69 69 b9 os bg GH 69 64 69 fA 64 69 E9 Gq fff 69 E9 a n O O o s O O M N N N N N 'n h 'n h vl �n rn vl h `n h N d g Y w w w Q d uz u� W w o� ca O O M M M M M M M M M O O O O O O O O O O O O O O O O O o' N N M M M M M M Mm M M M N N N N N N N N N eh 'd' d' d' ct d' tl• cY C d' V' d' 'd' �' �' �� [ U M M M M M M M M M M M M M M M Cl) M M M M M M M M co M co j O LLo O O I° y 1 a W � ^ fn a a q U fi 4 v o W a W w O H Q bbl) 0 0 o a v � ,-moi ,-�'i p � '� � c� O •� � � ,TUU y a~i � � � � ~ N bq 00 bo ° a N d Nuj b4 cn � ,t � CIO O °' ;.-7bA >C PC DC cc Eh 9 eo r N y td W of of Ol Q♦ rn Ol a\ m m Cil m rn CT Ol CT rn cm 0\ Ol ON ON Ol Ol ON O\ O\ O\ a p o °1 0\ Ql o, al rT d7 Cil [•11 !f O\ Ol °1 < of l o\ ON V c� V rn of rn ON rn rn rn rn rn al rn rn al rn rn Ol rn O ON OOl Ol ON ON 0 0 al (31) Ol Ol Ol O\ Ol Ol Ol Ol Q\ a\ O\ Ol O\ Ol Ol (T (T O� Ol 8) Ol CT O; Ol Ol w ° ON O: rn 0) O; O; tri ai Or an rn O, Cl ° rn O: a; Ol a ° o a; 43N o a: o o O, Ol ON Ol ON rnrn o 0, CN (3, ch (ON 0\ 0) 0\ 0) ON rn fT Orn ON rn rn rn al Ol o\ of .9% (IN o\ (IN o\\ O% of ON ON al Ol CT CT of of of l d• Ol Ol al CT (7, o\ C7, ON of al al al Q1 Ol <71 O\ Ol CN Ol al O` of Ol Ol Ol at al Ql ON Cjl 1p h oo ON O �--+ N M tl• h lb h W Ol O r• N M d' rn Ln h 00 Ol O d' V' -T V- h V1 �n In Ln Vl 4l • M M M M M M M M M M M M M M M M M Mm M M M M fn M M O OO O O O O O O O O O O O O b O d d O O O a a O p p p p p p Q p q o o O O O O d O O O O O O O O O e o vi O o 0 o O vi V1 V) V) Ci o 6 o Vi 6 6 O 6 O CD N r W a h h h v? o n _N N h Cy a o o v4i� o i'Cl) CN rn H H CIL I N TN V) CO �O cq N V7 Vi N N �F d` [tet 6i V'' 't N M O MFf3 6M4 -4 64 64 69 E9 � GG9 1 69 E9 64 64 64 69 69 69 64 MH 6G9 l 7�L o o v " o& o fYt 41 N O O O O O O O O O d O O O O O d C0 O O O 'CL v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 4 0 Q ;b U q U1 0 0 o O h 'n V1 V) ch b b O O Vi V1 O O O O O V) V7 h M tai eF N N M CY h 00 $ 69 64 64 69 64 V3 69 64 69 64 64 69 64 ('9 64 V) 69 b4 69 69 64 69 64 64 69 3 H — H — a C7 Q Q Q Q Q S o� i t O O j p O O O O 4 O q q O o O o M M M --i — — - — --i --r — ,C-nt 8i z M M M M M M O M M M M M — H H CJ T1 H eS p i--I �-i ri rl N rl �--� r1 — H N H H H z ?c7 boy d v d d :r �r It It d' d' H moi' d' cn y M M M M M C1 O M M Ch M M M M Cl) M M M M M M M M M M r S i i I r 1 i a a O � o U fQVj' LL CD U H b U E-/ Z p (4j) OOP 0- 'GWi 00 ,El IT v •a Q �[ thb U _ O Vl C/2 0?pq g 3 v H a o x H m b w w rnU a. u Sh v PI Jg 9b 9b iz N �7 A d) v yo.b' 79 O VJ 'vi V} N cn V] 2L3 i-� CSU CA •-, U b U r�i X �] U W rn a\ ON rn a\ ON O\ O\ ON 0� O\ ma\ .-� N m rn m ON Q♦ 01 � 01 0% ON Ol ON O• ON a1 ON a O O a' o' C,% ON 01 0� O\ 0\ 0% ON u�+ V a\ rn rn rn o. Ch a rn rn a rn 0. rn o o rn C, rn a1 rn rn rn rn rn rn rn rn rn On a� a� rn rn rn rn rn 0) rn o o 0) rn rn a. a. rn o, rn rn o' G\ m m of a\ ai rn m rn rn rn m m a; a; rn ai a; m a o m rn o a 01 Ol O� a� d\ a. 0% tT � CN 0� a, C� t� d\ D\ Oi O\ 01 G\ ON a, a, ON >. CN rn rn al a, rn ol o\ o, rn rn rn rn rn <r <r rn rn Ch oti a rn rn o. 0` rn Ol a, O� O� O� O\ O\ O� O� ON m M F m O� O N M d Vl h h0 Q O N Cl) d V) T� Rl � W 1D \O h h t� h C� t- h h h a0 00 co CO� M M M M M M M M ttl M M Cl) M M M M M M M M Ch M M M � \\ A $\ c % / 0)/ » RS ° � \ m RJ { � } \ ) / ] ƒ/ } | . � % § / � o § Id§ Of / § � \ | � | ~ ƒ ; ] n . � i i � § / ( § � §/! � 7q§ . ul }�\ U CL � ® 0043 13 BID BOND Page 1 of 1 Dollars SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) Bean Electrical, Inc. hereinafter called the Principal, and (Surety Name) SureTec Insurance Company a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City,hereinafter called the Obligee, in sum of Five Percent of the Greatest Amount Bid and No/100 Dollars ($ 5%GAB .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as 2017 On-Call Traffic Management School and Neighborhood Safety Contract -TPW-2017-01 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 30th day of March 2017. By: Bean Electrical, (Signature and Title of Principal) *By: SureTec Insurance ompany Mistie Beck,Attorney-in-Fact (Signature of Attorney-of-Fact) ^� *Attach Power of Attorney (Surety) for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099.You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin,Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ----------------------------------------------------------------------------------------------------------------------------- Texas Rider 06042015 i t rOA a: 4221049 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Tony Fierro,Jay Jordan,Johnny Moss,Steven W.Searcey, Robert J.Shuya, Mistie Beck,Jeremy Barnett, Robert G.Kanuth,Jade Porter,Jennifer Cisneros its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 001100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and.duly attested by its Secretary,hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 05/18/2017 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute, acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 206 of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 3rd day of August,A.D. 2015 M"* SURETEC INSURANCE COMPANY FIANCF�O ............ O By: u1i wI$ Johnoa 37resident State of Texas ss: .. .!Y County of Harris ................ �'^YYPotlpb''� On this 3rd day of August,A.D. 2015 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. g�,arru :JACQUELYN MALDONADO Notary Public StateofTexas Comm.Exp.5/18/2017 JacqYielyn Maldonado,Notary Public My commission expires May 18,2017 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston,Texas this ; -1'�day ofa���,A.D. Bre t Beaty,Assistant ecrgtary Any Instrument issued in excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 prT.CST: 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 171 BIDDER: Bean Electrical, Inc4B oy e "C 821 E Enon (Signature) Everman, Texas 76140 Title: President Date: 7 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_bid Proposal Workbook Traffic Mgmt ALH 3 29 2017 00 45 11 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 4511 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 31st 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/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-01 Revised July 1,2011 0045 11 -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 America. This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter,in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder 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 Contractor 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 (4) Companies seeking Street Light Prequalification must have at least one 46 current licensed Master Electrician. 47 48 3. Eligibility to Bid 49 a. The City shall be the sole judge as to a contractor's prequalification. CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-01 Revised July 1,2011 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 b. The City may reject, suspend, or modify any prequalification for failure by the 2 contractor to demonstrate acceptable financial ability or performance. 3 c. The City will issue a letter as to the status of the prequalification approval. 4 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 5 the prequalified work types until the expiration date stated in the letter. 6 7 8 9 10 I i END OF SECTION 12 CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-2017-01 Revised July 1,2011 004512 BID FORM Page 1 of 1 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Street Lighting 0 Bean Electrical, Inc 3/12/2019 00 WE 0 � - a - 2 0 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Bean Electrical, Inc By: y e—ea--n- 821 821 E Enon (Signature) Everman, Texas 76140 Title: President Date: 3/30/2017 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 410000 43 1300 42 43_00 43 3700 46 12_00 3513_bid Proposal Workbook Traffic Mgmt ALH 3 29 2017 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed. Major Work Contractor/Subcontractor Company Name Prequalification Type Expiration Date Street Lighting Bean Electrical, Inc 3/12/2017 ' rrtint e- <List Major Work Type> <List Major Work Type> 10 The undersigned hereby certifies that the contractors and/or subcontractors described in 11 the table above are currently prequalified for the work types listed. 12 13 BIDDER: 14 15 By: Roy E Bean 16 Company Bean Electrical, Inc (Pie rint) 17 18 Signature: 19 Address 8 21 E Enon 20 21 Title: resident 22 City/State/zip Everman, TX 76140 (Please Print) 23 24 Date: 3/30/2017 25 26 END OF SECTION 27 CITY OF FORT WORTH 2017 On Call Traffic Management School and Neighborhood Safety STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised July 1,2011 00 45 12 BID FORM Page 1 of 1 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 Street Lighting 0 Bean Electrical, Inc 3/12/2019 0 Company Name Here or space Date Here or space 0 Company Name Here or space Date Here or space 0 Company Name Here or space Date Here or space The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Bean Electrical, Inc By: y can 821 E Enon 4 (Signature) Everman, Texas 76140 Title: President Date: 3/30/2017 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_bid Proposal Workbook Traffic Mgmt ALH 3 29 2017 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed. Major Work Contractor/Subcontractor Company Name Prequalification Type Expiration Date Street Lighting Bean Electrical, Inc 3/12/2019 0-f VIA x c- <Lfst Major Wark Type> <List Major Work Type> 10 The undersigned hereby certifies that the contractors and/or subcontractors described in 1 t the table above are currently prequalified for the work types listed, 12 13 BIDDER: 14 15 By: Roy E Bean 16 Company Bean Electrical, Inc (PleAse r'P int) 17 18 Signature:,, --. 19 Address 8 21 E Enon 20 21 Title: resident 22 City/State/Zip Ev'e rman, TX 76140 (Please Print) 23 24 Date: 3/30/2017 25 26 END OF SECTION 27 CITY OF FORT WORTH 2017 On Call Traffic Management School and Neighborhood Safety STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TP%V-TM-2017-01 Revised July 1,2011 WRTWORTH SECTION 00 4513 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address(required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No, Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 7 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 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 Traffic Signal Pavement Markings/Striping Traffic Signs CITY OF FORT WORTH 2017 On-Call Traffic Management School Neighborhood and Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised December 20,2012 0045 13-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 7 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? CITY OF FORT WORTH 2017 On-Call Trak Management School Neighborhood and Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised December 20,2012 0045 13-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 7 If so, state the name of the individual,name of owner and reason. 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition,list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH 2017 On-Call Traffic Management School Neighborhood and Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised December 20,2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 7 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 2017 On-Call Traffic Management School Neighborhood and Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised December 20,2012 0045 13-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 7 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model, and general common description of each. CITY OF FORT WORTH 2017 On-Call Traffic Management School Neighborhood and Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised December 20,2012 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 7 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 2017 On-Call Traffic Management School Neighborhood and Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised December 20,2012 00 45 26- 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. TPW-TM-2017-01 Contractor further certifies that,pursuant to Texas Labor Code, 6 Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of 7 compliance with worker's compensation coverage. 8 9 CONTRACTOR: 10 11 Bean Electrical, Inc By: Roy E Be I 12 Company (Pledse int) 13 14 821 E Enon Signature. 15 Address 16 17 Everman, TX 76140 Title: President 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME the undersigned authority, on this day personally appeared 26V_Wx1 1 , , known to me to be the person whose name is 27 subscri ed to the foregoing instrument,and acMac, owledged to me that he/she executed the same as 28 the act and deed off)E� 'Ge, - for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 32 1��i , 2017_. 33 34 35 �'"� JOSEPHINE ANN AYALA �\��Y PV/�i�i ` � ..., 36 _?; 1�LNotary Public,State of Texas Notaq Public in and for the State of Texas SIX!. Comm. Expires 02-07-2021 37Mi,101 t1i ' Nowry ID 130997849 38 END OF SECTION 39 CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised July 1,2011 00 45 26- 1 CONTRACTOR COMPLIANCE WITI•I WORKER'S COMPENSATION LAW Page I of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No.TPW-TM-2017-01 Contractor further certifies that,pursuant to Texas Labor Code, 6 Section 406.096(b),as amended, it will provide to City its subcontractor's certificates of 7 compliance with worker's compensation coverage. 8 9 CONTRACTOR; 10 11 Bean. Electrical, Inc By: Roy E BeI 12 Company (Pie a int) 13 14 821 E Enon Signature: 15 Address 16 17 Eve rman, TX 76140 Title: president 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME the undersigned authority,on this day personally appeared 26 known to me to be the person whose name is 27 subscl�the foregoing instrume t,and ac Qwledged to me that he/she executed the same as 28 the act and deed of be" P C GC1iMc,- for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNP ER MY HAND AND SEAL OF OFFICE this day of 32rGV\ ,2017 . 33 34 35 ,%� �� ���i��0 EP1°IINE ANN AYALA �� 36 =�i `SNotery Public,State of Texas Notal Public in and for the State of Texas �^„� � Comm.F.xp{rea 02.07-2021 37 '�� Qn�`.�` Notary ID 130997849 38 END OF SECTION / 39 i' i CITY OF FORT WORTH 2017 On-Call Traffic Management School and Neighborhood Safety Contract i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TPW-TM-2017-01 Revised July I,2011