Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 62993
CSC No. 62993 FORT WORTH CONTRACT FOR THE CONSTRUCTION OF 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 Mattie Parker David Cooke Mayor City Manager Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department 2023 �E T�.f ti . �JA'Vn P. AMIGE .„ ..65295 A 1STO� c, By: Neel -Schaffer, Inc. NEEI-,,SCHAFFER i� Solutions you can build upon Texas Reg. No. F-2697 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Proposers 07/19/2021 0021 13 Instructions to Proposers 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 0041 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 09/30/2021 0043 13 Bid Bond 09/30/2021 00 43 37 Vendor Compliance to State Law Nonresident Bidder 09/30/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 08/22/2022 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 00 73 00 Supplementary Conditions 03/09/2020 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 3216 Construction Schedule 08/13/2021 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 4523 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 6000 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 7000 Mobilization and Remobilization 11/22/2016 01 7123 Construction Staking and Survey 02/14/2018 01 7423 Cleaning 07/01/2011 01 7719 Closeout Requirements 03/22/2021 01 7823 Operation and Maintenance Data 12/20/2012 01 7839 Project Record Documents 07/01/2011 CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents 33 31 12 Cured in Place Pipe (CIPP) 33 3122 Slip Lining 33 3123 Pipe Enlargement 33 3124 Spiral Wound Lining 33 3125 Geopolymer Lining 33 3126 Epoxy Lining 33 3127 Cementitious Lining Division 02 - Existing Conditions 02 41 3 ♦ seiestive Site h69f3 02 41 14 Vt47& TiaStao•1 0241- 1`3 Division 03 - Concrete 43-30-00 Cia` L-1 nlawe-Genefete (3U I- 0_3 34 16 C» o: --,tJ 43800 Mo lice a Division 26 - Electrical 260500 men Wer14 Results€e meal 26-05-1 Demekti a r. U7 >;lertfkalSystems ��� 1?.a��.,.:•�,• stems Division 31- Earthwork 3I-io go Site Gleafifig 21 31�16 Unelassi€ed-Exeai,a4ien 3 i23 23 34--24-00 Embankments 312500 &esierrand Sediment 31-36-00 Gabiees 34-3- 00 Division 32 - Exterior Improvements 32 0i /1��PefRia-ffefA Asphalt Paving Repai 32 94-3 Temper-afy Asphalt It D... ng Repaif 32 0i �z9 32 1 1 23 Flexible R �-xrz� ric�iv:c-vOiS2S 3z-11 29 Lime Treated Base GeuF e.& 32 i i 33 reateda Base Ce 32 ii 37 Liquid Tfeated Soil Stabilizvef 37 1-rz-J: 14 i1//oah Dzf,'i 3.�42-73- Asphalt Pa:y .... & nail 31 13 l3 7Z�T.J 32 0 20 Conefete S;,lo.=.allta, Date Modified CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 �-r4-tv �s 2 7 1 '7 7 zG Gufb. A ddr-e" � -r� �.7 �c'�Ya".1ig 2731"26 Wke Fenees and Gates 2''�29 Wood F-eoees and Gates 32 9i P Topsoil Dlaee efil and r.�C/...xng of Pa "ays 3292 13 u",1,.,, A,f..l,.b ing Seeding, and Sodding 32 934-3 Trees "tea 81wdb s Division 33 - Utilities 330130 5,..",.f a fl l T If ffi ele Testa f.g 23 0131 ClosedCifettit Television (CCT-V) Tn speetior 33-04-42 VS: - ,ll.ilm .A ...,.le f`.,+b.edi . Pfeteetio., System 22�4-40 Oz2wrzig rn.l A eeept"f"" Testing f•,T r Mmm— 9-J107-1-2 Wate f T : e T .. " Adjidstiag-Mattheles, inlets Valve Boxes and Othe f Stfu .twos to 22�V 22�T Vi'RLZo Coner-ete Watef Vaelts Gonefete h„11., F 33 0520 223 05 21 Auger- 22-85-22 22�27 Steel Gasing Pipe 33r83-24 33 0526 Hand Tt�efiftg C.. installation Pipe in Casing T-up Liner- of f fief of el Utility Maflw fs4 ,,...,tees 33 11 7 Beks, otraY'itt-Ha kets 33 11 10 33 11 11 Dtletilc iols I1;a 33 11 13 Goner-ete Pr-essu z A-;--) Baf Wrapped, Steel Cylindef Type 52of 33 11 -33-42-4-0 ed Steel Pipe and Fitting., Watef S,efviees- 4wh-to-2- 3r42-44 r " e Wale, Mete fs 3 r42-29 Resi4iepA-Seated— ate VeWe 42-al A WAAI A D..l bef Seated B„ effl , VaWe -33-12-2-5 Ee;meetion to -Existing -'rVuref "ems -33-12--38 33-12-40 CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 33-43-68 33-4-269 Standard 141..w offilalve Assembly 33-3-1-43 £wed -in Rla-jc 33-34-� Fibffgjass Reiaz&xz ' Aix- F ;-tirj '- v -tN 334.14-5 High Density Poly 4hylene,01IDPE) 33-34-29 P 1, ..: .1 Gh (A' ) .-, w '47.7f C..,... 3344-21 Fe1yv C-18e {PVC;}Closed P s€>le- it}-Sffpitaf�- Sewe> IPipe 33-44-22 SftflitE¢t134e7/11. WN;: 334-1 33 Q if Sewer Pipe Effla n 3344-�Se..Mvi-ea Line 33-3�38 1, 1 - far S~��a: f Fewer Foo ";GIs 33-3-94G East in iltase Manholes i 33-39-38 Pfeeast Eeasrete-Ma eles 33-39-38 FibeFglass Manholes 33-39-48 33 39-6A 33-41-14 ne f y ed n, etc fll/:n Cowl. F.-PeX;uWeAs 33-44- -Dfftfift 33-4-17-1-2 D eif feed n.. brothylene ISRP \ Pipe 33-44-1 33-46-89 age 33-46-81 Stetted Stem+ -Drains 33-46-83 T-fenaIt 1xy&k m 33-49-48 "x it - Naee-114aaheler�-sl Nretie*-lames 33-49-a 33-49-48 Division 34 - Transportation 34-44-48 ,. al-- 34-44-4484 A#aelnaeat-A—Eeat>Fmet 34-41--48:83 344-1-48:83 A#aehmam GSaA apes a 34-44-44 Termer-& y R-affie Signals 34-44--43 34-44-4-5 - 34-44-46 Pedestrian bnd Siga 34-4440 `.1. 34-4-12&84 34-44-28 83 34-44-24.03 Residentxv! LE. 34-41w38 Aluminum Signs 347443 T�a€fie ntRA Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httiD:Hfortworthtexas.gov/tpw/contractors/ or https : Happs.fortwo rthtexas.2ov/Proi ectReso u rces/ CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 0334 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 50 Communications Multi -Duct Conduit Division 31 - Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 32 1137 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 3232 13 Cast -in -Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 3292 13 Sodding Last Revised 03/ 11 /2022 12/20/2012 02/02/2016 03/11/2022 12/20/2012 12/20/2012 12/20/2012 03/ 11 /2022 12/20/2012 12/20/2012 07/01/2011 02/26/2016 03/22/2021 01/28/2013 01/28/2013 01/28/2013 04/29/2021 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 06/10/2022 08/21/2015 12/20/2012 12/20/2012 06/ 10/2022 12/09/2022 12/20/2012 12/20/2012 12/09/2022 06/ 10/2022 11 /04/2013 12/20/2012 12/20/2012 12/20/2012 06/05/2018 03/ 11 /2022 05/13/2021 CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 3292 14 Non -Native Seeding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 33 01 32 Closed Circuit Television (CCTV) Inspection — Storm Drain 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Pipes 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 3305 13 Frame, Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 1210 Water Services 1-inch to 2-inch 33 1211 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber -Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 1250 Water Sample Stations 33 1260 33 12 Standard Blow -off Valve Assembly Dlaee Pipe 31 77-7rtz 33 31 13 Gur-e,1 i (MUD\ Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer 33 31 21 Pipe 32�z S.,.amniui=SewQr Slip 11_ ruing 05/13/2021 12/20/2012 09/07/2018 03/11/2022 03/11/2022 12/20/2012 12/20/2012 12/20/2012 12/20/2012 07/01/2011 02/06/2013 03/11/2022 04/02/2021 12/20/2012 09/09/2022 03/11/2022 12/20/2012 03/11/2022 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/09/2022 12/20/2012 12/20/2012 12/20/2012 12/09/2022 09/20/2017 09/09/2022 12/20/2012 12/20/2012 02/ 14/2017 12/20/2012 05/06/2015 04/23/2019 02/06/2013 12/20/2012 01/03/2014 12/20/2012 06/ 19/2013 12/20/2012 04/23/2019 09/09/2022 12/20/2012 4_1QQ i CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 -33 31 i inni�2 3331 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 3331 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 3339 10 Cast -in -Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 3341 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 3341 12 Reinforced Polyethylene (SRPE) Pipe 11/13/2015 3341 13 Polypropylene Pipe for Storm Drain 06/10/2022 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 03/11/2022 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 3441 10 Traffic Signals 03/11/2022 3441 10.01 Attachment A — Controller Cabinet 12/18/2015 3441 10.02 Attachment B — Controller Specification 02/2012 3441 10.03 Attachment C — Software Specification 01/2012 3441 11 Temporary Traffic Signals 11/22/2013 3441 13 Removing Traffic Signals 03/11/2022 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 3441 50 Single -Mode Fiber Optic Cable 02/26/2016 3471 13 Traffic Control 03/22/2021 Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised December 9, 2022 City of Fort Worth, Texas Mayor and Council Communication DATE: 09/17/24 M&C FILE NUMBER: M&C 24-0792 LOG NAME: 20SWM CITYWIDE STORM DRAIN REHAB TRENCHLESS CONSTRUCTION SUBJECT (ALL) Authorize Execution of a Contract with PM Construction & Rehab, LLC and Vortex Lining Systems, LLC, Each in an Amount Up to $2,000,000.00, for the Citywide Storm Drain Rehab Project with the Option to Renew Each Contract Up to Two Times Under the Same Terms, Conditions and Unit Prices Provided Sufficient Funding has been Appropriated RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with PM Construction & Rehab, LLC in an amount up to $2,000,000.00, for the Citywide Storm Drain Rehab project, with the option to renew the contract up to two times under the same terms, conditions, and unit prices provided sufficient funding has been appropriated; and 2. Authorize execution of a contract with Vortex Lining Systems, LLC in an amount up to $2,000,000.00, for the Citywide Storm Drain Rehab project, with the option to renew the contract up to two times under the same terms, conditions, and unit prices provided sufficient funding has been appropriated. DISCUSSION: Approval of this Mayor and Council Communication (M&C) will authorize execution of two contracts for the rehabilitation and/or improvement of existing City of Fort Worth (City) drainage infrastructure on an on -call basis. The Stormwater Division's Storm Drain Rehabilitation Program identifies and prioritizes the pipe systems for rehabilitation before potential collapse and/or sinkholes form. These contracts will be used to rehabilitate high -priority locations. Work on individual locations will be authorized by work orders. The cost of each work order will be based on the unit prices bid by the contractors for the work items in the solicitation. The maximum cumulative amount of all work orders for these contracts will be $2,000,000.00 each. Additionally, funding for contingencies, construction management, surveying, inspection, and material testing is required for each in the amount of $282,000.00 The bid amounts cited in the solicitation were based on hypothetical quantities for the purpose of establishing unit prices for each work item. Payment for each work order will be made based on actual measured quantities at those bid prices. Funding will be verified individually for each work order prior to its execution. The initial term of the contracts will be until work is completed, funds are expended, or the expiration of five years, whichever occurs first. The contracts may be renewed up to two times each under the same terms, conditions, and unit prices, at the City's discretion. The project was advertised for bid in the Fort Worth Star -Telegram on September 21, 2023 and September 28, 2023. On October 19, 2023 two proposals were received. The proposals were reviewed by an evaluation committee consisting of design consultant and City Staff/Staff Augmentation from the TPW/Capital Delivery Division. The bids from PM Construction & Rehab, LLC, and Vortex Lining Systems, LLC, were found to be reasonable and responsive. PM Construction & Rehab, LLC submitted proposals for cured -in -place -pipe (CIPP) and geopolymer lining. Vortex Lining Systems, LLC submitted proposals for CIPP, pipe enlargement, geopolymer lining, and cementitious lining. PM Construction & Rehab, LLC Unit Unit 1: CIPP + Unit 8: Non -Standard Items Unit 5: Geopolymer Lining + Unit 8: Non -Standard Items Proposal Amount $21,352,750.00 $15,125,700.00 Vortex Lining Systems, LLC Unit (Proposal Amount Unit 1: CIPP + Unit 8: Non -Standard Items I $23,617,761.50 Unit 3: Pipe Enlargement + Unit 8: Non -Standard Items $8,198,815.00 Unit 5: Geopolymer Lining + Unit 8: Non -Standard Items $15,855,615.00 Unit 7: Cementitious Lining + Unit 8: Non -Standard Items $13,180,385.00 Project Cost Description Amount PM Construction & Rehab, LLC $2,000,000.00 Vortex Lining Systems, LLC $2,000,000.00 (Contingencies, Construction Management, Surveying, Inspection, and Material Testing $564,000.00 Total Project Budget $4,564,000.00 These projects will have no impact on the sponsoring department's Operations Budget. These task order contracts will serve current and future capital projects as -needed, and a funds availability verification will be performed by Transportation & Public Works Contract Compliance Managers prior to task order assignment. Business Equity places a 12% business equity goal on this project. PM Construction & Rehab, LLC, is committing to 1 % MWBE participation. Good Faith Effort (GFE) with supporting documentation was submitted, which is in accordance with the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Opportunity Division. Business Equity places a 12% business equity goal on this solicitation/contract. Vortex Lining Systems, LLC, has agreed/committed to utilize 12% business equity subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Opportunity Division. The City's Business Equity goal on this project is 12%. The project is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Stormwater Capital Projects, Stormwater Rev Bonds 2020 and Drainage Rev Bonds Series 2023 Funds for future identified task order projects related to the Stormdrain Pipe Rehab and SW Hazardous Rd Overtopping programmable projects to support the approval of the above recommendations and execution of the contracts. Prior to any expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Jesica McEachern 5804 Oriainatina Business Unit Head: Lauren Prieur 6035 Additional Information Contact: Linda Young 2485 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 To the Specifications and Contract Documents For 2023 TRENCHLESS STORM DRAIN REHABILITATION City Project No. 102527 Unit I — CIPP Unit 2 — Slip Lining Unit 3 — Pipe Enlargement Unit 4 — Spiral Wound Lining Unit 5 — Geopolymer Lining Unit 6 — Epoxy Lining Unit 7 — Cementitious Lining Addendum No. 1 Issued: October 13, 2023 Bid Opening Date: October 19, 2023 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and acknowledge receipt in the Bid Form and on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for 2023 Trenchless Storm Drain Rehabilitation are hereby revised by Addendum No. 1 as follows: The Specifications are amended as follows: 1. Replace SECTION 00 00 00, TABLE OF CONTENTS, with SECTION 00 00 00 attached. 2. Replace SECTION 00 1113, INVITATION TO PROPOSERS with SECTION 00 1113 attached. 3. Replace SECTION 00 4100, BID FORM, with SECTION 00 4100 attached. 4. Replace SECTION 00 42 43, PROPOSAL FORM, with SECTION 00 42 43 attached. Several pay items have been removed. 5. Remove SECTION 00 45 11, BIDDERS PREQUALIFICATIONS 6. Remove SECTION 00 45 12, PREQUALIFICATION STATEMENT 7. Remove SECTION 00 45 13, PREQUALIFICATION APPLICATION II. No Construction Drawings were ever a part of this bid. III. Pre -Bid Meeting — Q & A attached. A-1 ADDENDUM 1 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 This Addendum No. 1, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations: (1) In the space provided in Section 00 4100, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED & ACKNOWLEDGE ADDENDUM NO. 1" Include a signed copy of Addendum No. 1 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Lauren Prieur, P.E. DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Bv: BJ Kerstiens By: Uae'11 t Mike Bennett, P.E., PMP Project Manager Companv: Vortex Lining Systems, LLC A-2 ADDENDUM 1 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 2023 Trenchless Storm Drain Rehabilitation Pre -Bid Meeting October 9, 2023 —10:30 a.m. CST Attendees: Dillon Johns - City Narges Lahijanian - City Christiana - City Rick Simpson Diana Keller Oluwaseun C. Llugbusi (or liugbusi) Ted Jones Justin Mouton Dillon: 4 years ago City started Storm Drain Rehabilitation program. Identified needs. This contract will help City make these repairs. Projects can be anywhere from the downtown area to the edge of the City. Items included could be severely cracked and deformed pipes, utility intrusions, etc. The goal is that trenchless repairs are used to avoid surface disturbance. - 5 years, up to $2M, with possibly up to 2 renewals for a total possible contract of $6M - Projects done on a work order basis - Unit 8 items are different in that they are for general repair. Examples could be open cut pipes repairs or pipe cleaning, etc. - For any work order the MWBE goal is 12% Thursday, October 12, 2023, 5 p.m., is the last day for taking questions, and the Addendum will be issued on Friday, October 13, 2023. Pre -Bid Questions/Comments: 1) Is the Scope, Schedule & Budget on a per Work Order Basis? Yes 2) For the 5% of Maximum bid price Bid Bond, how will you accept that (i.e., cashier's check or Bid Bond)? BID BOND ONLY 3) Remove Jim Amick's name from the Inquiries in Section 00 1113, Invitation to Proposers regarding this project, as he is unable to participate in this before the Bidding. ALL QUESTIONS SHOULD BE DIRECTED TO DILLON JOHNS. 4) A schedule will be requested from the contractor for each work order. That schedule will be entered in P6 by City staff. 5) Dillon noted final addendum will be issued Friday afternoon, & next Thursday will be the bid. Page 1 of 4 2023 Trenchless Storm Drain Rehabilitation (Addendum 1) City Project No. 102527 Post Pre -Bid Questions: 6) Does the owner / engineer have previous detailed bid tabs for the previous contract that they can share with the prospective bidders? To get the bid tabs for the last advertisement, you'll have to submit a freedom of information act request to the City. 7) Does the owner / engineer have previous detailed completed in place quantities for each pay item from the previous contract broken out per year? We don't have completed in place quantities for the previous contract. 8) Cementitious and Geopolymer pipe lining is not typically performed in pipes smaller than 36" because the small ID makes the application very difficult near impossible. Therefore, can the owner / engineer please remove these pay items from the bid? (347 & 348, 358-362, & 528-538, & 548-552)? Pay Items for Cementitious and Geopolymer Lining under 30" will be removed from the Proposal, but Pay Items for Cementitious and Geopolymer Lining 30" and above will be left in the Proposal. 9) Is it the owner's intent that the contractor will get paid per mobilization per work order, even though the end of the pay item says (Misc Only)? We pay a mobilization for each work order. We'll revisit the Misc Only part to see if we can clarify that. After reviewing, the decision is to leave as is. 10) The spec on page 216 mentions an "emergency mobilization" but there is not an "emergency mobilization" pay item. Can the owner / engineer please add an emergency mobilization pay item? It was decided not to include an emergency mobilization item. 11) Can you please confirm if prequalification with the City of Fort Worth is required for the geopolymer lining work type? The City of Fort Worth doesn't have pre -qualification for storm drain work. There is some required for water/sewer work, but this contract doesn't require it. We will remove Section 00 45 11, Section 00 45 12, and Section 00 45 13. 12) Page 27 of the spec states that a prequalification statement is required as an attachment to this bid. (Section 5, Item f.) This item has been addressed in Addendum 1. Page 2 of 4 2023 Trenchless Storm Drain Rehabilitation (Addendum 1) City Project No. 102527 13) Section 00 45 11 states that prequalification is required prior to submitting bids. Section 00 45 12 requires contractors identify prequalified entities which are intended to be used for the major work types (CIPP, Slip Lining, Pipe Enlargement, Spiral Wound Lining, and Geopolymer Lining). We would like to make absolute certain that the prequalification requirements set forth in section 00 45 11 do not apply to this contract. Can you please confirm? See Question 11 above. 14) CIPP Spec Section 33 3112 and Pipe Enlargement section 33 3123 are crossed out in the bid documents and not included in this solicitation. Will owner / engineer be releasing these specifications pertaining to this project? In the Table of Contents it states: "Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents" and include: 33 3112 Cured in Place Pipe (CIPP) 33 3122 Slip Lining 33 3123 Pipe Enlargement 33 3124 Spiral Wound Lining 33 3125 Geopolymer Lining 33 3126 Epoxy Lining 33 3127 Cementitious Lining 15) Are we safe to assume the pipe enlargement refers to pneumatic bursting and not static / hydraulic bursting? Pipe bursting is not limited to just pneumatic pipe bursting. 16) Since there is a dramatic difference in price for bursting various types of host pipes, are the contractors safe to assume our contract prices will NOT apply to any corrugated metal or iron pipe (ductile nor cast)? Do not assume there will not be any corrugated metal or iron pipe (ductile or cast) encountered. Bid accordingly. 17) Can the owner / engineer provide the bidders a current and updated list of potential MBE / WBE's that we can solicit for this project? Please refer to the City's Diversity & Inclusion/Business Equity web address below: httr)s://www.fortworthtexas.gov/departments/diversity-inclusion/business-equitv Additionally, a telephone number is provided in Spec. 00 45 40 Business Equity Goal. Page 3 of 4 2023 Trenchless Storm Drain Rehabilitation (Addendum 1) City Project No. 102527 18) Would the owner consider extending the bid due date one week to allow for extra time to receive MBE / WBE quotes? We do not propose to change the bid opening date. Page 4 of 4 2023 Trenchless Storm Drain Rehabilitation (Addendum 1) City Project No. 102527 0011 13 INVITATION TO PROPOSERS Page 1 of 2 SECTION 00 1113 INVITATION TO PROPOSERS RECEIPT OF PROPOSALS Sealed proposals for the construction of 2023 Trenchless Storm Drain Rehabilitation ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, October 19, 2023, as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Proposals will be accepted by: US Mail, Courier, FedEx or hand delivery at the address above; Proposals will be opened publicly and the names of the proposers will be read aloud along with any monetary proposals made at 2:00 PM CST in the City Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Storm drain rehabilitation (point repairs or full pipe segments) by one or more of the following methods: CIPP, Slip Lining, Pipe Enlargement, Spiral Wound Lining, Geopolymer Lining, Epoxy Lining, or Cementitious Lining. DOCUMENT EXAMINATION AND PROCUREMENTS The Proposal and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at httv://www.fortworthtexas.p-ov/vurchasiniz/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. The contractor is required to fill out and notarize the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httus://www.ethics.state.tx.us/filineinfo/1295/. EXPRESSION OF INTEREST To ensure potential proposers are kept up to date of any new information pertinent to this project, all interested parties are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/ PRE -PROPOSAL CONFERENCE — Web Conference A pre -proposal conference will be held as discussed in The Request for Competitive Sealed Proposals at the following date, and time via a web conferencing application: DATE: October 9, 2023 TIME: 10:30 a.m. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) City Project No. 102527 0011 13 INVITATION TO PROPOSERS Page 2 of 2 The presentation and any questions and answers provided at the pre -proposal conference will be issued as an Addendum to the call for proposals. Prospective proposers can e-mail questions or comments in accordance with Section 4 of the Instructions to Proposers referenced above to the project manager(s) at the e-mail addresses listed below. Emailed questions will suffice as "questions in writing." If necessary, Addenda will be issued pursuant to the Instructions to Proposers. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all proposals. AWARD City may award one or more unit price contracts to the Proposer(s) presenting the best value. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Dillon Johns, EIT, City of Fort Worth Email: Dillon.Johns@fortworthtexas.gov Phone: 817-392-7326 AND/OR Attn:ael�ee�-�,eba€#e Email: a3iel�@eel-ta€€e-ee� Phone: B1-7-S,'&-24,14 ADVERTISEMENT DATES September 21, 2023 September 28, 2023 END OF SECTION CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 1 of 9 REQUEST FOR COM ETITIVE SEALED PROPOSALS (RFP) CONSTRUCTION SERVICES FOR 2023 TRENCHLESS STORM DRAIN REHABILITATION, CPN 102527 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT STORMWATER DIVISION September 2023 -ma :►1 8: City of Fort Worth (City) is requesting proposals for contractor agreements ("Agreement") for storm drain rehabilitation services for the City of Fort Worth Transportation and Public Works (TPW) Department's Stormwater Division. The successful proposer(s) will be those firms that provide the best value to TPW for these services. The Services Agreements will be non-exclusive and may be awarded to more than one proposer. Each Agreement will be in an amount up to $2,000,000.00 with a duration of 5 years, with up to two optional renewals, subject to subsequently appropriated funds, at the same prices as originally proposed. The successful proposers will be assigned specific work by written order ("Work Order") issued by the Stormwater Division. An overall MWBE goal will be included in the Agreement to be achieved through the Work Orders. PRE -PROPOSAL CONFERENCE: A PRE -PROPOSAL WEB CONFERENCE WILL BE HELD ON OCTOBER 9, 2023, AT 10:30 AM CST, via a web conferencing application. It is highly recommended that interested contractors attend. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. A complete submission will include the proposal with prices for storm drain rehabilitation services, demonstration of relevant experience, and primary team members. The City will only consider submissions that address each of these items, although the proposer is not required to provide a response to every type of rehabilitation technique requested herein. The purpose of this RFP is to establish unit pricing for services to be actually provided. Successful proposers shall follow the latest version of the City of Fort Worth Construction Specifications, General Conditions and contract documents, as provided herein, unless subsequently noted by the Project Manager or his/her designee on the Work Order. City of Fort Worth 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 2 of 9 ►1/ IJ 11 tf.j I\ 1J ► i I I M 0 1F.V�\ The contractor will be required to provide materials and services in accordance with the city's specifications, detail sheets, and technical data sheets. This RFP is to obtain pricing for storm drain rehabilitation (point repairs or full pipe segments) by one or more rehabilitation methods as defined herein with work to be conducted on a number of storm drains throughout the City on a Work Order basis. The materials installed and/or removed in this project include, but are not limited to, all components related to a specific rehabilitation method, and various Non -Standard Items that may be necessary for a specific Work Order such as connecting pipe reconnections (reinstatements), pipe cleaning, infiltration control, and other items. The contractor will be responsible for disposing of all debris including removed piping and appurtenances. The volumes identified herein are estimated quantities. The City of Fort Worth does not guarantee any specific amount of work and shall not be held responsible for any deviation from the volumes. City of Fort Worth reserves the right to increase and/or decrease quantities during the term of the Agreement pursuant to state law. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work will be identified in subsequent Work Orders. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. Outstanding right-of-way, easements, and/or permits to be acquired by the City will be obtained prior to the individual projects subject to a Work Order. In the event the necessary right-of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the Work Order if one has been issued. My.My.1 13 110 M Lewrl§ \_ 1 Ulm Additional considerations the successful proposer shall follow include: 1. ADVANCED NOTIFICATION TO RESIDENTS: The Contractor may be asked to distribute to all affected residents a standardized brochure, letter or postcard provided by the City Inspector, providing advance notification of the work to be performed in the area. City of Fort Worth 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 3 of 9 The City will advise the Contractor in advance of streets or areas requiring distribution of notification material. Residents shall be notified at least 72 hours prior to commencement of operations. The City, at its discretion, may furnish the Contractor with sample documentation deemed suitable for notification. 2. Contractor shall perform all work in compliance with all applicable Federal, State and local laws and regulations. 3. All equipment used while performing this contract shall be maintained in good operating condition and be appropriately licensed and inspected by the State of Texas. 4. If temporary "No Parking" signs are necessary to allow access to storm drain, lay down areas, or access pits, the Contractor shall post them as necessary. The Contractor shall remove all signs upon completion of work in that area. No Parking signs must be displayed for 48 hours prior to enforcement. 5. Any hazardous or dangerous work practice(s) being conducted as determined by the TPW Project Manager, or his/her designee, or TPW inspector, shall be immediately discontinued by the Contractor upon receipt of either written or verbal notice by the Project Manager, his/her designee, or TPW inspector to discontinue such practice(s). The Contractor is not required to perform any work which it considers dangerous and shall immediately notify the Project Manager of Public Works or his/her designee if such is the case. 6. All operations shall be accomplished in such a manner as to not damage trees, grass or other properties whether public or private. If damage occurs, Contractor shall perform necessary remedial corrective measures as required. The Contractor shall replace/restore the area to pre-existing standard or better. The storm drain rehabilitation methods included in this RFP are listed below, as is information regarding the substitute or "or -equal" items process. I�.yllC�]:7►��I]:��I� : �10/:�:31�YKrM�1l��►�IDIIY0�171�.� ■ Unit 1 — CIPP ■ Unit 2 - Slip Lining ■ Unit 3 - Pipe Enlargement ■ Unit 4 - Spiral Wound Lining ■ Unit 5 - Geopolymer Lining City of Fort Worth 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 4 of 9 ■ Unit 6 - Epoxy Lining ■ Unit 7 - Cementitious Lining These methods are further defined in the Technical Specifications. One or more of the methods above will be utilized to rehabilitate storm drains on a Work Order basis. B. SUBSTITUTF_OR "OR -EQUAL" ITEMS A Work Order will be issued on the basis of specific materials and equipment described in the RFP Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Work Order that a "substitute" or "or -equal" item of material or equipment may be furnished or used by Contractor, the City reserves the right to approve or reject such proposed substitute. Contractor may make application for such substitute material or equipment concurrent or after issuance of a Work Order. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. The City will award contracts for rehabilitation methods at their discretion, and the contract will be awarded to the proposer(s) whose proposal(s) represents the "best value" for the City. The following factors will be considered: ■ Introductory Section Cover Letter MWBE Commitment - Pass/Fail ■ Cost of Service-30%; ■ Key Personnel-20%; ■ Relevant Experience of Company-50%; The City recognizes that additional qualified personnel may be added from time to time. Updates to show these additional qualifications may be requested prior to issuance of a Work Order. Note that submissions that do not meet the requirements outlined in this RFP may be deemed non- responsive by the City, eliminating the proposer from consideration. The City reserves the right to waive informalities and/or minor omissions and evaluate the proposal. City of Fort Worth 2023 Trenchless Stonn Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 5 of 9 The proposal submittal requirements are as follows: Proposers shall submit all requests for additional information, clarification, or questions with respect to the project no later than 5 PM on October 12, 2023. TPW will respond by restating the request (without identifying the requestor) and providing a response via addendum to this RFP. The submission shall be submitted stauled but not otherwise bound on one-sided letter -sized (8- 1/2" x 11 ") pages, using minimum font size of 11 point, with margins (top, bottom, left and right) no smaller than 0.5 inches. The cover letter containing the information described in Section VI below should be the front page of the proposal. Page range is specified in Section VI for each section of the RFP and the Attachments. 4-W-1991 lip 11 XT11 1P 10 One executed original and five copies must be received in the Purchasing Office, addressed to: Purchasing Manager City of Fort Worth Purchasing Division Fort Worth Municipal Building (Lower Level) 200 Texas Street Fort Worth, Texas 76102 by 1:30 PM CST, October 19, 2023. Proposals will be publicly opened at 2:00 PM CST on October 19, 2023, and the names of the proposers will be read aloud along with any monetary proposals made. The city desires to obtain information regarding the proposer's experience/capabilities in providing the specific work categories. The Proposal should include the following information for each Rehabilitation method proposed on, organized as noted below, with allowable page length shown: A. Introductory Section (2 pages maximum) 1. Cover letter. The submittal should begin with a one -page letter of transmittal. The letter should be signed by an authorized representative and include the primary contact(s) along with telephone and email contact information. The cover letter should also identify the Rehabilitation Method(s) the proposer would like to be City of Fort Worth 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 6 of 9 considered for, whether one or more, and the total cost of services for each (including the appropriate cost of services for Non Standard Items (Unit 8) associated with each rehabilitation type). 2. Commitment to Minoritv and Women Business Enterprise (MWBE) Participation. The proposer shall include a statement of commitment to meeting the MWBE participation goal established below for the Agreement — to be fulfilled by the Work Orders. This statement should also identify areas of work for prospective MWBE sub- contractors. Failure to provide a statement of commitment may result in the proposer being deemed non -responsive. Submit Section 00 42 43 Proposal Form with Cost of the Rehabilitation Method(s), Bid Prices (furnish, install), and the Non -Standard Items Unit 8 Bid Prices. Points shall be based on prices submitted by Proposers. The lowest responsible sum of the Proposer's price per each Rehabilitation Unit total bid (Units 1-7) PLUS the sum of Unit 8 prices earns a maximum of 30 points. The Unit 8 prices may be customized as appropriate for each rehabilitation method. For each rehabilitation method, the sum of the Proposer's prices (each rehabilitation method Unit price PLUS Unit 8 price) will earn points based on a percentage in relation to the base line price: Points Assigned = Max points * [1— {Bid - min bid) / {max bid - min bid}] C. Kev_Personnel_(20%) (1 P.a¢e Per Person Per Techniouel Points shall be earned based on relevant project experience for Project Manager and Project Superintendent. Team member resumes should be included in a separate appendix. Resumes should detail the storm drain rehabilitation experience of each key team member, and include present position, years of experience, type of experience (storm drain rehabilitation methods), licenses, certifications, etc. EV41111i i i i i Points shall be earned based on the relevancy of the experience to the Rehabilitation method proposed for each rehabilitation technique. Proposers should submit the following Rehabilitation Experience related to the Proposer's Company History (8%): 1. Number of years the company has been in business as a general contractor under present business name. 2. Has the company operated under any other name? If yes, what name, where, when, etc. City of Fort Worth 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 7 of 9 3. How many years of storm drain rehabilitation experience as a general contractor and as a sub -contractor? 4. Provide a Company Equipment Schedule- equipment related to the proposed rehabilitation method owned by the company. 5. Current projects in process. Relevant experience should include contact information for each reference project listed. Include at least three (3) reference projects for each type of rehabilitation method proposed on. Information for each reference project shall include the following Company Project Experience (42%): 1. Project Name and Location. 2. Type of project - rehab/replacement of existing storm drains (includes projects requiring traffic control in areas with existing utilities). 3. Was the contractor a prime contractor or worked as a subcontractor; note firm's role and scope of work.performed. 4. Contractor's Contact for the referenced project - name, phone number, and email address. 5. Name of city where work was performed along with City Inspector's contact information (name, phone number, and email address) and City Project Manager's contact information (name, phone number, and email address). 6. Amount of Rehabilitation Contract. 7. Size of pipe rehabilitated, pipe material rehabilitated, linear footage. 8. Date of project -start date for rehabilitation and -completion date. 9. Subcontracts, their role, and value of work. VII. BUSINESS EOTTITY PARTI .IPATION All proposers responding to this invitation shall note that in accordance with the City's Business Equity Ordinance No. 25165-10-2021 (replacing Ordinance No. 24534-11-2020, as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), the City has goals for the full and equitable participation of minority business enterprises (MBE's) and/or women business enterprises (WBE's) in City contracts greater than $100,000. Successful proposers will be required to address the utilization of MBE's and/or WBE's proposed to be used, and information on these sub -contractors should be included in submittals. The City of Fort Worth MWBE goals for each contract awarded under this RFP will be City of Fort Worth 2023 Trenchless Stonn Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 8 of 9 twelve_nerce L12%1. The submittal should include a statement of commitment to meeting MWBE participation goals set for work which is awarded as a result of this RFP. The procedures outlined below will apply at the time that a selection is made, that specific work is scoped, and a specific goal established by the Business Equity Division of the Department of Diversity and Inclusion. Please note that MWBE firm(s) must be located in the City's geographic marketplace. The Marketplace is made up of the counties of. Tarrant, Dallas, Denton, Johnson, Parker and Wise. Proposers are strongly encouraged to confirm that each MWBE that it intends to use is located in the geographic marketplace to ensure that the MWBE will be counted towards the established goal. Additionally, the City will accept firms certified as MWBE's by Federal agencies or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. The City, at its discretion may elect to not accept a MWBE certification and/or its assertion that it meets all certification requirements; if it is determined to be in the best interest of the City. Further, the City reserves the right to request MWBE's seeking to do business with the City to allow an audit and/or examination of any books, records and files held by the MWBE that will substantiate its MWBE certification. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating any active contracts and/or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. The business must be certified prior to recommendation of award in order for the participation to be counted towards the established goal. If an Offeror is certified as a DBE, MBE, or WBE firm, please be aware that the City's Ordinance does not allow a certified company to count itself towards the established goal; the goal represents subcontracting opportunities. :1/ e: A Sample Score Sheet appears on the next page. City of Fort Worth 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 9 of 9 Per Rehabilitation Technique Personnel Project Manager (Office) Project Superintendent (Field) Number of storm drain rehabilitation projects completed (1 per project, max. 5 points) 5 Number years with company (1 per year, max. 4 points) 4 Intangibles 1 Companv History Number years in business (1 per year, max. 3 points) 3 Number years performing storm drain rehabilitation (1 per year, max. 3 points) 3 Intangibles 2 Companv Proiect Experience (list three) Storm drain >=24" point repair (1 per repair, max. 3 points) Storm drain >=24" rehabilitation (1 per 100', max. 10 points) Intangibles 3 10 1 10 10 20 3 42 Bid 30 30 100 2023 Trenchless Storm Drain Rehabilitation City of Fort Worth City Project No. 102527 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest uLlesuonnalre) cstaie tx.usi httDs //www.ethics.state tx.us/data/forms/conflict/CIS.odf LJ CIQ Form does not apply ,A CIQ Form is on file with City Secretary J CIQ Form is being provided to the City Secretary J CIS Form does not apply ,J CIS Form is on File with City Secretary BIDDER: CIS Form is being provided to the City Secretary END OF SECTION By: BJ Kerstiens / Signature Title: Regional vice President CITY OF FORT WORTH 00 41 00 Bid Proposal Workbook.xlsx STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2023 Trenchless Storm Dram Rehabilitation Revised February 24. 2020 City Project No. 102527 004100 BID FORM Pagel of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2023 Trenchless Storm Drain Rehabilitation City Project No.: 102527 Units/Sections: 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. CITY OF FORT WORTH 00 41 00 Bid Proposal Workbook (Addendum 1).%ISX STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2023 Trenchless Storm Drain Rehabilitation Revised 9/30/2021 City Project No. 102527 0041 00 AID FORM Page 2 of 3 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 The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. - CIPP b. - Geopolymer Lining C. Cleaning/CCTV d. Cementitous e. - 4. Time of Completion TBD 4.1. The Work will be complete for Final Acceptance within days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. RfegaalifisatiOFI Statemef#; Seetiei3• 00 4542 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 CITY OF FORT WORTH 00 4100 Bid Proposal Workbook (Addendum 1).xlsx STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2023 Trenchless Storm Drain Rehabilitation Revised 9/30/2021 City Project No. 102527 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. BvaluatieFt e€ AIieFFaate 8i,# lteF;as <use this i€•appl+sable,- et#aewuise +#elete� Tetal-Base-M-<use-this 4 applicable,-etbeFwise delete AllefRate-Bid•<use-4his if applisableF et#eFwisedelete-� PPAt4sti4P-AltPF4;a4e4use4hiR-iU;;p t;1P, elha is Additive -Alter aate•4use-4his•i€ appli6abie-e4,heflnrise Total -Bid 7. Bid Submittal This Bid is submitted on 10/19/2023 Respectffy s mitt d, ( (Signature) BJ Kerstiens (Printed Name) Title: Regional Vice President Company: Vortex Lining Systems, LLC Address: 18150 Imperial Valley Dr. Houston, TX 77060 State of Incorporation: Formed in Deleware Email: bjkerstiens@vortexcompanies.com Phone: 713.750-9081 END OF SECTION $0;00 KOO $0.00 $0:00 $0:00 by the entity named below. Receipt is acknowledged of the Initial following Addenda: , Addendum No. 1: i01133 Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH 00 41 00 Bid Proposal Workbook (Addendum 1).xlsx STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2023 Trenchless Storm Drain Rehabilitation Revised 9/30/2021 City Project No. 102527 00 42 43 BID PROPOSAL Page I of 10 SECTION 00 4 2 43 PROPOSALFORM UNIT PRICE BID I BIDDER'S APPLICATION PROJECT ITEM INFORMATION BIDDER'S PROPOSAL B10 ITEM I DescriptionSpecification I Unit of Measure I Quantity Uni t Price Bid Value NO. Section No. UNIT 1 - IPP 1 3331.2104 12" CIPP 33 31 12 LF 250 $ 96.00 $ 24,000.00 2 3331.210515" CIPP 3331 12 LF 300 $ 120.00 $ 36,000.00 3 3331.2107 18" CIPP 33 31 12 LF 900 $ 162.00 $ 145,80000 4 3331.2109 21" CIPP 333112 LF 900 $ 189.00 S 170,100.00 5 3331.2110 24" CIPP 33 31 12 LF 2400 $ 216.00 $ 518,400.00 6 3331.211127" CIPP 3331 12 LF 500 $ 270.00 $ 135,000.00 7 3331.2112 30" CIPP 33 31 12 LF 1200 $ 300.00 S 360,000.00 8 3331.000833" CIPP 3331 12 LF 300 $ 363.00 5 108,900.00 9 3331.2113 36" CIPP 33 3112 LF 1000 $ 396.00 $ 396,000.00 10 3331.211442" CIPP 33 31 12 LF 700 $ 504.00 $ 352,800.00 11 3331.2115 48" CIPP 33 31 12 LF 700 $ 576.00 $ 403,200.00 12 3331.2116 54" CIPP 33 31 12 LF 400 $ 702.00 5 280,800.00 13 3331.2117 60" CIPP 33 31 12 LF 300 $ 840.00 S 252,000.00 14 3331.2119 72" CIPP 3331 12 LF 250 $ 1,224.00 $ 306,000.00 15 3331.2120 84" CIPP 3331 12 LF 250 $ 1,764.00 $ 441,000.00 16 3331.212196" CIPP 33 3112 LF 250 $ 2,1 12.00 $ 528,000.00 17 3331.0017 120" CIPP 33 31 12 LF 2S0 $ 2,760.00 S 690,000.00 18 3331.001811"x1B"Arch CIPP 333112 LF 250 $ 130.50 $ 32,625.00 19 3331.001913.5"x22" Arch CIPP 333112 LF 250 $ 177.50 $ 44,375.00 20 3331.0020 15.5"x26" Arch CIPP 3331 12 LF 250 $ 207.50 S 51,875.00 21 3331.0021 18"x28.5" Arch CIPP 333112 LF 250 $ 232.50 S 58,125.00 22 3331.0022 22.5"x36.25" Arch CIPP 333112 LF S0o $ 32113 $ 161,562.50 23 3331.0023 26.6"x43.75" Arch CIPP 3331 12 LF 250 $ 422.10 $ 105,525.00 24 3331.002431.3"x51.2"Arch CIPP 333112 LF 1200 $ 536.25 $ 643,500.00 25 3331.0025 36"x58.5" Arch CIPP 3331 12 LF 250 $ 708.75 5 177,187.50 26 3331.0026 40"x65" Arch CIPP 3331 12 LF 1300 $ 840.00 5 1,092,000.00 27 3331.002745"x73"Arch CIPP 333112 LF 1100 $ 1,003.00 5 1,103,300.00 28 3331.0028 54"x88" Arch CIPP 33 3112 LF 1400 $ 1,278.00 $ 1,789,200.00 29 3331.0029 62"x102" Arch CIPP 33 3112 LF 1800 $ 1,804.00 5 3,247,200.00 30 3331.0030 72"x115" Arch CIPP 33 3112 LF 600 $ 2,244.00 $ 1,346,400.00 31 3331.003177.25"x122" Arch CIPP 3331 12 LF 1300 $ 2,490.63 $ 3,237,812.50 32 3331.0032 87"x138" Arch CIPP 33 31 12 LF 250 $ 2,925.00 $ 731,250.00 33 3331.0033 96"x154" Arch CIPP 333112 LF 250 $ 3,375.00 $ 843,750.00 34 3331.0034 106"x168.7S" Arch CIPP 3331 12 LF 250 $ 3,297.00 $ 824,250.00 35 0170.0102 Work Order Mobilization (Mist Only) 01 70 00 EA I $ 50,000.00 $ 50,000.00 BASE BID -UNITI -CIPP $ 20,687,937.50 UNIT 8 - Non•Standar 1 Items (for Wit 1) 36 '3304.0036Cleaning - Hydraulic <=21" 330450 LF 1000 $ 60.50 $ 60,500.00 37 3304.0037 Clea ning - High -Velocity <=21" 33 04 50 LF 100 $ 500.50 $ 50,050.00 38 3304.0038 Cleaning - Mechanical <=21" 33 04 50 LF 100 $ 500.50 $ 50,050.00 39 3304,0036 Cleaning - Hydraulic >=24" and <= 42" 330450 LF 1000 $ 65.00 S 65,000.00 40 3304.0037 Cleaning - High -Velocity >=24" and <= 42" 33 04 50 LF 100 $ 550.00 $ 55,000.00 41 3304.0038 Cleaning -Mechanical >=24" and <= 42" 33 04 So LF 100 $ 550.00 5 S5,000.00 42 3304.0036 Cleaning - Hydraulic >=48" and <= 72" 33 04 50 LF 1000 $ 75.00 5 75,0D0.00 43 3304.0037 Cleaning - High -Velocity >=48" and <= 72" 330450 LF 100 $ 650.00 5 65,000.001 44 3304.0038 Cleaning- Mechanical >=48" and <= 72" 330450 LF 100 $ 650.00 $ 65,000.001 4S 3304.0036 Cleaning - Hydraulic >=78" 3304SO LF 1000 $ 90.00 S 90,000.00+I 46 3304.0037 Cleaning -High-Velocity >=78" 330450 LF 100 $ 750.00 5 7S,000.001 47 3304.0038 Cleaning - Mechanical >=7V' 330450 LF 100 $ 750.00 $ 7S,000.00 48 _ 3341.0039 Point repair <=36" and Depth <=Bit 3341 10 IF 100 $ 1,200.00 5 120,000.00 l 49 3341.0040 Point repair <=36" and Depth >8ft 3341 10 LF 101 $ 2,000.00 5 202,000.00 f 50 3341.0041 Point repair >36" and <=60" and Depth <=Bit 334110 LF 102 $ 2,000-00 $ 204,000-00 51 3341.0042 Paint repair >36" and <=60" and Depth>Stt 334120 LF 103 $ 3,000.00 S 309,000.00 S2 3341.0043 Point repair >60" and Depth <=8ft 3341 10 LF 104 $ 3,000.00 $ 312,000.00 53 3341.0044 Point repair >60" and Depth>Bit 3341 10 LF 10S $ 4,000.00 $ 420,000.00 54 3339.1001 4' Manhole 33 39 20 EA 2 $ 16,900.00 5 33,800.00 55 3339.1003 4' Extra Depth Manhole 33 39 20 VF 10 $ 591.50 $ 5,915.00 56 3339.1101 S' Manhole 33 39 20 EA 2 $ 22,100.00 $ 44,200.00 57 3339.1103 S' Extra Depth Manhole 33 39 20 VF 10 $ 630.50 $ 6,305.00 58 3349,0001 4' Storm Junction Box 33 49 10 EA 2 $ 10,500.00 5 21,000.00 59 3349.0002 5'Storm Junction Box 334910 EA 2 $ 12,500.00 $ 25,000.00 20231'rcnchless Stornl Drain Rehabilitation Unit Price Construction Contract (Addendum 1) I of 10 City Project No. 102527 00 42 43 DID PROPOSAL Page 2 of 10 60 .3349.0003 6' Storm Junction Box 334910 EA 2 $ 15,000.00 5 30,000.00 61 3301.0101 Manhole Vacuum Testing 330130 EA 2 $ 1,300.00 $ 2,600.00 62 3301.0013 Condition Assessment CCTV Inspection of Storm Drain 3301 32 LF 500 $ 35.00 $ 17,500.00 63 3331.005 1 Infiltration Control -pounds of chemical grouting material used 33 31 25 LB so $ 150.00 $ 7,500.00 64 3331.0052 Treatment of exposed rebar, cleaning and preparation 33 31 25 EA 10 $ 975.00 $ 9,750.00 65 3331.00531nverl repair and patching 33 31 25 CY 25 $ 1,924.00 $ 48,100.00 66 3331.0054 Treatment of exposed rebar, gallons of Rust Inhibiting Coating used 33 31 25 GA S $ 100.00 5 500.00 67 3331.0055 10" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 3,000.00 5 6,000.00 68 3331.005612" Lateral and connecting pipe reinstatement 333150 EA 2 $ 3,250.00 5 6,500.00 69 3331.0057 15" Lateral and connectin¢, Dine reinstatelnew 33 31 50 EA 2 $ 3,500.00 $ 7,000.00 70 3331.0058 18" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 4.000.00 $ 8,000.00 71 3331.0059 21" Lateral and connecting pipe reinstatement 333150 EA 2 $ 4,500.00 $ 9,000.00 72 3331.0060 24" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 5,000.00 $ 10,000.00 73 3331.0061 27" Lateral and cunnecting pipe reinstatement 33 31 50 rA 2 $ 5,500.00 $ 11,000.00 74 3331.0062 30" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 6,000.00 $ 12,000.00 75 3331.0063 Secondary corrosion protection 33 3125 GA 5 $ 100.00 $ 500.00 76 0380.0064 Modifications to Existing Concrete Structures 038000 EA 5 $ 3,000.00 $ 15.000.00 77 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 320117 SY 50 $ 400.00 $ 20,000.00 78 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 320117 SY So $ 450.00 $ 22,500,00 79 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 320117 SY So $ 450.00 $ 22,500.00 80 3201.0614 Conc Pvmt Repair, Residential 3201 29 SY 50 $ 400.00 5 20,000.00 81 3201.0616 Conc Pvmt Repair, Arterial/Industrial 320129 SY So $ 450.00 $ 22,500.00 82 3471.0001 Traffic Control 34 71 13 MO 3 $ 20,000.00 5 60,000.00 83 0135,0101 Railroad Coordination 013513 LS 1 $ 7,020,00 5 7,020.00 84 3125.0101 SWPPP 2 1 acre 312500 LS 1 $ 9,750.00 5 9,750.00 85 0170.0101 Specified Remobilixation 017000 EA 1 $ 19,500.00 5 19,500.00 86 3110.0101 Site Clearing 311000 SY So $ 390.00 $ 19,500.00 87 3123.0102 Unclassified Excavation by Survey 312316 CY 1S $ 260.00 5 3,900.00 88 3123.0104 Borrow by Survey _ 3123 23 CY 15 $ 325.00 $ 4,87 5.00 89 3123.0105 Borrow by Delivery 31 23 23 CY 15 $ 325.00 $ 4,875.00 90 3124.0102 Embankment by Survey 31 24 00 CY 15 $ 195.00 $ 2,925.00 91 330S.0110 Utility Markers 33 0S 26 EA 5 $ 520.00 $ 2,600.00 92 3305.0103 Exploratory Excavation of Existing Utilities 33 0S 30 EA 5 $ 520.00 $ 2,600.00 BASE BID • UNIT 8 - Non -Standard Items (for Unit 11 $ 2,929,815.00 UNIT 2 - Slip Lining 93 3331.00766" Slip Lining 33 31 22 LF 250 No Did No Did 94 3331.0077 8" Slip Lining 33 31 22 LF 250 No Bid No Did 95 3331.0078 10" Slip Lining 33 31 22 LF 250 No Did No Bid 96 3331.0079 12" Slip Lining 33 3122 LF 250 No Bid No Bid 97 3331.0080 15" Slip Lining 333122 LF 300 No Bid No Bid 98 3331.008118" SIIp Lining 333122 LF 900 No Bid No Bid 99 3331.0082 21" Slip Lining 333122 LF 900 No Bid No Bid 100 3331,0083 24" Slip Lining 33 31 22 LF 2400 No Bid No Bid 101 3331.008427" Slip lining 3331 22 LF 500 No Bid No Bid 202 3331.0085 30" Slip Lining 33 31 22 LF 1200 No Bid No Bid 103 3331.008633"Slip Lining 333122 LF 300 No Bid No Bid 104 3331.008736"Slip Lining 333122 LF 1000 No Bid No Bid 105 3331.008842"Slip Lining 333122 LF 700 No Bid No Bid 106 3331.008948"Slip Lining 333122 LF 700 No Bid No Bid 107 3331.009054"Slip Lining 333122 LF 400 No Bid No Bid 108 3331.009160"Slip Lining 333122 IF 300 No Bid No Bid 109 3331.0092 72" Slip Lining 33 31 22 LF 250 No Bid No Bid 110 3331.0093 84" Slip Lining 333122 LF 250 No Bid No Bid ill 3331.0094 96" Slip Lining 33 31 22 LF 250 No Bid No Bid 112 3331.0095 120" Slip Lining 3331 22 LF 250 No Bid No Bid 113 3331.0096 ll"x18" Arch Slip Lining 3331 22 LF 250 No Bid No Bid 114 3331.0097 13.S"x22"Arch Slip Lining 3331 22 LF 250 No Bid No Bid 115 3331.0098 15.S"x26" Arch Slip Lin'ng 3331 22 LF 250 No Bid No Bid 116 3331.0099 18"x28.S" Arch Slip Lining 33 31 22 LF 250 No Bid No Bid 117 3331.00100 22S" )86.25" Arch Slip Lining 33 31 22 LF 500 No Bid No Bid 118 3331.00101 26.6"x43.7 5" Arch Slip Lining 33 31 22 LF 250 No Bid No Bid 119 3331.00102 31.3"x51.2" Arch Slip Lining 333122 LF 1200 No Bid No Bid 120 3331.00103 36"xHLS" Arch Slip Lining 333122 LF 250 No Bid No Bid 121 3331.00104 40"x6S" Arch Slip Lining 333122 LF 1300 No Bid No Bid 122 3331.00105 4S"x73" Arch Slip Lining 33 31 22 LF 1100 No Bid No Did 123 3331.00106 54" r88" Arch Slip Lining 333122 LF 1400 No Bid No Bid 124 3331,00107 62"x102" Arch Slip Lining 333122 LF 1800 No Bid No Bid 125 3331.00108 72"x115" Arch Slip Lining 33 31 22 LF 600 No Bid No Bid 126 3331.0010977.2S"x122' Arch Slip Lining 333122 LF 1300 No Bid No Bid 2023 'Prenchless Stonn Drain Rehabilitation Unit Price Constniction Contract (Addendum I) 2 of 10 City Project No. 102527 00 42 43 BID PROPOSAL Page 3 of 10 127 87"x138" Arch Slip lining 3332 22 LF 250 No Bid No Bid 128 3331.00111 96"x154" Arch Slip Lining 333122 LF 250 No Bid No Bid 129 13331.00110 3331.00112 106"x168.75" Arch Slip Lining 333122 LF 250 No Bid No Bid 130 0170.0102 Work Order Mobilization (Misc Only) 017000 EA 1 No Bid No Bid BASE BID - UNIT 2 - Slip Lining $ - UNIT 8 - Non-Standar i Items (for Unit 2) 131 3304.0036 Cleaning - Hydraulic <=21" 33 04 50 LF 1000 I No Bid No Bid 132 3304.0037 Cleaning- High -Velocity <=21" 3304 SO LF 100 No Bid No Bid 133 3304.0038 Cleaning - Mechanical <=21" 330450 LF 100 I No Bid I No Bid 134 3304.0036 Cleaning- Hydraulic >=24" and <= 42" 330450 LF 1000 No Bid No Bid 135 3304.0037 Cleaning - High -Velocity >=24" and <= 42" 330450 LF 100 No Bid No Bid 136 3304.0038 Cleaning - Mechanical >=24" and <= 42" 330450 LF 100 No Bid No Bid 137 3304.0036Cleaning -Hydraulic>=48"and <=72" 330450 LF 1000 No Bid No Bid 138 3304.0037 Cleaning - High -Velocity >=48" and <= 72" 330450 LF 100 No Bid No Bid 139 3304.0038 Cleaning - Mechanical>=48" and <= 72" 330450 LF 100 No Bid No Bid 140 3304.0036 Cleaning - Hydraulic >=78" 330450 LF 1000 No Bid No Bid 141 3304,0037Cleaning -High-Velocity>=78" 330450 LF 100 No Bid No Bid 142 3304.0038 Cleaning - Mechanical >=78" 330450 LF 100 No Bid No Bid 143 3341.0039Point repair <=36" and Depth <=8ft 3341 10 LF 100 No Bid i No Bid 144 3341.0040 Point repair <=36" and Depth>8ft 3341 10 LF 101 No Bid 1 No Bid 145 3341.0041 Paint repair >36" and <=60" and Depth <=Sit 33 41 10 LF 102 No Bid No Bid 146 3341.0042 Point repair >36" and <=60" and Depth >Bit 33 41 10 LF 103 No Bid I No Bid 147 3341.0043 Point repair >60" and Depth <=Bit 3341 10 LF 104 No Bid No Bid 148 3341.0044 Point repair>60" and Depth>8ft 3341 10 LF 105 No Bid No Bid 149 3339.1001 4'Manhole 333920 EA 2 No Bid No Bid 150 3339.1003 4' Extra Depth Manhole 33 39 20 VF SO No Bid No Bid 151 3339.1101 S' Manhole 33 39 20 EA 2 No Bid No Bid 152 3339.1103 S' Extra Depth Manhole 33 39 20 VF 10 No Bid No Bid 153 3349.0001 4' Storm Junction Box 334910 EA 2 No Bid No Bid 154 3349.0002 S'Storm Junction Box 334910 EA 2 No Bid No Bid 155 3349.0003 6'Storm Junction Box 334910 EA 2 No Bid No Bid 156 3301.0101 Manhole Vacuum Testing 330130 EA 2 No Bid No Bid 157 3301.0013 Condition Assessment CCTV Inspectlonof Storm Drain 330132 LF Soo No Bid No Bid 158 3331.0051 Infiltration Control - pounds of chemical ernutine material wed 3331 25 LB 50 No Bid No Bid 159 3331.0052 Treatment of exposed rebar, cleaning and preparation 33 31 25 EA 10 No Bid j No Bid 160 3331.0053 Invert repair and patching 33 31 25 CY I 25 No Bid I No Bid 161 3331.0054 Treatment of exposed rebar,gallons of Rust Inhibiting Coating used 33 31 25 GA 5 No Bid No Bid 162 3331.0055 10" Lateral and connecting pipe reinstatement 33 31 50 EA I 2 No Bid I No Bid 163 3331.0056 12" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 164 3331.0057 15" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 165 3331.0058 18" Lateral and connecting pipe reinstatement 333150 EA 2 No Bid No Bid 166 3331.0059 21" Lateral and connecting pipe reinstatement 333150 EA 2 No Bid No Bid 167 3331.0060 24" lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 168 3331.0061 27" Lateral and connecting pipe reinstatement 3331 50 EA 2 No Bid No Bid 169 3331.0062 30" Lateral and connecting pipe reinstatement 33 31 50 EA I 2 I No Bid No Bid 170 3331.0063 Secondary corrosion protection _ 333125 GA f 5 No Bid No Bid 171 0380.0064 Modifications to Existing Concrete Structures 038000 EA s No Bid No Bid 172 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 SY so I No Bid No Bid 173 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 320117 SY SO i No Bid No Bid 174 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 320117 SY 50 j No Bid j No Bid 175 3201.0614 Conc Pvmt Repair, Residential 320129 SY SO No Bid No Bid 176 3201,0616 Conc Pvmt Repair, Arterial/industrial 320129 SY I 50 I No Bid I No Bid 177 3471.0001 Traffic Control 34 7113 MO 3 No Bid No Bid 178 0135.0101 Railroad Coordination 013513 LS 1 No Bid No Bid 179 3125.0101 SWPPP i 1 acre 312500 LS 1 No Bid No Bid 180 0170.0101 SpecifiedRemobilizatlon 017000 EA 1 No Bid No Bid 181 3110.0101 Site Clearing 311000 SY So No Bid No Bid 182 3123.0102 Unclassified Excavation by Survey 312316 CY 15 No Bid No Bid 183 3123.0104 Borrow by Survey 31 23 23 CY is No Bid No Bid 184 3123.0105 Borrow by Delivery 31 23 23 CY is No Bid No Bid 18S 3124.0102 Embankment by Survey 31 24 00 CY 15 No Bid No Bid 186 3305.0110 Utility Markers 330526 EA 4 5 I No Bid No Bid 187 3305.0103 Exploratory Excavation of Existing Utilities 330530 EA I{ 5 No Bid No Bid BASE BID - UNIT 8 - Non -Standard Items for Unit 2) $ - UNIT 3 - Pipe Enlargement 188 Pipe Enlargement Existing ID 6" to New ID 6", Depth < 12 feet 3331 23 jI LF 250 $ 85.00 $ 21,250.00 189 13331.0154 3331.0155 Pipe Enlargement Existing ID 8" to New IO 8", Depth < 12 feet l 33 3123 LF I 250 $ 85.00 $ is 21,250.00190 3331.0156 Pipe Enlargement Existing ID 10" to New ID 10", Depth < 12 feet j 33 31 23 I LF 250 115.0 $ 28,750.00 2023 'rrenchless Stone Drain Rehabilitation Unit Price Construction Contract (Addendum I) 3 of 10 City Project No. 102527 00 42 43 BID PROPOSAL Page 4 of 10 191 3331.0157 Pipe Enlargement Existing ID 12" to New ID 12", Depth < 12 feet 33 31 23 LF I 250 $ 165.00 S 41,250.00 192 3331.0158Pipe Enlargement Existing l D 12" to New ID 14",Depth>12feet to< 18 feet 33 31 23 LF jk 300 $ 255.00 $ 76,500.00 193 3331.0159 Pipe Enlargement Existing ID 15" to New ID I8", Depth > 12 feet to < 18 feet 333123 LF 900 $ 360.00 $ 324,000.00 194 3331.0160 Pipe Enlargement Existing I D 21" to New ID 30", Depth > 18 feet 33 31 23 LF 900 $ 640.00 S 576,0oo.00 195 3331.0161 Pipe Enlargement Existing ID 21" to New 10 36", Depth > 18 feet 33 31 23 LF 2400 $ 825.00 5 1,980,000.00 196 3331.0162 Pipe Enlargement Existing ID 24" to New ID 30", Depth > 18 feet 33 31 23 I F 500 $ 640.00 $ 320,000.00 197 3331.0163 Pipe Enlargement Existing ID 24" to New 1036", Depth >18 feet 333123 LF 1200 $ 825.00 $ 990.000.00 198 3331.0164 Pipe Enlargement Existing ID 27" to New ID 36", Depth > 18 feet 33 31 23 LF 300 $ 825.00 $ 247,500.00 199 3331.0165 Pipe Enlargement Existing ID 27" to New ID 42", Depth > 18 feet 33 31 23 LF 0 $ 1,200.00 $ - 200 3331.0166 Pipe Enlargement Existing ID 30" to New ID 36", Depth > 18 feet 33 31 23 LF 700 $ 825.00 S 577,500.00 201 0170.0102 Work Order Mobilization (Mtsc Only) 017000 EA 1 $ 65,000.00 5 65,000.00 BASE BID - UNIT - Pipe Enlargement $ 5,269,000.00 UNIT 8 - Non-Standar'1 Items (for Crit 3) 202 3304.0036 Cleaning - Hydraulic <=21" 330450 LF 1000 $ 60.50 $ 60,500.00 203 3304.0037 Cleaning - Hlgh-Velocity <=21" 33 04 50 LF 100 $ 500.50 S 50,050.00 204 3304,0038 Cleaning - Mechanical <=21" 33 04 50 LF 100 $ 500.50 $ 50.050.00 205 3304.0036 Cleaning - Hydraulic >=24" and <= 42" 330450 LF - 1000 $ 65.00 $ 6S,000.00 206 3304.0037 Cleaning - High -Velocity >=24" and <= 42" 33 04 50 LF 100 $ 550.00 5 55,000.00 207 3304.0038 Cleaning - Mechanical >=24" and <= 42" 330450 LF 100 $ 550.00 5 55,000.00 208 3304.0036 Cleaning - Hydraulic >=48" and <= 72" 330450 LF 10D0 $ 75.00 5 75,000-00 209 3304.0037 Cleaning - High -Velocity >=48" and <= 72" 330450 LF 100 $ 650,00 5 65,000.00 210 3304.0038 Cleaning -Mechanical >=48" and <= 72" 330450 LF 100 $ 650.00 5 65,000.00 211 3304.0036 Cleaning - Hydraulic >=78" 330450 LF 1000 $ 90.00 5 90,D00.00 212 3304.0037 Cleaning - High -Velocity >=78" 33 04 50 LF 100 $ 750.00 5 75,000.00 213 3304.0038 Cleaning - Mechanical >=78" 330450 LF 100 $ 750.00 $ 75,000.00 214 3341 .0039 Point repair <=36" and Depth <=8ft 33 41 10 LF 100 $ 1,200.00 $ 120,000.00 215 3341.0040 Point repair <=36" and Depth >Bit 33 41 10 LF 101 $ 2,000.00 $ 202,000.00 216 3341.0041 Point repair >36" and <=60" and Depth <=Bit 3341 30 LF 102 $ 2,000.00 $ 204,000.00 217 3341.0042 Point repair >36" and <=60" and Depth>Bit 334110 LF 103 $ 3,000.00 5 309,000.00 218 3341.0043 Point repair>60" and Depth <=Bit 334110 LF 104 $ 3,000.00 S 312,000.00 219 3341.0044 Point repair >60" and Depth >Sit 3341 10 LF 105 $ 4,000.00 5 420,000.00 220 3339.1001 4'Manhole 333920 EA 2 $ 16,900.00 S 33,800.00 221 3339.1003 4' Extra Depth Manhole 333920 VF 10 $ 59L50 $ 5,915.00 222 3339.1101 5' Manhole 33 39 20 EA 2 $ 22, 100,00 $ 44,200.00 223 3339.1103 S' Extra Depth Manhole 33 39 20 VF 10 $ 630.50 $ 6,305.00 224 3349.0001 4' Storm Junction Box 3349 10 EA 2 $ 10,500 00 5 21,000.00 225 3349.0002 S' Storm Junction Box 33 49 10 EA 2 $ 12,500.00 $ 25,000.00 226 3349.0003 6' Storm Junction Box 33 49 10 EA 2 $ 15,000.00 $ 30,000.00 227 3301.0101 Manhole Vacuum Testing 3301 30 EA 2 $ 1,300.00 $ 2.600.00 228 3301.0013 Condition Assessment CCTV Inspection of Storm Drain 33 01 32 LF 500 $ 35.00 $ 17,500.00 229 3331.0051 Infiltration Control - pounds of chemical grouting material used 33 31 25 LB 5o $ 150.00 $ 7,500.00 230 3331 .0052 Treatment of exposed rebar, cleaning and preparation 33 3125 EA 10 $ 975.00 $ 9,750.00 231 3331 .0053Invert repair and patching 33 3125 CY 25 $ 1,924.00 S 48,100.00 232 3331.0054 Treatment of exposed rebar, gallons of Rust Inhibiting Coating used 33 31 25 GA 5 $ 100.00 $ 500.00 233 3331.0055 10" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 3,000.00 $ 6,000.00 234 3331.0056 12" Lateral and connecting pipe reinstatement 3331 50 EA 2 $ 3,250.00 $ 6,500.00 235 3331.0057 15" Lateral and connecting pipe reinstatement 3331 50 EA 2 $ 3,500.00 $ 7,000.00 236 3331.0058 18" Lateral and connecting pipe reinstatement 333150 EA 2 $ 4,000.00 $ 8,000.00 237 3331.0059 21" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 4,500.00 $ 9,000.00, 238 3331.0060 24" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 5,000.00 5 10,000-00 239 3331.0061 27" Lateral and connecting pipe reinstatement 33 3150 EA 2 $ 5,500.00 S 11,000.00 240 331.0062 30" Lateral and connecting pipe reinstatement 3331 50 EA 2 $ 6,000.00 $ 12,000.00 241 3331.0063 Secondary corrosion protection 3331 25 GA 5 $ 100.00 S 500.00 242 0380.0064 Modifications to Existing Concrete Structures 038000 EA 5 $ 3,000.00 $ 15,000.00 243 3701.0701 Asphalt Pvmt Repair Beyond Defined Width, Residential 320117 SY 50 $ 400.00 $ 20,000.00 244 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 320117 SY 50 $ 450.00 $ 22,500.00 245 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 3201 17 SY 50 $ 450.00 $ 22,500.00 ' 246 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY 50 $ 400.00 S 20,000.00 247 3201.0616 Conc Pvmt Repair, Arterial/Industrial 320129 SY 50 $ 450.00 $ 22,500.00 248 3471.0001 Traffic Control 347113 Mo 3 $ 20,000.00 5 60,000.00 241 0135.0101 Railroad Coordination 0135 13 LS 1 $ 7,020.00 $ 7,020.00 250 3125.0101 SWPPP 21 acre 312500 L5 1 $ 9,750.00 S 9,750.00 251 0170,0101 Specified Remobllltatlon _ 017000 EA 1 $ 19,500.00 S 19,500.00 252 3110.0101 Site Clearing 31 1000 5Y So $ 390.00 5 19,500.00 253 3123.0102 Unclassified Excavation by Survey 3123 16 CY 15 $ 260.00 S 3,900.00 254 3123.0104 Borrow by Survey 31 23 23 CY 15 $ 325.00 $ 4,875.00 2SS 3123.010S Borrow by Delivery 312323 CY 15 $ 325.00 $ 4,875.00 256 3124,0102 Embankment by Survey 312400 CY IS $ 195.00 S 2,925,00 2S7 3305,0110 Utility Markers 330526 EA 5 $ 520.00 $ 2,600.00 2023'1'renchless Storm Drain Rehabilitation Unit Price Constniction Contract (Addendum 1) 4 of 10 City Project No. 102527 00 42 43 BID PROPOSAL Page 5 of 10 I 258 13305.0103 Exploratory Excavation of Existing Utilities [ 330530 [ EA I S [ $ 520.00 S 2,600.00 BASE BID - UNIT 8 - Non -Standard items (for Ur 3) 5 2,929,81S.00 UNIT 4 - Spiral Wound Lining 259 3331.023024" Spiral Wound Lining 333124 LF 2400 No Bid No _Bid 260 3331.0231 27" Spiral Wound Lining 333124 LF Soo No Bid No Bid 261 3331.0232 30" Spiral Wound Lining 33 31 24 LF 1200 No Bid No Bid 262 3331.023333" Spiral Wound Lining 333124 LF 300 No Bid _ No Bid [ 263 3331.0234 36" Spiral Wound Lining 333124 LF 1000 No Bid No Bid [ 264 3331.0235 42" Spiral Wound Lining 333124 LF 700 No Bid No Bid [ 265 3331.023648" Spiral Wound Lining 33 31 24 LF 700 No Bid No Bid [ 266 3331.023754" Spiral Wound Lining 333124 LF 400 No Bid No Bid 267 3331.023860" Spiral Wound Lining 33 31 24 LF 300 No Bid No Bid 268 3331.023972" Spiral Wnund Lining 333124 LF 250 No Bid No Bid 269 3331.024084" Spiral Wound Lining 333124 LF 250 No Bid No Bid 270 3331.0241 96" Spiral Wound Lining 3331 24 LF 250 No Bid No Bid 271 3331.0242 120" Spiral Wound Lining 333124 LF 250 No Bid No Bid 272 3331.0243 11"x38" Arch Spiral Wound Lining 33 31 24 LF 250 No Bid No Bid 273 3331.0244 13.5"x22" Arch Spiral Wound Lining 33 31 24 LF 250 No Bid No Bid 274 3331.0245 1S.5"x26" Arch Spiral Wound Lining 33 31 24 LF 250 No Bid No Bid 275 3331,0246 18"x28.S" Arch Spiral Wound Lining 33 31 24 LF 250 No Bid No Bid _ 276 3331.0247 22.5"x36.25" Arch Spiral Wound Lining 333124 LF Soo No Bid No Bid [ 277 3331.0248 26.6"x43.75" Arch Spiral Wound Lining 33 31 24 LF 2S0 No Bid No Bid [ 278 3331.0249 31.3"x51.2" Arch Spiral Wound Lining 333124 LF 1200 No Bid No Bid [ 279 3331.0250 36"x58.S" Arch Spiral Wound Lining 3331 24 LF 250 No Bid No Bid [ 280 3331.0251 40"x6S" Arch Spiral Wound Lining 333124 LF 1300 No Bid No Bid 281 3331.0252 4S"x73" Arch Spiral Wound Lining 333124 LF 1100 No Bid No Bid 282 3331.0253 S4"x88" Arch Spiral Wound Lining 333124 LF 1400 No Bid No Bid 283 3331,0254 62"x102" Arch Spiral Wound Lining 333124 LF 1800 No Bid No Bid 284 3331.0255 72"x115" Arch Spiral Wound Lining 33 31 24 LF 600 No Bid No Bid [ 285 3331.025677.25"xl22" Arch Spiral Wound Lining 333124 LF 1300 No Bid No Bid [ 286 3331.0257 87"x138" Arch Spiral Wound Lining 33 31 24 LF 250 No Bid No Bid [ 287 3331.025896"xl54" Arch Spiral Wound Lining 333124 LF 250 No Bid No Bid [ 288 3331.0259 306"x168.75" Arch Spiral Wound Lining 3331 24 LF 250 No Bid No Bid 289 0170.0102 Work Order Mohllballon(Mlse Only) 017000 EA 1 No Bid No Bid BASE BID- UNIT 4 -Spiral Wound Lining 5 UNIT 8 - Non-Standari Items (for Udt 4) BID ITEM Specification Unit of Measure NO. Description Quantity Unit Price Bid Value Section No. 290 3304.0036 Cleaning - Hydraulic <=21" 330450 LF 1000 No Bid No Bid 291 3304.0037 Cleaning - High -Velocity <=21" 330450 LF 100 _ No Bid No Bid 292 3304.0038 Cleaning - Mechanical <=21" 330450 LF 100 No Bid No Bid 293 3304.0036 Cleaning - Hydraulic >=24" and <= 42" 33 04 S0 LF 1000 No Bid No Bid [ 294 3304.0037 Cleaning - High-Velocity>=24" and <= 42" 33 04 50 LF 100 No Bid No Bid , [ 295 3304.0038 Cleaning - Mechanical>=24" and <= 42" 330450 LF 100 No Bid No Bid [ 296 3304.0036 Cleaning - Hydraulic >=48" and <= 72" 33 04 50 LF 1000 No Bid No Bid [ 297 3304.0037 Cleaning - High-Velocity>=48" and <= 72" 330450 LF 100 No Bid No Bid [ 298 3304.0038 Cleaning - Mechanical >=48" and <= 72" 3304 50 LF 100 No Bid No Bid 299 3304.0036 Cleaning - Hydraulic >=78" 3304 50 LF 1000 No Bid No Bid 300 3304.0037 Clean] ng- High -Velocity >=78" 330450 LF 100 No Bid No Bid 301 3304.0038 Cleaning - Mechanical >=78" 330450 LF 100 No Bid No Bid [ 302 3341.0039 Point repair <=36" and Depth <=8ft 334110 LF 100 No Bid No Bid 303 3341.0040 Point repair <=36" and Depth >Bit 3341 10 LF 101 No Bid No Bid 304 3341.0041 Pointrepair>36"and <=60'and Depth<=8ft 334110 LF 102 No Bid No Bid 305 3341.0042 Point repair >36" and <=60" and Depth >Bit 3341 30 LF 103 No Bid No Bid [ 306 3341.0043 Point repair >60" and Depth <=8ft 3341 10 LF 104 No Bid No Bid 307 3341.0044 Point repair>60" and Depth>8ft 334110 LF Los No Bid No Bid 308 3339.10014'Manhole 333920 EA 2 No Bid No Bid 309 3339.1003 4' Extra Depth Manhole 3339 20 VF 10 No Bid No Bid 310 3339.1201 5' Manhole 33 39 20 EA 2 No Bid No Bid 311 3339.1103 S' Extra Depth Manhole 33 39 20 VF 30 No Bid No Bid 312 3349.0001 4' Storm Junction Box 3349 30 EA 2 No Bid No Bid [ 313 3349.0002 S' Storm Junction Box 3349 30 EA 2 No Bid No Bid [ 314 3349.0003 6'Storm Junction Box 334910 EA 2 No Bid No Bid 315 3301.0101 Manhole Vacuum Testing 3301 30 EA 2 No Bid No Bid 316 3301.0013 Condition Assessment CCTV Inspection of Storm Drain 330132 LF Soo No Bid No Bid 317 3331.0051 Infiltration Control - pounds of chemical grouting material used 33 31 25 LB so No Bid No Bid 318 3331.0052 Treatment of exposed rebar, cleaning and preparation 33 31 25 EA 30 No Bid No Bid 319 3331.0053Invert repair and patching 33 31 25 CY 25 No Bid No Bid 2023 Trench less Stonn Drain Rehabilitation Unit Price Construction Contract (Addendunt 1) 5 of 10 City Project No. 102527 00 42 43 BID PROPOSAL Page 6 of 10 320 '3331.0054 Treatment of exposed rebar, gallons of Rust Inhibiting Coating used 333125 GA 5 No Bid ! No Bid 321 3331.0055 10" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid 1 No Bid 322 3331.005612" Lateral and connecting pipe reinstatement 333150 EA 2 No Bid No Bid 323 3331.0057 15" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 324 3331.0058 18" Lateral and connecting pipe reinstatement 33 3150 EA 2 No Bid No Bid 325 3331.0059 21" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 326 3331.0060 24" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 327 3331.006127" Lateral and connecting pipe reinstatement 333150 EA 2 No Bid No Bid 328 3331.0062 30" Lateraland connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 3331.0063 Secondary corrosion protection 333125 GA 5 No Bid No Bid 330 0380.0064 Modifications to Existing Concrete Structures 038000 EA 5 No Bid No Bid 331 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 320117 SY 50 No Bid No Bid 332 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 3201 17 SY So I No Bid I No Bid 333 37010703 Asphalt Pvmt Repair Beyond Defined Width, Industrial 320117 SY 50 II No Bid 1 No Bid 334 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY 50 No Bid No Bid 335 3201.0616 Conc Pvmt Repair, Arterial/industrial 320129 SY 50 No Bid No Bid 336 3471.0001 Traffic Control 3471 13 MO 3 No Bid No Bid 337 0135.0101 Railroad Coordination 013513 LS I No Bid No Bid 338 2 3125.0101 SWPPP 1 acre 312500 LS I I No Bid No Bid 339 0170.0101 Specified Remobillzatlon 017000 EA 1 No Bid I` No Bid 340 3110.0101 Site Clearing 311000 SY 50 No Bid No Bid 341 3123.0102 Unclassified Excavation by Survey 312316 CY 15 No Bid No Bid 342 3123.0304 Borrow by Survey 312323 CY 15 No Bid No Bid 343 3123.0105 Borrow by Delivery 312323 CY 15 No Bid No Bid 344 3124.0102 Embankmentby Survey 312400 CY IS No Bid No Bid 345 3305.0110 Utility Markers 330526 EA 5 No Bid No Bid j 346 3305.0103 Exploratory Excavation of Existing Utilities 330530 EA 5 No Bid No Bid 1 BASE BID - UNIT 8 - Non -Standard Items (for Unit 4)1 $ UNIT 5 -Geopo ymer Lining l 347 -3331.0301 30" Geopolymer lining 33 31 25 LF 1200 $ 600.00 1 $ 720,000.00 ` 348 3331.0302 33" Geopolymer Lining 33 31 25 LF 300 $ 600.00 15 180,000.00 349 3331.0303 36" Geopolymer Lining 33 31 25 LF 1000 $ 600.00 $ 600,000.00 350 3331.0304 42" Geopolymer Lining 33 3125 LF 700 $ 462.00 $ 323,400.00 3S1 3331.0305 48" Geopolymer Lining 33 3125 LF 700 $ 480.00 S 336,000.00 352 3331.0306 54" Geopolymer Lining 33 31 25 LF 400 $ 540.00 $ 216,000.00 353 3331.0307 60" Geopolymer Lining 33 3125 LF 300 $ 660.00 S 198,000.00 354 3331.0308 72" Geopolymer Lining 333125 IF 250 $ 792.00 $ 198,000.00 355 3331.0309 84" Geopolymer Lining 333125 LF 250 $ 1,008.00 $ 252,000.00 356 3331.0310 96" Geopolymer Lining 33 31 25 LF 250 $ 1,152.00 $ 288,000.001 357 333 ID 321 120" Geopolyme r Lining 333125 LF 250 $ 1,560.00 $ 390,000.00 3b8 83S-1.42i2-44-'«48=AKA-Geapo6wtef Wiling ITEM 401,160A88FP181,1111d a324-" 119 also $ - a" 3334,e313 GeepetymeFM«cng4TW"Meu6t)aQa6xDul44 33 all as t,F 1 290 $ - ` also AUM4 33ai as LP also $ - li 36.1 333.1.0339 I8*a1T6A1 R61111 A00rbNQ"4 a; all as is- also $ 362 3331.0316 22.5"x36.25" Arch Geopolymer Lining 33 31 25 LF SDD $ 600.00 S 300,000,001 363 3331.0317 26.6"x43.75" Arch Geopolymer lining 33 31 25 LF 250 $ 600.00 $ 150,000.001 364 3331.0318 31.3"x51.2" Arch Geopolymer Lining 3331 25 LF II 1200 $ 462.00 $ 554,400.00 365 3331.0319 36"xS8.5" Arch Geopolymer Lining 313111 ` LF 250 $ 480.00 S 120,000.00 366 3331.0320 40"x65" Arch Geopolymer Lining 333225 Ij LF 1 1300 $ 540.00 $ 702,000.00 367 333 1,0321 45"x73" Arch Geopolymer Lining 333125 LF 1100 $ 660.00 $ 726,000•00{1 368 3331.0322 54"x88" Arch Geopolymer Lining 33 31 25 LF 1400 $ 792.00 $ 1,108,800.00 369 3331.0323 62"x102" Arch Geopolymer Lining 333125 LF 1800 $ 1,008.00 $ 1,814,400.00 370 3331.032472"x115"Arch Geopolymer lining 333125 LF 600 $ 1,152.00 $ 691,200.00 r 371 3331.0325 77.25"x122" Arch Geopolymer Lining 333125 LF 1300 $ 1,152.00 $ 1,497,600.00 f 372 3331.032687"x138"Arch Geopolymer Lining 333125 LF 250 $ 1,560.00 $ 390,000.00 373 3331.032796"x154"Arch Geopolymer lining 333125 LF 250 $ 2,00R00 S 500,000.00 374 3331.0328 306"x168.75" Arch Geopolymer Lining 33 31 25 LF 250 $ 2,500.00_ $ 625,000.0001 375 0170.0102 Work Order Mobilization(Misc Only) 017000 EA 1 $ 45,000.06 5 45,000.00 I BASE BID - UNIT S - Geopolymer Lining $ 12,925,800.00 UNIT 8 - Non -Standard Items (for Unit 5) 376 3304.0036 Cleaning -Hydraulic 4=21" 330450 LF 1000 $ 60.50 $ 60,500.00 377 3304.0037 Cleaning - High -Velocity <=21" 33 04 50 LF 100 $ 500.50 $ 50,050.00 378 3304.0038 Cleaning - Mechanical <=21" 33 04 50 LF 100 $ 500.50 5 50,050.00 379 3304.0036 Cleaning - Hydraulic >=24" and <= 42" 330450 LF 1000 $ 65.00 $ 65,000.00 380 3304.0037 Cleaning - Hlgh-Velocity 5=24" and - 42" 33 04 50 LF 100 $ 550.00 S 55,000.00 381 3304.0038 Cleaning - Mechanical >=24"and <=42" 330450 LF 100 $ 550.00 $ 55,000.00 382 3304.0036 Cleaning - Hydraulic >=48" and <= 72" 3304 50 LF 1000 $ 75.00 $ 75,000.00 383 3304.0037 Cleaning -High-Velocity>=48"and <=72" 330450 LF 100 $ 650.00 $ 65,000.00 2023 Trcnchless Storm Drain Rehabilitation Unit Price Construclion Contract (Addendum I ) 6 of 10 City Project No. 102527 00 42 43 BID PROPOSAL Page 7 of 10 384 '3304.0038 Cleaning - Mechanical >=48" and <= 72" 330450 LF 100 $ 650.00 $ 65,000.00 385 3304.0036 Cleaning - Hydraulic >=78" 330450 LF 1000 $ 90.00 5 90,000.00 386 3304.0037 Cleaning -High-Veloclty>=78" 330450 LF 100 $ 750.00 S 75,000.00 387 3304.0038 Cleaning - Mechanical >=78" 330450 LF 100 $ 750.00 $ 75,000.00 388 3341.0039 Point repair <=36" and Depth <=Bit 33 41 10 LF 100 $ 1,200.00 5 120,000.00 f 389 3341.0040 Point repair <=36" and Depth >8ft 3341 10 LF 101 $ 2,000.00 5 202,000.00 390 3341.0041 Point repair >36" and <=60" and Depth <=8ft 3341 10 LF 102 $ 2,000.00 5 204,000.00 391 3341.0042 Point repair>36" and <=60" and Depth >8ft 3341 10 LF 103 $ 3,000.00 S 309,000.00 392 3341.0043 Point repair>60" and Depth <=Bft 334110 LF 104 $ 3,000.00 S 312,000.00 j 393 3341.0044 Point repair>60" and Depth>Bit 334110 LF 105 $ 4,000.00 $ 420,000.00 394 3339.1001 4' Manhole 33 39 20 EA 2 $ 16,900.00 $ 33,800.00 395 3339.1003 4' Extra Depth Manhole 33 39 20 VF 10 $ 591.50 $ 5,915.00 396 3339.1101 5' Manhole 33 39 20 EA 2 $ 22, 100.00 S 44,200.00 397 3339.1103 5' Extra Depth Manhole 33 3920 VF 10 $ 630.50 5 6.1m.00 398 3349.0001 4' Storm Junction Box 3349 10 EA 2 $ 10,500.00 S 21,000.00 399 3349.0002 5' Storm Junction Box 3349 10 EA 2 1 $ 12,500.00 S 25,000.001 400 3349.0003 6' Storm Junction Box 3349 10 EA 2 I $ 15,000.00 $ 30,000,001 401 3301.0101 Manhole Vacuum Testing 330130 EA 2 $ 1,300.00 $ 2,600.00 402 3301.0013 Condition Assessment CCTV Inspection of Storm Drain 330132 LF So0 $ 35.00 5 17,500.00 403 3331.0051 Infiltration Control - pounds of chemical grouting material used 33 31 25 LB 50 $ 150.00 $ 7,500.00 404 3331.0052 Treatment of exposed rebar, cleaning and preparation 33 31 25 EA 10 $ 975.00 5 9,750.00 ` 405 3331.0053 Invert repair and patching 333125 CY 25 $ 1,924.00 S 48,100.00 406 3331.0054 Treatment of exposed rebar,gallons of Rust Inhibiting Coating used 333125 GA 5 $ 100.00 5 500.00 407 13332.0055 10" Lateral and connecting pipe reinstatement 333150 EA 2 $ 3,000.00 S 6,000.00 408 3331.0056 12" Lateral and connecting pipe reinstatement 33 3150 EA I 2 I $ 3,250.00 5 6,500.00 409 3331.0057 15" Lateral and connecting pipe reinstatement 33 31 5D FA 2 $ 3,500.00 $ 7,000.00 1 410 I3331.0058 18" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 4,000.00 5 8,000.00 411 21" Lateral and connecting pipe reinstatement 33 3150 EA 2 j $ 4,500.00 $ 9,000.00 412 13331.0059 3331.0060 24" Lateral and connecting pipe reinstatement 333150 EA 2 I $ 5,000.00 5 10,000.00 413 3331.0061 27" Lateral and connecting pipe reinstatement 3331 50 EA 2 $ 5,500.00 5 11,000.00 414 30" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 6,000.00 5 12,000.00 415 3331.0063 Secondary corrosion protection 33 31 25 GA I 5 i` $ 100.00 S 500.00 416 13331.0062 0380.0064 Modifications to Existing Concrete Structures 038000 EA 5 $ 3,000.00 $ 15,000.00 417 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 320117 SY 50 I$ 400.00 ` 5 20,Oo0.00j[ 1 418 13202.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 32 01 17 SY 50 I$ 450.00 I5 12,So0. 419 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 320117 SY 1 So $ 450.00 S 22,500.00 If 420 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY 50 $ 400.00 I $ 20,000.001 421 3201.0616 Con: Pvmt Repair, Arterial/Industrial 320129 SY So $ 450.00 $ 22,500.00 422 3471.0001 Traffic Control 34 7113 Mo 3 1 $ 20,000.00 $ 60,000.00 423 0135.0101 Railroad Coordination 013513 LS 1 $ 7,020.00 $ 7.020.001 424 3125.0101 SWPPP 21 acre 312500 LS 1 $ 9,750.00 $ 9,750.00 425 0170.0101 Specified Remobilltatlon 01 70 00 EA 1 $ 19,500.00 S 19,500.00 426 3110.0101 Site Clearing 311000 SY so $ 390.00 $ 19,500.00 427 3123.0202 Unclassified Excavation by Survey 312316 CY 15 $ 260.00 $ 3,900.00 428 3123.0104 Borrow by Survey 31 23 23 CY 15 $ 325.00 S 4,875.00 ' 429 3123.0105 Borrow by Delivery 31 23 23 CY 15 $ 325.00 5 4,875.00 430 3124.0102 Embankment by Survey 312400 CY IS $ 195.00 $ 2,925.00 it 431 3305.0110 Utility Markers 330526 EA 5 $ 520.00 $ 2,600.00 432 3305.0103 Exploratory Excavation of Existing Utilities 330530 EA 5 $ 520,00 S 2,600.00 BASE 81D - UNIT 8 - Non -Standard Items (for Unit 5) $ 2,929,815.00 UNIT 6 - Epoxy Lining 433 3331,0370 6" Epoxy Lining 3331 26 LF 250 No Bid No laid 434 3331.03718"Epoxy Lining 333126 LF 250 No Bid No Bid 435 3331.0372 10" Epoxy Lining 333126 LF 250 No Bid No Bid 111i 436 3331.03731Y'Epoxy Lining 333126 LF 250 No Bid No laid 437 3331.037415" Epoxy Lining 3331 26 LF 300 No [aid No laid 438 3331.0375 18" Epoxy Lining 3331 26 LF 900 No (aid No Bid f 439 3331.037621"Epoxy Lining 333126 LF 900 No Bid No Bid 11 440 3331.0377 24" Epoxy Lining 33 31 26 LF 2400 No [aid No [aid 441 3331.0378 27" Epoxy Lining 333126 LF Soo No [aid No (aid 442 3331.0379 30" Epoxy Lining 333126 LF 1200 No Bid No (aid 443 3331,0380 33" Epoxy Lining 33 3126 LF 300 No [aid No Bid 444 3331.0381 36" Epoxy Lining 3331 26 LF 1000 No laid No laid 445 3331.0382 42"Epoxy lining 333126 LF 700 No laid No laid 446 3331.0383 48" Epoxy Lining 33 31 26 LF 700 No laid No laid 447 3331.0384 54" Epoxy Lining 333126 LF 400 No laid No laid 448 3331.038560" Epoxy Lining 33 31 26 LF 300 No laid No laid 449 3331.0386 72" Epoxy lining 33 31 26 LF 250 No laid No Bid 450 3331.0387 84" Epoxy Lining 33 31 26 LF 250 No laid No laid 2023 -frencItless Storm Drain Rehabilitation Unit Price Constriction Contract (Addendum 1) 7 of 10 City Project No. 102527 00 42 43 BID PROPOSAL Page 8 of 10 451 3331.0388 96" Epoxy Lining 333126 LF 250 No Bid No Bid 452 3331.0389 120" Epoxy Lining 333126 LF 250 No Bid No Bid 453 3331.039011"x18" Arch Epoxy Lining 33 31 26 LF 250 No Bid No Bid 454 3331.0391 13.5"x22" Arch Epoxy Lining 33 31 26 LF 250 No Bid No Bid 455 3331.0392 15.5"x 26" Arch Epoxy Lining 33 31 26 LF 250 No Bid No Bid 456 3331.0393 18"x 28.5" Arch Epoxy Lining 33 31 26 LF 250 No Bid No Bid 457 3331.0394 22.S"x36.2S" Arch Epoxy Lining 33 31 26 LF 500 No Bid No Bid 458 3331.0395 26.6"x43.75" Arch Epoxy Lining 33 31 26 LF 250 No Bid No Bid 459 3331.039631.3"x51. 2" Arch Epoxy Lining 333126 LF 1200 No Bid No Bid 460 3331.039736"x58.5" Arch Epoxy Lining 333126 LF 250 No Bid No Bid 461 3331.039840"x65" Arch Epoxy Lining 3331 26 LF 1300 No Bid No Bid 462 3331.039945"x73" Arch Epoxy Lining 333126 LF 11Do No Bid No Bid 463 3331.040054"x88"Arch Epoxy lining 333126 LF 1400 No Bid No Bid j 464 3331-040162"x102" Arch Epoxy Lining 33 31 26 LF 1800 No Bid No Bid 465 3331.0402 72"x115" Arch Epoxy Lining 3331 26 LF 600 No Bid No Bid 466 3331.0403 77.25"x122" Arch Epoxy lining 33 3126 LF 1300 No Bid No Bid 467 3331.0404 87"x138" Arch Epoxy Lining 33 31 26 LF 250 No Bid No Bid 468 3331.0405 96"x154" Arch Epoxy Lining 333126 LF 250 No Bid No Bid 469 3331.0406 106"xl68.75" Arch Epoxy Lining 33 31 26 LF 250 No Bid No Bid 470 0170.0102 Work Order Mobilization (Mist Only) 01 70 00 EA 1 No Bid No Bid BASE BID - UNIT 6 - Epoxy Lining $ - UNIT 8 -Non-Standard Items (for Unit 6) 472 3304.D036 Cleaning - Hydraulic <=21" 330450 LF 1000 No Bid No Bid 472 1104.0017 Cleaning - High -Velocity <=21" 330450 LF IOU No Bid No Bid ` 473 3304.0038 Cleaning -Mechanical <=21" 330450 LF 100 No Bid No Bid 474 3304.0036 Cleaning - Hydraulic r_24" and <e 42" 330450 LF 1000 No Bid No Bid 475 3304.0037 Cleaning - High -Velocity >=24"and <=42" 330450 LF 100 No Bid No Bid 476 3304.0038 Cleaning - Mechanical >=24" and <= 42" 330450 LF 100 No Bid No Bid 477 3304.0036 Cleaning - Hydraulic >=48" and <= 72" 330450 LF 1000 No Bid No Bid 478 3304.0037 Cleaning - High -Velocity >=48" and <= 72" 33 04 50 LF 100 No Bid No Bid 479 3304.0038 Cleaning - Mechanical >=48" and <= 72" 330450 LF 100 No Bid No Bid 480 3304,0036 Cleaning - Hydraulic >=78" 330450 LF 1000 No Bid No Bid 481 3304.0037 Cleaning - High -Velocity >-78" 330450 LF 100 No Bid No Bid 482 3304.0038 Cleaning - Mechanical >=78" 330450 LF 100 No Bid No Bid 483 3341.0039 Point repair <=36" and Depth <=8ft 334110 LF 100 No Bid No Bid 484 3341.0040 Point repair <=36" and Depth >Bit 3341 10 LF 101 No Bid No Bid 485 3341.0041 Point repair>36" and <=60" and Depth <=8ft 3341 10 LF 102 No Bid No Bid 486 3341.004 2 Point repair >36" and <=60" and Depth >8ft 3341 10 LF 103 No Bid No Bid 487 3341.0043 Point repair >W' and Depth <=8ft 33 41 10 LF 104 No Bid No Bid 488 3341.0044 Point repair>60" and Depth>8ft 334110 LF 105 No Bid No Bid 489 3339.10014'Manhole 333920 EA 2 No Bid No Bid 490 3339,1003 4' Extra Depth Manhole 33 3920 VF 10 No Bid No Bid 491 3339,1101 5' Manhole 33 3920 EA 2 NO Bid No Bid 492 3339.1103 S' Extra Depth Manhole 33 3920 VF 10 No Bid No Bid 493 3349,0001 4'Storm Junction Box 3349 10 EA 2 No Bid No Bid 494 3349.0002 5' Storm Junction Box 33 49 10 EA 2 No Bid No Bid 495 3349.0003 6' Storm Junction Box 334910 EA 2 No Bid No Bid 496 3301.0101 Manhole Vacuum Testing 330130 EA 2 No Bid No Bid 497 3301.0013 Condition Assessment CCTV Inspection of Storm Drain 330132 LF 500 No Bid No Bid 498 3331.0051 Infiltration Control - pounds of chemical grouting material used 33 31 25 LB 50 No Bid No Bid 499 3331.0052 Treatment of exposed rebar, cleaning and preparation 333125 EA 10 No Bid No Bid 500 3331.0053 Invert repair and patching 33 31 25 CY 25 No Bid No Bid 501 3331.0054 Treatment of exposed rebar, gallonsof Rust Inhibiting Coatingused 3331 25 GA 5 No Bid No Bid 502 3331.0055 10" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 503 3331.0056 12" Lateral and connecting pipe reinstatement 333150 EA 2 No Bid No Bid 504 3331.0057 15" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 505 3331.0058 18" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 506 3332.0059 21" Lateral and connecting pipe reinstatement 33 31 50 I EA 2 No Bid No Bid j 507 3331.006024' Lateral and connecting pipe reinstatement 33 31 50 1 EA 2 No Bid No Bid 508 3331.0061 27" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 509 3331.0062 30" Lateral and connecting pipe reinstatement 333150 EA 2 No Bid No Bid 510 3331.0063 Secondary corrosion protection 333125 GA 5 No Bid No Bid 511 0380.0064 Modifications to Existing Concrete Structures 038000 EA 5 No Bid No Bid 512 3201.0201 Asphalt Pvmt Repalr Beyond Defined Width, Residential 320117 SY 50 No Bid No Bid 513 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 3201 17 SY 5o No Bid No Bid 514 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 3201 17 SY 50 No Bid No Bid 1 515 3201.0614 Conc Pvmt Repair, Residential 320129 SY 50 No Bid No Bid jI 516 3201.0616 Conc Pvmt Repair, Arterial/Industrial 320121 I SY 50 No Bid No Bid I 517 3471.0001 Traffic Control 347113 I Mo 3 No Bid No Bid 2023 Trenchless Storm Drain Rehabilitation Unit Price Construction Contract (Addendum 1) 801710 City Project No. 102527 00 42 43 BID PROPOSAL Page 9 of 10 518 0135.0101 Railroad Coordination 013513 L5 1 No Bid No Bid ! 519 3125.0101 SWPPP z 1 acre 312500 LS 1 No Bid No Bid 1 52D 0170.0101 Specified Remobllization 017000 EA 1 NO Bid No Bid 521 3110.0101 Site Clearing 311000 SY 5o No Bid No Bid 522 3123.0102 Unclassified Excavation by Survey 3123 16 CY 15 No Bid No Bid 523 3123.0104 Borrow by Survey 3123 23 CY 15 No Bid No Bid 524 3123.0105 Borrow by Delivery 3123 23 CY 15 No Bid No Bid 525 3124,0102 Embankment by Survey I 312400 I CY 15 No Bid No Bid 526 3305.0110 Utility Markers 330126 EA S No Bid No Bid 527 3305.0103 Exploratory Excavation of Existing Utilities I 3305 30 I EA 5 No Bid No Bid BASE BID - UNIT 8 - Non -Standard Items (for Unit 6) $ UNIT 7-Ceinen ItiousLining s24 33T3A44tii"-CwaraeiilloucL�I�ITFNRf�l4G11zFDAAI?fi01B1lJA-1 aa3i-a3 1.F �Q bag 334"444 A001iN DRM 4 4; a LF ago I.3! #^ GU 3341,44494W-Qfn""eaeL.inin 9F04"M0U&PAQ0KN0N44 asaa3 bF ab8 e b34 aaa3A4b+ia"CementLKeus,6Wfig1.T6M-R61AAU68AQP"D"4 as; a 14C 2" � $ baa 13a4,943ib=6emeatisiwusllging49MRSMQU90ACIP"04M4 93; 23 bF a00 � 63a aaa4saba Le"6emenlitieuebining 4TFsM R6MAURA A88&N"M 4 111.31 I F 900 $ 634 133-L949441"6ernemi6eas"n4ng49M"MAU69A88&N01,11614 as-; a L,F 900 bah 3331.046544=6ementitieasbieNtg LT&M RSMOU&D AA9tLP19LLM L ;a at 6F 3499 }- _ bab aaa4,9436aa=semenutLe,rsb►ningLTSM•RSMeuRUAa�AsuBUM-L aaaLa3 L,F 699 -^� 537 3331.0457 30" Cementitious Lining 33 31 27 LF 12DO $ 600.00 $ 720,000.00 538 3331.045833"Cementitious Lining 333127 LF 300 $ 600.00 $ 180,000.00 539 3331.0459 36" Cementitlous Lining 33 31 27 LF 1000 $ 600,00 $ 600,000.00 540 3331.0460 42" Cementitious Lining 33 31 27 LF 700 $ 336.00 $ 235,200.00 541 3331.0461 48" Cementitlous Lining 33 31 27 LF 700 $ 360.00 $ 252,000.00 S42 3331.046254" Cementitious Lining 333127 LF 400 $ 378.00 $ 151,200.00 543 3331.0463 60" Cementitious Lining 33 31 27 LF 300 $ 480.00 $ 144,000.00 544 3331.046472" Cementitious Lining 333127 LF 250 $ 576.00 $ 144,000.00 545 3331.046584" Cementitious Lining 33 31 27 LF 250 $ 756.00 $ 189,000.00 546 3331.0466 96" Cementitious Lining 33 31 27 LF 250 $ 864.00 $ 216,000.00 547 3331.0467120" Cementitious Lining 333127 LF 250 $ 1,200.00 $ 300,000.00 j b48 33a4.9468444tg-"Ase4 GemenIIAISW as a4133 bF I s "Q 22244444142 f-xaa-Acak-Cwnaetitiw Klawing•JTFA1 RFALQUiiA AAAIiNUIUA-3 aa-31-43 bF 3b9 "0 3334 9440 4,6 L,iolog 44A-RFi 40UF8 A889N4WA44 aaall a3 64Z a" bb4 a ►L:}3fL sa8 b" AecAGementitieus bifl:ng LT6M-A9MDU9Q WID6NDUM4 as 3i 13 6F 2se , 552 3331.0472 22.5"x36.25" Arch Cementitlous Lining 33 3127 LF 500 $ 600.00 $ 300,000.00 553 3331,0473 26.6"x43.75" Arch Cementitious Lining 3331 27 LF 250 $ 600.00 $ 150,000.00 554 3331.0474 31.3"x51.2" Arch Cementitlous Lining 33 3127 LF 1200 $ 336.00 $ 403,200.00 555 3331,0475 36"x58.5" Arch Cementitlous Lining 33 31 27 LF 250 $ 360.00 $ 90,000.00 556 3331.0476 40"x65" Arch Cementitious Lining 33 3127 LF 1300 $ 378.00 $ 491,400.001 557 3331.0477 45"03" Arch Cementitious Lining 33 31 27 LF 1100 $ 490.00 $ 528,000.00 558 3331.0478 54"x88" Arch Cementitious Lining 33 3127 LF 1400 $ 576.00 . $ 806,400.001 559 3331.0479 62"402" Arch Cementitlous Lining 33 3127 LF 1800 $ 756.00 $ 1,360,800.00 560 3331.0480 72"x115" Arch Cementitlous Lining 33 3127 LF 600 $ 864.00 $ 518,400.00� 561 3331.0481 77.25"x 122" Arch Cementitious Lining 3331 27 LF 1300 $ 996.25 5 1,295,125.00 562 3331.048287"438" Arch Cementitious Lining 333127 LF 250 $ 1,237.50 $ 309,375.001 563 3331.048396"x154" Arch Cementitious lining 333127 LF 250 $ 1,500.00 $ 375,000.001 564 3331.0484 106"x168.75" Arch Cementitious Lining 33 31 27 LF 2S0 $ 1,785.88 $ 446,468.751 565 0170.0102 Work Order Mobilization (Mist Only) 017000 EA 1 $ 45,000.00 $ 45,000,001 BASE BID -UNIT 7- Cementitlous Lining $ 10,250,568.75 UNIT 8 - Non -Standard Items (for Unit 7) 566 3304.0036 Cleaning - Hydraulic <=21" 33 04 50 LF 1000 $ 60.50 $ 60,500.00 Il 567 3304.0037 Cleaning - High -Velocity <=21" 33 04 50 I LF 100 $ 500.50 $ 50,050.00 568 3304.0038 Cleaning - Mechanical <=21" 33 04 50 LF 100 $ 500.50 $ 50,050.00 [_569 3364.0036Cleaning-Hydraulic>=24"and <=42" 330450 LF 1000 $ 65.00 $ 65,000.00 570 3304.0037 Cleaning - High -Velocity >=24" and <= 42" 33 04 50 LF 100 $ 550.00 $ 55,000.00 571 3304.0038 Cleaning - Mechanical>=24" and <= 4 Y' 33 04 50 LF 100 $ 550.00 $ 55,000.00 572 3304.0036 Cleaning - Hydraulic >=48" and <= 72" 330450 LF 1000 $ 75.00 $ 75,000.00 573 3304.0037 Cleaning - High-Veloelty >= 48" and <= 7 2" 330450 LF 100 $ 650.00 $ 65,000.00 574 3304.0038 Cleaning - Mechanical >=48" and <= 72" 330450 LF 100 $ 650.00 $ 65,000.00 575 3304.0036 Cleaning -Hydraulic >=78" 330450 LF 1000 $ 90.00 $ 90,000.00 576 3304.0037 Cleaning - High -Velocity >=78" 330450 LF 100 $ 750.00 $ 75,000.00 577 3304.0038 Cleaning - Mechanical >=78" 330450 LF 100 $ 750.00 $ 75.000.00 578 3341.0039 Point repair <=36"and Depth<=Bit 334110 LF 100 $ 1,200.00 5 120,000.00 579 3341.0040 Point repair <=36"and Depth>Blt I 334110 ! LF I 101 $ 2,000.00 $ 202,000.00 i 580 3341.0041 Point repair >36"and <=60"and Depth <=Bit 33 41 10 LF 102 $ 2,000.00 $ 204,000.00 581 3341.0042 Point repair >36"and <=60"and Depth>Bit 334110 LF 103 $ 3,000.00 $ 309,000.00 2023'I'renchless Slorm Drain Rehabilitation Unit Price Construction Contract (Addendum I ) 901,10 City Project No. 102527 00 42 43 BID PROPOSAL Page 10 or 10 582 3341.0043 Point repair >60" and Depth <=8ft 3341 10 LF 104 $ 3,000-00 5 312,000.00 583 3341.0044 Point repair >60" and Depth >8ft 3341 10 LF 105 $ 4,000.00 $ 420,000.00 584 3339.1001 4' Manhole 3339 20 EA 2 $ 16,900.00 $ 33,800 00 585 3339.1003 4' Extra Depth Manhole 333920 VF 10 $ 591.50 $ 5,915.00 586 3339.1101 5' Manhole 333920 EA 2 $ 22,100.00 5 44,200.00 587 3339.1103 5' Extra Depth Manhole 33 39 20 VF 10 $ 630.50 $ 6,305.00 588 3349.0001 4' Storm Junction Box 334910 EA 2 $ 10,500.00 5 21,000.00 589 3349.0002 5' Storm Junction Box 334910 EA 2 $ 12,500.00 $ 25,000.00 590 3349.0003 6' Storm Junction Box 33 49 10 EA 2 $ 15,000.00 $ 30,000.00 591 3301.0101 Manhole Vacuum Testing 330130 EA 2 $ 1,300.00 5 2,600.00 592 3301.0013 Conditlon Assessment CCrV Inspectlon of Storm Drain 3301 32 LF 500 $ 35.00 $ 17,S00.00 593 3331.0051 Infiltration Control - pounds of chemical grouting material used 33 31 25 LB 50 $ 150.00 5 7,500.00 594 3331.0052 Treatment of exposed rebar, cleaning and preparatlon 33 31 25 EA 10 $ 975.00 5 9,750.00 595 3331.0053Invert repalrand patching 33 31 25 CY 25 $ 1,924.00 $ 48,100.00 596 3331.0054 Treatment of exposed rebar, gallons of Rust Inhibiting Coating used 33 31 25 GA 5 $ 100.00 5 SOO= 597 3331,0055 10" Lateraland connecting pipe reinstatement 33 31 50 EA 2 $ 3,000.00 $ 6,000.00 598 3331.0056 12" Lateral and connecting pipe reinstatement 333150 EA 2 $ 3,250.00 $ 6,500.00 599 3331.005715" Lateral and connecting pipe reinstatement 33 31 SO EA 2 $ 3,500.00 5 7,000.00 600 3331.0058 18' Lateral and connecting pipe reinstatement 333150 EA 2 $ 4,000.00 5 8,000.00 601 3331.0059 21" Lateral and connecting pipe relnstatement 333150 EA 2 $ 4,500.00 5 9,000.00 602 3331.0060 24" lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 5,000.00 S 10,000.00 603 3331.0061 27' Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 5,500.00 $ 11,000.00 604 3331.0062 30" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 6,000.00 5 12,000.00 605 3331,0063 Secondary corrosion protectlon 333125 GA 5 $ 100.00 5 500.00 j 606 0390.0064 Modificatlons to Existing Concrete Structures 038000 EA S $ 3,000.00 $ IS,000.00 Ij 607 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 SY 50 $ 400.00 $ 20,000.00 ] 608 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 320117 SY 5o $ 450.00 5 22,500.00 609 3201.0203 Asphalt PvmtRepair Beyond Defined Width, Industrial 320117 SY 5o $ 450.00 5 22,500.00 610 3201.0614 Conc Pvmt Repair, Residential 320129 SY 5o $ 400.00 5 20,DDO.00 611 3201.0616 Conc Pvmt Repair, Arterial/Industrial 320129 SY 50 $ 450.00 5 22,500.00 612 3471.0001 Traffic Control 347113 MO 3 $ 20,000.00 5 60,000.00 613 0135.0101 Rallroad Coordination OS 3513 LS 1 $ 7,020.00 5 7,020.00 1 614 3125.0101 SWPPP t l acre 31 25 00 LS 1 $ 9,750.00 $ 9,750.00 615 0170.0101 Specified Remobilization 017000 EA 1 $ 19,500.00 $ 19,500.00 616 3110.0101 Site Clearing 311000 SY 50 $ 390.00 $ 19,500.00 ` 617 3123,0102 Unclassified Excavation by Survey 3123 16 CY 15 $ 260.00 $ 3,900.00 618 3123.0104 Borrow by Survey 31 23 23 CY 15 $ 325.00 S 4,87S.00 619 3123.0105 Borrow by Delivery 31 23 23 CY 15 $ 325.00 5 4,875.00 620 3124.0102 Embankment by Survey 312400 _ CY 15 $ 195.00 $ 2,925.00 621 3305.0110 Utility Markers 3305 26 EA 5 $ 520.00 5 2,600-00 1 622 3305.0103 Exploratory Excavation of Existing Utilities 330530 EA 5 $ 520.00 $ 2,600•00 1 BASE BID -UNIT8-Non-Standard Items (for Unit 7) $ 2,929,815.00] BASE BID SUMMARY TOTAL UNIT BIDS TOTAL BASE BID PER REHAB UNIT UNIT UNIT 1-7 UNIT 8 BASE BID - UNIT 1 - CIPP $ 20,687,937.50 5 2,929,815.00 $ 23,617,752.50 ]BASE BID - UNIT 2 - Sllp Lining $ - 5 • $ - 1BASE BID - UNIT 3 - Pipe Enlargement 5 5,269,000.00 $ 2,929,815.00 $ 8,198,815.00 ]BASE BID- UNIT - Spiral Wound Lining $ - ] 5 - $ - ]BASE BID - UNIT S - Geopolymer UnlnK 5 12,925,800.0 $ 2,929,815.00 $ 15,855,615.00 ]BASE BID - UNIT 6 - Epoxy Lining 5 ]BASE BID- UNIT 7 - Cementalous Lining $ 10,250,568.75 $ 2,929,815.00 $ 13,180,383.75 2023 Trenchl essSton» Drain Rchabili Cation Unit Price Construction Contract (Addendion I ) 1001,10 City Project No. 102527 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 0043 13 BID BOND Page 1 or 2 That we, Vortex Lining Systems, LLC , known as "Bidder" herein and Pennsylvania Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum offive percent(5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as 2023 Trenchless Storm Drain Rehabilitation, City Project No. 102527 NOW, THEREFORE, the condition of this obligation is such that if the City 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 City In accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 19th day of October , 2023. TT \ 0„ �'1r5e�s as%�71 U CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/302021 PRINCIPAL: Vortex Lining Systems, LLC BY: h�, Si§nature / ame and Title 1 00 41 00 Bid Proposal Workbook.xlsx 2023 Trenchless Storm Dialn Rehabililation City Project No. 102527 Witness as to Surety Attach Power of Attorney (Surety) for Attorney -in -Fact 00 43 13 BID BOND Page 2 of Address: 18150 Imoerial Vallev Drive Houston, TX 77060 SURETY: Pennsylvania Insurance Company BY: ' Ce ure ' Laura Kneitz, Attorney -In -Fact Name and Title Address: 10805 Old Mill Road Omaha, NE 88154 Telephone Number: (402) 827-3424 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH 0041 00 Bid Proposal Workbook.xlsx STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2023 Trenchless Storm Drain Rehabilitation Revised 913012021 City Project No. 102527 California Insurance Conipany ' Continental Indemnity Company • Illinois Insurance Company • Pennsylvania Insurance Company 10805 Old krill Road • Omaha. ,Nebraska 68154 POWER OF ATTORNEY NO. LOCH0001 0323 KNOW AI.i. MEN BY 'THESE PRESENTS: That the California lnsurancc Company, duly organized and existing raider the lat\softile Slate of California and having its principal office in the County of San Matco, California, and Continental Indemnity Company, Illinois Insurance Company and Pennsylvania lnsurancc Company, corporations duly organized and existing tinder the laws of the State of New Mexico and having their principal office in the County of Santa Fe, New Mexico does herby nom inatc, constiuuc and appoint: Aaron P. Clark, Robert F. Bobo, Timothy F. Kelly, Teresa D. Kelly, Rachel Richardson. LouraKneitz, Florence McClellan, Craig C Payne Its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver 1'or and on its behalf as surely, and its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship (NOT INCLUDING bonds without a fixed penalty or financial guarantee) provided, however, that the penal stun of any one such insirunent executed hereunder shall not exceed the sum of: "Unlimited" This Power of Attorney is granted and is signed and scaled under and by the authority of the following Resolution adop led by the Board of Directors of California Insurance Company, Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company. "RESOLV ED. That the President. Senior Vice President, Vice President, Assisted Vice President, Secretary. Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any ofiiccr or attorney of the Company, qualifying the attorney or attorneys named in given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the California Insurance Company, Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company, all bond undertakings and contracts ofsuretyship, and to affix the corporate seal herclo." IN WITNESS WHEREOF. California Insurance Company, Continental Indemnity Company, Illinois Insurance Company and Pennsylvania insurance Company, has caused its oflicial seal to be hereunto affixed and these presents to be signed by its duly authorized officer the 1 Gth day of August 2023. STATE OF NEBRASKA COUNfY OF DOUGLAS SS: California Insurance Company, Continental Indemnity Company, Illinois Insurance C pnpany, Pennsylvania Insurance Company Jeffrey A. Silver, Secretary On this LGthdayol'August•A.D. 2023, before ntea Notary Public of dtc Sotc of Nebraska, inand for the Canty of Douglas, duly commissioned and qualified, cameTilE ABOVE OFFICER OF TiLE COMPANY, to me personally known to be the individual and olficer described in, and %%ho executed the preceding instrument, and Ix acknowledged the execution of the saute, and being by me duly swom, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrunent is tie Corporate Seal of said Company, and the said Corporate seal and his signature as ofliccr were dul affixed and subscribed to the said instnunctu by the authority and direction of the said corporation, and that Resolution adopted by the Board of Directors of said Cotttpany, referred to in the preceding instrument is now in force. IN TESTIMONY WIIEREOF, I have hcretmto set my hand, and affixed my Official Seal at the Cowry of Do 11?faf. the day and yc rr 1191 above wriuen. GENERAL NOTARY . State of Nebraska LINDA S. DAVIS (Noinry Public) My Comm. Eyp. September 1.202 1, the undersigned Officer of the Calil'omia InsuranceCompany, a California Corporation of Foster City, California, Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company, New Mexico Corporations of Santa Fe, New Mexico. do herby certify that the original POWER OF A'I-I'OltNEY of which the lixegoing is full, true and correct copy is still in full Force and effect and has not been revoked. IN WITNESS W I IEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the lgth day of October . 2023 Ju rcy A. Silver. Sacrclary. IMPORTANT NOTICE -TEXAS This bond has been issued by one of the North American Casualty Group insurance carriers listed below: Continental Indemnity Company Illinois Insurance Company Pennsylvania Insurance Company California Insurance Company To obtain information or make a complaint: You may call the insurance carrier's toll -free telephone number for information or to make a complaint at: (877)234.4420 Please send all notices of claim on this bond to: Applied Surety Underwriters - Surety Claims 10805 Old Mill Road Omaha, NE 68154 (877) 234-4420 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httr)://www.tdi.state.tx.us E-mail: ConsumerProtection(a)tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Applied Surety Underwriters first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. AS-10010-NAC (05-2022) 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 percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: Vortex Lining Systems, LLC END OF SECTION By: BJ Kerstiens f (Signature) Title' Regional Vice President Date: 10/18/2023 CITY Ole VOR'r WOR'll ( 00 4100 Bfd Pfopoaal Wofkbookxlex STANDARI) CONSTRUCTION tiPI'CIhIC:A'HON DOC'UKIEN'I-S 2023 Tleuchleae Slohn Dfaiu Rehabililalial Revised 9/30/2021 Cily Pfojecl No. 102527 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 004511-1 BIDDERS PREQUALIFICATIONS Pagel of 3 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised August 13, 2021 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 Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised August 13, 2021 0045 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 I d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised August 13, 2021 0046 12 PREQUALIFICATION STATEMENT Page 1 of I 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, I Major Work Type Contractor/Subcontractor Company Name CIPP Vortex Lining Systems, LLC Geopolymer Lining Vortex Lining Systems, LLC Cleaning/CCTV Madero Engineering Cementitous Vortex Lining Systems, LLC Prequalification Expiration Date 04/30/2024 04/30/2024 04/30/2023 04/30/2023 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed BIDDER: Vortex Lining Systems LLC 18150 Imperial Valley Dr., Houston, TX 77060 0 0 END OF SECTION By: BJ Kerstlens l` (Signal e.) Title- Regional Vice President Date: 10/18/2023 CITY OF FORT WORTH 00 41 00 Bid Proposal Workbook xlsx STANDARD CONSTRUCIION SPECIFICATION DOCUMENTS 2023 Trendiless Storm Drain Rehabilitation Revised 09/3012021 City Proled No 102527 June 13, 2023 Mr. Nathan Kennedy VORTEX Lining Systems, LLC 18150 Imperial Valley Drive Houston, TX 77060 PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS Dear Mr. Kennedy: Thank you for your submittal of information and data toward prequalification to perform our work. We are pleased to advise that your prequalification has been finalized. A bid limit $239,502,930.00 has been established for your organization based on the financial data submitted. Your firm is prequalified tc perform the following work: — Miscellaneous work restricted to Trenchless Rehabilitation (CIPP Installations) for SS no larger than 500 linear feet; up to 84-inch diameter The prequalification and bid limit established above will remain current through 4/30/2024 This date was established to be sixteen (16) months from the date of the most recent financial statement received unless rescinded for cause. Should you desire prequalification in the future beyond the aforementioned, submittal of updated financials, work experience, and equipment list will be necessary for this department to establish a new bid limit_ Please be advised that the plans and documents for the work to be performed must be submitted to and approved by the City of Fort Worth Water Department. e appreciate your interest in our work and should you have some question in this or other matters within our purview, please do not hesitate to contact Mr. John Kasavich at (817)392-8480 or Norma Sauceda at (817)392- 6055. Yours very trul MAIL TO: John Kasavich, P.E. e l Fort Worth ater Department (0j n0 5 Engineering & Regulatory Services .9� Chris Harder, RE 200 Texas Street Water Director Fort Worth, TX 76102 Fort Worth IaG�I WATER DEPARTMENT 1 THE CnY OF FORT WORTH * 200 TEXAS STREET * FORT WORTH, TEXAS, 76102 817-392-8240 * Fax 817-392-8195 Iwst•1493.2D11 r Printed on recycled piper 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 31 32 33 34 35 36 37 38 39 40 tN1 45 26 - I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 102527. Contractor further certifies that. pursuant to Texas I:abor Code, Section 406 096(b), as amended. it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Vortex Lining Systems Company 18150 Imperial Valley Drive Address Houston, TX 77060 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: BJ Kerstiens (Please Print) Signature: Title: SR RVP (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared BJ Kerstiens , known to me to be the person whose nanic is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Vortex Lininq Systems, LLC for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 28th October 2024. JORDAN R SULSAR Notary ID #135119496 My Commission Expires a`October 4, 2028 EN D OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 day of 2023 Trenchless Slorm Drain Rehahihtation City Project No 102527 004540-1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 5 APPLICATION OF POLICY 6 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 7 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 8 (M/WBEs). 10 POLICY STATEMENT 11 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 12 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 13 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 14 2020 (codified at: httos://codelibrarv.amleRal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to 15 this bid. 16 17 BUSINESS EQUITY PROJECT GOAL 18 The City's Business Equity goal on this project is 12% of the total bid value of the contract (Base bid 19 applies to Parks and Community Services). 20 21 METHODS TO COMPLY WITH THE GOAL 22 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 23 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 24 ordinance through one of the following methods: 1. Commercially useful services performed by a 25 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 26 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 27 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. 28 Prime contractor Waiver documentation. 29 30 SUBMITTAL OF REOUIRED DOCUMENTATION 31 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 32 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or 33 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City 34 business day after the bid opening date, exclusive of the bid opening date. 35 36 The Offeror must submit one or more of the following documents: 37 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 38 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 39 participation is less than stated goal, or no Business Equity participation is accomplished; 40 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 41 all subcontracting/supplier opportunities; or 42 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 43 Protege participation. 44 45 These forms can be found at: 46 Business Equity Utilization Form and Letter of Intent 47 httvs:Hapes.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/Business Eauitv Utilization 48 Form DVIN 2022 220324.Ddf 49 CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised October 27, 2021 004540-2 Business Equity Goal Page 2 of 2 1 Letter of Intent 2 httDs://anps.fortworthtexas.p-ov/ProiectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 3 2021.i)df 5 Business Equity Good Faith Effort Form 6 httt)s:Happs.fortworthtexas.pov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort 7 Form DVIN2022.odf 8 9 Business Equity Prime Contractor Waiver Form 10 httt)s:Happs.fortworthtexas.2ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 11 Waiver-220313.Ddf 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 Business Equity Joint Venture Form httDS:HaDDS.fortworthtexas.Eov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint Venture 220225.i)df FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUTY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact The Business Equity Division of the Department of Diversity and Inclusion at (817) 392-2674. END OF SECTION CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised October 27, 2021 005243-1 Agreement SECTION 00 52 43 Page 1 of 6 AGREEMENT THIS AGREEMENT, authorized on September 17. 2024. is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Vortex Lining Systems, LLC , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2023 Trenchless Storm Drain Rehabilitation Citv Proiect No. 102527 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Two Million Dollars ($2,000,000) Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance once all necessary construction work has been completed or funds expended, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One Thousand Dollars ($1,000.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. 4.3 Renewals This contract may be renewed up to 2 (two) additional terms, upon expiration of contract funds, under the same terms, conditions, and unit prices. In no event shall the contract's total time exceed five years from the initial Effective Date. CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised 8/22/2022 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 52 43 - 2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. OFFICIAL RECORD d. Letter of Final Acceptance. CITY SECRETARY FT. WORTH, TX Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to overate and be effective even if it is alleged or vroven that all or some of the damages being sought were caused, in whole or in Part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised 8/22/2022 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damaees beine souelit were caused, in whole or in part, by anv act, omission or negligence of the citv. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised 8/22/2022 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised 8/22/2022 00 52 43 - 5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised 8/22/2022 00 52 43 - 6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: By: Sig natCrre BJ Kerstiens (Printed Name) Regional Vice President Title 18150 Imperial Valley Drive Address Houston, Tx 77060 City/State/Zip October 28, 2024 Date City of Fort Worth By: Jesica McEachern Assistant City Manager 03/20/2025 Date a0F FORTad a° �o o9-10 �o Attest: ,&o oxd 'J % ..�� pPPa�pIl nEX4°p5oodd Jannette Goodall, City Secretary (Seal) M&C: 24-0792 Date: 09-17-2024 Form:1295 No.: 2024-1200411 Approved as to Form and Legality: 9995**-Y Douglas Black (Mar 18, 2025 20:29 CDT) Douglas W. Black Sr. Assistant City Attorney OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised 8/22/2022 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl 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. 2024-1200411 Vortex Lining Systems, LLC Houston, 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 08/13/2024 being filed. City of Forth 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. 102527 2023 Trenchless Storm Drain Rehabilitaiton. Repair and rehabilitation of various storm drain sizes throughout the city a Nature of interest Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Vortex Infrastructure Services, LLC Houston TX United States 5 Check only if there is NO Interested Party. El 6 LINSWORN DECLARATION My name is BJ Kerstiens and my date of birth is 08/18/1980 My address is 18150 Imperial Valley Drive Houston TX _ 77060 USA (street) (city) frtate) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct Executed in Harris County, State of Texas on the 1 3thday of August 20 24 (inonlh) (year) Signore of authonze5Xent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission wvvw. ethics. state. tx. us Version V4.1.0.48da5W CERTIFICATION (Vortex Lining Systems, LLC) Date: January 1, 2024 TO WHOM IT MAY CONCERN: I, the undersigned Secretary and General Counsel of Vortex Companies, LLC, a Delaware limited liability company, hereby certify as follows: • That Vortex Lining Systems, LLC was previously named Quadex Lining Systems, LLC, with such name change effective January 1, 2021; • That Vortex Lining Systems, LLC is a wholly -owned subsidiary of Vortex Infrastructure Services, LLC, which is a wholly -owned subsidiary of Vortex Companies, LLC; • That the following individuals are officers of Vortex Companies, LLC and Vortex Lining Systems, LLC, and are authorized signatories for Vortex Lining Systems, LLC, a Delaware limited liability company: Michael Vellano Chief Executive Officer Ryan Graham Chief Operating Officer B.J. Kerstiens Senior Vice President - Services Ross Cooke Regional Vice President, VLS Matthew Samford Chief Financial Officer Louis Gastin Assistant Secretary • That each of the foregoing officers is authorized to execute bid packages, contracts, subcontracts, purchase orders, change orders and all other contract documents on behalf of the Company and fully bind the Company. This Certification may be relied upon by third parties to confirm the authority of officers to act on behalf of the Company. VORTEX LINING SYSTEMS, LLC By: Vortex Infrastructure Services, LLC, its sole member By: Vortex Companies, LLC, its sole member By: Quin Breland, Secretary and Senior Vice President RIDER To be attached to and form a part of; Bond No. HSHNSU 0806584 Harco National Insurance Company Raleigh, NC 27609 Type of Bond: _ Payment& Performance Executed by Vortex Lininq Services. LLC , as Principal, and by Harco National Insurance Comoanv , as Surety, in favor of The City of Fort Worth. Texas _ and dated November 20, 2024 In consideration of the premium charged for the attached bond, it is hereby agreed to change Principal From: Vortex Lining Services, LLC To. Vortex Lininq Systems. LLC This rider is effective November 19. 2024 This rider is executed upon the express condition thatthe surety's liability under said bond shall not be cumulative and shall in no event exceed the amount specifically set forth in said bond or any existing certificate changing the amount of said bond. The referenced bond shall be subject to all its agreements, limitations and conditions except as herein expressly modified. Signed this 19th day of No -ember 2024 Vortex Lining Systems, LLC (Principal) By:/1� — Harco National Ins ur ceCbmpany By: Aaron P. C,)ark Rider Accepted By: City of Fort Worth, Texas (Obligee) , Attorney -in -Fact POWER OF ATTORNEY Bond # HSHNSU 0860584 4,OELlTi fkfG STATE OF NEW JERSEY STATE OF ILLINOIS o�PaRq� Sys County of Essex County of Cook SEAL m o l/ Kenneth Chapman 1yl • { Executive Vice President, Harco National insurance Company and International Fidelity Insurance Company HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COM ANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint TIMOTHY F. KELLY, AARON P. CLARK, TERESA D. KELLY, FLORENCE MCCLELLAN, CRAIG C. PAYNE, RACHEL RICHARDSON, LAURA KNEITZ, ROBERT F. BOBO Houston, TX their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such insirument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2023 �nsV9q SEAL ;o: 6 ,040 - a On this 31st day of December, 2023 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly swom, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, GPjFiY CRL ,'- New Jersey the day and year first above written. :U HOTAElY _ :r �•� m_ .� Nil If LIC : n Cathy Cruz a Notary Public of New Jersey My Commission Expires April 16, 2024 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Poorer of Attorney and affidavit, and the copy of the Sections of the By -Laws of sad Compar,tes as set forth in said Power of Attorney, with the originals on fife in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, November 19, 2024 A00717 Irene Martins, Assistant Secretary Bond No. HSHNSU 0860584 1 2 3 4 5 6 7 I SECTION 00 61 13 PERFORMANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § That we, Vortex Lininq Services, LLC 006113-1 PERFORMANCE BOND Page 1 of 2 KNOW ALL BY THESE PRESENTS: known as 9 "Principal" herein and Harco National Insurance Comoanv _ a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth a 12 municipal corporation created pursuant to the laws of Texas, known as `City' herein, in the penal 13 suin of, Two Million and 00/100 Dollars 14 ($ 2,000,000.00 ). lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. is WHEREAS, the Principal has entered into a certain written contract with the City 10 awarded the 17 day of September, 20 24 , which Contract is hereby referred to and 20 made apart hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 21 labor and other accessories defined by law. in the prosecution of the Work, including any Change 22 Orders, as provided for in said Contract designated as 2023 Trenchless Storm Drain 23 Rehabilitation, City Project Number 102527. 24 NOW, THEREFORE, the condition of this obligation is such that If the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect_ 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH 2023 TrffldLI =es Storm Drain RehatriliW ion STANDARD CONSTRUCTION SPECIFICATION DOCUMI•:NTS City Project No. 102527 Revised July 1.2011 N6113-2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 20th day of 6 November 2024 7 PRINCIPAL: 8 Vortex Linino Services. LLC 9 I IBY: 12 ign e 13 ATTEST: 14 MCITr Sa oow —Cab 16 (Princi al) Secretary Name and Title 17 18 Address: 18150 Imperial Vallev Dr. 19 /� Houston, TX 77060 201 22 ss �_ Principal 23 j � SURETY- 24 Haruo National Insurance Company 25 26 .'/ 27 BY: ( >iG 28 Signature 29 31 Laura Kneitz, Attomev-in-Fact 31 Name and Title 32 33 Address- 4200 Six Forks Road, Suite 1400 34 Raleigh, NC 27609 35 36 37 WA s as to Surety Tami Jones Telephone Number: 919-833-1600 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must he on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH 2O23 TrenchlessStoun Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised July 1. 2011 Bond No. HSHNSU 0860584 SECTION 00 6114 006114-1 PAYMENT BOND Page 1 of 2 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Vortex Lininq Services, LLC known as 9 "Principal" herein, and Harco National Insurance Company a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 In the penal sum of Two Million and 00/100 Dollars 14 ($ 2,000,000.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 17_day of September . 20 24 , which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein. to finish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated as 2023 Trenchless Storm Drain Rehabilitation, City Project 23 Number 102527. 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this lxmd shall be determined in 31 accordance with the provisions of said statute. 32 CITY OF FORT WOR TH 2O23 Trendless Stone Drain Relabil uhm STANDARD CONSTRUCTION SPECIFICAITON DOCUMINTS City Project No, 102527 Revised July 1. 2011 1 2 3 4 5 6 7 8 �l IU 11 12 006114-2 PAYMENT BOND Page 2 of 2 IN WITNESS W H REOF, the Principal and Surety have each SIGNED and SEALED this Instrument by duly authorized agents and officers on this the _20th day of _November . 20 24 . ATTEST: (Principally i i ;W� as fro nci ATTEST: (Surety) Secretary l f Witn ss as to Surety Tami Jones PRINCIPAL: Vortex Lininq Services, LLC ,__% h)arr Sain QoW— CF-0 Name and 'Title Address: 18150 Imperial Vallev or Houston, TX 77060 SURETY: Harco National Insuranm Cornpara BY: Signature Laura Kneitz, Attomey-in-Fact Name and Title Address: 4200 Six Forks Road, Suite 1400 Raleiqh, NC 27609 Telephone Number: 919-833-1600 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORTWORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised July 1, 2011 POWER OF ATTORNEY Bond # HSHNSU 0860584 Ty SG STATE OF NEW JERSEY STATE OF ILLINOIS Y�Y �oPPOiCounty of Essex r County of Cook o SEat T y 1904 h 6�1Hf �`�a Kenneth Chapman + PP__ Executive Vice President, Harco National Insurance Company and International Fidelity Insurance Company HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint TIMOTHY F. KELLY, AARON P. CLARK, TERESA D. KELLY, FLORENCE MCCLELLAN, CRAIG C. PAYNE, RACHEL RICHARDSON, LAURA KNEITZ, ROBERT F. BOBO Houston, TX their true and lawful attomey(s)-In-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all Intents and purposes, as if the same had been duly executed and acknowledged by their regularty elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELfTY INSURANCE COMPANY at a meeting duly held on the 13th day of December 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018_ RESOLVED that (1) the Chief Executive Officer President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective pourers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds• undertakings- re"nizances, contracts of indemnity and other written obligations In the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Aftomeys-in-fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by far -simile to any power of atfomey or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same forme and effect as 0iuuytt manually affixud ` IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2023 ��� Ns z ` SEAL o -0*. 19II1 1 �' .,`�6b�t t i ►t0`5*a�a On this 312t dny of December, 2023 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly swom, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies . 'WAY C IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. CO NOTAf Y q ••s` DIIB�IC y� %j�-,cam/�,,� 9DFNEy1 �``.� Cathy Cruz a Notary Public of New Jersey ............ n I lo. My Commission Expires April 16, 2024 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in tho home office of said companies, and that the same are correct transcripts thereof and of the whole of the said originals, and that the said Power of Attomey has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF I have hereunto3et my hand on this day, November 20, 2024 A00717 Irene Martins, Assistant Secretary Bond No. HSHNSU 0860584 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 SECTION 00 6119 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT § IH10I 19-1 MAINTENANCE BOND Page 1 of 3 KNOW ALL BY THESE PRESENTS: That we Vortex Lining Services, LLC , known as "Principal" herein and Harco National Insurance Company a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as `City" herein, in the sum of Two Million and 001100 Dollars ($ 2,000,000.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the 17_ day of September 20 24 which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 24 the "Work") as provided for in said contract and designated as 2023 Trenchless Storm Drain 25 Rehabilitation, City Project Number 102527; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and doling the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period_ CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No_ 102527 Revised July 1. 2011 006119-2 MAINTENANCE BOND Page 2 of 3 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactory to the City, then this obligation shall heroine null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and al I such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 W rth Division; and 15 16 PROVIDED FURTHER, that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 ow 20 CITY OF FORT WORTH 2O23 Trenr]dess Storm Drain Rehabilitation STANDARD CONSTRUCIION SPECIFICATION DOCUMEN75 City Project No. 102527 Revised July 1. 2011 006119-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 20th day nf 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 November 20 24 ATTEST: (Prinripal) Secretary r ATTr, (Sure<ecretaly Josh Wright W,iLt ' to Surety Tami Jones PRINCIPAL: Vortex Lining Services, LLC BY C�" ` Signat Maw Sa"q'iFoYd — CFD Name and Title Address: 18150 Imoeriat Vallev Dr. Houston, TX 77060 SIJRE'1Y- Harco National Insurance Comoanv BY: 1h �* signature Laura Kneitz..Attomev-in-F,act Name and Title Address: 4200 Six Forks Road. Suite 1400 Raleigh, NC 27609 Telephone Number: (919) 833-1600 *Note_ If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided_ The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTTI 2023 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPF.CIITCATTON nOCUMF,NTS City Project No. 102527 Revised July I, 2011 POWER OF ATTORNEY Bond # HSHNSU 0860584 Ty l STATE OF NEW JERSEY STATE OF ILLINOIS �p Q'Q9/^ I County of Essex / County of Cook o SEAL T 1904 fE�s 3` Kenneth Chapman !y� 4L f Executive Vice President, Harco National Insurance Company and International Fidelity Insurance Company HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint TIMOTHY F. KELLY, AARON P. CLARK, TERESA D. KELLY, FLORENCE MCCLELLAN, CRAIG C. PAYNE, RACHEL RICHARDSON, LAURA KNEITZ ROBERT F. BOBO Houston, TX their true and lawful attomey(s)-in-fact to execute, seal and deliver for and on Its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. 'RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of. Attom eys-in- Fact or agents with power and authority as defined or limited in their respective powers of attomey. and to execute on behalf of the Corporation and affix the Corporation's seal thereto. bonds, undertakings reoognlzances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of pint -control custodians, agents for acceptance of process, and Attomeys-in-fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by faisirnlle to any power of attomey or certficafion given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation to be valid and binding upon the Corporation with the same force and effect as diuuyli manually affixed.' IN WITNESS WHEREOF. HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents an this 31sl day of December 2023 stt #Q2��, :2 SEAL o =0 1994 y: J6'6•�1CIN0�`' a' On this 31st day of December. 2023 before me came the individual who executed the preceding instrument, to me personally known and, being by me duly swnm, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies, that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies_ '°jHY C 1N TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the Clty of Newark, New Jersey the day and year first above written. er / •6 yU�'_• NE ,OF ,,��`�� "" •,� Cathy Cruz a Notary Public of New Jersey �`` My Commission Expires April 16, 2024 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attomey and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attomey has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto sr t my hind —on this day, November 20, 2024 A00717 Irene Martins, Assistant Secretary Miscellaneous ;attachment: M529788 Master ID; 1494524. Certificate ID; 16403560 All policies (except Workers' Compensation/EL) include a blanket automatic additional insured [provision) that confers additional insured status to [lie certificate holder only if there is a written contract between the named insured and the certificate holder that requires the named insured to name the certificate holder as an additional insured. In the absence of such a contractual obligation on the part of the named insured, the certificate holder is not an additional insured under the policy. All policies include a blanket automatic waiver of subrogation endorsement [provision] that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. In the absence of such a contractual obligation on the part of the named insured, the waiver of subrogation feature does not apply. All policies (except Workers' Compensation/EL) contain a special endorsement with "Primary and Noncontributory" wording. All policies include a blanket notice of cancellation to certificate holders endorsement, providing for 30 days' advance notice if the policy is cancelled by the company other than for nonpayment of premium, 10 days' notice if the policy is cancelled for nonpayment of premium. Notice is sent to certificate holders with mailing addresses on file with the agent or the company. The endorsement does not provide for notice of cancellation if the named insured requests cancellation. Attachment Code: D541833 Master ID: 1494i24. Certificate ID: 16403560 VORTEX NAMED INSUREDS Vortex Intermediate, LLC Vortex Infrastructure Holdco, LLC Vortex Lining Systems, LLC Vortex Companies, LLC Vortex Infrastructure Services, LLC Vortex Lining Systems, LLC F/K/A Quadex Lining Systems, LLC Vortex Industrial Solutions, LLC Vortex Services, LLC F/K/A VacVision Environmental, LLC dba VacVision, LLC Excavating Services, LLC North American Pipeline Services, LLC Vortex Infrastructure Products, LLC Quadex, LLC Schwalm USA, LLC Vortex Companies International, LLC Vortex International US, Inc. FIKIA Quadex International US, Inc. Vortex Canada Inc. Fleer-Tech GmbH Vortex Technology Group, LLC CIPP Corp., LLC Vortex Geotechnical, LLC FORTWORTH lroo� CONTRACT FOR THE CONSTRUCTION OF 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 Mattie Parker David Cooke Mayor City Manager Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department 2023 ) 3 P. AIdz 65295 0 OA�-�e- '�It� By: Neel -Schaffer, Inc. III NEEL SCHAFFER Solutions you p Texas Reg. No. F-2697 FORT WORTH City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Proposers 07/19/2021 0021 13 Instructions to Proposers 11/02/2021 0035 13 Conflict of Interest Statement 02/24/2020 0041 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 09/30/2021 0043 13 Bid Bond 09/30/2021 00 43 37 Vendor Compliance to State Law Nonresident Bidder 09/30/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 08/22/2022 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 00 73 00 Supplementary Conditions 03/09/2020 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 3216 Construction Schedule 08/13/2021 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 4523 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 6000 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 7000 Mobilization and Remobilization 11/22/2016 01 7123 Construction Staking and Survey 02/14/2018 01 7423 Cleaning 07/01/2011 01 7719 Closeout Requirements 03/22/2021 01 7823 Operation and Maintenance Data 12/20/2012 01 7839 Project Record Documents 07/01/2011 CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents 33 31 12 Cured in Place Pipe (CIPP) 33 3122 Slip Lining 33 3123 Pipe Enlargement 33 3124 Spiral Wound Lining 33 3125 Geopolymer Lining 33 3126 Epoxy Lining 33 3127 Cementitious Lining Division 02 - Existing Conditions 02 41 3 tied 02 41 14 �T 92 41 }-5 PaYi� Division 03 - Concrete 1 43-30-00 Ci V. La nee -Come E,. .Fli flg ('.-., er-ete C4,-.,. tufes Division 26 - Electrical 26-9509 men Wer-k l es €o Eleetfieal '605 19 -03-33 vsiems 2-6-05 43 Division 31- Earthwork 91 29i7 Bey ,moo €*bankments 3425 09 &esiofraed-Sediment Gemmel 91-96-90 Gabiens 3i 37 go Ripfap Division 32 - Exterior Improvements 32 1129 Lime T-F-eated—gase-E9 S2S l'in Ee„, end -Base -Ceases Asphalt Paving 32 i3 G re fe•1e Sidewalks, rfiyewa) c-and Brrri2f Ffee Ramps Date Modified CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 73 Co erete D.,. .4 Paving oivcnnlnr,4c, 32 14 1�16 -Brut Uni:-Peving 2'12 16 1 r Gef e..ete C=ufb ,.n.1 Gt 44es-...,n.1 Valley n..4+e.-s 3234 43 Chain Feees-and-Gates 3231 26 Wire Feneand des 323129 Woododreneess; Rates 32 3i-13 Gast i nl ee Genefete Retaining Tx7.,ll., 3291 49 Topsoil Dlaeef a„4 e,,_d Finishing efD,.,-L., ays a--.j Sodding 3-2-93-43 Tfees-aid-Skatbs Division 33 - Utilities L3-3-04-38 S ,,we Effi M . 0 z T iW.ng 13-3-04-34- Glesed-rffttit Television \CC-r-V) z spe ,. t;e 44A3-1-9' gyp1.m.L PLa�`'PT—)`i ofE*istifig QeweF Systems '3'3^04"4'e Tout Bending and L'1eetf e..1 Ts..1..4;ef 3-3-94-44- EeffE) -Cei4r-Al effs L39-404.4.2' Niag ,esiff , yA nade G +hod a D,.ete do ,�, Syste 33-94-38' Tempefa fy Watef CeM.,ees 43-94-48 :Yb fit: l A eee,.•1anee Testing efW 4e. Mains GleaningofSewer-Mains _33-94-50 33 05 i o T T444-y T«enel. Exe..y 4; aq �y%- 23 05 42 W t w TJ'.Y� T qwer-ing 22 0G 13 77�7TJ T: G dam` Rings C 4 T.-,.,-. 'LIIIIe+�j ���LeT� let'I„I .��'GG e- Cast ken �� 22 e ,,,,„„,,�l ] ♦l wes to �3de I Ce„e..ete W 4e f V. ORS 22�T 33 05 -20 2 3 Q G 21 22�2 I lie.-...«ete CA- I Auger- I iut:Y1w! lhne1`-PlMe ---a Pipe I Steel Gasi g - -r �33 33-05-244 I Msta 1..4;e,. of Ca e,. Pipe in Casing T.,..,.el T i __ n1 ,4e 33-8-5-Z'l7 ff of I T 744ky A a&e«s /T @e 4e..n '33 8� 39 T e, ation f-E*isti Utilities '33--83 14elt"ems; aod-Gaskets '33-4-�--I-9 Tloetile T,.e Nee .3 ! 1 1 ! I - k3-3-44-2 Pebwiti . CLitefide (PVC-) Des:FrcPip e '33-A Eener-ete-PTes��re-Pipe, Wmpped,,^Steel Cylinder— Type -Baf 3-3-4444 I 13,if;ed Steel Pipe and F:i# pgs 33-4-2--48 Watei:-Seses 4-ls�i to �-sI 33-43- 33443.3A t4esi4ient-Seated-Gate Vave 334 1 I Axxlxx7A Dabber Qee4ed a„44e«fly Valves �33-43-3-5 tx-'»ir2 3-3-4-2-30 I Gembin 4io A .r Valve Assemblies Mies F F 120ta .le VA 4e.- S V 4e.v.r L'33-1-2-49 CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 33-4-2-58 3AWer- Sample Siatious 33-1-2b8 St lAssembly 33-344-2 £uEed-in Plaiic Pipe 334- S 33-34-- p b,. G" (P IG) ity eweF Pipe 334� Relyviwj+Ghler-ide (P3,16) Clesed-Pr-efile Gr-avi y-Satiitavf Sewe I p4pe 33-33-1- 33-3'1--23 vita:; St,�.iz No.- Efil ,rgef.-.a..+ 33-34- L 33-3#48 East-ip44aee-Cenefete les i 33-3.9--2A Wee-aSt Geierete-Maliheles 34-39-39 Fiber-glaic Nlzu\kc�W- 33-39-68 Epoxy ln�er-s-fl- k4air"j + 33-44--18 nem€e=eed Eeiie;=ete S z\-m Sc,vi P -*Qil 33-44- ... Pratiff 33-41-1i n ein , eed n..b,ethyla a ,(SRP ) Pip 33-44- 33-46-00 Sabdmmage j 33-46-84 Sletted Stem+-Ds 33-46-83 Tr-pnyh mains 33-49-45 CdNt ir. -'Use-Maa "unetion Rexes 33-44-N C-utb-afid :1 ;, MI'ats 33-49-48 Division 34 - Transportation 3444-4-9 , . 3444-40,$4 Aftael e -A—EefAr-ellePGabieet 3444-48 93 Aftaehmenk. B Controller Specification 34-44-4.0:93 itt^ GcQoftwaffeSpeeifieatian 34-44-44 -34--4-1-4-3 Removing 3444-4-5 3444--16 Pedestrian Hybrid Signa 3444-28 Ra"-ria, 1112winsti 3444-24.04- 34-442A:83 wvy s"ia3a as 34-44-24.&3 vatic) LED Il: 3444-30 Aluminum Sigffi 34-74-43 Tr-a€fie GefAfel Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httD:Hfortworthtexas.gov/tDw/contractors/ or h ttps : Ha Dp s. fo rtwo rthtexas. gov/P ro i ectRes o u rc es/ CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 0334 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 50 Communications Multi -Duct Conduit Division 31 - Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 32 1137 Liquid Treated Soil Stabilizer 3212 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 3214 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 3232 13 Cast -in -Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 32 92 13 Sodding Last Revised 03/11/2022 12/20/2012 02/02/2016 03/11/2022 12/20/2012 12/20/2012 12/20/2012 03/11/2022 12/20/2012 12/20/2012 07/01/2011 02/26/2016 03/22/2021 O1/28/2013 O1/28/2013 O1/28/2013 04/29/2021 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 06/10/2022 08/21/2015 12/20/2012 12/20/2012 06/ 10/2022 12/09/2022 12/20/2012 12/20/2012 12/09/2022 06/ 10/2022 11 /04/2013 12/20/2012 12/20/2012 12/20/2012 06/05/2018 03/11/2022 05/13/2021 CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 32 92 14 Non -Native Seeding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 3301 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 33 01 32 Closed Circuit Television (CCTV) Inspection — Storm Drain 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 3304 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Pipes 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 3305 13 Frame, Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 1210 Water Services 1-inch to 2-inch 33 1211 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber -Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 1250 Water Sample Stations 33 1260 Standard Blow -off Valve Assembly 33 31 13 Gur-e,1 i pi ftee Pipe (CIDU\ 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer 33 31 21 Pipe 39 3 i 22 safli4aff sewa fir* :iniT. g 05/13/2021 12/20/2012 09/07/2018 03/11/2022 03/ 11 /2022 12/20/2012 12/20/2012 12/20/2012 12/20/2012 07/01/2011 02/06/2013 03/ 11 /2022 04/02/2021 12/20/2012 09/09/2022 03/ 11 /2022 12/20/2012 03/ 11 /2022 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/09/2022 12/20/2012 12/20/2012 12/20/2012 12/09/2022 09/20/2017 09/09/2022 12/20/2012 12/20/2012 02/ 14/2017 12/20/2012 05/06/2015 04/23/2019 02/06/2013 12/20/2012 01/03/2014 12/20/2012 06/ 1 9/2l01113 Q1'i0, 12/20/2012 04/23/2019 09/09/2022 12/20/2012 42,90, 44-2 CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised December 9, 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 -33 Sftfi#&-y4"ICY P;p* E*kWgeRwH� 42,90,8 3331 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 3331 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 3339 10 Cast -in -Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 3341 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 3341 12 Reinforced Polyethylene (SRPE) Pipe 11/13/2015 3341 13 Polypropylene Pipe for Storm Drain 06/10/2022 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 03/11/2022 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 3441 10 Traffic Signals 03/11/2022 3441 10.01 Attachment A — Controller Cabinet 12/18/2015 3441 10.02 Attachment B — Controller Specification 02/2012 3441 10.03 Attachment C — Software Specification 01/2012 3441 11 Temporary Traffic Signals 11/22/2013 3441 13 Removing Traffic Signals 03/11/2022 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 3441 50 Single -Mode Fiber Optic Cable 02/26/2016 3471 13 Traffic Control 03/22/2021 Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised December 9, 2022 City of Fort Worth, Texas Mayor and Council Communication DATE: 09/17/24 M&C FILE NUMBER: LOG NAME: 20SWM CITYWIDE STORM DRAIN REHAB TRENCHLESS CONSTRUCTION SUBJECT (ALL) Authorize Execution of a Contract with PM Construction & Rehab, LLC and Vortex Lining Systems, LLC, Each in an Amount Up to $2,000,000.00, for the Citywide Storm Drain Rehab Project with the Option to Renew Each Contract Up to Two Times Under the Same Terms, Conditions and Unit Prices Provided Sufficient Funding has been Appropriated RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with PM Construction & Rehab, LLC in an amount up to $2,000,000.00, for the Citywide Storm Drain Rehab project, with the option to renew the contract up to two times under the same terms, conditions, and unit prices provided sufficient funding has been appropriated; and 2. Authorize execution of a contract with Vortex Lining Systems, LLC in an amount up to $2,000,000.00, for the Citywide Storm Drain Rehab project, with the option to renew the contract up to two times under the same terms, conditions, and unit prices provided sufficient funding has been appropriated. DISCUSSION: Approval of this Mayor and Council Communication (M&C) will authorize execution of two contracts for the rehabilitation and/or improvement of existing City of Fort Worth (City) drainage infrastructure on an on -call basis. The Stormwater Division's Storm Drain Rehabilitation Program identifies and prioritizes the pipe systems for rehabilitation before potential collapse and/or sinkholes form. These contracts will be used to rehabilitate high -priority locations. Work on individual locations will be authorized by work orders. The cost of each work order will be based on the unit prices bid by the contractors for the work items in the solicitation. The maximum cumulative amount of all work orders for these contracts will be $2,000,000.00 each. Additionally, funding for contingencies, construction management, surveying, inspection, and material testing is required for each in the amount of $282,000.00 The bid amounts cited in the solicitation were based on hypothetical quantities for the purpose of establishing unit prices for each work item. Payment for each work order will be made based on actual measured quantities at those bid prices. Funding will be verified individually for each work order prior to its execution. The initial term of the contracts will be until work is completed, funds are expended, or the expiration of five years, whichever occurs first. The contracts may be renewed up to two times each under the same terms, conditions, and unit prices, at the City's discretion. The project was advertised for bid in the Fort Worth Star -Telegram on September 21, 2023 and September 28, 2023. On October 19, 2023 two proposals were received. The proposals were reviewed by an evaluation committee consisting of design consultant and City Staff/Staff Augmentation from the TPW/Capital Delivery Division. The bids from PM Construction & Rehab, LLC, and Vortex Lining Systems, LLC, were found to be reasonable and responsive. PM Construction & Rehab, LLC submitted proposals for cured -in -place -pipe (CIPP) and geopolymer lining. Vortex Lining Systems, LLC submitted proposals for CIPP, pipe enlargement, geopolymer lining, and cementitious lining. PM Construction & Rehab, LLC Unit Proposal Amount Unit 1: CIPP + Unit 8: Non -Standard Items 1 $21,352,750.00 Unit 5: Geopolymer Lining + Unit 8: Non -Standard Items $15,125,700.00 Vortex Lining Systems, LLC Unit Unit 1: CIPP + Unit 8: Non -Standard Items Unit 3: Pipe Enlargement + Unit 8: Non -Standard Items Unit 5: Geopolymer Lining + Unit 8: Non -Standard Items Proposal Amount $23,617,761.50 $8,198,815.00 $15,855,615.00 Unit 7: Cementitious Lining + Unit 8: Non -Standard Items $13,180,385.00 Project Cost Description Amount PM Construction & Rehab, LLC $2,000,000.00 Vortex Lining Systems, LLC $2,000,000.00 Contingencies, Construction Management, Surveying, Inspection, and Material Testing 1 $564,000.00 Total Project Budget $4,664,000.00 These projects will have no impact on the sponsoring department's Operations Budget. These task order contracts will serve current and future capital projects as -needed, and a funds availability verification will be performed by Transportation & Public Works Contract Compliance Managers prior to task order assignment. Business Equity places a 12% business equity goal on this project. PM Construction & Rehab, LLC, is committing to 1 % MWBE participation. Good Faith Effort (GFE) with supporting documentation was submitted, which is in accordance with the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Opportunity Division. Business Equity places a 12% business equity goal on this solicitation/contract. Vortex Lining Systems, LLC, has agreed/committed to utilize 12% business equity subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Opportunity Division. The City's Business Equity goal on this project is 12%. The project is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Stormwater Capital Projects, Stormwater Rev Bonds 2020 and Drainage Rev Bonds Series 2023 Funds for future identified task order projects related to the Stormdrain Pipe Rehab and SW Hazardous Rd Overtopping programmable projects to support the approval of the above recommendations and execution of the contracts. Prior to any expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Jesica McEachern 5804 Oriainatina Business Unit Head: Lauren Prieur 6035 Additional Information Contact: Linda Young 2485 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 To the Specifications and Contract Documents For 2023 TRENCHLESS STORM DRAIN REHABILITATION City Project No. 102527 Unit I — CIPP Unit 2 — Slip Lining Unit 3 — Pipe Enlargement Unit 4 — Spiral Wound Lining Unit 5 — Geopolymer Lining Unit 6 — Epoxy Lining Unit 7 — Cementitious Lining Addendum No. 1 Issued: October 13, 2023 Bid Opening Date: October 19, 2023 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and acknowledge receipt in the Bid Form and on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for 2023 Trenchless Storm Drain Rehabilitation are hereby revised by Addendum No. 1 as follows: The Specifications are amended as follows: 1. Replace SECTION 00 00 00, TABLE OF CONTENTS, with SECTION 00 00 00 attached. 2. Replace SECTION 00 1113, INVITATION TO PROPOSERS with SECTION 00 1113 attached. 3. Replace SECTION 00 4100, BID FORM, with SECTION 00 4100 attached. 4. Replace SECTION 00 42 43, PROPOSAL FORM, with SECTION 00 42 43 attached. Several pay items have been removed. 5. Remove SECTION 00 45 11, BIDDERS PREQUALIFICATIONS 6. Remove SECTION 00 45 12, PREQUALIFICATION STATEMENT 7. Remove SECTION 00 45 13, PREQUALIFICATION APPLICATION II. No Construction Drawings were ever a part of this bid. III. Pre -Bid Meeting — Q & A attached. A-1 ADDENDUM 1 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 This Addendum No. 1, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations: (1) In the space provided in Section 00 4100, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED & ACKNOWLEDGE ADDENDUM NO. 1" Include a signed copy of Addendum No. 1 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Bv: BJ Kerstiens Comoanv: Vortex Lining Systems, LLC A-2 Lauren Prieur, P.E. DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Mike Bennett, P.E., PMP Project Manager ADDENDUM 1 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 2023 Trenchless Storm Drain Rehabilitation Pre -Bid Meeting October 9, 2023 —10:30 a.m. CST Attendees: Dillon Johns - City Narges Lahijanian - City Christiana - City Rick Simpson Diana Keller Oluwaseun C. Llugbusi (or liugbusi) Ted Jones Justin Mouton Dillon: 4 years ago City started Storm Drain Rehabilitation program. Identified needs. This contract will help City make these repairs. Projects can be anywhere from the downtown area to the edge of the City. Items included could be severely cracked and deformed pipes, utility intrusions, etc. The goal is that trenchless repairs are used to avoid surface disturbance. - 5 years, up to $2M, with possibly up to 2 renewals for a total possible contract of $6M - Projects done on a work order basis - Unit 8 items are different in that they are for general repair. Examples could be open cut pipes repairs or pipe cleaning, etc. - For any work order the MWBE goal is 12% Thursday, October 12, 2023, 5 p.m., is the last day for taking questions, and the Addendum will be issued on Friday, October 13, 2023. Pre -Bid Questions/Comments: 1) Is the Scope, Schedule & Budget on a per Work Order Basis? Yes 2) For the 5% of Maximum bid price Bid Bond, how will you accept that (i.e., cashier's check or Bid Bond)? BID BOND ONLY 3) Remove Jim Amick's name from the Inquiries in Section 00 1113, Invitation to Proposers regarding this project, as he is unable to participate in this before the Bidding. ALL QUESTIONS SHOULD BE DIRECTED TO DILLON JOHNS. 4) A schedule will be requested from the contractor for each work order. That schedule will be entered in P6 by City staff. 5) Dillon noted final addendum will be issued Friday afternoon, & next Thursday will be the bid. Page 1 of 4 2023 Trenchless Storm Drain Rehabilitation (Addendum 1) City Project No. 102527 Post Pre -Bid Questions: 6) Does the owner / engineer have previous detailed bid tabs for the previous contract that they can share with the prospective bidders? To get the bid tabs for the last advertisement, you'll have to submit a freedom of information act request to the City. 7) Does the owner / engineer have previous detailed completed in place quantities for each pay item from the previous contract broken out per year? We don't have completed in place quantities for the previous contract. 8) Cementitious and Geopolymer pipe lining is not typically performed in pipes smaller than 36" because the small ID makes the application very difficult near impossible. Therefore, can the owner / engineer please remove these pay items from the bid? (347 & 348, 358-362, & 528-538, & 548-552)? Pay Items for Cementitious and Geopolymer Lining under 30" will be removed from the Proposal, but Pay Items for Cementitious and Geopolymer Lining 30" and above will be left in the Proposal. 9) Is it the owner's intent that the contractor will get paid per mobilization per work order, even though the end of the pay item says (Misc Only)? We pay a mobilization for each work order. We'll revisit the Misc Only part to see if we can clarify that. After reviewing, the decision is to leave as is. 10) The spec on page 216 mentions an "emergency mobilization" but there is not an "emergency mobilization" pay item. Can the owner / engineer please add an emergency mobilization pay item? It was decided not to include an emergency mobilization item. 11) Can you please confirm if prequalification with the City of Fort Worth is required for the geopolymer lining work type? The City of Fort Worth doesn't have pre -qualification for storm drain work. There is some required for water/sewer work, but this contract doesn't require it. We will remove Section 00 45 11, Section 00 45 12, and Section 00 45 13. 12) Page 27 of the spec states that a prequalification statement is required as an attachment to this bid. (Section 5, Item f.) This item has been addressed in Addendum 1. Page 2 of 4 2023 Trenchless Storm Drain Rehabilitation (Addendum 1) City Project No. 102527 13) Section 00 45 11 states that prequalification is required prior to submitting bids. Section 00 45 12 requires contractors identify prequalified entities which are intended to be used for the major work types (CIPP, Slip Lining, Pipe Enlargement, Spiral Wound Lining, and Geopolymer Lining). We would like to make absolute certain that the prequalification requirements set forth in section 00 45 11 do not apply to this contract. Can you please confirm? See Question 11 above. 14) CIPP Spec Section 33 3112 and Pipe Enlargement section 33 3123 are crossed out in the bid documents and not included in this solicitation. Will owner / engineer be releasing these specifications pertaining to this project? In the Table of Contents it states: "Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents" and include: 33 3112 Cured in Place Pipe (CIPP) 33 3122 Slip Lining 33 3123 Pipe Enlargement 33 3124 Spiral Wound Lining 33 3125 Geopolymer Lining 33 3126 Epoxy Lining 33 3127 Cementitious Lining 15) Are we safe to assume the pipe enlargement refers to pneumatic bursting and not static / hydraulic bursting? Pipe bursting is not limited to just pneumatic pipe bursting. 16) Since there is a dramatic difference in price for bursting various types of host pipes, are the contractors safe to assume our contract prices will NOT apply to any corrugated metal or iron pipe (ductile nor cast)? Do not assume there will not be any corrugated metal or iron pipe (ductile or cast) encountered. Bid accordingly. 17) Can the owner / engineer provide the bidders a current and updated list of potential MBE / WBE's that we can solicit for this project? Please refer to the City's Diversity & Inclusion/Business Equity web address below: httos://www.fortworthtexas.eov/departments/d iversity-inclusion/business-eauitv Additionally, a telephone number is provided in Spec. 00 45 40 Business Equity Goal. Page 3 of 4 2023 Trenchless Storm Drain Rehabilitation (Addendum 1) City Project No. 102527 18) Would the owner consider extending the bid due date one week to allow for extra time to receive MBE / WBE quotes? We do not propose to change the bid opening date. Page 4 of 4 2023 Trenchless Storm Drain Rehabilitation (Addendum 1) City Project No. 102527 0011 13 INVITATION TO PROPOSERS Page 1 of 2 SECTION 00 1113 INVITATION TO PROPOSERS RECEIPT OF PROPOSALS Sealed proposals for the construction of 2023 Trenchless Storm Drain Rehabilitation ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, October 19, 2023, as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Proposals will be accepted by: US Mail, Courier, FedEx or hand delivery at the address above; Proposals will be opened publicly and the names of the proposers will be read aloud along with any monetary proposals made at 2:00 PM CST in the City Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Storm drain rehabilitation (point repairs or full pipe segments) by one or more of the following methods: CIPP, Slip Lining, Pipe Enlargement, Spiral Wound Lining, Geopolymer Lining, Epoxy Lining, or Cementitious Lining. DOCUMENT EXAMINATION AND PROCUREMENTS The Proposal and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at htti3://www.fortworthtexas.2ov/i)urchasin2/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. The contractor is required to fill out and notarize the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httDS://www.ethics.state.tx.us/filinEinfo/1295/. EXPRESSION OF INTEREST To ensure potential proposers are kept up to date of any new information pertinent to this project, all interested parties are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/ PRE -PROPOSAL CONFERENCE — Web Conference A pre -proposal conference will be held as discussed in The Request for Competitive Sealed Proposals at the following date, and time via a web conferencing application: DATE: October 9, 2023 TIME: 10:30 a.m. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) City Project No. 102527 0011 13 INVITATION TO PROPOSERS Page 2 of 2 The presentation and any questions and answers provided at the pre -proposal conference will be issued as an Addendum to the call for proposals. Prospective proposers can e-mail questions or comments in accordance with Section 4 of the Instructions to Proposers referenced above to the project manager(s) at the e-mail addresses listed below. Emailed questions will suffice as "questions in writing." If necessary, Addenda will be issued pursuant to the Instructions to Proposers. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all proposals. AWARD City may award one or more unit price contracts to the Proposer(s) presenting the best value. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Dillon Johns, EIT, City of Fort Worth Email: Dillon.Johns@fortworthtexas.gov Phone: 817-392-7326 AND/OR Attn:��*Feel-;a€€ee Email: jit*amie�-& l a €wee Phone: 914-974-24-22 ADVERTISEMENT DATES September 21, 2023 September 28, 2023 END OF SECTION CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation (Addendum 1) City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page I of 9 REQUEST FOR COMPETITIVE SEALED PROPOSALS (RFP) CONSTRUCTION SERVICES FOR 2023 TRENCHLESS STORM DRAIN REHABILITATION, CPN 102527 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT STORMWATER DIVISION September 2023 I. PURPOSE AND OB 11 T1VFjJ City of Fort Worth (City) is requesting proposals for contractor agreements ("Agreement") for storm drain rehabilitation services for the City of Fort Worth Transportation and Public Works (TPW) Department's Stormwater Division. The successful proposer(s) will be those firms that provide the best value to TPW for these services. The Services Agreements will be non-exclusive and may be awarded to more than one proposer. Each Agreement will be in an amount up to $2,000,000.00 with a duration of 5 years, with up to two optional renewals, subject to subsequently appropriated funds, at the same prices as originally proposed. The successful proposers will be assigned specific work by written order ("Work Order") issued by the Stormwater Division. An overall MWBE goal will be included in the Agreement to be achieved through the Work Orders. PRE -PROPOSAL CONFERENCE: A PRE -PROPOSAL WEB CONFERENCE WILL BE HELD ON OCTOBER 9, 2023, AT 10:30 AM CST, via a web conferencing application. It is highly recommended that interested contractors attend. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. A complete submission will include the proposal with prices for storm drain rehabilitation services, demonstration of relevant experience, and primary team members. The City will only consider submissions that address each of these items, although the proposer is not required to provide a response to every type of rehabilitation technique requested herein. The purpose of this RFP is to establish unit pricing for services to be actually provided. � lI) N Eel I DIcV.1c 114 W DI1 Successful proposers shall follow the latest version of the City of Fort Worth Construction Specifications, General Conditions and contract documents, as provided herein, unless subsequently noted by the Project Manager or his/her designee on the Work Order. City of Fort Worth 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 2 of 9 ►1/ q 11 tf-oq lopti■ i �\ The contractor will be required to provide materials and services in accordance with the city's specifications, detail sheets, and technical data sheets. This RFP is to obtain pricing for storm drain rehabilitation (point repairs or full pipe segments) by one or more rehabilitation methods as defined herein with work to be conducted on a number of storm drains throughout the City on a Work Order basis. The materials installed and/or removed in this project include, but are not limited to, all components related to a specific rehabilitation method, and various Non -Standard Items that may be necessary for a specific Work Order such as connecting pipe reconnections (reinstatements), pipe cleaning, infiltration control, and other items. The contractor will be responsible for disposing of all debris including removed piping and appurtenances. i U I qJ 01a M ILVA 1 The volumes identified herein are estimated quantities. The City of Fort Worth does not guarantee any specific amount of work and shall not be held responsible for any deviation from the volumes. City of Fort Worth reserves the right to increase and/or decrease quantities during the term of the Agreement pursuant to state law. CI M M IMAJ11 04 W.1001 : A The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work will be identified in subsequent Work Orders. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. Outstanding right-of-way, easements, and/or permits to be acquired by the City will be obtained prior to the individual projects subject to a Work Order. In the event the necessary right-of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the Work Order if one has been issued. My.' 1 1 l►: I► 1 l► Additional considerations the successful proposer shall follow include: 1. ADVANCED NOTIFICATION TO RESIDENTS: The Contractor may be asked to distribute to all affected residents a standardized brochure, letter or postcard provided by the City Inspector, providing advance notification of the work to be performed in the area. City of Fort Worth 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 3 of 9 The City will advise the Contractor in advance of streets or areas requiring distribution of notification material. Residents shall be notified at least 72 hours prior to commencement of operations. The City, at its discretion, may furnish the Contractor with sample documentation deemed suitable for notification. 2. Contractor shall perform all work in compliance with all applicable Federal, State and local laws and regulations. 3. All equipment used while performing this contract shall be maintained in good operating condition and be appropriately licensed and inspected by the State of Texas. 4. If temporary "No Parking" signs are necessary to allow access to storm drain, lay down areas, or access pits, the Contractor shall post them as necessary. The Contractor shall remove all signs upon completion of work in that area. No Parking signs must be displayed for 48 hours prior to enforcement. 5. Any hazardous or dangerous work practice(s) being conducted as determined by the TPW Project Manager, or his/her designee, or TPW inspector, shall be immediately discontinued by the Contractor upon receipt of either written or verbal notice by the Project Manager, his/her designee, or TPW inspector to discontinue such practice(s). The Contractor is not required to perform any work which it considers dangerous and shall immediately notify the Project Manager of Public Works or his/her designee if such is the case. 6. All operations shall be accomplished in such a manner as to not damage trees, grass or other properties whether public or private. If damage occurs, Contractor shall perform necessary remedial corrective measures as required. The Contractor shall replace/restore the area to pre-existing standard or better. : 1mI;U 112 The storm drain rehabilitation methods included in this RFP are listed below, as is information regarding the substitute or "or -equal" items process. �.`y�17.�►1�17:��1►` 110/_�:j111Y1�VY[IJ►�UI�IY.�171�.� ■ Unit 1 — CIPP ■ Unit 2 - Slip Lining ■ Unit 3 - Pipe Enlargement ■ Unit 4 - Spiral Wound Lining ■ Unit 5 - Geopolymer Lining City of Fort Worth 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 4 of 9 ■ Unit 6 - Epoxy Lining ■ Unit 7 - Cementitious Lining These methods are further defined in the Technical Specifications. One or more of the methods above will be utilized to rehabilitate storm drains on a Work Order basis. A Work Order will be issued on the basis of specific materials and equipment described in the RFP Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Work Order that a "substitute" or "or -equal" item of material or equipment may be furnished or used by Contractor, the City reserves the right to approve or reject such proposed substitute. Contractor may make application for such substitute material or equipment concurrent or after issuance of a Work Order. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. The City will award contracts for rehabilitation methods at their discretion, and the contract will be awarded to the proposer(s) whose proposal(s) represents the "best value" for the City. The following factors will be considered: ■ Introductory Section Cover Letter MWBE Commitment - Pass/Fail ■ Cost of Service-30%; ■ Key Personnel-20%; ■ Relevant Experience of Company-50%; The City recognizes that additional qualified personnel may be added from time to time. Updates to show these additional qualifications may be requested prior to issuance of a Work Order. Note that submissions that do not meet the requirements outlined in this RFP may be deemed non- responsive by the City, eliminating the proposer from consideration. The City reserves the right to waive informalities and/or minor omissions and evaluate the proposal. Kll 1► City of Fort Worth 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 5 of 9 The proposal submittal requirements are as follows: Proposers shall submit all requests for additional information, clarification, or questions with respect to the project no later than 5 PM on October 12, 2023. TPW will respond by restating the request (without identifying the requestor) and providing a response via addendum to this RFP. The submission shall be submitted stapled but not otherwise bound on one-sided letter -sized (8- 1/2" x 11") pages, using minimum font size of 11 point, with margins (top, bottom, left and right) no smaller than 0.5 inches. The cover letter containing the information described in Section VI below should be the front page of the proposal. Page range is specified in Section VI for each section of the RFP and the Attachments. One executed original and five copies must be received in the Purchasing Office, addressed to: Purchasing Manager City of Fort Worth Purchasing Division Fort Worth Municipal Building (Lower Level) 200 Texas Street Fort Worth, Texas 76102 by 1:30 PM CST, October 19, 2023. Proposals will be publicly opened at 2:00 PM CST on October 19, 2023, and the names of the proposers will be read aloud along with any monetary proposals made. ':1'1 1► ► The city desires to obtain information regarding the proposer's experience/capabilities in providing the specific work categories. The Proposal should include the following information for each Rehabilitation method proposed on, organized as noted below, with allowable page length shown: A. Introductory Section (2 pages maximum) 1. Cover letter. The submittal should begin with a one -page letter of transmittal. The letter should be signed by an authorized representative and include the primary contact(s) along with telephone and email contact information. The cover letter should also identify the Rehabilitation Method(s) the proposer would like to be City of Fort Worth 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 6 of 9 considered for, whether one or more, and the total cost of services for each (including the appropriate cost of services for Non Standard Items (Unit 8) associated with each rehabilitation type). 2. Commitment to Minoritv and Women Business Enternrise (MWBE) Particination. The proposer shall include a statement of commitment to meeting the MWBE participation goal established below for the Agreement — to be fulfilled by the Work Orders. This statement should also identify areas of work for prospective MWBE sub- contractors. Failure to provide a statement of commitment may result in the proposer being deemed non -responsive. B. Cost of Services (30%1 (Sectian 00 42 43 Proposal Form) Submit Section 00 42 43 Proposal Form with Cost of the Rehabilitation Method(s), Bid Prices (furnish, install), and the Non -Standard Items Unit 8 Bid Prices. Points shall be based on prices submitted by Proposers. The lowest responsible sum of the Proposer's price per each Rehabilitation Unit total bid (Units 1-7) PLUS the sum of Unit 8 prices earns a maximum of 30 points. The Unit 8 prices may be customized as appropriate for each rehabilitation method. For each rehabilitation method, the sum of the Proposer's prices (each rehabilitation method Unit price PLUS Unit 8 price) will earn points based on a percentage in relation to the base line price: Points Assigned = Max points * [1— {Bid - min bid) / {max bid - min bid)] C. Key Personnel (20%) (l Page Per Person Per Techniauel Points shall be earned based on relevant project experience for Project Manager and Project Superintendent. Team member resumes should be included in a separate appendix. Resumes should detail the storm drain rehabilitation experience of each key team member, and include present position, years of experience, type of experience (storm drain rehabilitation methods), licenses, certifications, etc. Points shall be earned based on the relevancy of the experience to the Rehabilitation method proposed for each rehabilitation technique. Proposers should submit the following Rehabilitation Experience related to the Proposer's Company History (8%): 1. Number of years the company has been in business as a general contractor under present business name. 2. Has the company operated under any other name? If yes, what name, where, when, etc. City of Fort Worth 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 7 of 9 3. How many years of storm drain rehabilitation experience as a general contractor and as a sub -contractor? 4. Provide a Company Equipment Schedule- equipment related to the proposed rehabilitation method owned by the company. 5. Current projects in process. Relevant experience should include contact information for each reference project listed. Include at least three (3) reference projects for each type of rehabilitation method proposed on. Information for each reference project shall include the following Company Project Experience (42%): 1. Project Name and Location. 2. Type of project - rehab/replacement of existing storm drains (includes projects requiring traffic control in areas with existing utilities). 3. Was the contractor a prime contractor or worked as a subcontractor; note frm's role and scope of work.performed. 4. Contractor's Contact for the referenced project - name, phone number, and email address. 5. Name of city where work was performed along with City Inspector's contact information (name, phone number, and email address) and City Project Manager's contact information (name, phone number, and email address). 6. Amount of Rehabilitation Contract. 7. Size of pipe rehabilitated, pipe material rehabilitated, linear footage. 8. Date of project - start date for rehabilitation and -completion date. 9. Subcontracts, their role, and value of work. VII. PTT-�1.TNF.=,01TTTY PARTICIPATION All proposers responding to this invitation shall note that in accordance with the City's Business Equity Ordinance No. 25165-10-2021 (replacing Ordinance No. 24534-11-2020, as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), the City has goals for the full and equitable participation of minority business enterprises (MBE's) and/or women business enterprises (WBE's) in City contracts greater than $100,000. Successful proposers will be required to address the utilization of MBE's and/or WBE's proposed to be used, and information on these sub -contractors should be included in submittals. The City of Fort Worth MWBE goals for each contract awarded under this RFP will be City of Fort Worth 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 0021 13 INSTRUCTIONS TO PROPOSERS Page 8 of 9 twelve percent _(12%). The submittal should include a statement of commitment to meeting MWBE participation goals set for work which is awarded as a result of this RFP. The procedures outlined below will apply at the time that a selection is made, that specific work is scoped, and a specific goal established by the Business Equity Division of the Department of Diversity and Inclusion. Please note that MWBE firm(s) must be located in the City's geographic marketplace. The Marketplace is made up of the counties of Tarrant, Dallas, Denton, Johnson, Parker and Wise. Proposers are strongly encoural;ed to confirm that each MWBE that it intends to use is .located in the geographic marketplace to ensure that the MWBE will be counted towards the established goal. Additionally, the City will accept firms certified as MWBE's by Federal agencies or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. The City, at its discretion may elect to not accept a MWBE certification and/or its assertion that it meets all certification requirements; if it is determined to be in the best interest of the City. Further, the City reserves the right to request MWBE's seeking to do business with the City to allow an audit and/or examination of any books, records and files held by the MWBE that will substantiate its MWBE certification. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating any active contracts and/or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. The business must be certified prior to recommendation of award in order for the participation to be counted towards the established goal. If an Offeror is certified as a DBE, MBE, or WBE firm, please be aware that the City's Ordinance does not allow a certified company to count itself towards the established goal; the goal represents subcontracting opportunities. A Sample Score Sheet appears on the next page. City of Fort Worth 2023 Trenchless Storm Drain Rehabilitation City Project No. 102527 Per Rehabilitation Technique Personnel Project Manager (Office) Project Superintendent (Field) 0021 13 INSTRUCTIONS TO PROPOSERS Page 9 of 9 10 10 Number of storm drain rehabilitation projects completed (1 per project, max. 5 points) 5 Number years with company (1 per year, max. 4 points) 4 Intangibles 1 Comoanv History Number years in business (1 per year, max. 3 points) 3 Number years performing storm drain rehabilitation (1 per year, max. 3 points) 3 Intangibles 2 Comoanv Proiect Experience (list three) Storm drain >=24" point repair (1 per repair, max. 3 points) Storm drain >=24" rehabilitation (1 per 100', max. 10 points) Intangibles M 3 10 1 20 3 42 30 30 100 2023 Trenchless Storm Drain Rehabilitation City of Fort Worth City Project No. 102527 Signature Title END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24 2020 00 35 13 CONFLICT OF INTFRFST STATFMFN7 Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company The referenced forms may be downloaded from the links provided below. Form uiu (uontllct oT interest uuestlonnalre) (state tx Us) https://wwwethics state tx us/data/forms/conflict/CIS.pdf ❑ CIQ Form does not apply CIQ Form is on file with City Secretary ;❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply -71 CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary By. BJ Kerstiens Regional Vice President 00 41 00 Bid Proposal Workbook xlsx 2023 Trencliless Storm Dram Rehabifitahon City Project No. 102527 0041 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: 2023 Trenchless Storm Drain Rehabilitation City Project No.: 102527 U nits/Sections: 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. CITY OF FORT WORTH 00 41 00 Bid Proposal Workbook (Addendum 1).xlsx STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2023 Trenchless Storm Drain Rehabilitation Revised 9/3012021 City Project No. 102527 0041 00 BID FORM Page 2 of 3 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 The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. - CIPP b• - Geopolymer Lining C. Cleaning/CCTV d. Cementitous e. - f. - g. - h_ - 4. Time of Completion TBD 4.1. The Work will be complete for Final Acceptance within days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. "t"ificatien Statement, Seetion 094642 g. Conflict of Interest Affidavit, Section 00 35 13 "If necessary, CIO or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH 00 41 00 Bid Proposal Workbook (Addendum 1).xlsx STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2023 Trenchless Storm Drain Rehabilitation Revised 9/30/2021 City Project No. 102527 0041 00 BID FORM Page 3 of 3 6. Tvtai 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. Evaltta€iea-e€,41te►a#e Bid 1€eslsse+s iapplisable; et#�ewv4se delee> Tetai- Base did use this if applieable,- ethe-1 Wise delete Altefflate-Bid-.ase•this i#applicable e€i4ecwise-&1e4e> 8eda64jve•Al#efFiate4use�hi&-4 applicable, etherw+se Additive Al#efaa#e applicable; ethe Total Sid 7. Bid Submittal This Bid is submitted on 10/19/2023 Respectfy s mitt b, By: _ J /l J (Signature) BJ Kerstiens (Printed Name) Title: Regional Vice President Company: Vortex Lining Systems, LLC Address: 18150 Imperial Valley Dr. Houston, TX 77060 State of Incorporation: Formed in Deleware Email: bjkerstiens@vortexcompanies.com Phone: 713-750-9081 END OF SECTION $0.00 $0.00 $1100 KOO $0.00 by the entity named below. I Receipt is acknowledged of the Initial following Addenda: , , Addendum No. 1:1U/13�a3 lAddendum No. 2: lAddendum No. 3: lAddendum No. 4: 1 Corporate Seal: CITY OF FORT WORTH 00 41 00 Bid Proposal Workbook (Addendum 1).xlsx STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2023 Trenchless Storm Drain Rehabilitation Revised 9/30/2021 City Project No. 102527 00 42 43 BID PROPOSAL, Page I of 10 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID BIDDER'S APPLICATION PROJECT ITEM INFORMATION BIDDER'S PROPOSAL BID ITEM I Description I Specification 1 Unit of Measure I Quantity Unit Price Bid Value NO. Section No. UNIT 1 - CIPP 1 3331.2104 12" CIPP 333112 LF 250 S 96.00 $ 24,000.00 2 3331.2105 15" CIPP 333112 LF 300 $ 120.00 $ 36,000.00 3 3331.2107 18" CIPP 333112 LF 900 $ 162.00 $ 145,800.00 4 3331.210921"CIPIP 333112 LF 900 $ 189.00 $ 170,100.00 5 3331.2110 24" CIPP 333112 LF 2400 $ 216.00 $ 518,400.00 6 3331.211127"CIPP 333112 LF 500 $ 270.00 $ 135,000.00 7 3331.2112 30" CIPP 3331 12 LF 1200 $ 300.00 $ 360,000.00 8 3331.0008 33" CIPP 33 31 12 LF 300 S 363.00 $ 108,900.00 9 3331.2113 36" CIPP 33 31 12 LF 1000 $ 396.00 $ 396,000.00 10 3331.2114 42" CIPP 333112 LF 700 $ 504.00 $ 352,800.00 11 3331.2115 48" CIPP 33 31 12 LF 700 $ 576.00 $ 403,200.00 12 3331.2116 54" CIPP 33 31 12 LF 400 $ 702.00 $ 280,800.00 13 3331.2117 60" CIPP 33 31 12 LF 300 $ 840.00 $ 252,000.00 14 3331.2119 72" CIPP 333112 LF 250 $ 1,224.00 $ 306,000.00 15 3331.2120 84" CIPP 33 3112 LF 250 $ 1,764.00 $ 441,000.00 16 3331.2121 96" CIPP 33 31 12 LF 250 S 2,1 12.00 $ 528,000.00 17 3331.0017 120" CIPP 33 31 12 LF 250 $ 2,760.00 $ 690.000.00 18 3331.0018 11"xl8" Arch CIPP 333112 LF 250 $ 130.50 $ 32,625.00 19 3331.0019 13.5"x22" Arch CIPP 333112 LF 250 $ 177.50 $ 44,375.00 20 3331.0020 15.5"x26" Arch CIPP 333112 LF 250 $ 207.50 $ 51,875.00 21 3331.0021 18"x28.5" Arch CIPP 33 31 12 LF 250 $ 232.50 $ 58,125.00 22 3331.0022 22.5"x36.25" Arch CIPP 333112 LF Soo $ 323.13 $ 161,562.50 23 3331.0023 26.6"x43.75" Arch CIPP 33 31 12 LF 250 $ 422.10 $ 105,525.00 24 3331.0024 31.3"x51.2" Arch CIPP 33 31 12 LF 1200 $ 536.25 $ 643,500.00 25 3331.0025 36"x58.5" Arch CIPP 33 31 12 LF 250 $ 708.75 $ 177,187.50 26 3331.0026 40"x65" Arch CIPP 33 31 12 I F 1300 $ 940.00 $ 1,092,000.00 27 3331.0027 45"x73" Arch CIPP 333112 LF 1100 $ 1,003.00 $ 1,103,300.00 28 3331.0028 54"x88" Arch CIPP 33 31 12 LF 1400 $ 1,278.00 $ 1,789,200.00 29 3331.0029 62"x102" Arch CIPP 333112 LF 1800 $ 1,804.00 $ 3,247,200.00 30 3331.0030 72"x115" Arch CIPP 333112 LF 600 $ 2,244.00 $ 1,346,400.00 31 3331.0031 77.25"x122" Arch CIPP 33 31 12 LF 1300 $ 2,490.63 $ 3,237,812.50 32 3331.0032 87"x138" Arch CIPP 333112 LF 250 $ 2,925.00 $ 731,250.00 33 3331.0033 96"x154" Arch CIPP 333112 LF 250 $ 3,375.00 $ 843,750.00 34 3331.0034 106"x168.75" Arch CIPP 333112 LF 250 $ 3,297.00 $ 824,250.00 35 0170.0102 Work Order Mobilization (Misc Only) 017000 EA 1 $ 50,000.00 $ 50,000.00 BASE BID - UNIT 1 - CIPP $ 20,687,937.50 UNIT 8 - Non-Standara Items (for U& 1) 36 3304.0036 Cleaning - Hydraulic <=21" 330450 LF 1000 $ 60.50 $ 60,500.00 37 3304,0037 Cleaning - High -Velocity <=21" 330450 LF 100 $ 500.50 $ 50,050.00 38 3304.0038 Cleaning - Mechanical <=21" 330450 LF 100 S 500.50 $ 50,050.00 39 3304.0036 Cleaning - Hydraulic >=24" and <= 42" 330450 LF 1000 $ 65.00 $ 65,000.00 40 3304.0037 Cleaning - High -Velocity >=24"and <=42" 330450 LF 100 $ 550.00 $ 55,000.00 41 3304.D038Cleaning - Mechanical >=24"and <=42" 330450 LF 100 $ 550.00 $ 55,000.00 42 3304.0036 Cleaning - Hydraulic>=48" and <= 72" 330450 LF 1000 $ 75.00 $ 75,000.00 { 43 3304.0037 Cleaning - High -Velocity >=48" and <= 72" 33 04 50 LF 100 $ 650.00 $ 65,000.00 44 3304.0038 Cleaning - Mechanical >=48" and <= 72" 33 04 50 LF 100 $ 650.00 $ 65,000.00 45 3304.0036 Cleaning - Hydraulic >=78" 330450 LF 1000 $ 90.00 $ 90.000.00 46 3304.0037 Cleaning - High -Velocity >=78" 330450 LF 100 S 750.00 $ 75,000.00 47 3304.0038 Cleaning - Mechanical >=78" 330450 LF 100 $ 750.00 $ 75,000.00 48 3341.0039 Point repair <=36" and Depth <=8ft 334110 LF 100 $ 1,200.00 $ 120,000.00 49 3341.0040 Point repair <=36" and Depth >8ft 334110 LF 101 $ 2,000.00 $ 202,000.001{{ 50 3341.0041 Point repair>36" and <=60" and Depth <=Bit 334110 LF 102 $ 2,000.00 $ 204,000.00 51 3341.0042 Point repair>36" and <=60" and Depth >8ft 33 41 10 LF 103 $ 3,000.00 $ 309,000.00 52 3341.0043 Point repair >60" and Depth <=8ft 33 41 10 LF 104 $ 3,000.00 $ 312,000.00 53 3341.0044 Point repair >60" and Depth >Bit 33 41 10 LF 105 $ 4,000.00 $ 420,000.00 54 3339.1001 4' Manhole 33 39 20 EA 2 $ 16, )00.00 $ 33,800.00 55 3339.1003 4' Extra Depth Manhole 33 39 20 VF 10 $ 591.50 $ 5,915.00 ' 56 1339.1101 S' Manhole 33 39 20 EA 2 S 22, 100.00 $ 44,200.00 57 3339.1103 5' Extra Depth Manhole 33 39 20 VF 10 $ 630.50 $ 6,305.00 58 3349.00014' StormJunction Box _ 334910 EA 2 $ 10,500.00 $ 21,000.00 59 3349,0002 5' Storm Junction Box 334910 EA 2 $ 12,500.00 $ 25,000.00 2023 Trenchless Storm Drain Rehabilitation t)nit Price Construction Contract (Addendum I ) 1 of 10 City Project No. 102527 00 42 43 RID PROPOSAL Pagc 2 of 10 60 3349.0003 6'Storm Junction Box 334910 EA 2 $ 15,000.00 $ 30,000.00 61 3301.0101 Manhole Vacuum Testing 330130 EA 2 $ 1,300.00 $ 2,600.00 62 3301.0013 Condition Assessment CCTV Inspection of Storm Drain 33 01 32 LF 5nn $ 35.00 $ 17,500.00 63 3331.0051 Infiltration Control - pounds of chemical grouting material used 33 31 25 LB 50 $ 150.00 $ 7,500.00 64 3331.0052 Treatment of exposed rebar, cleaning and preparation 333125 EA 10 $ 975.00 $ 9,750.00 65 3331.0053 Invert repair and patching 33 31 25 CY 25 $ 1,924.00 $ 48,100.00 66 3331.0054 Treatment of exposed rebar, gallons of Rust Inhibiting Coating used 33 31 25 GA 5 $ 100.00 $ 500.00 67 3331.005510" Lateral and connectingpipe reinstatement 33 31 50 '. FA 2 $ 3,000.00 $ 6,000.00 68 3331.0056 12" Lateraland connecting pipe reinstatement 33 31 50 EA 2 S 3,250.00 $ 6,500.00 69 3331.0057 15" Lateral and connecting ohn rcinstatemenl 33 31 50 EA 2 $ 3,500.00 $ 7,000.00 70 3331.0058 18" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 4,000.00 $ 8,000.00 71 3331.0059 21" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 4,500.00 $ 9,000.00 72 3331.0060 24" Lateral and connecting pipe reinstatement 333150 EA 2 $ 5,000.00 5 10,000.00 73 3331.0061 27" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 5,500.00 $ 11,000.00 74 3331.0062 30" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 6,000.00 $ 12,000.00 75 3331.0063 Secondary corrosion protection 33 31 25 GA 5 $ 100.00 $ 500.00 76 0380.0064 Modifications to Existing Concrete Structures 038000 EA 5 $ 3,000.00 $ 15,000.00 77 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 SY 50 $ 400.00 $ 20,000.00 78 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 320117 SY 50 $ 450.00 $ 22,500.00 79 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 32 01 17 SY 5o $ 450.00 $ 22,500.00 80 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY 50 $ 400.00 $ 20,000.00 81 3201.0616 Conc Pvmt Repair, Arterial/Industrial 32 01 29 SY 50 $ 450.00 $ 22,500.00 82 3471.0001 Traffic Control 347113 MO 3 $ 20,000.00 $ 60,000.00 83 0135.0101 Railroad Coordination 013513 LS 1 $ 7,020.00 $ 7,020.00 84 3125.0101 SWPPP 2 1 acre 31 25 00 LS 1 $ 9,750.00 $ 9,750.00 85 0170.0101 Specified Remobilizatlon 017000 EA 1 $ 19,500.00 $ 19,500.00 86 3110.0101 Site Clearing 311000 SY 50 $ 390.00 $ 19,500.00 87 3123.0102 Unclassified Excavation by Survey _ 312316 CY 15 S 260.00 $ 3,900.001 88 3123.0104 Borrow by Survey 31 23 23 CY 15 $ 325.00 $ 4,875.001 89 3123.0105 Borrow by Delivery 31 23 23 CY 15 $ 325.00 $ 4,875.00 9n 3124.n1n2 Fmbankment by Survey 31 24 00 CY 1s $ 195.00 $ 2,925.00 91 3305.0110 Utility Markers 330526 EA S $ 520.00 S 2,600.00 92 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 5 $ 520.00 $ 2,600.00 BASE BID - UNIT E - Non -Standard Items (for Unit 11 $ 2,929,815.00 UNIT 2 - Slip Lining 93 '3331.00766"Slip Lining 333122 LF 250 No Rid No Bid 94 3331.0077 8" Slip Lining 33 31 22 LF 250 No Bid No Bid 95 3331.0078 10" Slip Lining 33 31 22 LF 250 No Bid No Bid _ 96 3331.0079 12" Slip Lining 33 31 22 LF 250 No Bid No Bid 97 3331.0080 15" Slip Lining 333122 LF 300 No Bid No Bid 98 3331.008118"Slip Lining 333122 LF 900 No Bid No Bid 99 3331.0082 21" Slip Lining 33 31 22 LF 900 No Bid No Bid i 100 3331.0083 24" Slip Lining 33 31 22 LF 2400 No Bid No Bid I 101 3331.0084 27" Slip Lining 333122 LF 500 No Bid No Bid 102 3331.0085 30" Slip Lining 33 31 22 LF 1200 No Bid No Bid 103 3331.0086 33" Slip Lining 33 31 22 LF 300 No Bid No Bid 104 3331.0087 36" Slip Lining 33 31 22 LF 1000 No Bid No Bid 105 3331.0088 42" Slip Lining 33 31 22 LF 700 No Bid No Bid 106 3331.0089 48" Slip Lining 33 31 22 LF 700 No Bid No Bid 107 3331.0090 54" Slip Lining 333122 LF 400 No Bid No Bid 108 3331.009160"Slip Lining 333122 LF 300 No Bid No Bid 109 3331.0092 72" Slip Lining 33 31 22 LF 250 No Bid No Bid 110 3331.009384" Slip Lining 333122 LF 250 No Bid No Bid 111 3331.0094 96" Slip Lining 333122 LF 250 No Bid No Bid 112 3331.0095 120" Slip Lining 333122 LF 250 No Bid No Bid 113 3331.009611"x18" Arch Slip Lining 333122 LF 250 No Bid No Bid 114 3331.009713.5"x22" Arch Slip Lining 33 31 22 LF 250 No Bid No Bid 115 3331.009815.5"x26" Arch Slip Lining 33 31 22 LF 250 No Bid No Bid 116 3331.009918"x28.5" Arch Slip Lining 33 31 22 LF 250 No Bid No Bid 117 3331.00100 22.5"x36.25" Arch Slip Lining 33 31 22 LF 500 No Bid No Bid 118 3331.0010126.6"03.75" Arch Slip Lining 33 31 22 LF 250 No Bid No Bid 119 3331.00102 31.3"x51.2" Arch Slip Lining 333122 LF 1200 No Bid No Bid 120 3331.00103 36"x58.5" Arch Slip Lining 33 31 22 LF 250 No Bid No Bid 121 3331.00104 40"x65" Arch Slip Lining 33 31 22 LF 1300 No Bid No Bid 122 3331.00105 45"03" Arch Slip Lining 333122 LF 1100 No Bid No Bid 123 3331.00106 54"x88" Arch Slip Lining 33 31 22 LF 1400 No Bid No Bid 124 3331.00107 62"x102" Arch Slip Lining 33 31 22 LF 1800 No Bid No Bid 125 3331.00108 72"x115" Arch Slip Lining 33 31 22 LF 600 No Bid No Bid 1 126 3331.00109 77.25"x122" Arch Slip Lining 333122 LF 1300 N o Bid No Bid 2023 Trenchless Storm Drain Rehabilitation Unit Price Construction Contract (Addendum 1) 2 of 10 City Project No. 102527 00 42 43 RID PROPOSAL Page 3 of 10 127 87"x138" Arch Slip Lining 33 31 22 LF 250 Nn Bld No Bid 128 3331.0011196N154" Arch Slip Lining 3331 22 LF 250 No Bid No Bid 129 13331.00110 3331.00112106"x168.75" Arch Slip Lining 333122 LF 750 No Bid No Rid 130 0170.0102 Work Order Mobilization (MlscOnly) 017000 EA 1 No Bid No Bid BASE BID - UNIT 2 - Slip Lining $ - UNIT 8 - Non-Standar 1 Items (for Uit 2) 131 '3304.0036 Cleaning - Hydraulic <=21" 330450 LF 1000 No Did No Bid 132 3304.0037 Cleaning - High -Velocity <=21" 33 04 50 LF 100 No Bid No Rid 133 3304.0038 Cleaning -Mechanical <=21" 33 04 50 LF 100 No Bid No Bid 134 3304.0036Cleaning- Hydraulic >=24"and <=42" 330450 LF 1000 No Bid No Rid 135 3304.0037 Cleaning - High -Velocity >=24" and <=42" 330450 LF 100 • No Bid No Rid 136 3304.0038 Cleaning - Mechanical >=24" and <= 42" 330450 LF 100 No Bid No Bid 137 3304.0036 Cleaning- Hydraulic>=48" and <= 72" 330450 LF 1000 No Bid No Bid 138 3304.0037 Cleaning - High -Velocity >=48" and <=72" 330450 LF 100 No Bid No Bid 139 3304,0038 Cleaning - Mechanical >=48" and <= 72" 33 04 50 LF 100 No Bid No Bid 140 3304.0036 Cleaning - Hydraulic >=78" 33 04 50 LF 1000 No Bid No Bid 141 3304.0037 Cleaning - High -Velocity >=78" 330450 LF 100 No Bid No Bid 142 3304.0038 Cleaning - Mechanical >=78" 330450 LF 100 No Bid No Bid 143 3341.0039 Point repair <=36" and Depth <=8ft 33 41 10 LF 100 No Bid No Bid 144 3341.0040 Paint repair <=36" and Depth>Bit 334110 LF SOS No Bid No Bid 145 3341.0041 Point repair >36" and <=60" and Depth <=8ft 33 41 10 LF 102 No Bid No Bid 146 3341.0042 Point repair >36" and <=60" and Depth >aft 334110 LF 103 NO Bid No Bid 147 3341.0043 Point repair >60" and Depth <=8ft 334110 LF 104 No Did No Bid 148 3341.0044 Point repair >60" and Depth>Bft 334110 LF 105 No Bid No Bid 149 3339.1001 4' Manhole 33 39 20 EA 2 No Bid No Bid 150 3339.1003 4' Extra Depth Manhole 33 39 20 VF 10 No Bid No Rid 151 3339.1101 5' Manhole 3339 20 EA 2 No Bid No Bid 152 3339.1103 5' Extra Depth Manhole 33 39 20 VF 10 No Bid No Rid 153 3349.0001 4' Storm Junction Box 334910 EA 2 No Bid No Bid 154 3349.0002 5' Storm Junction Box 334910 EA 2 No Bid No Bid 155 3349.00036'StormJunction Box 334910 EA 2 No Bid No Rid 156 3301.0101 Manhole Vacuum Testing 330130 FA 2 N0 Rid No Bid 157 3301.0013 Condition Assessment CCTV inspection of Storm Drain 330132 LF 500 No Bid No Rid 158 3331.0051 Infiltration Control - pounds of chemical grouting material used 33 31 25 LB 50 No Bid No Rid 159 3331.0052 Treatment of exposed rebar, cleaning and preparation 33 31 25 EA 10 No Bid No Rid 160 3331.0053Invert repair and patching 33 31 25 CY 25 No Bid No Bid 161 3331.0054 Treatment of exposed rebar, gallons of Rust Inhibiting Coating used 33 31 25 GA 5 No Bid No Bid 162 3331.0055 10" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 163 3331.0056 12" Lateral and connecting pipe reinstatement 333150 EA 2 No Bid No Rid 164 3331.0057 15" Lateral and connecting pipe reinstatement 333150 EA 2 No Bid No Bid 165 3331.0058 18" Lateral and connecting pipe reinstatement 333150 EA 2 No Bid No Bid 166 3331.0059 21" Lateral and connecting pipe reinstatement 333150 EA 2 No Bid No Bid 167 3331.0060 24" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 168 3331.0061 27" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Rid 169 3331.0062 30" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 170 3331.0063 Secondary corrosion protection 33 31 25 GA 5 No Bid No Bid 171 0380.0064 Modifications to Existing Concrete Structures 03 80 00 EA 5 No Bid No Bid 172 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 SY 50 No Bid No Bid 173 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 320117 SY 50 No Bid No Rid 174 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 320117 5Y 50 No Bid No Bid 175 3201.0614 Conc Pvmt Repair, Residential 320129 SY 50 No Bid No Rid 176 3201.0616 Conc Pvmt Repair, Arterial/Industrial 320129 SY 5o No Bid No Bid 177 3471.0001 Traffic Control 3471 13 MO 3 No Bid No Rid 178 0135.0101 Railroad Coordination 01 35 13 LS 1 No Bid No Rid 179 3125.0101 SWPPP 2lacre 312500 LS 1 No Bid No Rid 180 0170.0101 Specified Remobilization 017000 EA 1 No Bid No Rid 181 3110.0101 Site Clearing 311000 SY So No Bid No Rid 182 3123.0102 Unclassified Excavation by Survey 31 23 16 CY 15 No Bid No Rid 183 3123.0104 Borrow by Survey 31 23 23 CY 15 No Bid No Rid 184 3123.0105 Borrow by Delivery 31 23 23 CY 15 No Bid No Bid 185 3124.0102 Embankment bySuivey 312400 CY 15 No Rid No Bid 186 3305.0110 Utility Markers 330526 EA 5 No Rid No Bid 187 3305.0103 Exploratory Excavation of Existing Utilities 330530 EA 5 No Bid No Bid BASE BID -UNIT 8- Non -Standard Items (for Unit 21 $ UNIT 3 - Pipe Enlargement 188 13331.0154 Pipe Enlargement Existing ID 6" to New ID 6", Depth < 12 feet I 33 31 23 Ij LF Ij 250 85.00 $ 21,250.00189 f 3331.0155 Pipe Enlargement Existing ID 8" to New ID 8", Depth < 12 feet { 333123 LF 250 $ 85.00 I $ IS 21,250.001 190 3331.0156 Pipe Enlargement Existing ID 10" to New ID 10", Depth < 12 feet I 33 31 23 LF 250 $ 1 1 $.00 $ 28,750.00 2023 Trenchless Stonn Drain Rehabilitation Unit Price Construction Contract (Addendum 1) 3 of 10 City Project No. 102527 00 42 43 BID PROPOSAL Page 4 of 10 191 3331.0157 Pipe Enlargement Existing ID 12" to New ID 12", Depth < 12 feet 33 31 23 LF 250 $ 165.00 $ 41,250.00 192 3331.0158 Pipe Enlargement Existing ID 12" to New ID 14", Depth >12 feet to < 18 feet 33 31 23 LF 300 $ 255.00 $ 76.500.00 193 3331.0159 Pipe Enlargement Existing ID 15" to New In 1R", Depth > 12 feet to < 18 feet 33 31 23 LF 900 $ 360.00 $ 324,000.00 194 3331.0160 Pipe Enlargement Existing ID 21" to New ID 30", Depth > 18 feet 33 31 23 LF 900 $ 640.00 $ 576,000.00 195 3331.0161 Pipe Enlargement Existing ID 21" to New ID 36", Depth > 18 feet 33 31 23 LF 2400 $ 825.00 $ 1,980,000.00 196 3331.0162 Pipe Enlargement Existing ID 24" to New ID 30", Depth > 18 feet 33 31 23 LF 500 S 640.00 $ 320,000.00 197 3331.0163 Pipe Enlargement Existing ID 24" to New ID 36", Depth > 18 feet 33 31 23 LF 1200 $ 825.00 $ 990,000.00 198 3331.0164 Pipe Enlargement Existing ID 27" to New ID 36", Depth > 18 feet 33 31 23 LF 300 $ 825.00 $ 247,500.00 199 3331.0165 Pipe Enlargement Existing ID 27" to New ID 42", Depth > 18 feet 33 31 23 LF 0 $ 1,200.00 $ - 200 3331.0166 Pipe Enlargement Existing ID 30" to New ID 36", Depth > 18 feet 33 31 23 LF 700 $ 825.00 $ 577,500.00 201 0170.0102 Work Order Mobilization (Mist Only) 01 70 00 EA 1 $ 65,000.00 $ 65,000.00 BASE BID - UNIT 3 - Pipe Enlargement $ 5,269,000.00 UNIT 8 - Non-StandarI Items (for Ur It 3) 202 3304.0036 Cleaning - Hydraulic <=21" 330450 LF 1000 $ 60.50 $ 60,500.00 203 3304.0037 Cleaning - High -Velocity <=21" 330450 LF 100 $ 500.50 $ 50,050.00 204 3304.0038 Cleaning - Mechanical <=21" 330450 LF 100 $ 500.50 $ 50,050.00 205 3304.0036 Cleaning - Hydraulic >=24"and <=42" 330450 LF 1000 $ 65.00 $ 65,000.00 206 3304.0037 Cleaning - High -Velocity >=24" and <= 42" 33 O4 50 LF 100 $ 550.00 $ 55,000.00 207 3304.0038 Cleaning - Mechanical >=24" and <= 42" 33 04 50 LF 100 $ 550.00 $ 55,000.00 208 3304.0036 Cleaning - Hydraulic >=48" and <= 72" 33 04 50 LF 1000 S 75.00 $ 75,000.00 209 3304.0037 Cleaning- High -Velocity >=48" and <= 72" 330450 LF 100 $ 650.00 $ 65,000.00 210 3304.0038 Cleaning - Mechanical >=48" and <= 72" 330450 LF 100 $ 650.00 $ 65,000.00 211 3304.0036 Cleaning - Hydraulic >=78" 3304SO LF 1000 $ 90.00 $ 90,000.00 212 3304.0037 Cleaning - High-Velocity>=78" 33 04 50 LF 100 $ 750.00 $ 75,000.00 213 3304.0038 Cleaning - Mechanical >=78" 33 04 50 LF 100 $ 750.00 $ 75,000.00 214 3341.0039 Point repair <=36" and Depth <=Bft 334110 LF 100 $ 1,200.00 $ 120,000.00 215 3341.0040 Point repair <=36" and Depth >8ft 33 41 10 LF 101 $ 2,000.00 $ 202,000.00 216 3341.0041 Point repair >36" and <=60" and Depth <=8ft 334110 LF 102 S 2,000.00 $ 204,000.00 217 3341.0042 Point repair>36" and <=60" and Depth>8ft 334110 LF 103 $ 3,000.00 $ 309,000.00 218 3341.0043 Point repair >60" and Depth <=8ft 334110 LF 104 $ 3,000.00 $ 312,000.00 219 3341.0044 Point repair >60" and Depth >8ft 33 41 10 LF 105 $ 4,000.00 $ 420,000.00 220 3339.1001 4' Manhnle 33 39 20 EA 2 $ 16,900.00 $ 33,800.00 221 3339.1003 4' Extra Depth Manhole 33 39 20 VF 10 $ 591 50 S 5,915.00 222 3339.1101 S' Manhole 33 39 20 EA 2 $ 22,100.00 $ 44,200.00 223 3339.1103 5' Extra Depth Manhole 33 39 20 VF 10 $ 630.50 $ 6,305.00 224 3349.0001 4' Storm Junction Box 33 49 10 EA 2 S 10,500.00 $ 21,000.00 225 3349.0002 5' Storm Junction Box 334910 EA 2 $ 12,500.00 $ 25,000.00 226 3349.0003 6' Storm Junction Box 33 49 10 EA 2 $ 15,000.00 $ 30,000.00 227 3301.0101 Manhole Vacuum Testing 330130 EA 2 $ 1,300.00 $ _ 2,600.00 228 3301.0013 Condition Assessment CCTV Inspection of Storm Drain 330132 LF 500 $ 35.00 $ 17,S00.00 229 3331.0051 Infiltration Control - pounds of chemical grouting material used 33 31 25 LB 50 $ 150.00 $ 7,500.00 230 3331.0052 Treatment of exposed rebar, cleaning and preparation 33 31 25 EA 10 $ 975.00 $ 9,750.00 231 3331.0053 Invert repair and patching 333125 CY 25 $ 1,924.00 $ 48,100.00 232 3331.0054 Treatment of exposed rebar, gallons of Rust Inhibiting Coating used 33 31 25 GA 5 S 100.00 $ 500.00 233 3331.0055 10" Lateral and connecting pipe reinstatement 333150 EA 2 $ 3,000.00 $ 6,000.00 234 3331.0056 12" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 3,250.00 $ 6,500.00 235 3331.0057 15" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 3,500.00 $ 7,000.00 236 3331.0058 18" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 4,000.00 $ 8,000.00 237 3331.0059 21" Lateral and connecting pipe reinstatement 33 31 SO EA 2 $ 4,500.00 $ 9,000.00 238 3331.0060 24" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 5,000.00 $ 10,000.00 239 3331.0061 27" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 5,500.00 $ 11,000.00 240 3331.0062 30" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 6,000.00 $ 12,000.00 241 3331.0063 Secondary corrosion protection 333125 GA 5 S 100.00 $ 500.00 242 0380.0064 Modifications to Existing Concrete Structures 038000 EA 5 $ 3,000.00 $ 15,000.00 243 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 320117 SY 50 $ 400.00 $ 20,000.00 244 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 320117 SY 50 $ 450.00 $ 22,500.00 245 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 320117 SY 50 $ 450.00 $ 22,500.00 246 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY 50 $ 400.00 $ 20,000.00 247 3201.0616 Conc Pvmt Repair, Arterial/Industrial 320129 SY 50 $ 450.00 $ 22,500.00 248 3471.0001 Traffic Control 347113 M0 3 $ 20,000.00 $ 60,000.00 249 0135.0101 Railroad Coordination 0135 13 LS 1 S 7,020.00 $ 7,020.00 250 3125.0101 SWPPP z 1 acre 31 2S 00 LS 1 S 9,750.00 $ 9,750.00 251 0170.0101 Specified Remobilization 017000 EA 1 $ 19,500.00 $ 19,500.00 252 3110.0101 Site Clearing 311000 SY SO $ 390.00 $ 19,500.00 253 3123.0102 Unclassified Excavation by Survey 31 23 16 CY 15 $ 260.00 $ 3,900.00 254 3123.0104 Borrow by Survey 31 23 23 CY 15 $ 325.00 $ 4,875.00 255 3123.0105 Borrow by Delivery 31 23 23 CY 15 $ 325.00 $ 4,875.00 256 3124.0102 Embankment by Survey 31 24 00 CY 15 $ 195.00 $ 2,92S.00 257 3305.0110 Utility Markers 330526 EA 5 $ 520.00 $ 2,600.00 . 2023 'french less Storm Drain Rehabilitation Unit Price Construction Contract (Addendum 1) 4 of 10 City Project No. 102527 00 42 43 BID PROPOSAL Page 5 of 10 1 258 13305.0103 Exploratory Excavation of Existing Utilities 1 330530 EA ` 5 $ 520.00 $ 2,600.00 1 BASE BID - UNIT 8 - Non -Standard Items (for Unit 3) $ 2,929,81S.00 UNIT 4 - Spiral Wound Lining 259 3331.023024"Spiral Wound Lining 333124 LF 2400 No Bid No Bid 260 3331.023127" SpI ral Wound Lining 333124 LF 500 No Bid No Bid 261 3331.0232 30" Spiral Wound Lining 333124 LF 1200 NO Bid No Bid 262 3331.0233 33" Spiral Wound Lining 33 31 24 LF 300 NO Bid No Bid 263 3331.0234 36" Spiral Wound Lining 33 31 24 LF 1000 NO Bid No Bid 264 3331.0235 42" Spiral Wound Lining 33 31 24 LF 700 NO Bid No Bid 265 3331.023648" Spiral Wound Lining 333124 LF 700 No Bid NO Bid 266 3331.023754"Spiral Wound Lining 333124 LF 400 NO Bid No Bid 267 3331.0238 60" Spiral Wound Lining 33 31 24 LF 300 No Bid No Bid 268 3331.0239 72" Spiral Wound Lining 333124 LF 250 No Bid No Bid _ 269 3331.0240 84" Spiral Wound Lining 33 31 24 LF 250 No Bid No Bid 270 3331.0241 96" Spiral Wound Lining 33 31 24 LF 250 No Bid No Bid 271 3331.0242 120" Spiral Wound Lining 33 31 24 LF 2S0 No Bid No Bid 272 3331.0243 11"x18" Arch Spiral Wound Lining 33 31 24 LF 250 No Bid No Bid _ 273 3331.0244 13.5"x22" Arch Spiral Wound Lining 33 31 24 LF 250 No Bid No Bid 274 3331.0245 15.5"x26" Arch Spiral Wound Lining 333124 LF 250 No Bid No Bid 275 3331.024618"x28.5" Arch Spiral Wound Lining 33 31 24 LF 250 No Bid No Bid 276 3331.0247 22.5"x36.25" Arch Spiral Wound Lining 33 31 24 LF 500 No Bid No Bid 277 3331.0248 26,6"x43.75" Arch Spiral Wound Lining 33 31 24 LF 250 No Bid No Bid 278 3331.0249 31.3"x51.2" Arch Spiral Wound Lining 33 31 24 LF 1200 No Bid No Bid 279 3331.0250 36"x58.5" Arch Spiral Wound Lining 33 31 24 LF 250 NO Bid No Bid 280 3331.0251 40"x65" Arch Spiral Wound Lining 33 31 24 LF 1300 No Bid No Bid 281 3331.0252 45"x73" Arch Spiral Wound Lining 33 31 24 LF 1100 No Bid No Bid 4 282 3331.0253 S4"x88" Arch Spiral Wound Lining 33 31 24 LF 1400 No Bid No Bid 283 3331.0254 62N102" Arch Spiral Wound Lining 333124 LF 1800 No Bid No Bid 284 3331.025572"x11S"Arch Spiral Wound Lining 333124 LF 600 No Bid No Bid 285 3331.025677.25"x122" Arch Spiral Wound Lining 333124 LF 1300 NO Bid No Bid 286 3331.025787"x138"Arch Spiral Wound Lining 333124 LF 250 No Bid No Bid , 287 3331.025896"x154"Arch Spiral Wound Lining 333124 LF 250 No Bid No Bid 288 3331.0259 106"x168.75" Arch Spiral Wound Lining 333124 LF 250 No Bid No Bid , 289 0170.0102 Work Order Moblll2atlon (MISC Only) 017000 EA 1 No Bid No Bid BASE BID -UNIT 4 -Spiral Wound Lining $ ^ UNIT 8 - Non -Standard Items (for Unit 4) ITEM Specification Unit of Measure IBID NO. Description Quantity Unit Price Bid Value Section No. 290 3304.0036 Cleaning - Hydraulic <=21" 330450 LF 1000 No Bid No Bid j 291 3304.0037 Cleaning - High -Velocity <=21" 330450 LF 100 No Bid NO Bid 292 3304.0038 Cleaning - Mechanical <=21" 330450 LF 100 No Bid NO Bid 293 3304.0036 Cleaning - Hydraulic >=24" and <= 42" 330450 LF 1000 No Bid NO Bid 294 3304.0037Cleaning - High -Velocity >=24"and <=42" 330450 LF 100 No Bid No Bid I! 295 3304.0038 Cleaning - Mechanical >=24" and <= 42" _ 33 04 50 LF 100 No Bid No Bid 296 3304.0036 Cleaning - Hydraulic >=48" and <= 72" 33 04 50 LF 1000 No Bid No Bid 297 3304.0037 Cleaning - High-Velocity>=48" and <= 72" 33 04 50 LF 100 No Bid No Bid 298 3304.0038 Cleaning - Mechanical >=48" and <= 72" 33 04 50 LF 100 No Bid No Bid 299 3304.0036 Cleaning - Hydraulic >=78" 330450 LF 1000 No Bid No Bid { 300 3304.0037 Cleaning - High -Velocity >=78" 33 04 50 LF 100 No Bid No Bid 301 3304.0038 Cleaning - Mechanical >=78" 330450 LF 100 No Bid No Bid 302 3341.0039 Point repair <=36" and Depth <=Bit 33 41 10 LF 100 No Bid No Bid 303 3341.0040 Point repair <=36" and Depth>Bit 334110 LF 101 No Bid No Bid 304 3341.0041 Point repair >36" and <=60" and Depth <=Bit 334110 LF 102 No Bid No Bid 305 3341.0042 Point repair>36" and <=60" and Depth >Bit 3341 10 LF _ 103 No Bid No Bid 306 3341.0043 Point repair>60" and Depth <=Bft 334110 LF 104 No Bid No Bid 307 3341.0044 Point repair>60" and Depth>Bit 334110 LF 105 No Bid No Bid 308 3339.1001 4' Manhole 333920 EA 2 No Bid No Bid 309 3339.1003 4' Extra Depth Manhole 33 39 20 VF 10 No Bid No Bid 310 3339.1101 5' Manhole 33 39 20 EA 2 No Bid No Bid 311 3339.1103 S' Extra Depth Manhole 33 39 20 VF SO No Bid No Bid 312 3349.0001 4'StormlunctionBox 334910 EA 2 No Bid No Bid 313 3349.0002 5'Storm Junction Box 334910 EA 2 NO Bid No Bid 314 3349.0003 6'Storm Junction Box 334910 EA 2 No Bid No Bid 315 3301.0101 Manhole Vacuum Testing 330130 EA 2 NO Bid No Bid 316 3301.0013 Condition Assessment CCTV Inspection of Storm Drain 33 01 32 LF 500 NO Bid _ _ No Bid 317 3331.0051 Infiltration Control -pounds of chemical grouting material used 33 31 25 LB 50 No Bid No Bid _ 318 3331.0052 Treatment of exposed rebar, cleaning and preparation 3331 25 EA 10 NO Bid No Bid 319 3331.0053 Invert repair and patching 3331 25 CY 25 NO Bid No Bid 2023 Trenchless Storm Drain Rehabilitation Unit Price Construction Contract (Addendum 1) 5 of 10 City Project No. 102527 00 42 43 BID PROPOSAL Page 6 of 10 320 3331.0054 Treatment of exposed rebar, gallons of Rust Inhibiting Coating used - 33 31 25 GA 5 No Bid No Bid 321 3331.0055 10" Lateraland connecting pipe reinstatement 33 31 So EA 2 No Bid No Bid 322 3331.0056 12" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 323 3331.0057 15" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 324 3331.0058 18" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 325 3331.0059 21" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No )aid 326 3331.0060 24" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Hid 327 3331.0061 27" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 328 3331.0062 30" Lateraland connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid _ 3331.0063 Secondary corrosion protection 333125 GA 5 No Bid No Bid 330 0280.0064 Modifications to Existing Concrete Structures 038000 EA 5 No Bid No Bid 331 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 SY 50 No Bid No Bid 332 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 320117 SY 50 No Bid No Bid 333 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 320117 SY 50 No Bid No Bid 334 3201.0614 Conc Pvmt Repair, Residential 320129 SY 50 No Bid No Bid 335 3201.0616 Conic Pvmt Repair, Arterial/Industrial 320129 SY 50 No Bid No Bid 336 3471.0001 Traffic Control 347113 MO 3 No Bid No Bid 337 0135.0101 Railroad Coordination 013513 LS 1 No Bid No Bid 338 3125.0101 SWPPP 2 1 acre 31 25 00 LS 1 No Bid No )aid 339 0170.0101 Specified Remobilization 017000 EA 1 No Bid No Bid 340 3110.0101 Site Clearing 311000 SY 50 No Bid No Bid 341 3123.0102 Unclassified Excavation by Survey 31 23 16 CY 15 No Bid No Bid 342 3123.0104 Borrow by Survey 31 23 23 CY 15 No Bid No Bid 343 3123.0105 Borrow by Delivery 31 23 23 CY SS No Bid No Bid 344 3124.0102 Embankment by Survey 312400 CY 15 No Bid No Bid 345 3305.0110 Utility Markers 330526 EA 5 No Bid No Bid _ 346 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 5 No Bid No Bid BASE BID - UNITS - Non -Standard Items lfor Unit 4) $ - UNIT 5 - Geopo ymer Lining 34/ 3331.0301 30" Geopolymer Lining 33 31 25 LF 1200 $ 600.00 $ 720,000.001 348 3331.0302 33" Geopolymer Lining 33 31 25 LF 300 $ 600.00 $ 180,00moo 1 349 3331.0303 36" Geopolymer Lining 33 31 25 LF 1000 $ 600.00 $ 600,000.001 350 3331.0304 42" Geopolymer Lining 33 31 25 LF 700 $ 462.00 $ 323,400.00I 351 3331.0305 48" Geopolymer Lining 33 31 25 LF 700 $ 480.00 $ 336,000.00 352 3331.0306 54" Geopolymer Lining 33 31 25 LF 400 S 540.00 $ 216,000.00I 353 3331.0307 60" Geopolymer Lining 33 31 25 LF 300 $ 660.00 $ 198,000.00 354 3331.0308 72" Geopolymer Lining 33 31 25 LF 250 $ 792.00 $ 198,000.00 355 3331.0309 84" Geopolymer Lining 33 31 25 LF 250 $ 1,008.00 $ 252,000.00 356 3331.031096" Geopolymer Lining 333125 LF 250 $ 1,152.00 $ 288,000.00 3S7 3331.0311 120" Geopolymer Lining 33 31 25 LF 250 $ 1,560.00 $ 390,000.00 3b8 aaa e23244:*UPAcEhGeepetyrnef44ningPFARrs#/AUBNADDENUUM-1 ;agi29 bF VW $ - 3b9 332; 03 3331!29 bF 240 $ 3b0 3334!.934.4-1b-WwR6' ArEhGeepetymer-WAInglTB MMOV90APD81i'DwA41 333F29 bF 2-90 $ 244 223A.0345i&'ic28r�AcEh6eepelymef4iningl�&A4R6MB116BAB$GNt4NA44 R2g4a bF 240 $ 362 3331.0316 22.5"x36.25" Arch Geopolymer Lining 33 31 25 LF 500 $ 600.00 $ 300,000.00 363 3331.0317 26.6"x43.75" Arch Geopolymer Lining 33 31 25 LF 250 S 600.00 $ 150,000.00 364 3331.0318 31.3"x51.2" Arch Geopolymer Lining 33 31 25 LF 1200 $ 462.00 $ 554,400.00 365 3331.0319 36"x5S.5' Arch Geopolymer Lining 33 31 25 LF 250 $ 480.00 $ 120,000.00 366 3331.0320 40"x65" Arch Geopolymer Lining 33 31 25 LF 1300 $ 540.00 $ 702,000.00 367 3331,0321 45"x73" Arch Geopolymer Lining 33 31 25 LF 1100 $ 660.00 $ 726,000.00 368 3331.0322 54"x88" Arch Geopolymer Lining 33 31 25 LF 1400 $ 792.00 $ 1,108,800.00 369 3331.0323 62"x102" Arch Geopolymer Lining 33 31 25 LF 1800 $ 1,008.00 $ 1,814,400.00 370 3331.0324 72"x115" Arch Geopolymer Lining 33 31 25 LF 600 $ 1,152.00 $ 691,200.00 371 3331.0325 77.25'xl22" Arch Geopolymer Lining 33 31 25 LF 1300 $ 1,152.00 $ 1,497,600.00 372 3331.0326 87"x138" Arch Geopolymer Lining 33 31 25 LF 250 $ 1,560.00 $ 390,000.00 373 3331.0327 96"x1S4" Arch Geopolymer Lining 33 31 25 LF 250 $ 2,000.00 $ 500,000.00 374 3331.0328 106"x168.75" Arch Geopolymer Lining 33 31 25 LF 250 $ 2,500.00 $ 625,000.00 375 0170,0102 Work Order Mobilization (Mist Only) 01 70 00 EA 1 $ 45,000.00 $ 45,000.00 BASE BID - UNIT 5 - Geopolymer Lining $ 12,925,800.00 UNIT B - Non-Standarl Items (for Unit 5) 376 3304.0036 Cleaning - Hydraulic <=21" 33 04 50 LF 1000 $ 60.50 $ 60,500.00 377 3304.0037 Cleaning - High -Velocity <=21" 330450 LF 100 $ 500.50 $ 50,050.00 378 3304.0038 Cleaning - Mechanical <=21" 33 04 50 LF 100 $ 500.50 $ 50,050.00 379 3304.0036 Cleaning -Hydraulic >=24" and <= 42" 330450 LF 1000 $ 65.00 $ 65,000.00 380 3304.0037 Cleaning - High -Velocity > 24" and <= 42" 330450 LF 100 $ 550.00 $ 55,000.00 381 3304.0038 Cleaning - Mechanical >=24" and <= 42" 330450 LF 100 $ 550.00 $ 55,000.00 382 3304.0036 Cleaning- Hydraulic >=48" and <= 72" 330450 LF 1000 $ 75.00 $ 75,000.00 383 3304.0037 Cleaning- High-Velocity>=48" and <= 72" 330450 LF 100 $ 650.00 $ 65,000.001 20231frenchless Stonn Drain Rehabilitation Unit Price Construction Contract (Addendum 1) 6 of 10 City Project No. 102527 00 42 43 BID PROPOSAL Page 7 of 10 384 3304.0038 Cleaning - Mechanical >=48" and <= 72" 33 04 50 LF 100 $ 650.00 $ 65,000.00 385 3304.0036 Cleaning - Hydraulic >=78" 33 04 50 LF 1000 $ 90.00 $ 90,000.0o 386 3304.0037 Cleaning -High-Velocity>=78" 330450 LF 100 S 750.00 $ 75,000.00 387 3304.0038 Cleaning -Mechanical >=78" 330450 LF 100 $ 750.00 $ 75,000.00 388 3341.0039 Point repair <=36" and Depth <=8ft 3341 10 LF 100 $ 1,200.00 $ 120,000.001 389 3341.0040 Point repair <=36" and Depth>8ft 334110 LF 101 $ 2,000.00 $ 202,000.001 390 3341.0041 Point repair>36" and <=60" and Depth <=Bit 3341 10 LF 102 $ 2,000.00 $ 204,000.00 391 3341.0042 Point repair>36" and <=60" and Depth >8ft 33 41 10 LF 103 $ 3,000.00 $ 309,000.00 392 3341.0043 Point repair >60" and Depth <=8ft 33 41 10 LF 104 $ 3,000.00 $ 312,000.00 393 3341.0044 Point repair >60" and Depth >Bit 33 41 10 LF 105 $ 4,000.00 $ 420,000.00 394 3339.1001 4' Manhole 33 39 20 EA 2 $ 16,900.00 $ 33,800.00 395 3339.1003 4' Extra Depth Manhole 33 39 20 VF 10 $ 591.50 $ 5,915.00 396 3339.1101 S' Manhole 33 39 20 EA 2 $ 22,100.00 $ 44,200.00 397 3339.1103 5' Extra Depth Manhole 33 39 20 VF 10 $ 630.50 $ 6,305-00 398 3349.0001 4' Storm Junction Box 334910 EA 2 $ 10,500.00 $ 21,000.00 399 3349.0002 5' Storm Junction Box 334910 EA 2 $ 12,500.00 $ 25,000.00 400 3349.0003 G Storm Junction Box 334910 EA 2 $ 15,000.00 $ 30,000.001 401 3301.0101 Manhole Vacuum Testing 330130 EA 2 $ 1,300.00 $ 2,600.00111 402 3301.Do13 Condition Assessment CCTV Inspection of Storm Drain 330132 LF 500 $ 35.00 $ 17,500.00 403 3331.0051 Infiltration Control- pounds of chemical grouting material used 333125 LB 50 $ 150.00 $ 7,500.D0 404 3331.0052 Treatment of exposed rebar, cleaning and preparation 33 31 25 EA 10 $ 975.00 $ 9,750.00 405 3331.0053 Invert repair and patching 333125 CY 25 $ 1,924.00 $ 48,100.00 406 3331.0054 Treatment of exposed rebar, gallons of Rust Inhibiting Coating used 33 31 25 GA 5 $ 100.00 $ 500.00 407 3331.0055 10" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 3,000.00 $ 6,000.00 408 3331.005612" Lateral and connecting pipe reinstatement 33 31 50 EA 2 S 3,250.00 5 6,500.00 409 3331.0057 15" Lateral and connecting pipe reinstatement 333150 EA 2 $ 3,500.00 $ 7,000.00 410 3331.005818" Lateral and connecting pipe reinstatement 333150 EA 2 $ 4,000.00 $ 8,000.00 411 3331.0059 21" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 4,500.00 $ 9,000.00 412 3331.0060 24" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 5,000.00 $ 10,000.00 413 3331.0061 27" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 5,500.00 $ 11,000.00 414 3331.0062 30" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 6,000.00 $ 12,000.00 415 3331.0063 Secondary corrosion protection 33 31 25 GA 5 $ 100.00 $ 500.00 416 0380.0064 Modifications to Existing Concrete Structures 03 80 00 EA 5 $ 3,000.00 $ 15,000.00 417 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 5Y 50 $ 400.00 $ 20,000.00 418 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 32 01 17 SY 50 $ 450.00 $ 22,500.00 419 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 320117 SY 50 $ 450.00 $ 22.500.00 420 3201.0614 Conc Pvmt Repair, Residential 320129 SY 50 $ 400.00 $ 20,000.00 421 3201.0616 Conc Pvmt Repair, Arterial/Industrial 320129 SY 50 $ 450.00 $ 22,500.00 422 3471.0001 Traffic Control 34 71 13 M 0 3 $ 20,000.00 $ 60,000.00 423 0135.0101 Railroad Coordination 013513 LS 1 $ 7,020.00 $ 7,020.00 424 3125.0101 SWPPP z 1 acre 312500 LS 1 $ 9,750.00 $ 9,750.00 425 0170.0101 Specified Remobilization 017000 EA 1 $ 19,500.00 $ 19,500.001 426 3110.0101 Site Clearing 311000 SY 50 $ 390.00 $ 19,500.001 427 3123.0102 Unclassified Excavation by Survey 31 23 16 CY 15 $ 260.00 $ 3,900.00 jl 428 3123.0104 Borrow by Survey 31 23 23 CY 15 $ 325.00 $ 4,875.00 429 3123.0105 Borrow by Delivery 31 23 23 CY 15 $ 325.00 $ 4,875.00 I 430 3124.0102 Embankment by Survey 312400 CY 15 $ 195.00 $ 2,925.00 431 3305.0110 Utility Markers 330526 EA 5 $ 520.00 $ 2,600.00 432 3305.0103 Exploratory Excavation of Existing Utilities 330530 EA 5 $ 520.00 $ 2,600.00 BASE BID - UNIT 8 - Non -Standard Items (for Unit 51 $ 2,929,81S.00 UNIT B - Epoxy Lininq 433 3331.03706" Epoxy Lining 333126 LF 250 No Bid No Bid 434 3331.03718" Epoxy Lining 333126 LF 250 No Bid No Bid 435 3331.037210" Epoxy Lining 333126 LF 250 No Bid No Bid 436 3331.037312" Epoxy Lining 333126 LF 250 No Bid No Bid 437 3331.0374 15" Epoxy Lining 33 31 26 LF 300 No Bid No Bid 438 3331.037518" Epoxy Lining 333126 LF 900 No Bid No Bid 439 3331.037621" Epoxy Lining 333126 LF 900 No Bid No Bid 440 3331.0377 24" Epoxy Lining 33 31 26 LF 2400 No Bid No Bid 441 3331.0378 27" Epoxy Lining 333126 LF 500 No Bid No Bid 442 3331.0379 30" Epoxy Lining 333126 LF 1200 No Bid No Bid 443 3331.0380 33" Epoxy Lining 333126 LF 300 No Bid No Bid 444 3331.038136" Epoxy Lining 333126 LF 1000 No Bid No Bid 445 3331.0382 42" Epoxy Lining 333126 LF 700 No Bid No Bid 446 3331.0383 48" Epoxy Lining 33 31 26 LF 700 No Bid No Bid 447 3331.0384 54" Epoxy Lining 333126 LF 400 No Bid No Bid 446 3331.0385 60" Epoxy Lining 33 31 26 LF 300 No Bid No Bid 449 3331.0386 72" Epoxy Lining 333126 LF 250 No Bid No Bid 450 3331.0387 84" Epoxy Lining 333126 LF 250 No Bid No Bid 2023 Trench less Storm Drain Rehabilitation Unit Price Construction Contract (Addendum 1) 7 of 10 City Project No. 102527 00 42 43 BID PROPOSAL Page 8 of 10 451 3331.038896" Epoxy Lining 33 31 26 LF 250 No Bid No Bid 452 3331.0389 120" Epoxy Lining 33 31 26 LF 250 No Bid No Bid 453 3331.039011"x18"Arch Epoxy Lining 333126 LF 250 No Bid No Bid 454 3331.0391 13.S"x22" Arch Epoxy Lining 33 31 26 LF 250 No Bid No Bid 455 3331.0392 15.5"x26" Arch Epoxy Lining 33 31 26 LF 250 No Bid No Bid 456 3331,0393 18"x28.5" Arch Epoxy Lining 33 31 26 LF 1 250 No Bid No Bid 457 3331.039422.5"x36.25" Arch Epoxy Lining 333126 LF 500 No Bid No Bid 458 3331.0395 26.6"x43.75" Arch Epoxy Lining 33 31 26 LF 250 No Bid No Bid 459 3331.039631.3"x51.2"Arch Epoxy Lining 333126 LF 1200 No Bid No Bid 460 3331.0397 36"x58.5" Arch Epoxy Lining 33 31 26 LF 250 No Bid No Bid 461 3331.0398 40"x65" Arch Epoxy Lining 33 31 26 LF 1300 No Bid No Bid 462 3331.0399 45"x73" Arch Epoxy Lining 333126 LF 1100 NO Bid No Bid 463 3331.04D054"x88"Arch Epoxy Lining 333126 LF 1400 NO Bid No Bid 464 3331.0401 62"x102" Arch Epoxy Lining 33 31 26 LF 1800 No Bid No Bid 465 3331.0402 72"x115" Arch Epoxy Lining 33 31 26 LF 600 No Bid No Bid 466 3331.0403 77.25"x122" Arch Epoxy Lining 33 31 26 LF 1300 No Bid No Bid 467 3331.040487"x138" Arch Epoxy Lining 33 31 26 LF 250 No Bid No Bid 468 3331.0405 96N154"Arch Epoxy Lining 333126 LF 250 No Bid No Bid 469 3331.0406 106"x168.75" Arch Epoxy Lining 33 31 26 LF 250 No Bid NO Bid 470 0170.0102 Work Order Mobilization (Mist Only) 017000 EA 1 No Bid NO Bid BASEBID-UNIT6-Epoxy Lining $ - UNIT 6 - Non -Standard Items (for Unit 6) 471 3304.0036 Cleaning- Hydraulic <=21" 330450 LF 1000 No Bid No Bid 472 3304.0037 Cleaning - High -Velocity <=21" 330450 LF 100 No Bid No Bid _ 473 3304.0038 Cleaning - Mechanical <=21" 330450 LF 100 No Bid No Bid 474 3304.0036 Cleaning - Hydraulic >=24" and <= 42" 330450 LF 1000 No Bid NO Bid 475 3304.0037 Cleaning - High-Veloclty>=24" and <= 42" 33 04 50 LF 100 No Bid No Bid 476 3304.0038 Cleaning - Mechanical >=24" and <= 42" 330450 LF 100 No Bid No Bid 477 3304.0036 Cleaning - Hydraulic >=48" and <= 72" 330450 LF 1000 No Bid No Bid 478 3304.0037 Cleaning - High-Velocity>=48" and <= 72" 330450 LF 100 No Bid No Bid 479 3304.0038 Cleaning- Mechanical >=48" and <= 72" 330450 LF 100 No Bid NO Bid 480 3304.0036 Cleaning- Hydraulic >=78" 330450 LF 1000 No Bid No Rid 481 3304,0037 Cleaning - High -Velocity >=78" 330450 LF 100 NO Bid No Rid 482 3304.0038 Cleaning - Mechanical >=78" 330450 Lr 100 No Bid No Rid 483 3341.0039 Point repair <=36" and Depth <=8ft 334110 LF 100 NO Bid No Rid 484 3341.0040 Point repair <=36" and Depth >8ft 33 41 10 LF 101 NO Bid No Rid 485 3341.0041 Point repair>36" and <=60" and Depth <=8ft 334110 LF 102 NO Bid No Rid 486 3341.0042 Point repair >36" and <=60" and Depth >8ft 33 41 10 LF 103 No Rid No Bid 487 3341.0043 Point repair>60" and Depth <=8ft 334110 LF 104 No Bid NO Bid 488 3341.0044 Point repair>60" and Depth>8ft 334110 LF 105 No Rid No Bid 489 3339.1001 4' Manhole 33 39 20 EA 2 NO Bid No Bid 490 3339.1003 4' Extra Depth Manhole 33 39 20 VF 10 No Rid No Bid 491 3339.1101 5' Manhole 33 39 20 EA 2 NO Bid No Rid 492 3339.1103 5' Extra Depth Manhole 33 39 20 VF 10 NO Bid No Rid 493 3349.0001 4' Storm Junction Box 334910 EA 2 No Bid NO Bid 494 3349.0002 5' Storm Junction Box 334910 EA 2 No Bid No Bid 495 3349.0003 6' Storm Junction Box 334910 EA 2 No Bid No Bid 496 3301.0101 Manhole Vacuum Testing 330130 EA 2 NO Bid No Rid 497 3301.0013 Condition Assessment CCTV Inspection of Storm Drain 33 01 32 LF 500 No Bid NO Rid 498 3331.0051 Infiltration Control - pounds of chemical grouting material used 333125 LB 50 No Bid NO Rid 499 3331.0052 Treatment of exposed rebar, cleaning and preparation 33 31 25 EA 10 No Bid No Bid 500 3331.0053 Invert repair and patching 33 31 25 CY 25 No Bid No Rid 501 3331.0054 Treatment of exposed rebar, gallons of Rust Inhibiting Coating used 33 31 25 GA 5 No Bid No Rid 502 3331.0055 10" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Rid No Bid 503 3331.0056 12" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 504 3331.0057 15" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 505 3331.0058 18" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 506 3331.0059 21" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 507 3331.0060 24" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 508 3331.0061 27" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 509 3331.0062 30" Lateral and connecting pipe reinstatement 33 31 50 EA 2 No Bid No Bid 510 3331.0063 Secondary corrosion protection 33 31 25 GA 5 No Bid No Bid 511 0380.0064 Modifications to Existing Concrete Structures 038000 EA 5 No Bid No Bid 512 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 SY 50 No Rid NO Bid 513 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 3201 17 SY 50 No Bid No Bid 514 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 3201 17 SY 50 No Bid No Bid 515 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY 50 No Bid No Bid 516 3201.0616 Conc Pvmt Repair, Arterial/Industrial 320129 SY So No Bid No Bid 517 3471.0001 Traffic Control 3471 13 MO 3 No Bid No Bid 2023 '1'renchless Storm Drain Rehabilitation Unit Price Construction Contract (Addendum 1) 9 of 10 City Project No. 102527 00 42 43 BID PROPOSAL Page 9 of 10 518 0135.0101 Railroad Coordination 013513 LS 1 No Bid No Bid 519 3125.0101 SWPPP 2l acre 312500 LS 1 No Bid No Bid 520 0170.0101 Specified Remobilization 017000 EA 1 No Bid No Bid 521 3110.0101 Site Clearing 311000 SY 50 No Bid No Bid 522 3123.0102 Unclassified Excavation by Survey 312316 CY 15 No Bid No Bid 523 3123.0104 Borrow by Survey 31 23 23 CY 15 No Bid No Bid 524 3123.0105 Borrow by Delivery 31 23 23 CY 15 No Bid No Bid 525 3124.0102 Embankment by Survey 312400 CY 15 No Bid No Bid 526 3305.0110 Utility Markers 33 05 26 EA 5 No Bid No Bid 527 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 5 No Bid No Bid BASE BID -UNIT 8 - Non -Standard Items (for Unit 6) S - UNIT 7 - Cemen itious Lining 528 3331.494486"Cem nFitiout "Rift4FsIAEMOu6BA8BiWPUA•44 3331-2; bF 240 529 XZ24,9449 ",ine tT.FM RFMQV4U1 AAAFWAAM 4 33-3i i7 bF 25A _- 534 324"45940"6emfititina, "ing4FA4RgMQU49APPENDU94 333-1-2-2 bF 240 534 4234444444L6ernentitieasbiniag44MRUMQVV[AADDaWDUM4 333i-47 bF 2bA 533 2334 84S2 a b" 6ementit eus 6i vft 4TAM RRM9Y4iA ADASNDUM4 3334 2; bF 4" 533 323184Q48"6ementiReus-1,ininglTFiAARFsA44}VRDADD§WDUM-4 39-34-27 bF 4" ., 634 orMOVKI) AL)"N141,1 z 33.31,44 LF- 4" 535 333b2Z },F 24N It 536 3331.44562:72Q entitinusl,irting4W"M4QU9PADDbP11.3UM4 333323 bF 3AA 6 - 537 3331,045730" Cementitious Lining 333127 LF 1200 $ 600.00 S 720,000.00 S38 3331.0458 33" Cementitious Lining 33 31 27 LF 300 $ 600.00 $ 180,000.00 539 3331.0459 36" Cementitious Lining 33 31 27 LF 1000 $ 600.00 $ 600,000.00 540 3331.046042" Cementitious Lining 33 31 27 LF 700 $ 336.00 $ 235,200.00 541 3331.0461 48" Cementitious Lining 33 31 27 LF 700 $ 360.00 $ 252,000.00 542 3331.0462 54" Cementitious Lining 33 31 27 LF 400 $ 378.00 S 151,200.00 543 3331.0463 60" Cementitious Lining 33 31 27 LF 300 S 480.00 $ 144,000.00 544 3331.0464 72" Cementitious Lining 33 31 27 LF 250 $ 576.00 S 144,000.00 545 3331.0465 84" Cementitious Lining 33 31 27 LF 250 $ 756.00 $ 189,000.00 546 3331.0466 96" Cementitious Lining 33 31 27 LF 250 $ 864.00 $ 216,000.00 547 3331.0467120" Cementitious Lining 333127 LF 250 $ 1,200.00 $ 300,000.00 6444 3334-..W16ii+F*4*AFel 3331-2-7 LF 2" $ - 549 333i,946943-9-"*22-'A"Gemen46eas64n"1:Fi4A 3334-21 4 24W f "0 3334.44204-SAL426"AfekGetne"to-,-shinifig- ITEM R9MOVISDADDRNDU94 3331-27 bF 25A 4__ _ 551 3331.047118"*24.5"Areh6etnentitieasLin4ngJTEMR$M93t&DABB$P4DtdA44 333i22 bF 250 552 3331.0472 22.5"x36.25" Arch Cementitious Lining 33 31 27 LF Soo $ 600.00 $ 300.000.00 553 3331.0473 26.6"x43.75" Arch Cementitious Lining 33 31 27 LF 250 $ 600.00 $ 150,000.00 554 3331.0474 31.3"x51.2" Arch Cementitious Lining 33 31 27 LF 1200 $ 336.00 $ 403,200.00 SSS 3331.0475 36'x58.S" Arch Cementitious Lining 33 31 27 LF 250 $ 360.00 S 90,000.00 556 3331.0476 40"x65" Arch Cementitious Lining 33 31 27 LF 1300 $ 378.00 $ 491,400.00 557 3331.0477 45"03" Arch Cementitious Lining 33 31 27 LF 1100 $ 480.00 $ 528,000.00 558 3331.0478 54"x88" Arch Cementitious Lining 33 31 27 LF 1400 $ 576.00 $ 806,400.00 559 3331.0479 62"x102" Arch Cementitious Lining 33 31 27 LF 1800 S 756.00 $ 1,360,800.00 560 3331.0480 72"x115" Arch Cementitious Lining 33 31 27 LF 600 $ 864.00 $ 518,400.00 561 3331.0481 77.25"022" Arch Cementitious Lining 33 31 27 LF 1300 $ 996.25 $ 1,295,125.00 562 3331.0482 87"x138" Arch Cementitious Lining 33 31 27 LF 250 $ 1,237.50 $ 309,375.00 563 3331.0483 96"x1S4" Arch Cementitious Lining 33 31 27 LF 250 $ 1,500.00 $ 375,000.00 564 3331.0484 106"x168.7S" Arch Cementitious Lining 33 31 27 LF 250 $ 1,785.88 $ 446,468.75 565 0170.0102 Work Order Mobilization (Mist Only) 017000 EA 1 $ 45,000.00 $ 45,000.00 BASE BID - UNIT 7- Cementitious Lining $ 10,250,568.75 UNIT 8 - Non -Standard Items (for Uilt 7) 566 3304.0036 Cleaning - Hydraulic <=21" 33 04 50 LF 1000 60.50 $ 60,500.00 567 3304.0037 Cleaning - High -Velocity <=21" 33 04 50 LF 100 500.50 $ 50,050.00 568 3304.0038 Cleaning - Mechanical <=21" 33 04 50 LF 100 $ 500.50 $ 50,050.00 569 3304.0036 Cleaning - Hydraulic >=24" and <= 42" 33 04 50 LF 1000 $ 65.00 S 65,000.00 570 3304.0037 Cleaning - High -Velocity >=24" and <= 42" 33 04 50 LF 100 $ 550.00 $ 55,000.00 571 3304.0038 (leaning - Mechanical >=24" and <= 42" 33 04 50 LF 100 $ 550.00 S 55,000.00 572 3304.0036 Cleaning - Hydraulic >=48" and <= 72" 330450 LF 1000 $ 75.00 $ 75,000.00 573 3304.0037 Cleaning - High-Velocity>=48" and <= 72" 330450 LF 100 $ 650.00 $ 65,000.00 574 3304.0038 Cleaning - Mechanical >=48" and <= 72" 330450 LF 100 $ 650.00 S 65,000.00 575 3304.0036 Cleaning - Hydraulic >=78" 330450 LF 1000 $ 90.00 S 90,000.00 576 3304.0037 Cleaning - High -Velocity >=78" 330450 LF 100 $ 750.00 $ 75,000.00 577 3304.0038 Cleaning - Mechanical >=78" I 330450 LF 100 $ 750.00 $ 75,000.00 578 3341.0039 Point repair <=36" and Depth <=8ft 3341 10 LF 100 $ 1,200.00 $ 120,000.00 579 3341.0040 Point repair <=36" and Depth >8ft 3341 10 LF 101 $ 2,000.00 S 202,000.00 580 3341.0041 Point repair >36" and <=60" and Depth <=8ft 33 41 10 LF 102 $ 2,000.00 S 204,000.00 581 3341.0042 Point repair>36" and <=60" and Depth>8ft 334110 LF 103 $ 3,000.00 $ 309,000.00 2023 1'renchless Storm Drain Rehabilitation Unit Price Construction Contract (Addendum 1) 9 of 10 City Project No. 102527 00 42 43 BID PROPOSAL Page 10 of 10 582 3341.0043 Point repair >60" and Depth <=aft 33 41 10 LF 104 $ 3\\000.00 $ 312,000.00 583 3341.0044 Point repair>60" and Depth >Oft 334110 LF 105 $ 4,000.00 $ 420,000.00 584 3339.1001 4' Manhole 33 39 20 EA 2 $ 16,900.00 $ 33,800.00 585 3339.1003 4' Extra Depth Manhole 33 39 20 VF SO $ 591.50 $ 5,915.00 586 3339.1101 5' Manhole 33 39 20 EA 2 $ 22,100.00 $ 44,200.00 587 3339.1103 5' Extra Depth Manhole 33 39 20 VF 10 S 630.50 $ 6,305.00 588 3349.0001 4' Storm Junction Box 334910 EA 2 $ 10,500.00 $ 21,000.00 589 3349.0002 5' Storm Junction Box 3349 10 EA 2 $ 12,500.00 $ 25,000.00 590 3349.0003 6' Storm Junction Box 33 49 10 EA 2 $ 15,000.00 $ 30,000.00 591 3301.0101 Manhole Vacuum Testing 330130 EA 2 $ 1,300.00 $ 2,600.00 592 3301.0013 Condition Assessment CCTV Inspection of Storm Drain 33 01 32 LF 500 $ 35.00 $ 17,500.00 593 3331.0051 Infiltration Control - pounds of chemical grouting material used 33 31 25 LB 50 $ 150.00 $ 7,500.00 594 3331.0052 Treatment of exposed rebar, cleaning and preparation 33 31 25 EA 10 S 975.00 $ 9,750.00 595 3331.0053 Invert repair and patching 333125 CY 25 $ 1,924.00 $ 48,100.00 596 3331.0054 Treatment of exposed rebar, gallons of Rust Inhibiting Coating used 33 31 25 GA 5 $ 100.00 $ 500.00 597 3331.0055 10" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 3,000.00 $ 6.000.00 598 3331.0056 12" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 3,250.00 $ 6,500.00 599 3331.0057 15" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 3,500.00 $ 7,000.00 600 3331.0058 18" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 4,000.00 $ 8,000.00 601 3331.0059 21" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ _ 4,500.00 $ 9,000.00 602 3331.0060 24" Lateral and connecting pipe reinstatement 33 31 50 EA 2 $ 5,000.00 $ 10,000.00 603 3331.0061 27" Lateral and connecting pipe reinstatement 33 31 50 EA 2 S 5,500.00 $ 11,000.00 604 3331.006230" Lateral and connecting pipe reinstatement 333150 EA 2 $ 6,000.00 $ 12,000.00 605 3331.0063 Secondary corrosion protection 33 31 25 GA 5 $ 100.00 $ 500.00 606 0380.0064 Modifications to Existing Concrete Structures 03 80 00 EA 5 $ 3,000.00 $ 15,000.00 607 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 320117 SY 50 $ 400.00 $ 20,000.00 608 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 320117 SY 50 $ 450.00 $ 22,500.00 609 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 320117 SY 50 $ 450.00 $ 22,500.00 610 3201.0614 Conc Pvmt Repair, Residential 320129 SY 50 $ 400.00 $ 20,000.00 611 3201.0616 Conc Pvmt Repair, Arterial/Industrial 32 01 29 SY 50 $ 450.00 $ 22,500.00 612 3471.0001 Traffic Control 347113 MO 3 $ 20,000.00 $ 60,000.00 613 0135.0101 Railroad Coordination 013513 LS 1 $ 7,020.00 $ 7,020.00 814 3125.0101 SWPPP 2 1 acre 31 25 00 LS 1 $ 9,750.00 $ 9,750.00 615 0170.0101 SpecifiedRemobilizatlon 017000 EA 1 $ 19,500.00 $ 19,500.00 616 3110.0101 Site Clearing 311000 SY 50 $ 390.00 $ 19,500.00 617 3123.0102 Unclassified Excavation by Survey 312316 CY 15 $ 260.00 $ 3,900.00 618 3123.0104 Borrow by Survey 31 23 23 CY 15 $ 325.00 $ 4,875.00 619 3123.0105 Borrow by Delivery 31 23 23 CY 15 S 325.00 $ 4,875.00 620 3124.0102 Embankment by Survey 31 24 00 CY 15 $ 195.00 $ 2,925.00 621 3305.0110 Utility Markers 33 05 26 EA 5 $ 520.00 $ 2,600.00 622 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 5 $ 520.00 $ 2,600.00 BASE BID - UNIT 8 - Non -Standard Items (for Unit 7) $ 2,929,815.001 BASE BID SUMMARY TOTAL UNIT BIDS TOTAL BASE BID PER REHAB UNIT I UNIT UNIT 1-7 UNITS IBASEBID- UNITS -CIPP $ 20,687,937.50 $ 2,929,815.00 $ 23,617,752.50 IBASE BID - UNIT 2 - Slip Lining $ - $ -I $ - IBASE BID - UNIT 3 - Pipe Enlargement $ 5,269,000.00 $ 2,929,815.001 $ 8,198,815.00 IBASE BID - UNIT 4- Spiral Wound Lining $ - $ - S BASE BID - UNIT 5 - Geopolymer Lining $ 12,925,800.00 $ 2,929,815.001 $ 15,855,615.00 BASE BID - UNIT 6 - Epoxy Lining $ - $ - I $ - BASEBID- UNIT 7-CementitiousLining $ 10,250,568.75 $ 2,929,815.001 $ 13,180,383.75 2023 Trenchless Storm Drain Rehabilitation Unit Price Construction Contract (Addendum 1) 10 of 10 City Project No. 102527 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of That we, Vortex Lining Systems, LLC , known as "Bidder" herein and Pennsylvania Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum offive percent(5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in FortWorth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as 2023 Trenchless Storm Drain Rehabilitation, City Project No. 102527 NOW, THEREFORE, the condition of this obligation is such that if the City 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 City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 19th day of October , 2023. PRINCIPAL: Vortex Lining Systems, LLC BY: 4itu ��re / q �TT\ 0 �'3�` Pf'I5 . �41 dna e s as lo'P I Name and Title U � CITY OF FORT WORTH 00 4100 Bid ProposalWorkbook.xlsx STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2023 Trenchless Storm Drain Rehabililation Revised 913012021 Cily Project No. 102527 .I Witness as to Surety Attach Power of Attorney (Surety) for Attomey-in-Fact 0043 13 BID BOND Papn 2 of 2 Address: 18150 Imeerial Vallev Drive Houston, TX 77060 SURETY: Pennsylvania Insurance Company BY: C//ignature���� Laura Kneitz, Attorney_ -In-Fact Name and Title Address: 10805 Old Nlill Road _Omaha. NE. 68154 Telephone Number: (402) 827-3424 `Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address Is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded, GNU OF SECTION CITY OF FORT WORTH 00 41 00 Bid Proposal Workbook.xlsx STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2023 Trenchless Storm Drain Rehabilitation Revised 9/30/2021 City Project No. 102627 California Insurance Company • Continental Indemnity Company • Illinois Insurance Company • Pennsylvania Insurance Company 10805 Old Alill Rand • Ornalta. Nebraska 68154 POWER OF ATTORNEY NO. LOCIIOUOI 0323 KNOW AU MEN 13Y THESE PRESENTS: -That the California insurance Company, duly organized and existing under the laws of the State of California and having its principal office in the County of San Malmo, California, and Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company, corporations duly organized and existing trader the laws of the State of Ncw Mcsico and having their principal office in the County of Santa Fe, New Mexico does herby non inatc, constitute and appoint: Aaron P. Clark, Robert F. Bobo, Timothy F. Kelly, Teresa D. Kelly, Rachel Richardson, 1-aura Kneitz, Florence McClellan, Craig C Payne Its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf as surety, and its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship (NOT INCi.UDING bonds without a fixed penalty or financial guarantee) provided, however, that the penal sum ofany one such instmment executed hereunder shall not exceed the sum of: "Unlimited" This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of California Insurance Company, Continental Indemnity Company, Illinois I nsurance Company and Pennsylvania insurance Company, "RESOI,V ED, That the President, Senior Vice President. Vice President, Assisted Vice President, Secretary. Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsim ile signature, which may be attested or acknowledged by any officer or attorney of the Company, qualifying the attorney or attorneys named in given power of attorney, to execute in behalf of, and acknowledge as theact and deed of the California Insurance Company, Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, California Insurance Company, Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company, has caused its oflicial seal to be hereunto affixed and these presents to be signed by its duly authorized officer the 16th day of August 2023. STATE OF NEBRASKA COUNTY OF DOUGLAS SS: California Insurance Company, Continental indemnity Company, Illinois insuranceC flipany, Pennsylvania Insurance Company ByY v Jeffrey A. Silver, Secretary On this l6th dayol'August•A.D. 2023, before mea Nolary Public of the Stale of Nebraska, inand for the County of Douglas, duly commissioned and qualified, canaeTHE ABOVE OFFICER OF THE COMPANY, to me personally known to be the individual and officer described in, and who executed the preccding instrument, and la: acknowledged the execution of the same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction ofthe said corporation, and that Resolution adopted by the Board of Directors of said Company, referred to in the preceding instrument is now in force. iN TESTIMONY Wl IEREOF, i have hereunto set nay hand, and affixed my Official Seal at the County of Do}'�la ,the duy and yc ar f1i above written. GENERAL NOTARY - State of Nebraska r } w" 44�f LINDA S. DAVIS (notary Public) 41--* My Comm. Eip. September 1, 202 I, the undersigned Officer of the California Insurance Company, a California Corporation of foster City, California, Continental Indemnity Company, Illinois Insurance Company and Pennsylvania Insurance Company, New Mexico Corporations of Santa Fe, New Mexico, do herby certify that the original POWER OF Al- ORNEY of which the foregoing is full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WI IEREOF, I have hereunto set my hand, and affixed the Seal ofsaid Company, on the 19th day of October 2023 -Vpb-- iy/�N, Jeff ey A. Silver, Secretary IMPORTANT NOTICE -TEXAS This bond has been issued by one of the carriers listed below: Continental Indemnity Company Illinois Insurance Company Pennsylvania Insurance Company California Insurance Company North American Casualty Group insurance To obtain information or make a complaint: You may call the insurance carrier's toll -free telephone number for information or to make a complaint at: (877) 234-4420 Please send all notices of claim on this bond to: Applied Surety Underwriters - Surety Claims 10805 Old Mill Road Omaha, NE 68154 (877) 234-4420 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httr)://www.tdi.state.tx.us E-mail: ConsumerProtection(a)tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Applied Surety Underwriters first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. AS-10010-NAC (05-2022 ) 004337 VENDOR COMPLIANCE TO STATE LAW Page I 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 percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 2 BIDDER: Vortex Lining Systems, LLC END OF SECTION By: BJ Kersliens r 1 (Signature) Title' Regional Vice President Date: 10/18/2023 CITY 017 VOID' WOR'll ( 00 4100 Bfd Pfopoeal Wofkbookxlex STANDARI) CONSTRUCTION S111'CIFIC:KHON D0C'11h4EN'rS 2023 Tfeuchleae Slofiii Dfaia Rehabilitation Revised 9130/2021 City Pfojecl No. 102527 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 004511-1 BIDDERS PREQUALIFICATIONS Pagel of 3 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised August 13, 2021 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 Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised August 13, 2021 0045 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised August 13, 2021 0045 12 PREQUALIFICAT10N STATEMENT 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 andlor subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type CIPP Geopolymer Lining Cleaning/CCTV Cementitous I Contractor/Subcontractor Company Name Vortex Lining Systems, LLC Vortex Lining Systems, LLC Madero Engineering Vortex Lining Systems, LLC Prequalification Expiration Date 04/30/2024 04/30/2024 04/30/2023 04/30/2023 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed BIDDER: Vortex Lining Systems LLC 18150 Imperial Valley Dr., Houston, TX 77060 0 0 END OF SECTION By: BJ Kerstlens i (Signalkife) Title- Regional Vice President Date: 10/18/2023 CITY OF FORT WORTH 00 41 00 Bid Proposal Workbook xlsx STANUARD CONSTRUCTION SPECIFICA110N DOCUMENTS 2023 Trenchless Storm Dram Rehabildalion Revised 091313I2021 city Project No 10252T �rGRT�\N@ 7ITH June 13, 2023 Mr. Nathan Kennedy VORTEX Lining Systems, LLC 18150 Imperial Valley Drive Houston, TX 77060 PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS Dear Mr. Kennedy: Thank you for your submittal of information and data toward prequalification to perform our work. We are pleased to advise that your prequalification has been finalized. A bid limit $239,502,930.00 has been established for your organization based on the financial data submitted. Your firm is prequalified to perform the following work: — Miscellaneous work restricted to Trenchless Rehabilitation (CIPP Installations) for SS no larger than 500 linear feet; up to 84-inch diameter The prequalification and bid limit established above will remain current through 4/3012024 This date was established to be sixteen (16) months from the date of the most recent financial statement received unless rescinded for cause. Should you desire prequalification in the future beyond the aforementioned, submittal of updated financials, work experience, and equipment list will be necessary for this department to establish a new bid limit_ Please be advised that the plans and documents for the work to be performed must be submitted to and approved by the City of Fort Worth Water Department. We appreciate your interest in our work and should you have some question in this or other matters within our purview, please do not hesitate to contact Mr. John Kasavich at (817)392-8480 or Norma Sauceda at (817)392- 6055. YoIurs very trul MAIL TO: John Kasavich, P. E. � Fort Worth Water Department /� S �� (`� � �► Engineering & Regulatory Services Chris Harder, P.E 200 Texas Street Water Director Fort Worth, TX 76102 Fort Worth clEa�cdcat�r WATER DEPARTMENT THE Cm OF Four Woarrl * 200 Trxns STREET * FoHT WORTH, Tens 76102 817-392-8240 * FAX 817-392-8195 1964 • 1993.2011 Printed on FVcYCIed paper 3 4 5 6 7 8 9 10 Il 12 i? 14 1; 16 17 18 19 20 21 22 2, 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 SUCTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended. Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 102527. Contractor further certifies that, pursuant to Texas Labor Code, Scction 406 096(b), as amended, it will provide to City its subcontractor's certificates of -compliance with worker's compensation coverage. CONTRACTOR: Vortex Lining Systems Company 18150 Imperial Valley Drive Address Houston, TX 77060 City/State/Zip THE STATE OF TEXAS § COUNTY OFTARRANT § By: BJ Kerstiens (Please Print) Signature: Title: SR RVP (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared BJ Kerstiens , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Vortex Lininq Systems, LLC for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 28th October , 2024. JORDAN R SULSAR Notary ID #135118496 �7 My Commission Expires October 4, 2028 ; __-- END OF SECTION CITY OF FORT WORTH STANDARD CONSTRICTION SPECIFICATION DOCUMENTS Revised July I, 2011 day of lic`— and for the State of'Texas 2023 Trenchless Storm Dram Rehabilitation City Project No. 102527 004540-1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 5 APPLICATION OF POLICY 6 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 7 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 8 (M/WBEs). 10 POLICY STATEMENT 11 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 12 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 13 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 14 2020 (codified at: httDS:Hcodelibrarv.amleeal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to 15 this bid. 16 17 BUSINESS EQUITY PROJECT GOAL 18 The City's Business Equity goal on this project is 12% of the total bid value of the contract (Base bid 19 applies to Parks and Community Services). 20 21 METHODS TO COMPLY WITH THE GOAL 22 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 23 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 24 ordinance through one of the following methods: 1. Commercially useful services performed by a 25 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 26 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 27 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. 28 Prime contractor Waiver documentation. 29 30 SUBMITTAL OF REQUIRED DOCUMENTATION 31 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 32 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or 33 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City 34 business day after the bid opening date, exclusive of the bid opening date. 35 36 The Offeror must submit one or more of the following documents: 37 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 38 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 39 participation is less than stated goal, or no Business Equity participation is accomplished; 40 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 41 all subcontracting/supplier opportunities; or 42 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 43 Protdgd participation. 44 45 These forms can be found at: 46 Business Equity Utilization Form and Letter of Intent 47 httDS:Hal)DS.fortworthtexas.eov/Pro_iectResources/ResourcesP/60 - MWBE/Business Ea_uity_ Utilization 48 Form DVIN 2022 220324.Ddf 49 CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised October 27, 2021 004540-2 Business Equity Goal Page 2 of 2 1 Letter of Intent 2 httDs://anus.fortworthtexas.aov/ProiectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 3 2021.Ddf 4 5 Business Equity Good Faith Effort Form 6 httt)s://apt)s.fortworthtexas.izov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort 7 Form DVIN2022.Ddf 8 9 Business Equity Prime Contractor Waiver Form 10 httDs:HaDDS.fortworthtexas.aov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 11 Waiver-220313.Ddf 12 13 Business Equity Joint Venture Form 14 httt)s:Hat)Ds.fortworthtexas.aov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint 15 Venture 220225.Ddf 16 17 18 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 19 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID 20 REJECTED. 21 22 23 FAILURE TO SUBMIT THE REQUIRED BUSINESS EOUTY DOCUMENTATION OR OTHERWISE 24 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- 25 RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 26 AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 27 28 For Questions, Please Contact The Business Equity Division of the Department of Diversity and 29 Inclusion at (817) 392-2674. 30 END OF SECTION 31 CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised October 27, 2021 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Vortex Lining Systems, LLC authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2023 Trenchless Storm Drain Rehabilitation Citv Proiect No. 102527 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Two Million Dollars ($2,000,000) Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance once all necessary construction work has been completed or funds expended, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One Thousand Dollars ($1,000.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. 4.3 Renewals This contract may be renewed up to 2 (two) additional terms, upon expiration of contract funds, under the same terms, conditions, and unit prices. In no event shall the contract's total time exceed five years from the initial Effective Date. CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised 8/22/2022 00 52 43 - 2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project speck) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part. by anv act. omission or negligence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised 8/22/2022 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to overate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by anv act, omission or ne"li ence of the citv. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised 8/22/2022 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised 8/22/2022 00 52 43 - 5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised 8/22/2022 00 52 43 - 6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: By: Sig natfire BJ Kerstiens (Printed Name) Regional Vice President Title 18150 Imn_ erial Valley Drive Address Houston, Tx 77060 City/State/Zip October 28, 2024 Date City of Fort Worth LIM Jesica McEachern Assistant City Manager Date Attest: Jannette Goodall, City Secretary (Seal) M&C: 24-0792 Date: 09-17-2024 Form:1295 No.: 2024-1200411 Approved as to Form and Legality: Douglas W. Black Sr. Assistant City Attorney CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised 8/22/2022 CERTIFICATE 4F INTERESTED PARTIES FORM 1295 loll Complete Nos. 1- 4 and 6 if theca are interested pates. OFFICE USE ONLY CompJete Nos. 1. 2, 3, 5 and 5 if there are no interested parties CERTIFICATION OF FILING 3 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number - of busbies. 2024-1200411 Vortex Uning Systems, LLC Houston, TX United States Date Filed: Name of governmenrai entity or state agency that a party to the contract for which the form is 0EV23/2024 being filed. City of Forth 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 oescription of the services, goods, or other property to be provided under the contract. 102527 ?023 Trenchless Storm Drain Rehabilitaiton. Repair and rehabilitation of various storm drain sizes throughout the city 3 Nature of interest Name of Interested Party City, State, Country (place of business) (check applicable) Controlling intermediary Vortex Infrastructure Services, LLC Houston TX United States X 5 Check only if there is NO Interested Party. r' 6 UNSWORN DECLARATION j`] My name is BJ Kerstiens My address is 18150 Imperial Valley Drive (street) and my date of birth is 08/18/1980 Houston TX 77060 USA (city) (state) (Tip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed ni HFirrIS Cuuirty, stain of Texas un the 13thday ul AtigliCt , 20 24 (month) (year) ;VZt- a_ Signgire of authorized ent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version v4.1.0.48da511`7 CERTIFICATION (Vortex Lining Systems, LLC) Date: January 1, 2024 TO WHOM IT MAY CONCERN: I, the undersigned Secretary and General Counsel of Vortex Companies, LLC, a Delaware limited liability company, hereby certify as follows: • That Vortex Lining Systems, LLC was previously named Quadex Lining Systems, LLC, with such name change effective January 1, 2021; • That Vortex Lining Systems, LLC is a wholly -owned subsidiary of Vortex Infrastructure Services, LLC, which is a wholly -owned subsidiary of Vortex Companies, LLC; • That the following individuals are officers of Vortex Companies, LLC and Vortex Lining Systems, LLC, and are authorized signatories for Vortex Lining Systems, LLC, a Delaware limited liability company: Michael Vellano Chief Executive Officer Ryan Graham Chief Operating Officer B.J. Kerstiens Senior Vice President - Services Ross Cooke Regional Vice President, VLS Matthew Samford Chief Financial Officer Louis Gastin Assistant Secretary • That each of the foregoing officers is authorized to execute bid packages, contracts, subcontracts, purchase orders, change orders and all other contract documents on behalf of the Company and fully bind the Company. This Certification may be relied upon by third parties to confirm the authority of officers to act on behalf of the Company. VORTEX LINING SYSTEMS, LLC By: Vortex Infrastructure Services, LLC, its sole member By: Vortex Companies, LLC, its sole member By: � Quin Breland, Secretary and Senior Vice President Harco National Insurance Company Raleigh, NC 27609 To be attached to and form a part of: Bond No. HSHNSU 0806584 Type of Bond: _Payment & Performance Executed br Vortex Unino Services. LLC as Principal, and by Harco NatiQrnal Insurance Company, , as Surety, in favor of The City of Fort Worth. Texas and dated November 20, 2024 In consideration of the premium charged for the attached bond, it is hereby agreed to change, Principal From: Vnrtex I ining Services, LLC To-, Vortex Lining Systems, LLC This rider is effective November 19, 2024 This rider is executed upon the express condition that the surety's liability under said bond shall not be cumulative and shall in no event exceed the amount specifically set forth in said bond or any existing certificate changing the amount of said bond Tile referenced bond shall be subject to all its agreements, limitations and conditions except as herein expressly modified Signed this_19th—day of November 2024 Vortex Lining Systems, LLG (Piinripal) By: cl/115 '�Pi1�/.' 1 i Harco National Insur ce Company By: Aaro` n C4rk Rider Accepted By: City of Fort Worth, Texas (ObNnee) Attorney -in -Fact STATE OF NEW JERSEY STATE OF ILLINOIS County of Essex County of Cook o SEAL r% 1904 O lH +E �b Kenneth Chapman Executive Vice President, Harco National Insurance Company and International Fidelity Insurance Company POWER OF ATTORNEY Bond# HSHNSU0860584 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint TIMOTHY F. KELLY, AARON P. CLARK, TERESA D. KELLY, FLORENCE MCCLELLAN, CRAIG C. PAYNE, RACHEL RICHARDSON, LAURA KNEITZ, ROBERT F. BOBO Houston, TX their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Ofneer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, JN_ARf. A TLDNAI,,JX,%4RANCE COMPANY and INTERNATIONAL FIDELITY INSURAN6t �`151`znffase and attested these presents on this 31 st day of December, 2023 �o:o�voaq�•.�p% =Z€ SEAL c �' Laos c) i On this 31 st day of December, 2023 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. PSITY CR IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, G.• �Sslo' G� 'c New Jersey the day and year first above written. U rl 01AAY - Vl1UlIC 0 Z_ ''•,,FOF NEIN le; Cathy Cruz a Notary Public of New Jersey ��11,,,,,11111"�My Commission Expires April 16, 2024 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thc,eot, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, November 19, 2024 A00717 Irene Martins, Assistant Secretary Bond No. HSHNSU 0860584 1 2 3 4 5 6 7 R SECTION 00 61 13 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT That we, Vortex Lining Services. LLC 00 61 13 - 1 PERFORMANCE BOND Page 1 of 2 KNOW ALL BY THESE PRESENTS: known as 9 "Principal" herein and Harco National Insurance Comoanv , a corporate 10 suiety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 sum of, Two Million and 001100 Dollars 44 ($ 2,000,000.00 ). lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City 10 awarded the day of , 20 24 , which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 21 labor and other accessories defined by law, in the prosecution of the Work, including any Change 22 Orders, as provided for in said Contract designated as 2023 Trenchless Storm Drain 23 Rehabilitation, City Project Number 102527 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void. otherwise to remain in full force and effect_ 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WGRTH 2023 Treochl s Storm Dray Rehahilitatimi STANDARD CONSTRUC910N SPKClF CATION NOC:UMMTS City f rgiectNo. 102527 Revised July 1.2011 006113-2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the tot h day of 6 Novembe► 2024 7 PRINCIPAL: 8 Vortex Linina Services. LLC 9 IO / Ye 13Y:12 ignfV 13 ATTEST: 14 15 ll /r--� ,lit uTT SaI�YOC — �/c0 16 (PrinciFfat) Secretary Name and Title 17 18 Address: 18150 tmoerial Vallev Dr. 19 �\/ Houston, TX 77060 20 21 22 W' Principal 23 ,' ,/ SURETY. 24: Harco National Insurance Company 25 26 27 13Y:� 28 Signature _ ,- 29 30 Laura Kneitz, Attomev-in-Fact :~ 31 Name and Title 32 33 Address: 4200 Six Forks Road, Suite 1400 34 Raleicgh, NC 27609 35 36 37 Wllin: s as to Surety Tami Jones Telephone Number: 919-833-1600 38 39 ? 40 41 *Nnte: If signed by an officer of the Surety Company, there must he on file a certified extract •12 from the by-laws showing that this person has autlwrity to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH 2O23 Trenchless Stonn Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject No. 102527 :levi4ed July 1. 2011 Bond No. HSHNSU 0860584 006114-1 PAYMENT BOND Page 1 of 2 1 SECTION 00 6114 L PAYMENT BOND 3 4 THE STATF. OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Vortex Lininq Services, LLC known as 9 "Principal" herein, and Harco National Insurance CurnDanv a 10 corporate surety (sureties) , duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 in the penal sum of Two Million and 00/100 Dollars 14 ($ 2,000,000.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 day of , 20 24 , which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated as 2023 Trenchless Storm Drain Rehabilitation, City Project 23 Number 102527. 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas (,nvPrnment Carle, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect.. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities un ttlis Mond shall he determined in 31 accordance with the provisions of said statute. 32 CITY OF F091' WURTH 2O23'rtencliLss Stunt Drain RrWIX!tation STANDARD CONSTRUCTION SPF.CIFICA"ITON DOCUMENTS City Project No. 102527 Revised July 1. 2011 1 2 3 4 I 12 006114-2 PAYMENTBOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this Instrument by duly authorized agents and officers on this the —20th clay of November .20 24 . ATTEST: �iGvt� (Prinsipal� V W" asf nci ATTEST: (Surety) Secretary W1UI 's as to Surety Tami Jones PRINCIPAL: Vortex Lininq Services, LLC BY. ,r /�� St na(-e hu rT 5-,tM Fib— CFO Name and Title Address: 18150 Imoerial vallev (lr Houston, TX 77060 SURETY: Harco National Insurance Company BY: Signature Laura Kneitz, Attorney -in -Fact Name and Title Address: 4200 Six Forks Roan, Suite 1400 Raleigh, NC 27609 Telephone Number: 919-833-1600 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH 2O23 Trenchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised July 1, 2011 r1�ySTATE OF NEW JERSEY f STATE OF ILLINOIS t ep�0County of Essex Ur / County of Cook ;o SEAL- r 1904 c h Kenneth Chapman Executive Vice President, Harco National Insurance Company and International Fidelity Insurance Company POWER OF ATTORNEY Band#F HSHNSU0860584 MARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices localed respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint TIMOTHY F. KELLY, AARON P. CLARK, TERESA D. KELLY, FLORENCE MCCLELLAN, CRAIG C. PAYNE, RACHEL RICHARDSON, LAURA KNEITZ, ROBERT F- BOBO Houston, TX their true and lawful attomey(s)-In-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply to all Intents and purposes, as if the same lied been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By-laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. 'RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attomeys-irt-Fact or agents with power and authority as defined or limited in thoir respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recagnizanoes, contracts of indemnity and other millen obligations in the nature thereof or related thereto: and (2) any such Officers of the Corporation may appoint and revoke the appointments of pint -control custodians, agents for acceptance of process, and ABomeys-in-fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valld and binding upon the Corporation with the same furce and efrecl as tliuuyh manually affixed' IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2023 �y 14Sbg'F. '•. . 0 =Z SEAL a = O t ore _ On this 31st day of December, 2023 , before me came the Individual who executed the preceding instrument, to me personally known, and, being by me duty swom, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duty affixed by order of the Boards of Directors of said Companies (MY CRIN TESTIMONY WHEREOF I have hereunto set my hand axed my Official Seal, at the City of Newark. ,''• affixed •��ssropF � New Jersey the day and year first above written. 0 +. � r r•� m: :f vuauc �9TFpF Cathy Cruz a Notary Public of New Jersey "" •.• • �'"' My Commission Expires April 16, 2024 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the lama are correct transcripts thereof. and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full farce and effect. IN TESTIMONY WHEREOF I have hereunto set my hand on this day, November 20, 2024 A00717 --- �� Irene Martins, Assistant Secretary Bond No. HSHNSU 0860584 1 2 3 4 5 6 7 9 10 I 12 13 14 15 16 17 18 19 20 21 22 23 �4 25 26 27 28 29 30 31 THE STATE OF TEXAS COUNTY OF TARRANT 006119-1 MAINTENANCE BOND Page 1 of 3 SECTION 00 6119 MAINTENANCE BOND KNOW ALL BY THESE PRESENTS - That wP Vortex Linin,q Services, LLC , known as "Principal" herein and Harco National Insurance Company a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Two Million and 001100 Dollars ($ 2,000,000.00 ), lawful money of the United States, to be paid in Fnrt Wnrth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the day of 20 24 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the: "Work") as provided for in said contract and designated as 2023 Trenchless Storm Drain Rehabilitation, City Project Number 102527; and WHEREAS, Principal hinds itself to use such materials and to so construct the Work In accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH 2O23 Trencbless Stone Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102527 Revised July 1. 2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion Q satisfactory to the City. then this obligation shall hernme null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 'Tarrant County, Texas or the I Inited Stntes Tistrict Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER, that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches- 18 19 20 CITY OF FORT WORTH 2023 1'renchless Storm Drain Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'1N City Project No. 102527 Revised July 1. 2011 1 2 41 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 0061 19-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 20th day of November 20 24 ATTEST.-- / (Prn" a ipaQ Secrciary Wtl c.,s <ts-tU 1'Cr�iuft�:l ATTi7S. (,Suree - ecretaly Josh Wright VdalEtt s to Surety Tami Jones PRINCTPAT .: Vortex Lining Services, LLC Xl/ BY: signatk/e Maw Yam fiord - CFD Name and Title Address: 18150 Irnuetial Vallev Di. Houston, TX %7060 SURL'I-Y _Harco National Insurance Company BY: _ = _ � . Signature ` Laura Kneitz. Attomev-in-Fact Name and Title -' Address: 4200 Six Forks Road. Suite 1400 Raleigh, NC 27609 Telephone Number: (919) 833-1600 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided_ The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC:IFTCATION DOCUMENTS Revised July 1. 2011 2023 Trenchless Storm Drain Rdhabilitation City Project No. 102527 �\O�}fly rHSp STATE OF NEW JERSEY / STATE OF ILLINOIS �RQfir� County of Essex 1 County of Cook SFAt 1904 JE Kenneth Chapman Executive Vice President, Harco National Insurance Company and Intemationat Fidelity Insurance Company POWER OF ATTORNEY Bond# HSHNSU0860584 HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois and INTERNATIONAL FIDELITY INSURANCE COMPANY a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint TIMOTHY F. KELLY, AARON P. CLARK, TERESA D. KELLY, FLORENCE MCCLELLAN, CRAG C. PAYNE, RACHEL RICHARDSON, LAURA KNEITZ, ROBFRT F. BOBO Houston, TX their true and lawful attomey(s)-in fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -taws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. 'RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President. Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attomey, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakngs, rccogmzancea, coutmcfs of indemnity and other written obligations in the nature thereof or related thereto, and (2) any suet Officers of [lie Corporation may appoint and revoke the appointments of joint -Control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attomey or certification given for the execution of any bond, undertaking, recognizance contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore of hereafter being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation to be valid and binding upon the Corporation with the same fore and effect as ttiuuyl I manually affixed' IN WITNESS WHEREOF HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2023 �0GpPQ AggQ%�� r. c =�= SEAL o On this 31st day of December. 2023 before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he Is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seats of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. ��� "' • IN TESTIMONY WHEREOF I have hereunto set my hand affixed my Official Seal, at the City of Newark, ��ssioti•. New Jersey the day and year first above written. NOTAnY m' 4 c ^'•. VV "''•, cQF NEW ��,�Cathy Cruz a Notary Public of New Jersey "........ 110%`� My Commission Expires April 16. 2024 CERTIFICATION 1, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certlfy that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Aftomey, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that tha said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto sui my hand on thisttay, November 20, 2024 Irene Martins, Assistant Secretary lm R ® UATE (MM/DDMY1'V) A CCERTIFICATE OF LIABILITY INSURANCE 12 „ 2024 9i27i2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such QnAg+rsement(s). PRODUCER Locktun Companies, LLC NAME: 3657 BRIARPARK DRIVE. SUITE 700 PHONE FAX IAIC No). Houston TX 77042 E-MAIL 866-260-3538 A RESS: _ INSURER(S) AFFORDING COVERAGE _ NAIC 0 — INSURER A: The Continental Insurance Compapy _3-5289 INSURED Vortex Lirung Systems. LLC INSURER B_ Continental Casua.1h/ ('nrnoanv I 20443 1494524 (Sec Attached Named Insured Schedule) INsuRERc :American Casualty Company of Reading, PA 1 20427 19150 Imperial Valley Dr_ INSURER O: Transportation Insurance COmpatty 20494 Houston fX 77060 INsuw E: Crum & Forster Specialty Insurance Co + 44520 INSURER F : COVERAGES CERTIFICATE NUMBER= 16403560 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TI IE INSURED NAMED ABOVE FnR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR -AODL SUeR POLLiCY EFF POLICY EXP LTR TYPE OF INSURANCE INSD VJVD POLICY NUMBER I;.,,.,,,,,,,, , , „ IMMIOD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY �' 1' 7036114722 12111 2023 11,11 2024 FACHOCCURRENCE s 2,000,000 CLAIMS -MADE X j OCCUR �FAMAM TO REN-T E6 I PRFMLCFR (F' M Ranee) i s 500.000 I MEO EXP (Any one person) S 1 5-000 _ r PERSONAL & ADV INJURY S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s 4.000.000 POLICY JECT LOC y PRODUCTS - COMP/OP AGG 5 4,000,000 OTHER: I S B AUTOMOBILE LIABILITY Y Y BUA 7036414342 12' 1 1 ;I)23 12)1 U2024 I CO eBINED SINGLE LUv1kTfEa $ 2.000.000 B ANY AUTO 7036467431 (PD) 12 11 "_Uia I2/11/2024 r P.Onll V IN.II I RY ar rrsnnt 15 )�=�VIX I OWNED SCHEDULED AUTO,' ONCY AUTOS —i BODILY INJURY (Pee aecWenQ S i(�CXX� iY i _ HIRER NON-OWNEO AU IOS ONLY AUTOZ ONLY PROPERTY DAMAGE (Per aqr dantl s XXX)CKXX I XY0M? X ,A UMBRELLA tIAV jI' rJrMIR Y ! Y 7036114767 12111/'2023 12/ 1 112024 I EACH OCCURRENC.F $ I Q,000.000 X(IDEXCESS LIARS ELAlAf5-',AADE 1 I ( AGGREGATE D 1 0.000,000 _ ED ! ' RETENT,Oh$ S XXXXXXX C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 7036114753IAOs) 7 p 7 121QC_023 12/11/_024 XC STATUTE ERH _ D ANY PROPRIETOR(PARTNERIEXECUTIVE YNN 7036114770(CA) 12/11/202, 12111/2024 E.L EACH ACCIDENT 5 1.000.000 OFFIC£RIMEMBER EXCLUDED? N/A — (Mandatory In NH) EL DISEASE - EA EMPLOYEE_ S 1.000.000 11 yes, dnFcAhn under DESCRIPTION OF OPERATIONS below E.L DISEASE -POLICY LIMIT S 1.000.000 E Con(ractors Pol.)Prot. Y Y PKC-114824 12/11/2023 12/11/2024 $5M Each Occ.: S5M Agg. I Iah. fE&O)IClaims Made) ! FiM Fach Wrongful Act DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES tACORD 101, Additional Remarks Schodule, may be attached if more space Is required) THIS CERTIFICATL SCPERSFOES A( 1 PRE\1PUSLY ISSCE'D C}]rnFICATES FOR T1115 I fOLDER, AI'PLICAnIF To Tilt CARRILI15 LISTL)AND ME POLICY TLU4(-s) RIU-bRENCED Contractors Rilhdhon Deducubie- 550.000 each pollution condition. E&O (Profcssronal) Deductible; Si0,000 cacti claim. RE: 2023 Tmichtess Storm Drain Rehabilitation Cit% Project No. 102527 in the description. C94:4111141KAIN408141y4 V CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 16403560 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Wordi Tramportation and ACCORDANCE WITH THE POLICY PROVISIONS. Public Works Department. respective officer directors, aeents and employees AUTHORIZED REPRESENIAIIVE City llall — 2nd Floor 20 Texas Street Fort Worth TX 76102 © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Miscellaneous Attachment: M529788 Master ID: 1494524. Certificate Ill: 1640?560 All policies (except Workers' Compensation/EL) include a blanket automatic additional insured [provision] that confers additional insured status to the certificate holder only if there is a written contract between the named insured and the certificate holder that requires the named insured to name the certificate holder as an additional Insured. In the absence of such a contractual obligation on the oart of the named insured, the certificate holder is not an additional insured under the policy All policies Include a blanket automatic waiver of subrogation endorsement [provision) that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. In the absence of such a contractual obligation on the part of the narned insured, the waiver of subrogation feature does not apply All policies (except Workers' Compensation/EL) contain a special endorsement with "Primary and Noncontributory" wording. All policies include a blanket notice of cancellation to certificate holders endorsement, providing for 30 days' advance notice if the policy is cancelled by the company other than for nonpayment of premium 10 days' notice if the policy is cancelled for nonpayment of premium. Notice is sent to certificate holders with mailing addresses on file with the agent or the company. The endorsement does not provide for notice of cancellation if the named insured requests cancellation Attachr-netj[ Code: D541833 Master ID: 1494524, Certificate ID. 15403560 VORTEX NAMED INSUREDS Vortex Intermediate LLC Vortex Infrastructure Holdco, LLC Vortex Lining Systems, LLC Vortex Companies, LLC Vortex Infrastructure Services, LLC Vortex Lining Systems, LLC FIK/A Quadex Lining Systems, LLC Vortex Industrial Solutions, LLC Vortex Services, .LLC F/IK/A VacVision Environmental, LLC dba VacVision. LLC Excavating Services, LLC North American Pipeline Services, LLC Vortex Infrastructure Products, LILC Quaoe:x, LLC.; Schwalm USA, LLC Vortex Companies +nternatlonai, LLG Vortex Intemational US, Inc. IFIIK/A Quadiex Inteimational US, Inc. :Signature: _ 3JKc,stiersrFe i,:2o 2221 CSTj E rrnaul: bjkerstiens@vortexeompanies.com 5 girii. iirac Aa-� @mail: rnunty.hall@fortworthtexas.gov Vortex Canada Inc. Fleer-. Tecri G m b H 'Vortex Tech n6o.gy Group. LLC CIRP Corp., LLC Vortex Geotechnicai, :LLC Signature: Eirnaiil: I aIJi,en.IPrieur(afortworthtexa:s. ov FORT WORM.., Routing and Transmittal Slip Transportation & Public Works Department DOCUMENT TITLE: 2023 Trenchless Storm Drain Rehabilitation M&C: 24-0792 CPN: 102527 CSO: N/A DOC#: 1 Date: To: Name Department Initials Date Out BJ Kerstiens 1. Vortex Lining Systems, LLC Contractor 02/05/2025 bj kerstiens@vortexcompanies. com BJF 2. Mike Bennett TPW Project Mgr. ME MR 02ta6re025 3. Thanaa Maksimos TPW Program Mgr. �. TM 02/28/2025 4. Lissette Acevedo TPW Sr. CPO CCv 02/28/2025 5. Patricia Wadsack TPW Asst. Dir. PLW 03/04/2025 6. Lauren Prieur TPW Dir. (M 03/05/2025 7. Doug Black Legal 03/18/2025 8. Jesica McEachern ACM 03/20/2025 9. Jannette Goodall CSO 03/21/2025 10. Allison Tidwell CSO A- 03/21/2025 11. TPW/ Contracts TPW CC: Program Manager — Linda Young, Sr. CPO — Lissette Acevedo, TPW BSPAP Recon Team — Cindy Sengathith DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑YES ®No RUSH: ❑YES ®No SAME DAY: ❑YES ❑No NEXT DAY: ❑YES ❑No ROUTING TO CSO: ®YES ❑No Action Required: ❑ As Requested ❑ For Your Information ® Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: tpw sw contracts()fortworthtexas.go_v_ Ca11817-229-3283 with questions. Thank you!