ADDENDUM NO. 1. City of Fort Worth

Size: px
Start display at page:

Download "ADDENDUM NO. 1. City of Fort Worth"

Transcription

1 ADDENDA Page of ADDENDUM NO. PROJECT: Federal Aid Project Number: CM 00 (80) CSJ: CITY PROJECT NUMBER: 00 OWNER: City of Fort Worth CONSULTING ENGINEERS: Freese and Nichols, Inc. 0 International Plaza, Suite 00 Fort Worth, Texas 09 (8) - DATE OF ADDENDUM: October 8, 0 DATE OF BID OPENING: October, 0 INSTRUCTIONS TO BIDDERS: Bidder shall acknowledge receipt of this Addendum No. on Section 00 00, Bid Form, Page of of the proposal. I. SPECIFICATION SECTION 00 INVITATION TO BIDDERS (Attached to this Addendum) a. MODIFICATION Modify the time bids will be received until :0 PM Central Daylight Time (CDT), Thursday, October 8, 0, and bids will be opened publicly and read aloud at :00 PM CDT in the Council Chambers to read until :0 PM Central Daylight Time (CDT), Thursday, October, 0, and bids will be opened publicly and read aloud at :00 PM CDT in the Council Chambers. II. SPECIFICATION SECTION APPENDIX SCHEDULE OF SUBCONTRACTORS/SUPPLIERS (Attached to this Addendum) a. MODIFICATION Modify the City s DBE Project Goal from.% to read 8.00%. This addendum is being conveyed to all plan holders via , the City s Buzzsaw website and phone call. delivery receipts shall constitute notification and receipt of this addendum. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0908 Revised December, 0 CITY PROJECT NO. 00, DOE: ADDENDUM NO. PAGE OF

2 ADDENDA Page of Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Receipt Acknowledged: By: Company: END OF SECTION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: 0908 Revised December, 0 CITY PROJECT NO. 00, DOE: ADDENDUM NO. PAGE OF

3 00 - INVITATION TO BIDDERS Page of SECTION 00 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 000 Throckmorton Street Fort Worth, Texas 0 until :0 P.M. Central Daylight Time, CDT, Thursday, October, 0, and bids will be opened publicly and read aloud at :00 PM CDT in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following:,88 LF of Curb and Gutter 8 SY of Full-Depth Repair Concrete Pavement ( CPJR),0 SY of Concrete Sidewalk,88 SY of Landscape Pavers ADA compliant Curb Ramps 0 Pedestrian Light Poles/Assemblies 9 LF Drilled Shaft Lightpole Foundations,0 LF of Conduit,0 LF of Conductors Landscape Planting (,889 plants ( Container), Trees (-Gal)) Irrigation System Pavement Markings (8,8 LF striping, Arrows, Words, RPMs) PREQUALIFICATION The improvements included in this project must be performed by a contractor who is prequalified by the City at the time of bid opening. The procedures for qualification and prequalification are outlined in the Section 00 INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth s Purchasing Division website at and clicking on the Buzzsaw link to the advertised project folders on the City s Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from Freese and Nichols, Inc. located at: 0 International Plaza Suite 00 Fort Worth, Texas 09 The cost of each set of Bidding and Contract Documents with x drawings: $00.00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: Revised December, 0 CITY PROJECT NO. 00, DOE: ADDENDUM NO. PAGE OF

4 00 - INVITATION TO BIDDERS Page of PREBID CONFERENCE A prebid conference may be held as described in Section 00 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: October 9, 0 TIME: :00 PM PLACE: 000 Throckmortoon, Planning Conference Room Fort Worth, Texas 0 LOCATION: Planning Conference Room 09 Located on second floor of City Hall CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from Transportation/Land Use Joint Venture Funds, which are federal funds provided to the City by the Federal Highway Administration, and from a local match provided by the Southside TIF. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Paul Roach, City of Fort Worth Paul.Roach@fortworthtexas.gov 8-- AND/OR Attn: Dustin Blaylock, Freese and Nichols, Inc. DFB@Freese.com 8-- ADVERTISEMENT DATES September, 0 October, 0 END OF SECTION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CSJ: Revised December, 0 CITY ADDENDUM PROJECT NO. NO. 00, PAGE DOE: OF

5 Page of H Disadvantaged Business Enterprise Schedule of Subcontractors/Suppliers PRIME COMPANY NAME: DBE PROJECT NAME: PROJECT NUMBER: BID DATE: CITY S DBE PROJECT GOAL: 8.00% Prime s DBE GOAL COMMITMENT: % Please read the following statements prior to executing this form. Bidders/Offerors must provide information on all prospective subcontractor(s)/suppliers who submit bids/quotations in support of this solicitation. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before :00 p.m. five () City business days after bit opening, exclusive of bid opening date, will result in the bid being considered non-responsive to the bid specifications. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including DBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three () years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one () year. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered st tier, a payment by a subcontractor to its supplier is considered nd.tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a DBE and counting those dollars towards meeting the contract committed goal. Prime contractors must also provide the previous year s annual gross receipts of all subcontractors/suppliers listed on the utilization form. This information may be expressed in the dollar ranges provided that column. Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 00 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 0 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacture nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the prime contractor is responsible to identify the amounts to be used toward the committed DBE goal. If hauling services is utilized, separation of dollars for haul-in and haul out is required. In addition, the prime will be given credit for utilizing a DBE hauling firm as long as the DBE owns and operates a least one fully licensed and operational truck used on the contract. The DBE may lease trucks from another DBE firm, including DBE owneroperated and receive full DBE credit. The DBE may lease trucks from non-dbes, including owner-operators, but will only receive credit for the fees and commissions earned by the DBE as outlined in the lease agreement. Note: Be mindful of the 0% rule. Rev CSJ: 0908 CITY PROJECT NO. 00, DOE ADDENDUM NO. PAGE OF

6 Page of SCHEDULE OF SUBCONTRACTORS/SUPPLIERS Check this box if any subcontractor/supplier is a Sole Source and identify by writing sole source by the subcontractor/supplier name. NAMES AND ADDRESSES OF SUBCONTRACTORS/SUPPLIERS TYPE OF WORK TO BE PERFORMED Specify Tier CERTIFIED DBE FIRM PREVIOUS YEAR S ANNUAL GROSS RECEIPTS ( check one) Rev CSJ: 0908 CITY PROJECT NO. 00, DOE ADDENDUM NO. PAGE OF

7 SCHEDULE OF SUBCONTRACTOR/SUPPLIERS Page of NAMES AND ADDRESSES OF SUBCONTRACTORS/SUPPLIERS TYPE OF WORK TO BE PERFORMED Specify Tier CERTIFIED DBE FIRM PREVIOUS YEAR S ANNUAL GROSS RECEIPTS ( check one) The undersigned bidder agrees to enter into a formal agreement with the DBE firms for work listed in this schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. ALL DBES MUST BE CERTIFIED BY THE PRIOR TO A RECOMMENDATION FOR AWARD TO THE CITY COUNCIL. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Address City/State/Zip Code Date Rev CSJ: 0908 CITY PROJECT NO. 00, DOE ADDENDUM NO. PAGE OF