Loading...
WA0002-BD040326BID NO. 2004-070-1491 DALLAS COUNTY, TEXAS DEPARTMENT OF PUBLIC WORKS COMMUNITY DEVELOPMENT BLOCK GRANT GPJANT NO. B-02-UC-480003 DISTRICT 4 PROGRAM Yom ,%~?..............~u------------~. OF _r...' ~ '..,% ( ~ ~. ~...., PROPOS~ DOCk'S CDBG FY 2002 COPgELL FI~ H~~TS & WATER ~INS IN THE CITY OF COPPELL LIMITS: IN THE GOLDEN TRIANGLE MOBILE HOME PARK CONSISTING OF: INSTALImATION OF 8-IN. AND 6-IN. WATER MAINS, 3 FIRE HYDRANTS, AND RELATED APPURTENkNCES ~CH 2oo4 t~W'~ ~~8 DALLAS COUNTY PUBLIC WORKS CDBG FY 2002 COPPELL FIRE HYDRANTS & WATER MAINS BID NO. 2004-070-1491 TABLE OF CONTENTS PROPOSAL DOCUMENTS NOTICE TO CONTRACTORS PROPOSAL FORMS PAYMENT AND PERFORMANCE BONDS CONTRACT MINORITY/WOMEN BUSINESS ENTERPRISE SPECIFICATIONS CONTRACT DOCUMENTS NOTICE TO CONTRACTORS GENERAL PROVISIONS AND REGULATIONS INDEX OF GOVERNING STANDARD SPECIFICATIONS, SPECIAL PROVISIONS AND SPECIAL SPECIFICATIONS SPECIAL PROVISIONS TO THE GOVERNING SPECIFICATIONS SPECIAL SPECIFICATIONS GENERAL NOTES PROJECT INFORMATION SIGN SPECIFICATIONS NOTICE TO CONTRACTORS DAI,LAS COUNTY CDBG CONSTRUCTION Sealed proposals addressed to County Judge and Commissioners Court for construction of the CDBG (Community Development Block Grant) Program FY 2002 Coppell Fire Hydrants & Water Mains Project in the City of Coppell, Dallas County, Texas, will be received at the office of the Dallas County Purchasing Agent at Room 623 Dallas County Records Building, 6th Floor, 509 Main Street, Dallas, Texas, until Two o'clock, P.M., Monda¥~ April 19~ 2004, and then publicly opened and read. DESCRIPTION OF WORK TO BE DONE Installation of 1,000 I.f. of 8-in. and 40 l.f. of 6-in. water mains, 2t fire hydrants, and related appurtenances, in Coppell, Dallas County, Texas, for the Golden Triangle Mobile Home Park. There are 60-calendar days allocated for the total project. A PRE-BID CONFERENCE will be held on Tuesda¥~ April 13~ 2004, at 2:00 PM in the Public Works Conference Room, 4~ Floor, Dallas County Adiminstration Building, 411 Elm Street, Dallas, Texas. Detailed plans and specifications of the work may be obtained for a $25.00 NON-REFUNDABLE FEE at the office of the County of Dallas Director of Public Works at 411 Elm Street, 4th Floor, Dallas, Texas. Documents may be obtained by mail upon receipt of a separate check in the additional amount of $10.00, which is NON-REFUNDABLE for postage or handling charges. I_f the bidder elects to have a courier service pick up plans and contract documents~ the courier MUST provide Dallas County with a contact person~ phone number~ and fax number for the bidder on the bidder's letterhead with the proper mailing address indicated. IF YOU ARE A SUB-CONTRACTOR TO THE LOW BIDDER, YOU MUST NOTIFY THE PUBLIC WORKS OFFICE AT 214-653-7153. A certified check, cashier's check, or Bidder's Bond for five percent (5%) of the amount of the bid, made payable without recourse to the order of the County Judge of Dallas County, Texas, must accompany each proposal, as a guaranty that the bidder, if successful, will enter into a contract and make bond in accordance with the requirements of the specifications. The fight is reserved by Dallas County to reject any and all proposals or to waive any irregularities in the bid proposal when in the best interests of the County. Proposals shall be submitted in sealed envelopes marked "Bid No. 2004-070-1491 for the Construction of CDBG FY 2002 Coppell Fire Hydrants & Water Mains Project". All bids received will be retained by Dallas County and will not be returned to bidders. DALLAS COUNTY CDBG CONSTRUCTION PROPOSAL TO County Judge and Commissioners Court for Construction of CDBG FY 2002 Coppell Fire Hydrants & Water Mains project in the City of Coppell, Dallas County, Texas, in the Golden Triangle Mobile Home Park. The undersigned, as bidder , declare that the only persons or parties interested in this proposal as principals are those herein named; that this proposal is made without collusion with any other person, firm or corporation; that he ha carefully examined the form of contract; instruction to bidders, profiles, grades, specifications, and the plans therein referred to, and ha carefully examined the location, conditions and classes of materials of the proposed work; and agree that he will provide all necessary machinery, tools, apparatus, and other means of construction, and will do all the work and furnish all materials called for in the contract and specifications, in the manner prescribed therein and according to the requirements of the Engineer as therein set forth. It is understood that the following quantities of work to be done are approximate only, and are intended to serve as a guide in figuring out the bids. It is further agreed that the quantities of work to be done and materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or diminished are to be performed at the unit prices set forth below except as provided for in the specifications. NOTE: Unit prices must be given on each item checked in the following schedule, regardless of whether quantities are shown, and should any items be omitted, the right is reserved to apply the lowest prices submitted by other bidders in payment of work done under this proposal. The undersigned agree and pledge himself, themselves to complete the work in full in 6~0 calendar days. Time to start within seven (7) days after receipt of Work Order from Director of Public Works. The bond, given by the undersigned, in the amount of dollars, ($ ) to secure a proper compliance with the terms and provisions of this contract, and to insure and guarantee the work until final completion and acceptance, is hereto attached and made a part hereof Accompanying this proposal is a certified check or Bidder's Bond payable to the order of the County Judge of Dallas County, for: dollars, ($ ,). Said check to be returned to the bidder unless in case of the acceptance of the proposal he shall fail to execute a contract and file a bond within seven (7) days of its acceptance, in which case the check is to become the property of said County and is to be considered as payment for damages due to delay and other inconveniences suffered by said County on account of the bidders's failure to execute contract, it is understood that the County of Dallas, Texas, reserves the right to reject any and all bids. The work to be done shall be accepted when fully completed to the entire satisfaction of the County Director of Public Works and after having been subject to use for a period of not less than thirty (30) days. The undersigned wishes to list additional work of a similar character completed by him: BY: ADDRESS: SIGNED: NOTE: Signatures to comply with Paragraph 2.4 of these specifications. PROPOSALFORM o~o~ © PAYMENT AND PERFORMANCE BONDS CONTRACTOR'S PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that Contractor(s) of County, and State of Texas, as Principal and as Surety, are held and firmly bound unto the County of Dallas, State of Texas, obligee, in the penal sum of ($ ) Dollars, lawful money of the United States, to be paid to said County or its certain attorneys or assigns, for which sums of money, well and truly to be paid, we bind ourselves, our heirs, successors, executors and administrators, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of ,20 , for construction of CDBG FY 2002 Coppell Fire Hydrants & Water Mains project which contract is hereby referred to and made a part hereof as fully and to the same as if copied at length herein. NOW THEREFORE, the condition of this obligation is such that if the said bounden Principal shall pay all claimants supplying labor and materials to him or a sub-contractor in the prosecution of the work, provided for in said contract, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED HOWEVER, that his bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. 1N WlTNESS WHEREOF, the Principal(s) and Surety(ies) have signed and sealed this instrument this day of ,20 Done in the presence BY: Corporate Surety BY: Contractor Principal Address City/State Phone BY: Attorney in Fact CONTRACTOR'S PERFORMANCE BOND KNOW ALL MEN BY Contractor(s) of Principal and and firmly bound unto the County of Dallas, THESE PRESENTS, that County, and State of Texas, as as Surety, are held State of Texas, obligee, in the penal sum of ($ ) Dollars, lawful money of the United States, to be paid to said County or its certain attorneys or assigns, for which sums of money, well and truly to be paid, we bind ourselves, our heirs, successors, executors and administrators, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of ,20 , for construction of CDBG FY 2002 Coppell Fire Hydrants & Water Mains project which contract is hereby referred to and made a part hereof as fully and to the same as if copied at length herein. NOW,THEREFORE, the condition of this obligation is such that if the said bounden principal shall in all things well and truly perform the work in accordance with the plans and specifications and terms and conditions of the foregoing contract, to be by them performed and within the time therein mentioned, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED HOWEVER, that his bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. 1N WITNESS WHEREOF, the Principal(s) and Surety(ies) have signed and sealed this instrument this day of ,20 Done in the presence o1~ BY: Corporate Surety Address City/State Phone BY: Attorney in Fact BY: Contractor Principal CONTRACT DAli,AS COUNTY CDBG CONSTRUCTION CONTRACT This agreement, made pursuant to Court Order No. dated the. day of ,20 , by and between Dallas County, Texas, represented by its County Judge and Commissioners Court, Party of the First Part, and hereinafter called the Contractor, his their executor, administrator, heirs, successors or assigns, Party of the Second Part: WlTNESSETH that WHEREAS, the Dallas County, known as the Party of the First Part, desires to contract for the construction of CDBG FY 2002 Coppell Fire Hydrants & Water Mains project in the said Dallas County, in accordance with the provisions of the State Statutes and of the Notice to Contractors, Specifications, Proposal and Plans marked n/a annexed thereto, and made a part hereof, and WHEREAS, the Party of the Second Part has been engaged in and now does such Work and represents that he is fully equipped, competent and capable of performing the above described and outlined Work, and is ready and willing to perform such Work in accordance with the provisions of the attached Notice to Contractors, Specifications, Proposal and Plans, marked n/a. NOW, THEREFORE, IT IS MUTUALLY AGREED by and between the aforesaid parties hereto that for and in consideration of the prices and agreement mentioned in the proposal hereto attached and made a part of this contract, the said Contractor agrees to do, at his own proper cost and expense, all the Work necessary for the construction of CDBG FY 2002 Coppell Fire Hydrants & Water Mains project in Dallas County, in accordance with the provisions of the attached Notice to Contractors, Specifications, Proposal and Plans which are all hereby made a part of this Contract, and in full compliance with all of the terms of the Specifications and the requirements of the Engineer. The said Contractor further agrees to begin Work on or before complete same in 60 calendar days. ,20 , and to And said County, in consideration of the full and true performance of the said Work by said Contractor, hereby agrees and binds itself to pay to said Contractor the prices set forth in the attached Proposal. and in the manner provided in the attached Specifications. The Contractor EXPRESSLY WARRANTS that he has employed no third person to solicit or obtain this contract in his behalf, or to cause or procure the same to be obtained upon compensation in any way contingent, in whole or in part, upon such procurement and that he has not paid, or promised or agreed to pay, to any third person, in consideration of such procurement, or in compensation for services in connection therewith, any brokerage, commission, or percentage upon the amount receivable by him hereunder, and that he has not, in estimating the contract price demanded by him, included any sum by reason of any such brokerage, commission or percentage; and that all monies payable to him hereunder are free from all obligations of any other person or services rendered, or supposed to have been rendered, in the procurement of this contract. The Contractor further agrees that any break of this warranty shall constitute adequate cause for the annulment of this contract by the Party of the First Part and that the Party of the First Part may retain for its own use from any sums due or to become due thereunder an amount equal to any brokerage, commission, or percentage so paid or agreed to be paid. 1N WITNESS WHEREOF, the Parties hereto have set their hands on this the day of ,20 __ APPROVED: DALLAS COUNTY, TEXAS Party of the First Part: DIRECTOR OF PUBLIC WORKS BY COUNTY JUDGE Party of the Second Part: BY TITLE MINORITY / WOMEN BUSINESS SPECIFICATIONS FOR BID DAI,LAS COUNTY COMMISSIONERS COURT MINORITY/WOMEN BUSINESS SPECIFICATIONS IRVIN HICKS M/WBE COORDINATOR (214)653-6018 MINORITY/WOMEN FOR BIDSfRFPs BUSINESS SPECIlZlCATIONS I. POLICY STATEMENT Dallas County is wholly committed to developing, establishing, maintaining, and enhancing minority involvement in the total procurement process. It is the policy of Dallas County to involve qualified minority/women-owned businesses to the greatest extent feasible in the County's procurement of goods, equipment, services, and construction projects. The County, its contractors, their suppliers and subcontractors, and vendors of goods, equipment services, and professional services shall not discriminate on the basis of race, color, religion, national origin, handicap, or sex in the award and/or performance of contracts. However, competition and quality of work remain the ultimate "yardstick" in contractor, subcontractor, vendor, service, professional service, and supplier utilization. All vendors, suppliers, professionals, and contractors doing business or anticipating doing business with Dallas County shall support, encourage, and implement affirmative steps toward our common goal of establishing equal opportunity for all citizens of Dallas County. II. REQUIREMENT OF ALL BIDDERS Each firm responding to this solicitation shall be required to submit with their bid information regarding minority/women business participation in this project. This would include: Check upon completion (forms atlached): [ ] 1. Compliance with Dallas County's Good Faith Effort Policy. [ ] 2. MBE/WBE Participation Report Form. [ 13. A Letter of Assurance A or a Letter of Assurance B. [14. MBE/WBEIdentification. [_.]5. Vendor Statistical Report (must also be submitted on subcontractors with 20% °r re°re °f the work). L_I 6. Dallas County M/WBE Payment Report. Note In the event that the awarded vendor is authorized to subcontract and commits effort to utilize minori~ and/or women owned businesses as subcontractors, the name, address and telephone number of the actual subcontractor(s) with actual dollar awards to these subcontractors must be submitted to the Purchasing Department within ftve (5) worl~ng days after blds are opened. Once work commences, the awarded vendor (prime contractor) must submit an M/g~E subcontractor status payment report (attached) with each payment irr~oice before payments will be authorized for release. 10F7 1. GOOD FAITH EFFORT Prior to an award, all bidders/proposers will be required to document a "Good Faith Effort" to secure minority/women-owned businesses as subcontraetors/subconsultants. In the case of some construction projects, this documentation may be submitted aRer award of the contract, for those subcontract areas occurring later in the construction process. However, if the successful bidder does not document a "Good Faith Effort" in securing minority/women-owned businesses, a representative of the company must appear before the Dallas County Commissioners Court and explain the situation and answer any questions raised by the Court. Fulfillment of the "good faith effort" can be accomplished by: Attendance of pre-bid/pre-proposal conference, as scheduled by the County. Efforts to follow-up initial solicitation of interest by contacting nfinority/women-owned frans to determine with certainty whether these firms are interested. Efforts made to select portions of the work proposed to be performed by minority/women- owned firms in order to increase the likelihood of achieving participation (including, where appropriate, breakdown of subcontracts into economically feasible units to facilitate participation). Documenting each minority/woman-owned finn contacted, the conclusion or decision regarding inclusion and reasons for the conclusions. Efforts to assist the minority/women-owned firms contacted that needed assistance in obtaining bonding, lines of credit or insurance. Efforts that demonstrate that the contractor effectively used the services of available community organizations, contractor's groups, local, state and federal small businesses, minority/women business assistance offices and other organizations that provide assistance and placement of minority/woman-owned businesses. Signed: Printed Name: Title: Date: 20F7 - Minority/Women Business Specification [3.] LETTERS OF ASSURANCE Letter Of Assurance "A" iThc undersigned bidder/proposer hereby assures that our fn'm will meet or exceed submitted M/WBE goals and shall demonstrate land document a Good Faith Effort to comply with the Dallas County Minority and Women-Owned Business Enterprises in isubcontracl/subconsultant awards. Thc undersigned further agrees that any deviation from the in/tial goals will be done so only with the concurrence of Dallas County. iName Of Company Signature Title (Officer of firm) Date (Comp ete this sectian only ifyou'replanninjsto use_t~.~ ~...e~._i~c~.~of_ a_ ~ce~_ iff e~_ Z~.~ ............................................... o_..r Letter Of Assurance "B" The undersigned bidder/proposer hereby certifies that our finn will perform the contract: i [--] with our own work fomes, and submit information sufficient to demonsl~rated that it is our normal business practice to do so. or i [ ] without the services of M/WBE subcontractors/subconsultants. The undersigned further submits GFE documented attempt(s). iName Of Company Signature Title (Officer of fwm) Date ! (Complete th s section onl~ if~ou're not £1ann~to use thc s~..c~...._of_5.~.~~ ~ffi~) ...................................... NOTE: Each proposer ~ be reqmred to s~gn one of the above I~ers of assurance which should be returned with proposal 14.1 PRIME CONTRACTOR MBE/WBE IDENTIFICATION Minority Business Enterprise (MBE) - Thc bidder/proposer represents that it: [~] is, [_] is not a minority-owned business, NCTRCA* # Women Business Enterprise (WBE) - The bidder/proposer represents that it: [._] is, [_] is not a women-owned business, NCTRCA* # *NCTRCA = North Central Texas Regional Certification (must be certified, by) ~;~' DALLAS COUNTY Vendor Statistlc~l Report MALE v,~rz BLACK BLACK DESCRIPTION OF JOB CA TE GORIES Officials and Managers - Occupations requiring administrative/managerial personnel who set broad policies, exercise overall responsibility -- f~rexeeuti~n~fthesep~~icies~anddirec~individua~departmants~rspceialphases~faf-um.s~peratiens.~ncludes: officials, executives, middle managers, and superintendents, salaried supervisors who are members of management, purchasing agents and buyers, railroad conductors and yard masters, ship captains, mates and other officers, farm operators and managers, and kindred workers. -- Professionals _ Occupations requiring either college graduation or experience of such kind and amoent as to provide a comparable baekgroend- Includes: accountants/auditors, airplane pilots, navigators, architects, artists, chemists, designers, dieticians, editors, engineers, lawyers, librarians, mathematicians, natural scientists, registered professional nurses, personnel/labor relations specialists, physical scientists, physicians, -- social scientists, teachers, and kindred workers. Technicians - Occupations requiring a combination of basic scientific knowledgu and manual skill which can be obtained tlu'ough two (2) years _ of post_high school education, such as is offered in many teclmical institutes and junior colleges, or through equivalant on-the-job training. Includes: computer pro~ammers, drainers, engineering aides, junior engineers, mathematical aides, licensed, practical or vocational nurses, photographers, radio operators, scientific assistants, surveyors, technical illusla-ators, technicians (medical, dental, electronic, physical science), and 'kindred workers. Sales - Occupations engaging wholly or primarily in direct selling. Includes: advertising agents and sales workers, insurance agents and brokers, real estate agents and brokers, stock and bond sales workers, demonstrators, sales workers and sales clerks, grocery clerks, and -- cashiers/checkers, and kindred workers. Office and Clerical - Includes clerical type work regardless of level of difficulty, where the activities are predominately non-manual though some uranual work not directly involved with altering or transporting the products is included. Includes: bookkeepers, collectors (bifis/aceoants), messengers, office helpers, office machine operators (incl.cemputer), shipping- receiving clerks, stanographers, typists, secretaries, telegraph/telephone operators, legal assistants, and kindred workers. -- Craft Workers (skilled) - Manual workers of relatively high skill level having a thorough and comprehensive knowledge of the processes involved in their work. Exercise considerable indepandent judgment and usually receive an exteusive period of h'aiaing. Includes: building trades, hourly paid supervisors and lead operators who are not members of management, mechanics and repairers, skilled machining occupations, compositors and typesetters, electricians, engravers, painters (construction and maintenance), motion pinlure projectionists, --pailendmodel makers, stationary engineers, tailors, traitoresses, art occupations, hand painters, coaters, bakers, decorating occupations, and kindred workers. -- Operatives (semiskilled) - Workers who operate machine or processing g equipment or perform other factory-type duties of intermediate skill level which can be mastered in a few weeks and require only limited training. Includes: apprentices (auto mechanics, plumbers bricklayers, carpenters, eloctrinians, machinists, mechanics, building trades, metalworking trades, prinling trades, etc.)., operatives, attendants (auto service -- and parking), blasters, chauffeurs, delivery workers, sewers and stitches, dryers, furnace workers, heaters, laundry and dry cleaning operatives, milliners, mine operatives and laborers, motor operators, oilers and greasers (except auto), painters (manufactured articles), photographic process workers, stationary f~re fighters, truck and tractor drivers, knitting, looping, taping and weaving machine operators, welders and flame cutters, electrical and electronic equipment assemblers, butchers,meat cutlers, inspectors, testers and graders, hand packers and packages, and kindred workers. Laborers (unskffied) - Workers in manual occupations which generally require no special training, performs elamenta~'y duties that may be learned in a few days and requires the application of little or no independent judgement. Includes: garage laborers, car washers and greasers, grouadskeeper and gardeners, farm workers, stevedores, wood choppers, laborers performing lifting, digging, mixing, loading and pulling operations, and kindred workers. -- Service Workers - Workers in both protective and non-protective service occupations. Includes: attendants (hospital and other institutions, professional and personal service, including mtrses aides, and orderlies), barbers, char-workers and cleaners, cooks counter and fountain workers, elevator operators, fire fighters and £tre protection, guards, doorkenpers, stewards, janitors, police officers and detective, porters, -- waiters and waitresses, amusament and recreation facilities attendants, guides, users, public transportation attendants, and kindred workers. On-the-Job Trainees: Production - Persons engaged ia formal training for craft worker -- when no trained under apprentice programs -- operative, laborer and service occupations. White Collar - Persons engaged in formal training, for official, managerial, professional, technical, sales, office and clerical occupations.