Loading...
HomeMy WebLinkAboutContract 26108 V CCMSECRETARY D.O.E. FILE CITY SECRETAfiy CONTRACTOR'S BONDING CO. CONTRACT NO. 2& /Log CONSTRUCTION'S COPY CLIENT DEPARTMENT Fio PT Vio PT H NEW, lmwwm�- SPECIAL CONTRACT DOCUMENTS FOR WA TER MAIN EXTENSIONS, REPLACEMENTS, & RELOCATIONS CONTRACT 2000A "MWERR2000A" PROJECT NUMBERS: PW77-060770156780 DOE NO. 3020 Fort Worth Water OFFICIAL MED CITY lEcaly Department City of Fort Worth, Texas "agor And Council Communication PAGE DATE REFERENCE NUMBER LOG NAME 7/11/00 **C-18112 30TZ 1 of 2 SUBJECT AWARD OF CONTRACT TO WILLIAM J. SCHULTZ, INC. D/B/A CIRCLE "C" CONSTRUCTION COMPANY FOR WATER MAIN EXTENSIONS, REPLACEMENTS AND RELOCATIONS, CONTRACT 2000A i RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with William J. Schultz, Inc. d/b/a Circle "C" Construction Company in the amount of $849,585.00 for the Water Main Extensions, Replacements and Relocations, Contract 2000A, "MWERR2000A". DISCUSSION: The work to be performed under this contract consists of extending, replacing and/or relocating water mains, services and other pertinent construction required to provide water service to individual customers or developers. The project was advertised for bid on March 30 and April 6, 2000. On April 27, 2000, the following bids were received: BIDDERS BID AMOUNT TIME OF CONTRACT William J. Schultz. Inc. d/b/a Circle "C" Construction Comgany $ 849,585.00 365 Calendar Days Cleburne Utilities Construction Company $1,048,027.00 B & H Utilities, Inc. $1,056,640.00 The engineer's estimate for this project was $1,021,457.50. The low bidder, William J. Schultz, Inc. d/b/a Circle "C" Construction Company, is in compliance with the City's MNVBE Ordinance by committing to 16% M/WBE participation. The City's goal on this project is 16%. This project is city-wide. In addition to construction costs, a $25,488.00 contingency is required for possible change orders, and $59,471.00 is required for design, inspection and survey services. City of Fort Worth, Texas "agar and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 7/11/00 **C-18112 30TZ 2 of 2 SUBJECT AWARD OF CONTRACT TO WILLIAM J. SCHULTZ, INC. D/B/A CIRCLE "C" CONSTRUCTION COMPANY FOR WATER MAIN EXTENSIONS, REPLACEMENTS AND RELOCATIONS, CONTRACT 2000A FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Commercial Paper-Water Fund. MG:k b Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) APPROVED Mike Groomer 6140 CITY COUNCIL Originating Department Head: JUL 11 2000 A.Douglas Rademaker 6157 (from) PW77 541200 060770156780 $849,585.00 Additional Information Contact: City Secretary of the City of Fort worth,Ter:• A.Douglas Rademaker 6157 SPECIAL CONTRACT DOCUMENTS FOR WATER MAIN EXTENSIONS, REPLACEMENTS, & RELOCATIONS CONTRACT 2000A "MWERR2000A" PROJECT NUMBER(S): PW77-080770158780 D.O.E. No. 3020 ROBERT TERRELL DALE A. FISSELER, P.E. CITY MANAGER DIRECTOR WATER DEPARTMENT A. DOUGLAS RADEMAKER, P.E., DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY DEPARTMENT OF ENGINEERING .. ...:......................... KENNETH E. MOSS N ..................... 39384 .1p Un NAL• N D CITY OF FORT WORTH, TEXAS WATER DEPARTMENT WATER MAIN EXTENSIONS, REPLACEMENTS,AND RELOCATIONS CONTRACT 2000A "MWERR2000A" PROJECT NUMBER: PW77-060770156780 D.O.E. No. 3020 DALE A. FISSELER, P.E. DIRECTOR WATER DEPARTMENT 2000 APPROVED AktID1 , �. °� �l AkSIM A.DOUGLAS RADEMAKER,P.E.,DIRECTOR,DEPARTMENT OF ENGINES NG APPROVED � I^� I��Nr��� rf o v=7 S FRANK CRUMB,P.E., ENGINEERING COORDINATOR, WATER DEPIRtMENt APPROVED "Z�► l ea CEO E A.BEHMENESH,P. .,ASSISTANT DIRECTOR,TIPW APPROVED 3 J TERNUS,PF-,ASSISTANT DIRECTOR/TRAFFIC ENGINEER,T/P i RECOMENDED A E NOTICE TO BIDDERS Sealed proposals for the following: TITLE: WATER MAIN EXTENSIONS, REPLACEMENTS, &RELOCATIONS CONTRACT 2000A; "MWERR2000A" PROJECT NO. PW77-060770156780 DOE NO. 3020 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 P.M. April 27, 2000, and then publicly opened and read aloud at 2:00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of documents will be provided to prospective bidders for a deposit of $20.00; such deposit will be refunded if the document is returned in good condition within 10 days after bids are opened. Additional sets may be purchased on a non-refundable basis for twenty dollars ($20.00)per set. Bid security is required in accordance with the Special Instructions to Bidders. Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within forty-nine (49) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 871-7910. I In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the ordinance from the office of the City Secretary. In order for a bid to be considered responsive, the AFFIDAVIT STATEMENT included within these bid documents must be completed and submitted with your bid. Failure to submit the completed AFFIDAVIT STATEMENT shall render your bid non- responsive. The bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation') as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall be evidence that the Documentation was received by the City. Failure to comply shall render your bid non responsive. For additional information, contact Adolfo Lopez @ (817) 871-7829 or Ken Moss @ (817) 871-7989. BOB TERRELL GLORIA PEARSON CITY MANAGER CITY SECRETARY Department of Engineering A. Do las Rademaker, Director Advertising Dates: By March 30, 2000 JoFiri , April 6, 2000 Manager, Engi ering Services SPECIAL INSTRUCTIONS TO BIDDERS 1. PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be pre-qualified by the Fort Worth Water Department prior to submitting bids. This pre- qualification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. current financial statement, an acceptable experience record, and an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-pre-qualified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary pre- qualification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond,payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture. In the event, the successful bidder Revised 03/07/2000 fails to execute the Contract Documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety shall be included on the current U.S. Treasury List, or (2) the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth (1/10) the total capital and surplus. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%)percent of the contract price will be required,Reference C3-3.7. 4. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas, and as set forth in the Contract Documents must be paid on this project. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City of Fort Worth reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601G, Tex. Rev. Civ. Stat., the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in this State, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If bid amount is $25,000.00 or less, the contract amount shall be paid within forty-five (45)calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government,Contractor covenants that neither it nor any of its officers, members, agents, Revised 03/07/2000 employees, program participants, or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement,or discharge of employees in connection • with the terms, conditions, or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan, or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statuory requirements. Contractor warrants if will fully comply with the Policy and will defend, indemnify and hold the City harmless against any claims or allegations asserted by third parties or subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA'), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms, and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other state and local laws concerning disability and will defend, indemnify, and hold the City harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPPRISES: In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance 13471, the City of Fort Worth has goals r for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. In order for a bid to be considered responsive the AFFIDAVIT STATEMENT included within these bid documents must be completed and submitted with the bid. Failure to submit the completed AFFIDAVIT STATEMENT shall render your bid non-responsive. The bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM ' and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom the delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render your bid non-responsive. .• Revised 03/07/2000 12. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3) years. Revised 03/07/2000 PART B -PROPOSAL This proposal must not be removed from this book of Contract Documents. TO: Robert Terrell ' City Manager Fort Worth, Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be famished by the City, equipment and labor for the installation of four-inch through sixteen-inch water main, and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: WATER MAIN EXTENSIONS,REPLACEMENTS, & RELOCATIONS CONTRACT 2000A; "MWERR2000A". Water Project No. PW77-060770156780 Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the City Engineering Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: P ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT (Furnish and install, including all appurtenant work,complete in place, the following items) (D-No. refers to related items in the Part D Special Conditions:) ■ B-1 p- ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 1. 50 L.F. 4-Inch PVC Pipe(DR-14), D-24; Per Linear Foot: PW /,-"L 1�. Dollars G U G and env Cents $ 'a3 $ //SO 2. 750 L.F. 6-Inch PVC Pipe(DR-14), D-24;Per Linear Foot: Dollars o 0 00 and di,,.rJ Cents $ $ ? 3. 1000 L.F. 8-Inch PVC Pipe(DR-14), D-24; Per Linear Foot: Dollars o p o G and �,-�,� Cents $ � 4. 200 L.F. 10-Inch PVC Pipe (DR-14), D-24; Per Linear Foot: y� Dollars and Cents $ $ SOD 5. 200 L.F. 12-Inch PVC Pipe (DR-14), D-24; Per Linear Foot: anda u.� Dollars o U �®® O G irLo Cents $ y q $ � 6. 25 L.F. 4-Inch Ductile Iron Pipe, ` Class 51,D-23;Per Linear Foot: /,u,,A Dollars 00 o and Cents $ 7. 25 L.F. 6-Inch Ductile Iron Pipe, Class 51,D-23;Per Linear Foot: Dollars and /7"o Cents $ ? 00 $ �O 75- 00 B-2 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 8. 25 L.F. 8-Inch Ductile Iron Pipe, Class 51,D-23; Per Linear Foot: � � ► �. Dollars o o and �,,,, Cents $ $ S� 9. 25 L.F. 10-Inch Ductile Iron Pipe, Class 51, D-23; Per Linear Foot: _auk, ./ter tir Dollars _ d �` _ o G and Cents $ 3-5 $ 7,5 10. 25 L.F. 12-Inch Ductile Iron Pipe, Class 51, D-23;Per Linear Foot: ta-1" Dollars 000 Cents $ $ 1,07S- 11. D 7S 11. 25 L.F. 16-Inch Ductile Iron Pipe, Class 51, D-23;Per Linear Foot: U .�,,..� Dollars G 0 G andv Cents $ .S�S $ 1375 12. 50 L.F. 4-Inch Ductile Iron Carrier Pipe, Class 51,with Casing Spacers, D-23; D-25;Per Linear Foot: Dollars 00 o and n yrs Cents $ a $ 13. 50 L.F. 6-Inch Ductile Iron Carrier Pipe, Class 51,with Casing Spacers, D-23; D-25;Per Linear Foot: _-:d . 6=-— Dollars eo ander � Cents $ `f $ B-3 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 14. 50 L.F. 8-Inch Ductile Iron Carrier Pipe, Class 51,with Casing Spacers, D-23; D-25; Per Linear Foot: Dollars .00 O and � Cents $ 29 $ /9d0 15. 50 L.F. 10-Inch Ductile Iron Carrier Pipe, Class 51,with Casing Spacers, D-23;D-25; Per Linear Foot: Z" Dollars D a o are Cents $ Vs� $ /00 16. 50 L.F. 12-Inch Ductile Iron Carrier Pipe, Class 51,with Casing Spacers, D-23; D-25; Per Linear Foot: ' . Dollars 00 c and - Cents $ Sim $ , 75—D 17. 50 L.F. 16-Inch Ductile Iron Carrier Pipe, Class 51, with Casing Spacers, D-23; D-25; Per Linear Foot: .��. .� Dollars 0 U o G and /Yv[� Cents $ 0/0 $ goo 0 18. 20 L.F. 2-Inch Or Smaller Copper service Line by Boring, and Jacking with Pressure Grout, D-25; Per Linear Foot: Dollars _ 00 G and 0rr,, Cents $ 3S $ 70 G 19. 25 L.F. 16-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, D-25; Per Linear Foot: Dollars 0" 'O O O and �v Cents $ /�4 $ 35 B-4 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 20. 25 L.F. 18-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, D-25; Per Linear Foot: Dollars 00 00 and Cents $ /5-0 $ 375-0 21. 25 L.F. 24-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, D-25; Per Linear Foot: cme —A Dollars ® o0 Z/0O 00 and i,-,,� Cents $ $ 22. 25 L.F. 30-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, D-25; Per Linear Foot: Dollars &V0 00 and Cents $ $ 23. 25 L.F. 16-Inch Casing Pipe by Direct Bury, D-25; Per Linear Foot: Dollars 00 d G and_ ,-y � _ Cents $ 60 $_15-00 24. 25 L.F. 18-Inch Casing Pipe by Direct Bury, D-25; Per Linear Foot: Dollars 00 a c and Cents $ 70 $ 175 25. 25 L.F. 24-Inch Casing Pipe by Direct Bury, D-25; Per Linear Foot: Dollars O 00 and Cents $ J'0 $ 'Wo B-5 On ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 26. 25 L.F. 30-Inch Casing Pipe by Direct Bury, D-25; Per Linear Foot: Dollars 00 cc and�4 Cents $ $ ,7 a 570 27. 5 E.A. 4-Inch Gate Valve w/Cast Iron Box and Lid, D-22; Per Each: Dollars o0 00 Ad /7-10 Cents $ I/00 $ '?Opo 28. 20 E.A. 6-Inch Gate Valve w/Cast Iron Box and Lid,D-22; Per Each: Dollars 00 G a Cents $ `��D $ 9DO D 29. 20 E.A. 8-Inch Gate Valve w/Cast Iron Box and Lid,D-22; Per Each: Dollars 00 d 72o Cents $ 'SO $ 30. 10 E.A. 10-Inch Gate Valve w/Cast Iron Box and Lid,D-22; Per Each: ,.�„�,X. A . ,. L�Dollars 0 o G and rruI Cents $ 66-e) $ 6vS00 O 31. 5 E.A. 12-Inch Gate Valve w/Cast Iron Box and Lid, D-22; Per Each: ,°L r.e_ c,,,d ., , Dollars Bd 7�5^O °0 and -1-AOCents $ SSD $ y 32. 2 E.A. 16-Inch Resilient-Seated Gate Valve and Vault, D-55; Per Each: � osrC� Dollars d r �t, Cents $ 500a $ /0400 oU r r B-6 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 33. 2 E.A. 16-Inch Double Disk Gate Valve and Vault, D-22; Per Each: Qrn Lollars 00 010 anZ"b Cents $ 96-0© $ /7000 34. 1 E.A. Cut-In 4"Gate Valve w/Cast Iron Box and Lid,D-22, D-27; Per Each: Ono _�6wc-«a,,,ct Dollars o0 and Cents $ /000 $ /000 p 35. 2 E.A. Cut-In 6"Gate Valve w/Cast Iron Box and Lid,D-22, D-27; Per Each: Dollars p o o d and ire, Cents $ 4700 $ /00 36. 5 E.A. Cut-In 8"Gate Valve w/Cast Iron Box and Lid, D-22, D-27; Per Each: 41 Dollars O 00 and Cents $ 1,5--000$ 750 O 37. 2 E.A. Cut-In 10"Gate Valve w/Cast Iron Box andi ,D-22,D-27;Per Each: Dollars O G 00 andCents $ /76-0 $ 35-0 D 38. 2 E.A. Cut-In 12"Gate Valve w/Cast Iron Box �d Lid,D-22,D-27;Per Each: " Dollars 010 o a and a3:4) Cents $ ,?.700 $ yyOO 39. 2 E.A. Remove and Salvage 16"Gate Valve and Vault,D-21; Per Each: d'n.e �f./u�-i.iry!gym llars de � _ Cents $ 7S00 00 $ 3Op p . B-7 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 40. 10 Tons Cast Iron/Ductile Iron Fittings, D-23- Per Ton: `�l ctm C/ Dollars 00 mrid /hc� Cents $ 3SDD $ 3soo0 00 41. 20 E.A. Standard Fire Hydrant, Y-6" Bury Depth;Per Each: �.f Dollars 00o and Cents $ 1300 00 0 42. 20 V.F. Fire Hydrant Bbl. Extension, Per Vertical Foot: ®- Dollars 00 and _17-2.0 Cents $ 10D $ -9000 43. 5 E.A. Remove Existing Fire Hydrant, D-21; Per Each: ZdAA e pj Dollars 6.0 06 ��� Cents $ '/DO $ 44. 1 E.A. Install 1-Inch Air and Vacuum Release Valve�w/Vault;Per Each: Dollars 00 o G d ,r Cents $ S0d $ Asn 1) 45. 1 E.A. Install 2-Inch Air and Vacuum Release Valve w/Vault;Per Each: ddb t 0 � r.,,,,bollars 00 b G and Cents $•360D $ 3Don 46. 1 E.A. Install 4-Inch Blow Off w/4" Gate Valve& Sump Manhole, Per Each: Dollars 00 d G Cents $ `/ODd $ B-s ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 47. 1 E.A. 48"X 12"Tapping Sleeve and 12-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: 1 Dollars 00 00 and Cents $ 3o©o $ 3o OD 48. 1 E.A. 36"X 12"Tapping Sleeve and 12-Inch Valve wBox; For C.I.,D.I., or Concrete Main;Per Each: 4 I.A, ,/.iS a ,,oa,, Dollars o .00 and /7-0, Cents $ SOD O $ 3 d 49. 1 E.A. 30"X 16"Tapping Sleeve and 16-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: � �,�Dollars 00 00 and Cents $ 7SDD $ �O d 50. 1 E.A. 30"X 8"Tapping Sleeve and 8-Inch Valve wBox; For C.I.,D.I., or Concrete Main; per Each: Dollars and ir-O Cents $ 0 0 $ 51. 1 E.A. 30"X 6"Tapping Sleeve and �- 12-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: 1LA-Ae� _,,a a-to c-- aA/-,Dollars 00 00 and ,-,.,IO Cents $10D0 $ 00 52. 1 E.A. 24"X 16"Tapping Sleeve and 16-Inch Valve wBox;For C.I.,D.I., or Concrete Main; Per Each: Dollars 00 Go and ir,�, Cents $ 00 O $ V©O u B-9 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 53. 1 E.A. 24"X 12"Tapping Sleeve and 12-Inch Valve wBox;For C.I.,D.I., or Concrete Main; Per Each: Dollars 00 and Cents $ 3000 $ 3000 54. 1 E.A. 24"X 10"Tapping Sleeve and 10-Inch Valve wBox;For C.I.,D.I., or Concrete Main; Per Each: c,/ Dollars 00 Ci and Cents $ 3000 $ 00 55. 1 E.A. 24"X 8"Tapping Sleeve and 8-Inch Valve wBox;For C.I., D.I., or Concrete Main; Per Each: Dollars 00 Cents $ �Sv0 G 56. 1 E.A. 24"X 6"Tapping Sleeve and 6-Inch Valve wBox; For C.I., D.I., or ifp_n�rete /f,']fam;Per Each: / �� v� Dollars _ and Cents $ ��S 00 $ 57. 1 E.A. 21"X 12"Tapping Sleeve and 12-Inch Valve wBox;For C.I.,D.I., or Concrete Main; Per Each: Dollars 00 Ad .2 mac? Cents $ 0� 0 $ ��0 G 58. 1 E.A. 20"X 12"Tapping Sleeve and 12-Inch Valve wBox;For C.I.,D.I., or oncrete M in; Per Each: Dollars and Cents $ ��D dpp$ �� d B-10 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 59. 1 E.A. 20"X 10"Tapping Sleeve and 10-Inch Valve wBox; For C.I.,D.I., oroncr777 ' Per Each: c J Q/Y\ d" Dollars C70 O . d irco Cents $ 2S`0c) $ �SOO 60. 1 E.A. 20"X 8"Tapping Sleeve and 8-Inch Valve wBox; For C.I., D.I., or /Concrete Main; Per Each: Z�- Dollars 00 �nd , Cents $ $ 00 0 G 61. 1 E.A. 20"X 6"Tapping Sleeve and 6-Inch Valve wBox; For C.I., D.I., or Concrete Main;Per Each: ollars 00 p G and U Cents $ 62. 1 E.A. 18"X 8"Tapping Sleeve and 8-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: Dollars 00 410 and Cents $ $ v?D D D f' 63. 1 E.A. 16"X 12"Tapping Sleeve and 12-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: a, cD Dollars �p and Cents $ X000 $ X000 06 64. 1 E.A. 16"X 10"Tapping Sleeve and 10-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: r.� Dollars 00 O G and / J Cents $ 3000 $ ,300 0 B-11 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 65. 1 E.A. 16"X 8"Tapping Sleeve and 8-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: Dollars o0 o G and er Cents $,300o $ 3000 66. 1 E.A. 16"X 6"Tapping Sleeve and 6-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: I � e, ej Dollars 00 O G and er Cents $ _5 Opp $ 3000 67. 1 E.A. 16"X 4"Tapping Sleeve and 4-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: JiG to Dollars 0 C) 00 and Cents s,,51000 $ "00o 68. 1 E.A. 12"X 12"Tapping Sleeve and 12-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: of Dollars 00 00 and -rev Cents $ J'00 0 $ , 000 69. 1 E.A. 12"X 10"Tapping Sleeve and 10-Inch Valve wBox; For C.I.,D.I., k or Concrete Main;Per Each- —Dollars 00 o G Cents $ Sn d $ 70. 1 E.A. 12"X 8"Tapping Sleeve and 8-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: &-e) 1,o a-� Dollars o v anCents B-12 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 71. 1 E.A. 12"X 6"Tapping Sleeve and 6-Inch Valve wBox;For C.I.,D.I., or Concrete Main; Per Each: ,1 61'e Dollars 00 d1 Cents $ /Soo $ 15-00 o 0 72. 1 E.A. 12"X 4"Tapping Sleeve and 4-Inch Valve wBox;For C.I.,D.I., or Concrete Main;Per Each: 1110 .tis c,_�a..,,, Dollars 00 00 and nn Cents $ ,r?0 0 0 $ ?000 73. 1 E.A. 10"X 10"Tapping Sleeve and 10-Inch Valve wBox; For C.I.,D.I., t or Concr9tq Main;Per Each: Dollars od O p and Cents $ /8 o o $ APOO 74. 1 E.A. 10"X 8"Tapping Sleeve and 8-Inch Valve wBox;For C.I.,D.I., or Concrete ain;Per Each: Dollars o a 00 an Cents $ /,5700 $ /5'00 75. 1 E.A. 10"X 6"Tapping Sleeve and 6-Inch Valve wBox;For C.I.,D.I., or Concrete ain;Per Each: a Dollars and Cents $ ,Soo a o $ lS0 0 a 76. 1 E.A. 10"X 4"Tapping Sleeve and 4-Inch Valve wBox;For C.I.,D.I., or Concrete Main;Per Each: Dollars and �-c> Cents $ /,100 o $ /.?O O V B-13 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 77. 1 E.A. 8"X 8"Tapping Sleeve and 8-Inch Valve w/Box;For C.I.,D.I., or Concrete Main; Per Each: tx c Dollars oo 00 it/id Cents $ /S©O $ /SO O 78. 1 E.A. 8"X 6"Tapping Sleeve and 6-Inch Valve w/Box;For C.I.,D.I., or Concrete Main; Per Each: Dollars °o 00 d Cents $ 1,5_00 $ /S700 79. 1 E.A. 8"X 4"Tapping Sleeve and 4-Inch Valve w/Box;For C.I.,D.I., or Concrete Main; Per Each: 0mv _t x�-o a-Y-) rl Dollars and 11 , _) Cents $ /000 $ /O D D � O 80. 1 E.A. 6"X 6"Tapping Sleeve and 6-Inch Valve w/Box; For C.I.,D.I., or Concret Main; Per Each: Dollars pU d Cents $ /s o� $ 81. 1 E.A. 6"X 4"Tapping Sleeve and 4-Inch Valve w/Box; For C.I.,D.I., or Concrete Main; Per Each: C_rwl Z Dollars O U 0 and Cents $ $ 82. 10 E.A. 2-Inch Service Taps to Main, D-20, D-61; Per Each: Dollars and n-�) 1p�_Cents $ Gid $ B-14 ra ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 83. 10 E.A. 1-1/2-Inch Service Taps to Main, D-20,D-61;Per Each: IML LJ_x_o Dollars oG a ri and Cents $ 300 $ 3000 84. 10 E.A. 1-Inch Service Taps to Main, D-20; Per Each: 0 Zr Dollars o and Cents $ �®O - $ 3000 85. 5 E.A. 3/4-Inch Service Taps to Main, D-20; Per Each: Dollars and Cents $ AO $ sQ 86. 100 L.F. Install 2-Inch Copper Service, D-20,D-61; Per Linear Foot: Dollars a a and Cents $ -S_ $ 7S00 G 87. 100 L.F. Install 1-1/2-Inch Copper Service, D-20,D-61; Per Linear Foot: u Dollars O a ander Cents $ $ o?Do O 88. 100 L.F. Install 1-Inch Copper Service, D-20;Per Linear Foot: Dollars O a O and_ Cents $ 0 $ o?oo v 89. 100 L.F. Install 3/4-Inch Copper Service, D-20; Per Linear Foot: r9r" Dollars Dd a a and I-ua Cents B-15 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 90. 1 E.A. Relocate 2-Inch Service Meters, and Meter Boxes, D-20,D-61;Per Each: Dollars o _ o u and Cents $ $ �S d 91. 1 E.A. Relocate 1-1/2-Inch Service Meters, and Meter Boxes,D-20, D-61; Per Each: &rw ; l kQ A j jJ, Dollars 00 00 and 1>_Lcj Cents $ 1S`U $ l Sa 92. 1 E.A. Relocate 1-Inch Service Meters, and Meter Boxes,D-20; Per Each: 4J, Dollars o U and Cents $ $ 93. 1 E.A. Relocate 3/4-Inch Service Meters, and Meter Boxes,D-20; Per Each: _. � Dollars and Cents $ s $ /S4 94. 1 E.A. Install Multiple Service Branches For 2-Inch Copper Service, D-20,D-61; Per Each 91_ e /y, "L" '/ Dollars o O and Cents $ "�f-0 $ �� 95. 1 E.A. Install Multiple Service Branches For 1-1/2-Inch Copper Service, D-20,D-61; Per Each: Dollars oU G and Cents $ /S d $ /�"6 OF B-16 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 96. 1 E.A. Install Multiple Service Branches For 1-Inch Copper Service, D-20; Per Each: Z,oL,_p cO �Dollars o0 Ci G� and _171,.r3 Cents $ 3-d $ 97. 20 E.A. Furnish and Set Class `B' Meter Boxes,D-20;Per Each: kms,'d'd' I Dollars 7,0 o and Cents $ '; c $ 98. 20 E.A. Furnish and Set Class `A' Meter Boxes,D-20;Per Each: t"o k"C�v d __� Dollars and `J Cents $ �5 $ 3 G Oa 99. 5 E.A. 10"Turbo Meter Installation with 6"By-Pass In concrete Vault, i Per Fig. 33,D-64;Per Each: Dollars z O and U IY216 Cents $ $ � D 100. 5 E.A. 8"Turbo Meter Installation with 6"By-Pass In concrete Vault, Per Fig. 33, D-64; Per Each: Dollars o0 anCents $ p $ y000 oa 101. 10 E.A. 6"Turbo Meter Installation with 4"By-Pass In concrete Vault, Per Fig. 33, D-64; Per Each: .Qe�r-t. n a c�vevr, d/ Dollars o U d �y Cents $ 750 $ 75-0 B-17 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 102. 10 E.A. 4"Turbo Meter Installation with 2"By-Pass In concrete Vault, Per Fig. 33,D-64; Per Each: fu�vr, Dollars a IV, dn' o� dCents $ 9_�-Oo $ 7Sao d 103. 7 E.A. 3"Turbo Meter Installation with 2"By-Pass In concrete Vault, Per Fig. 33,D-64- Per Each: .12,en�-cir, �� arn c� Dollars o G d Cents $ 7 S'O D $ _5�_576 O 104. 1000 L.F. Furnish and Lay 2-Inch Pipe and Fittings for Temporary Service, D-29;Per Linear Foot: Dollars p n-Ly Cents $ y $ 105. 5 E.A. Water Sample Station Installation, Fig. 33 or 34,D-49; Per Each: _2�0-o /,_ ,d-, d Doll= o r' G' G and lrzD Cents $ �D $ A0 a 106. 5 E.A. Relocate Sprinkler System Backflow Preventor or Control Valve& Box, D-54;Per Each: /,,, J J Dollars P U and =Z Cents 107. 5 E.A. Cut and Plug Existing Mains in Separate Trenches,All sizes, D-21;Per Each: Dollars d �,,_,, Cents $ B-18 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT „ 108. 100 L.F. Trench Safety System, D-19; Per Linear Foot: qv Dollars and a,�,, Cents $ $ 125�0 .� 109. 50 L.F. Extra Depth of Water Mains; Per Linear Foot: Dollars o� and ,�i Cents $ la $ 110. 18 L.F. 12-Inch Cl. 51 DIP, for Sanitary Sewer Replacement at Variable Depth, D-9; Per Linear Foot: Dollars U and Cents 111. 18 L.F. 10-Inch Cl. 51 DIP, for Sanitary Sewer Replacement at Variable Depth, D-9; Per Linear Foot: Dollars a o and iy1_6 Cents $ o?a $ sa 0 112. 18 L.F. 8-Inch Cl. 51 DIP, for Sanitary Sewer Replacement at Variable Depth, D-9; Per Linear Foot: _.Ll� Dollars a v d and Cents $ '�D $ 3� D 113. 18 L.F. 6-Inch Cl. 51 DIP, for Sanitary +� Sewer Replacement at Variable Depth, D-9; Per Linear Foot: Dollars c G and n-r o Cents $ 3 6 a B-19 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 114. 25 L.F. Replacement of 4-Inch Sanitary Sewer Service w/4-Inch DIP, D-9; Per Linear Foot: Dollars and Cents $_ -� D $ '500 115. 25 L.F. Replacement of 6-Inch Sanitary Sewer Service w/6-Inch DIP, D-9; Per Linear Foot: Dollars o ry G and Cents $ _::7 O $ -5-00 116. 25 L.F. Replacement of 8-Inch Sanitary Sewer Service w/8-Inch DIP, D-9; Per Linear Foot: �� Dollars 00 and -vLU Cents $ S-O C) 117. 5 E.A. Dehole, 0 ft. - 5 ft. in Depth, D-30;Per Each: Dollars 00 and Cents $ '?06 $ y00 0 118. 2 E.A. Dehole, 5 ft. - 10 ft. in Depth, D-30;Per Each: Dollars U 'q C a and s Cents $ /DO $ 7,000 119. 2 E.A. Dehole, 10 ft. -20 ft. in Depth, D-30;Per Each: r� Dollars Q U C/ d wry Cents $ 45-00 $ so 0 0- B-20 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 120. 50 E.A. Job Move In, D-3 Per Each: Dollars 00 06 and Cents $ 1J7DD $ 121. 20 E.A. Emergency Situation Job Move In, D-57; Per Each: C< 00 1S — Dollars G G y041�4 o G ani Cents $ �� $ f 122. 100 L.F. Hydro Mulch Seeding, D-47; Per Linear Foot: Dollars o G o U and Cents $ / $ /4 D 123. 100 L.F. Sodding, D-47; Per Linear Foot: Dollars 0 U c and Cents $ $ �� b 124. 25 L.F. Concrete Encasement, Per Fig. 20, D-31; Per Linear Foot: v l Dollars 000 G and Cents $ ,7S^ $ 6/,257 125. 5 C.Y. Concrete Riprap, D-40; Per Cubic Yard: Dollars G 00 and Cents $ 7,5^ $ 375– 126. 10 C.Y. Crushed Limestone, D-15; Per Cubic Yard: Dollars G 00 and L Cents $ / $ /D B-21 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 127. 10 C.Y. Class `B' Concrete(2500#); Per Cubic Yard: a-�P Dollars 00 and ,.,, , Cents $ / � O 128. 10 C.Y. Class `E' Concrete 1500# Per Cubic Yard: Dollars 00 0 0 and Cents $ / $ �0 129. 200 L.F. Concrete Curb and Gutter Replacement, D-14; Per Linear Foot: J, Dollars 00 00 and Cents $ $ 000 130. 50 S.Y. Concrete Sidewalk or Driveway Replacement, D-14; Per Square Yard: Dollars cr 0 0 <i and' Cents $ o?a?6_0 131. 100 S.Y. Replace Paving in Parking Areas, D-18; Per Square Yard: J� Dollars 00 o G and Cents $ 30 0 O r 132. 300 L.F. Concrete Pavement on 2:27 Concrete Base, Fig. 1, D-16; D-17; Per Linear Foot: F' Dollars C and Cents $ 4 d $ 5-000 00 B-22 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 133. 100 L.F. Brick on Reinforced Concrete Base,Fig. 3, D-16, D-17; Per Linear Foot: _- '` "�// Dollars 00 and "- ) Cents $ 520 $ SO DO OU 134. 1000 L.F. Min 2-Inch HMAC on 2:27 Concrete Base,Fig.4, D-16;D-17;Per Linear Foot: _22" Dollars and Cents $ 30000 135. 100 L.F. 2-Inch HMAC on 2:27 Concrete Base,Fig. 5, D-16;D-17;Per Linear Foot: Dollars 00 o D 3004 and Cents $ 3o $ 136. 100 L.F. Min 1-1/2-Inch HMAC on Reinforced Concrete Base, Fig. 2, D-16;D-17; Per Linear Foot: Dollars - .00 0 O$ and Cents $ 3 137. 100 L.F. 2-Inch E2AAC on 8-Inches Crushed Stone Base(Temp. Pvmt.)Fig. 51;, D-16;D-17; Per Linear Foot: 4 v-, Dollars and Cents $ /0 $ �O 0 v 138. 100 L.F. 2-Inch Hot or Cold Mix Rolled Temporary Pavement,Fig. A, D-41; Per Linear Foot: Dollars Q O 0 and Cents B-23 a ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 139. 100 L.F. Flex Base Material, Temporary Paving Repair, Fig. A, LD-41; Per Linear Foot: Dollars 00 Land , Cents $ _ $ G O 6 _ O d L TOTAL AMOUNT BID $ L * Type of Pipe Used PVC DR-14: DIP Class 51: B-24 1b PART B - PROPOSAL(Cont.) Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 365 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of 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 statue is attached. Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. _ZB. The principal place of business of our company or our parent company or majority owner is in the State of Texas. r i B-25 I(we)acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4(Initials) Respectfully submitted, i//iaM T sC4. L iie � C CO�S�u t fior� . By: Title: � //, 1 /" els,K 0/1'17 r' Address: Telephone: (Seal) Date: �l , .?00 D B-26 ATTACHMENT 1A city of Fort Worth Pagel of 2 Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION coag PRIMEOMPANY�tAME BID DATE t,�7a�ti �ar7ef�s;a�►s l���om �-- �o Pid 99 -04,677D i s �7£?0 LJOJECT NAME PROJECT NUMBER l_ow'-V,0-p a 00 R AwfR 'S M/WBE PROJECT GOAL: % M/WRE PERCENTAGE ACHIEVED: -iilure to complete, this form, in its entirety with supporting documentation, and received by the Managing apartment on or before 5:00 p.m. five(5).City business days after bid opening, exclusive of bid opening date, will ult in-the bid being considered non-responsive to bid specifications. The undersignedbidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this heduie, conditioned, upon execution of-a contract with the City of Fort Worth. The intentional and/or knowing srepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered `ion-responsive to specifications. ' Company Name, Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. _ Scope of Work(•) Supplied(*) 05 �m >[ U Z 4�w AO � 941_f14 sa q --- a 6,o r- 1011_� .1-9- fi4 n y �r� C � "/r'Hr k•n Rock , . �� s ;zq P a M/NIBEs must be located In the 9(nine)county marketplace or currently doing business In the marketplace at the time of bid. pecify all areas In which MWBE's are to be utlltwd andlor items to be supplied: complete listing of Items to be supplied Is required In order to receive credit toward the MNVBE goal. entity each Tier level. Tier.Means the level of subcontracting below the prime contractor/consultant,Le.,a direct payment from the prime contractor to a subcontractor Is considered 1"tier,a payment by a subcontractor to Its supplier Is considered a tier. qHIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.6/2/98 ATTACHMENT I. Page 2 of City of Fort Worth Minority and Women Business Enterprigfp4pcifications MBE/WBE UTILIZA-TIdNEERIN9/CFW ompany Name, Contact Name, Certlfled Specify All Contracting cify 11 =106* Dollar Amount ` Address,and Telephone No. u �-7 Scope of Work(') Supplied(') r= x ,6 d b0 3 I(all c--//"li(r: � _ bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding ",al work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. bidder also agrees to allow an audit and/or examination of any books, records and files held by their company 'will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized ° cer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for nating the contract or debarment from City work for a period of not less than three (3) years and for initiating wn under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and rtes a material breach of contract may result in a determination of an irresponsible offeror and barred from :ipating in City work for a period of time not less than one (1)year. MB Es lIS BE CERTIFIED BY THE CITY BEFORE COLS CT WARD —T. �` / - n4ed Sign�ure Printed Signature Contact Name and Title (if different) ip�y Na a Telephone Number(s) O ,�e� �� 3-, fl -c-,�793 -3 s Fax Number 1� )d//o lqe ,2 - �93 � 9s ? tate0p Code Date r .e FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 6:00 p.m., FIVE (5)CITY BUSINESS DAYS AFTER BII]_.:i,_, OPENING, EXCLUSIVE OF THE BID OPENING DATE ' Rev.gn/08 Ad am PART D - SPECIALS CONDITIONS TABLE OF CONTENTS ITEM D-1 General D-2 Project Designation D-3 Right to Audit D-4 Project Signs D-5 Purging and Sterilization of Water Lines D-6 Wage Rates D-7 Coordination with Fort Worth Water Department D-8 De-watering D-9 Crossing of Existing Utilities D-10 Existing Utilities D-11 Exploratory Excavations F D-12 Test Holes D-13 Substitutions D-14 Concrete Sidewalk and Driveway Replacement D-15 Crushed Limestone Backfill D-16 2:27 Concrete D-17 Pavement Repair(E2-19) D-18 Pavement Repair in Parking Area D-19 Trench Safety System W D-20 Water Services D-21 Removal,Salvage, and Abandonment of Existing Facilities D-22 Valve Blocking D-23 Ductile-Iron and Gray-Iron Fittings D-24 Detectable Warning Tapes D-25 Type of Casing Pipe D-26 Minority/Women Business Enterprise Compliance D-27 Valve Cut-Ins D-28 Connection of Existing Mains D-29 2-Inch Temporary Service Line D-30 De-holes(Misc. Ext.) D-31 Concrete Encasement D-32 Connection to Existing Structures D-33 Site Preparation D-34 Bid Quantities(Misc. Ext.) D-35 Determination and Initiation of Work(Misc. Repl.) D-36 Liquidated Damages D-37 Work Order Completion Time D-38 Move-In Charges D-39 Life of Contract(Misc. Ext.) D-40 Concrete Riprap PART D - SPECIALS CONDITIONS TABLE OF CONTENTS ITEM D-41 Temporary Pavement Repair D-42 Interpretation and Preparation of Proposal D-43 Bonds (City Let Projects) y D-44 Barricades, Warnings, and Flagmen D-45 Disposal of Spoil/Fill Material D-46 Temporary Erosion, Sediment, and Water Pollution Control D-47 Hydro Mulch Seeding and Sodding D-48 Payment(Misc. Ext.) D-49 Water Sample Station D-50 Workers' Compensation Insurance D-51 Trench Excavation,Backfill, and Compaction D-52 Samples and Quality Control Testing D-53 Construction Time Restrictions D-54 Relocation of Sprinkler System Back-flow Preventer or Control Valve&Box -� D-55 Resilient-Seated Gate Valves D-56 Open Cutting Pavement D-57 Emergency Situation Job Move-In T D-58 Protection of Trees,Plants, and Soil D-59 Work Near Pressure Plane Boundaries D-60 Project Clean up D-61 1 '/2"&2" Copper Services D-62 Protection of Existing Curb and Gutter r D-63 Contractor's Responsibility for Damage Claims D-64 Turbo Meter with Vault and Bypass Installation UP PART D- SPECIAL CONDITIONS J D-1 General: Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and Specifications,effective July 1, 1978,with the latest revisions are made a part of the Contract Documents for this project. The Plans, Special Conditions and Provisions Documents, and the rules,regulations, requirements, instructions, drawings or details referred to by manufacturer's name, number or identification included therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the Contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. General Contract Documents and Specifications The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Contract Documents under the provisions stated above. D-2 Project Designation: Construction under these Special Documents shall be performed under the Fort Worth Water Department Project Designations: Water Project Number:PW77-060770156780 D-3 Right To Audit: RIGHT TO AUDIT: Part C-General Conditions,Section C8-8 `•• MEASUREMENT AND PAYMENT,Page C8-8(5),add the following: "C8-8.14 RIGHT TO AUDIT: �• (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance_with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. ail D-1 (b) Contractor-further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall,until the expiration of three(3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the Y provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: 1. 50 copies and under- 10 cents per page 2. More than 50 copies-85 cents for the first page plus fifteen cents for each page thereafter. D-4 Project Signs: Project Signs are required at all locations, which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 8-28-89) of the General Contract Documents. The signs may be mounted on skids or on posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered, as a subsidiary cost of the project and no additional compensation will be allowed. D-5 Purging and Sterilization of Water Lines: Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will furnish all water for INITIAL cleaning and sterilization of water lines. All other materials for construction of the project, including appropriately sized "pipe cleaning pigs" and chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime(HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty(50)PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart,have met the established standards of purity. y Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. D-2 D-6 Wage Rates: The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth,Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any sub-contractor on the site of the project covered by these Contract Documents. In no event, shall less than the following rates of wages be paid. (Attached). D-7 Coordination with Fort Worth Water Department: During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D-8 De-waterinp,: The Contractor shall be responsible for determining the method of de-watering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the de-watering operations. The DISCHARGE from any de-watering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. +* De-watering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the linear foot bid price of the pipe. VA D-9 Crossing of Existing Utilities: Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or a proposed sewer line crosses over a water line and the clear vertical distance is less than nine (9) feet barrel to barrel,the sanitary sewer or sanitary sewer service line shall be made water tight or be constructed of ductile iron pipe. The required length of replacement shall be determined by the Engineer. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping as specified in Material Standard E1-6 contained in the General Contract Documents. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping as specified in the General Contract Documents. Adapter fittings shall be a urethane or neoprene coupling A.S.T.M. C.425 with series 300 Stainless Steel compression straps. U Payment for work such as backfill, fittings, tie-ins and all other associated appurtenances required,shall be included in the linear foot price of appropriate bid item. to 'D-10 Existing Utilities: The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans,or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. D-3 The Contractor shall be responsible for verifying the locations of and protecting all-existing utilities, service lines, or other property crossed or exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection, relocation, and or temporary relocation of all utility poles,gas lines,telephone cables,utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and or temporary relocation of such facilities shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut,broken or damaged, the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the owners of all utilities to locate existing underground facilities and notify the Engineer at once of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs,of their property that may be made necessary by performance of this contract. D-11 Exploratory Excavations: In addition to those areas as may be designated on the Drawings, it shall be the Contractor's responsibility to excavate and locate existing utilities,which may affect construction of the water and/or sewer facilities. All exploratory excavations shall occur far enough in advance to permit any necessary relocation to be made with minimum delay.All costs incurred by the Contractor in making exploratory excavations shall be considered to be included in the unit price bid for constructing of water/sewer line or the associated structures. D-12 Test Holes: The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock,if any,through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and ' whether they make such determinations by the use of test holes or other means, shall be left to the discretion of such prospective bidders. The cost of the rock removal and other associated appurtenances, if required,shall be included in the linear foot bid price of the pipe. D-13 Substitutions: The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material,which has been specified.Where the term"or equal," or"or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is D-4 .R furnished it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the proposed substitute is procured by the Contractor. Where the term "or equal," or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "Substitutions" shall be applicable to all sections of these specifications. LD-14 Concrete Sidewalk and Driveway Replacement: At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000# concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction,Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter and shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction,Item 502. LPayment for cutting,backfill, concrete, forming materials and all other associated appurtenances required shall be included in the price bid. D-15 Crushed Limestone Backfill: Where specified on the plans or dirccted by the Engineer, crushed limestone shall be used for trench backfill on this project. The material shall conform to Transportation and Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 Materials and Division 2 Item 208.3 Materials Sources. Trench backfill and compaction shall meet the `!r requirements of E2-2 Excavation and Backfill of the General Contract Documents and Specifications. LPayment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials of the General Contract Documents and Specifications. i D-16 2:27 Concrete: Transportation and Public Works Department typical Sections for Pavement and Trench Repair for Utility Cuts Fig's 1 through 5 refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. With the exception of the cement content, all other requirement shall meet or exceed Transportation and Public Works Department standard specification Item 406 Class D Concrete. w D-5 D-17 Pavement Repair(E2-19): (E2-19): The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench . Repair for Utility cuts,Figures 1 through S. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench,a minimum of twelve(12)inches outside the trench walls.The trench shall be back-filled and the top nine(9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residents' driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two(2)feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit re-paving. If paving conditions are not suitable for re-paving, in the opinion of the Owner,the re-paving shall be done at the earliest possible date. A permit must be obtained from the Department of Engineering's Permit Desk by the Contractor in conformation with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cut in the street. City Inspectors will inspect the paving repair after construction of each water and/or sanitary sewer main replacement. D-18 Pavement Repair in Parking Area: The unit price bid under appropriate BID. ITEM(S) of the Proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be back-filled and the top nine (9)inches shall be filled with crushed limestone base ! material, compacted and level with the finished adjacent surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. D-19 Trench Safety System: 1. GENERAL: This specification covers the trench safety requirements for all trench excavations in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains,manholes,vaults,service lines, and all other appurtenances. D-6 2. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. 3. DEFINITIONS: ., A. TRENCHES: A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. If forms or other structures are installed or constructed in an excavation so as to reduce the dimension measured from the forms or structure to the side of the excavation to fifteen (15) feet or less at the bottom of the excavation,the excavation is also considered to be a trench. B. BENCHING SYSTEM: Benching means excavating the sides of a trench to form one or a series of horizontal levels or steps, usually with vertical or near-vertical surfaces between levels. C. SLOPING SYSTEM: Sloping means excavating to form sides of a trench that are inclined away from the excavation. D. SHIELD SYSTEM: Shields used in trenches are generally referred to as "trench boxes" or "trench shields." Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or ,fob-built in accordance with OSHA standards. E. SHORING SYSTEM: Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of crossbraces, vertical rails f (uprights),horizontal rails(wales)and/or sheeting. 4. MEASUREMENT: Trench depth is the vertical measurement from the top of the existing ground to the bottom of the pipe or structures. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five(5) feet. 5. PAYMENT: Separate payment will be made only when trench excavations exceed a depth of five (5) feet and shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-20 Water Services: The relocation,replacement, or reconnection of water services will be required as shown on the plans,and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. D-7 All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes,and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1-inch Type K copper, 1-inch diameter tap saddle when required,and 1-inch corporation. All services, which are to be replaced or relocated, shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed,tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter beyond five(5)feet shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter,curb stop with lock wings,and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5-foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. , 2.WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop.The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five(5)feet from Main to five(5) feet behind the Meter. D-8 r 3. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve(12) inches, as measured from the center line of the existing meter location to center line of the proposed meter location separate payment will be allowed for the relocation of service meter and meter box relocation Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid for in feet of copper service line. When relocation of service meter and meter box is required payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all .* materials,labor,and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). PF This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only PO the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. PO 4. NEW SERVICE: When new services are required the contractor shall install tap saddle(when required),corporation stop, type K copper service line, curb stop with lock wings,and meter box. Payment for all work and materials such as backfill, fittings, type K copper tubing, and �,. curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five(5) feet behind the meter. P& Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 5. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 6. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the PO existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). PM W D-9 OR D-21 Removal.Salvage.and Abandonment of Existing Facilities: Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-27 Removing Pipe, of the General Contract Documents and Specifications unless amended or superseded by requirements of this Special Condition. 1. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the contractor in accordance with Section E2-1.5 salvaging of materials. Backfill material for the void meter box shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If water main is to remain active, the contractor will be required to plug water service line at main. 2. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the contractor in accordance with Section E2-1.5 salvaging of materials. The concrete vault shall be demolished in place to a point not less than 18- inches below final grade. The concrete vault shall then be back-filled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. 3. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be back-filled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the .. Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. 4. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the Valve removal shall be back-filled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault the vault shall be demolished in place to a point no less than 18"below final grade. 5. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18-inches below final grade. Concrete shall then be used as backfill material to match existing grade. F D-10 �* 4W fts 6. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have the top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be back-filled and compacted in .m accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding surface and grade. NM 7. ABANDONMENT OF MANHOLES: Manholes to be demolished in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manholes tops or TM cone section shall be removed to the top of the full barrel diameter section or to point not less than 18-inches below final grade. The structure shall then be back-filled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. oft Backfill material may be either clean washed sand of clean, suitable excavated material approved by Engineer. Surface restoration shall be compatible with surrounding surface. Payment for work involved in back filling, plugging of pipe and all other appurtenant Ilk required, shall be included in the appropriate bid items). 8. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole including, top or Cone Section, all full barrel diameter section and base section shall be removed. The excavation shall then be back-filled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill.Backfill material may be with Type C Backfill or Type B Backfill as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. 9. CUTTING AND PLUGGING OF EXISTING MAINS: At various locations on this project it may be required to cut, plug and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. 10.REMOVAL OF EXISTING PIPE:Where removal of the existing pipe is required. It shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants, and meter boxes shall be delivered to Water Department Field Operations, Storage Yard. 11. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing of existing facilities shall be included in the linear foot bid price of the pipe except as follows: Separate payment will be made for removal of all Fire Hydrants, Gate Valves 16-inch and larger, and Sanitary tary Sewer Manholes regardless of location. Payment will be made for salvaging, abandoning and/or removing of all other existing facilities when said facility is not being replaced in the same trench, i.e., when removal requires a separate trenching operation. D-11 D-22 Valve Blocking: All valves shall have concrete blocking for support. Valves shall have polyethylene wrapping per Material Specification E1-13 and Construction Specification E2-13 installed prior to concrete blocking. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered to be included in the bid price of the valve. D-23 Ductile-Iron and Gray-Iron Fittings: Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, Fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: the first Paragraph shall be revised to read g, as follows: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking and concrete cradle shall be included in bid items for valves and fittings and no other payment will be allowed. D-24 Detectable Warning Tapes: Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water or sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils. and the width shall not be less than 2" inches with a minimum unit weight of 2-1/2 pounds/IVI000'. The tape shall be color coded and imprinted with the message as follows: Tyne of Utility Color Code Legends R Water Safety Blue Caution Buried Water Line Below Sewer Safety Green Caution Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18" inches between the tape and the pipe. Payment for work such as backfill,bedding,blocking, detectable tapes and all other associated appurtenances required shall be included in the linear foot price bid of the appropriate BID ITEM(S). D-12 amp D-25 Tyue of Casing Pipe: 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec.2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C.Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non-concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment,excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. D-26 Minority/Women Business Enterprise Compliance: i` Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted' in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman u' Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. D-13 D-27 Valve Cut-Ins: It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection.All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenances required, shall be included in the price of the appropriate bid items. D-28 Connection of Existinta Mains: The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the Imp contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify Mr. Joseph Gagliardi, Manager, Construction Services, Phone 871- 8648, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location,time,and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. D-29 2-Inch Temporary Service Line: The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water " service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime(HTH)prior to installation. D-14 F� A two-inch meter will be furnished by the Water Department Meter Shop and installed by the Contractor at its point of connection to the City water supply for record keeping purposes only. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap.These criteria shall be used by the Contractor to determine the length of temporary service allowed,number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades,, all service connections, removal of temporary services and all other associated appurtenances required, MR shall be included in the appropriate bid item. D-30 De-holes (Misc.Ext.): The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch.The location and dimensions shown on the plans relative to other existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans are not to be considered as the non-existence of, or a definite location of, existing underground utilities. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the de-hole process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities resulting from the Contractor's operations shall be restored at his expense. Payment for work such as back-fill and all other associated appurtenances required shall be included in the price of the appropriate bid item. D-31 Concrete Encasement: Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. D-15 ir. �1 D-32 Connection to Existing Structures: �• All connections between proposed and existing facilities shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket,RAM.Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, , and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. D-33 Site Preparation: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements,page C6-6(4), part C - General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. D-34 Bid Quantities(Misc.Ext.): Bid quantities of the various items in the Proposal are for bid comparison only and may not reflect the actual quantities(See General Conditions C2-2.2 and C44.3).Moreover,there is to be no limit on the variations between the estimated quantities shown and the actual quantities 'rt performed. D-35 Determination and Initiation of Work(Misc.Ext.): The Engineer shall determine and designate to the Contractor the location of the service main requiring replacement by a Work Order together with a sketch for each such replacement, giving the limits, size and nature of work required.The Engineer will notify the Contractor that a Work Order is ready and fax the Contractor a copy of the Work Order notification. The Contractor is to provide his fax number to the Engineer.at the pre-construction conference. Single or several Work Orders may be issued at one time. The Contractor shall initiate work on a replacement within seven (7) working days of the date the Work Order is faxed to the Contractor, and continue work on the Work Order until it has been completed, not including paving. The Contractor shall furnish and supply sufficient equipment and personnel to complete the Work Order in the amount of time provided for in the Work Order. Should the Contractor fail to start any Work Order within the time specified,he shall add the necessary work crews and equipment to prosecute the work to complete the Work Order or Work Orders in the time provided therefore. D-16 D-36 Liquidated Damages: The Contractor shall pay liquidated damages of twenty-five dollars ($25.00) per day per Work Order, for failure to begin a Work Order within the seven(7) working days of the date the Work Order is faxed to the Contractor. Failure to complete project within the stipulated construction time on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in these contract documents. D-37 Work Order Completion Time: The time of completion of each individual Work Order is an essential element of this contract. Each Work Order issued will have a maximum allowed number of calendar days for the completion of that specific Work Order. Should the Contractor fail to complete an individual Work Order in the given amount of calendar days as specified on each individual Work Order, liquidated damage charges as prescribed in Part C-General Conditions C7-7.10, Time of Completion will be subtracted from the final pay estimate of that particular Work Order. The actual installed quantities amount will be used in determining the amount of calendar days allowed. D-38 Move-In Charges: A Work Order may contain one or more locations. One move-in fee will paid for the contractor per Work Order issued. Locations for multiple sites per Work Order will be in the same general vicinity,if possible,and if so,only one mobilization charge will be paid. D-39 Life of Contract (Misc.Ext.): It is contemplated that Work Orders will be issued to the Contractor for work to be performed under this Contract for not to exceed 365 calendar days following the date of the Contract nor to exceed the limit of the bid price, whichever should occur first. The Contractor shall be required to complete any work covered by a Work Order issued prior to that date of termination but will not be required to accept any Work Order for execution dated after that date of termination. If the cost of the work performed under this Contract is less than the limit of the bid price at the end of the 365 calendar day period, at the City's option and the Contractor's concurrence, the �- Project may be extended to the limit of the bid price. D-40 Concrete Riprap: 1 GENERAL.,: The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. 2 MATERIALS: Concrete for riprap shall be placed in accordance with the details and to the dimensions shown on the plans or as established by the Engineer.Unless otherwise shown on the plans,concrete riprap shall be reinforced using wire or bar reinforcement. The concrete shall be 3000 PSI at 28 days,Class A. D-17 Wire reinforcement shall be six (6)by six (6) inch No. 6 plain electric welded reinforcing fabric or its equal. A minimum lap of six (6) inches shall be used at all splices. At the edge of the riprap, the wire fabric shall not be less than one (1) inch,no more than three (3) inches from the edge of the concrete and shall have no wire projecting beyond the last member parallel to the edge of the concrete. Reinforcement shall be supported properly throughout the placement to maintain its position , equidistant from the top and bottom surface of the slab. If the slopes and bottom of the trench for toe walls are dry and not consolidated properly, the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated before the concrete is placed.All surfaces shall be moist when concrete is placed. After the concrete has been placed, compacted, and shaped to conform to the dimensions shown on the plans, and after it has set sufficiently to avoid slumping,the surface shall be finished with a wooden float to secure a reasonably smooth surface. 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used. Bid price will be full compensation for placing all materials, and for all labor, tools, equipment, and incidentals necessary to complete the work. Payment for all necessary excavation below natural ground,and bottom or slope of the excavated channel will be included in the bid price. D-41 Tennporary Pavement Repair: The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inch hot or cold mix asphalt over a minimum of 6 inches of - compacted flex base. This temporary repair shall be rolled to provide a smooth transition between the existing pavement and the temporary repair. The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing temporary pavement repair for all street cuts prior to street reconstruction. VW D-42 Interpretation and Preparation of Proposal: Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL,Page C2-2(4)exchange paragraphs C2-2.7,C2-2.8 and C2-2.9 with the following: ' C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division,P.O.Box 17027,Fort Worth,Texas 76102. D-18 C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior ., to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may,at the option of the Owner,be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time,and provided further,that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. D-43 Bonds City Let Projects): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: 1. Pg. C3-3(3); the paragraph after paragraph C3-3.7d--Other Bonds should be revised to read: R No surety will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and the surety shall be acceptable to the Owner. In order for a surety to be acceptable to the City, (1) the name of the surety shall be included on the current U.S. Treasury List of Acceptable Sureties [Circular 870], or(2)the surety must have capital and surplus equal to ten times the amount of the bond. The surety must be licensed to business in the state of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth (1/10) of the total capital and surplus. If reinsurance is required, the company writing the reinsurance must be authorized,accredited,or trusted to do business in Texas. 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph a. COMPENSATION INSURANCE. 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph g. LOCAL AGENT FOR INSURANCE AND BONDING. D44 Barricades.Warnings and Flagmen: Reference Part C - General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. D-19 D-45 Disposal of Spoil/Fill Material: Prior to the disposing of any spoil/fill material, the contractor shall advise the Director of the Department of Engineering, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Floodplain Ordinance of the City of Fort Worth (Ordinance No. 11517). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the contractors disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at contractors' expense. In the event that the contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of the Department of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-46 Temporary Erosion,Sediment, and Water Pollution Control: 1 DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by. the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats,jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners,baled-hay retards, dikes, slope drains and other devices. 2. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right- of-way,clearing and grubbing,the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats seeding or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution-control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right of way,clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the W4 Engineer. The amount of surface area of erodible-earth material exposed at one time shall not exceed 750,000 square feet for each excavation operation, 750,000 square feet for each material D-20 source operation (other than from commercially operated sources), 750,000 square feet for each preparing of right-of-way operation or 750,000 square feet for each clearing and grubbing operation,unless otherwise shown on the plans or with prior approval by the Engineer in writing. The CONTRACTOR shall also conform to the following practices and controls. All labor, tools, R equipment and incidentals to complete the work will not be paid for directly but shall be considered as subsidiary work to the various items included in the contract. (a). Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. (b). Frequent fording of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. (c). When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. (d). All waterways shall be cleared as soon as practicable of falsework,piling, debris or other obstructions placed during construction operations that are not a part of the finished work. ` (e). The CONTRACTOR shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. 3. SUBMITTAL: Prior to the start of the applicable construction, the CONTRACTOR shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the Engineer. 4. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-47 Hydro Mulch Seeding and Sodding: Any sodding or hydra mulching required will be done in accordance with Fort Worth Public Works Department Standard Specifications item 118 and 120. If in the opinion of the Engineer, additional seeding and/or sodding is required due to the Contractor's construction,this will be seeded and sodded at the expense of the Contractor. D-21 Payment for work and all associated appurtenances required shall be included in the appropriate bid items(s). D-48 Payment(Mise.Ext.): Because of the unique nature of this project, C8-8.5 PARTIAL ESTIMATES AND — RETAINAGE of the General Conditions shall not apply and shall be superseded by the following: "Whenever the improvements prescribed by an individual work order have been completed, the Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will, within reasonable time, perform the inspections. If such inspection reveals that the �. improvements ate in an acceptable condition and have been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will recommend acceptance of the extension under that particular Work Order and recommend payment therefore. If the Engineer finds that the work has not been,completed as required, he shall so advise the Contractor in writing, furnishing him an itemized list of all known items which have not been completed or which are not in an acceptable condition. When the Contractor has corrected all such items, he shall again notify the Engineer that the improvements are ready for inspection, and the Engineer shall proceed as outlined above. Whenever the improvements prescribed by the individual Work Order have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements,computations,and checks can be made. The amount of the estimate will be paid to the.Contractor after acceptance by the Water Department Director, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials under that Work Order have been paid in full, that the wage scale established by the City Council in the City of Fort rt Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the individual payment as aforesaid shall operate as and shall release the Owners from all claims or liabilities under the Contract for anything done d or fumished or relating to the work under that Work Order or any act of neglect of said City relating to or connected with the Contract. The making of the payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter." Bidder's Initials: D-22 D-49 Water Samvle Station: GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however,the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS:Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops,and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS:Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for a Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. D-50 Workers' Compensation Insurance: A: Contractor's Worker's Compensation Insurance. Contractor agrees to provide to the Owner (City) a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees employed on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. B: Subcontractor's Worker's Compensation Insurance. Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance R covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificate to the Owner(City). D-23 C. Workers Compensation Insurance Coverage r 1. Definitions: Certificate of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing J services on a project, for the duration of the project. Duration of the Project. Includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the City. Persons providing services on the project ("subcontractor" in section 406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes ..r persons to provide services on the project. "Services" include,without limitation,providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services of the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the City showing that coverage has been extended. 5.The contractor shall obtain from each person providing services on a project, and provide to the City: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. D-24 Md r 6. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The contractor shall notify the City in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The contractor shall post on each project site a notice, in the text, form and manner P' prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The contractor shall contractually require each person with whom it contracts to provide services on a project,to: (a) provide coverage, based on proper reporting on the classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory OM requirements of Texas labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; J PO (b) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; (c)provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage,prior to the other person beginning work on the rt project;and (2)a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e)retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (f) notify the City in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g)contractually require each person with whom it contracts, to perform as required by paragraphs (a)- (g),with the certificates of coverage to be provided to the person for whom they are providing services. D-25 I 10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the City that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Texas Worker's Compensation Commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties,civil penalties or other civil actions. 11.The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. D. Posting of Required Worker's Compensation Coverage.The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage.This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: REQUIRED WORKER'S COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". A% "Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage,or to report an employer's failure to provide coverage. D-51 Trench Excavation.Backfill and Compaction Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loading of the pipe will be exceeded,the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction D-26