Loading...
HomeMy WebLinkAboutContract 26139 CITY SECRETARY " PROJECT MANUAL D.O.E. FILE SPECIFICATIONS CONTRACTOR'S EO and CONTRACT DOCUMENTS CONSTRUCTION'S COPY for CLIENT DEPARTMENT MAIN C1 C413 DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS (GROUP 6, CONTRACT 2) PART CITY SECRETARY CONTRACT NO. UNIT 1: DOE No. 2092 :4b SECTION A: L-476, L-479, L-1207, L-1208, M-62 , M-62R, M-62R STUB SECTION B: WL "A", WL "B" UNIT 2: DOE No. 2853 L-920, L-2491, L-3684, L-6262, LINE "A" UNIT 3: DOE No. 2854 L-140R, L-138, L-1019911- SEWER PROJECT NO. PS46-070460410230 WATER PROJECT NO. PW53-060530175560 in THE CITY OF FORT WORTH, TEXAS KENNETH BARR BOB TERRELL MAYOR CITY MANAGER DALE A. FISSELER, P.E. DIRECTOR OF WATER DEPARTMENT A. DOUGLAS RADEMAKER DIRECTOR OF ENGINEERING DEPARTMENT HUGO M. MALANGA, P.E. DIRECTOR OF TRANPORTATION AND PUBLIC WORKS - PREPARED BY: Halff Associates, Inc. Engineers• Scientists • Surveyors ®y,f' s esu 4000 Fossil Creek Boulevard Fort Worth, Texas 76137 ?f�� j K- FREEMAN.,o° February 2000 e�A W5454, AVO 17841 FIC,OORD %%ONAL �,�,���, goD �15fA12 City of Fort Worth, Texas qV61for and council Communication DATE REFERENCE NUMBER LOG NAME PAGE 8/15/00 **C-18186 30PENNSY 1 of 3 SUBJECT AWARD OF CONTRACT TO DAVILA CONSTRUCTION, INC. FOR MAINC1C4B DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS GROUP 6, CONTRACT 2 PART 6, UNITS 2 AND 3 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Davila Construction, Inc. in the amount of$300,141.17 for Main C1 C413 Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2) Part 6, Units 2 and 3. DISCUSSION: On February 24, 1998 (M&C C-16627), the City Council authorized the City Manager to execute an engineering agreement with Halff Associates, Inc. to prepare plans and specifications for the reduction of inflow/infiltration in the sanitary sewer Main C1 C46 drainage area. This project is part of the City's Integrated Wet Weather Wastewater Management Program to comply with an administrative order from the U.S. Environmental Protection Agency to eliminate sewer overflows from the City's wastewater collection system. The Unit 2 project consists primarily of the replacement of the following sanitary sewer laterals: • L-2491 Beginning from the Pennsylvania Avenue/Ninth Avenue intersection southerly 237 feet along Ninth Avenue; and • L-3684 Beginning from the Morphy Street/Leslie Court intersection southerly 118 feet, then westerly 192 feet along alley south of Morphy Street, then southerly 271 feet along the south side of the Fort Worth and Western Railroad Company tracks; and • L-6262 Located in the alley between Tenth Street and Ninth Street from Pennsylvania Avenue southerly 392 feet to Cannon Street. The Unit 2 project was advertised for bid on May 11 and 18, 2000. On June 8, 2000, the following bids were received: City of Fort Worth, Texas 4reavor And council communkatiolm DATE REFERENCE NUMBER LOG NAME PAGE 8/15/00 **C-18186 30PENNSY 2 of 3 SUBJECT AWARD OF CONTRACT TO DAVILA CONSTRUCTION, INC. FOR MAIN C1C46 DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS GROUP 6, CONTRACT 2 PART 6, UNITS 2 AND 3 BIDDER AMOUNT TIME OF COMPLETION Davila Construction, Inc. $105,107.40 90 Calendar Days J&R Fish Construction, Inc. 107,301.50 M. E. Burns Construction Company 125,273.25 Stocker Enterprises, Inc. 130,771.00 Southern Paradise Construction, Inc. 137,071.00 Rhino Utility Construction 145,873.25 Whizcon Utilities, Inc. 147,488.00 William J. Schultz, Inc. d/b/a Circle "C" Construction Company 148,092.00 Burleson Utilities 152,616.05 Kebo Services, Inc. 157,707.00 Mid State Utilities, Inc. 160,965.50 The Unit 3 project consists primarily of the replacement of the following sanitary sewer laterals: • L-140R Beginning from a point located 50 feet northwest of the Summit Avenue/Peter Smith Street intersection, northwesterly along Peter Smith Street 263 feet, then south- westerly 212 feet along the southeast side of the Texas & Pacific Railroad tracks; and • L-138 Beginning from a point 80 feet north of the intersection of Jarvis Street and Sunset Terrace in a southwesterly direction 270 feet, then easterly 241 feet along Daggett Street. The Unit 3 project was advertised for bid on May 11 and 18, 2000. On June 8, 2000, the following bids were received: BIDDER AMOUNT TIME OF COMPLETION Davila Construction. Inc. $195.033.77 100 Calendar Days Kebo Services, Inc. 228,703.00 Southern Paradise Construction, Inc. 228,924.00 Burleson Utilities, Inc. 229,111.77 Stocker Enterprises, Inc. 234,248.00 .,Rhino Utility Construction 236,529.06 Whizcon Utilities, Inc. 242,984.00 William J. Schultz, Inc. d/b/a Circle "C" Construction Company 277,146.00 Mid-State Utilities, Inc. 303,521.50 City of Fort Worth, Texas "aoor Anil coun"'I communication DATE REFERENCE NUMBER LOG NAME PAGE 8/15/00 **C-18186 30PENNSY 3dof3SUBJECT AWARD OF CONTRACT TO DAVILA CONSTRUCTION, INC. FOR MAIN CDRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION IMPROVEMENTS GROUP 6, CONTRACT 2 PART 6, UNITS 2 AND 3 The proposed improvements consist of the replacement of approximately 2345 linear feet of 8-inch sewer pipe. This project is located in COUNCIL DISTRICT 9, Mapsco 76G and L. Since Davila Construction, Inc. is the low bidder of both units, construction of both units will commence simultaneously and the contractor shall be allowed a total of 100 calendar days to complete construction of both units as stipulated in the project contract documents. In addition to the contract cost, $21,000.00 (Unit 2: $7,000.00 and Unit 3: $14,000.00) is required for inspection and survey and $15,000.00 (Unit 2: $5,000.00 and Unit 3: $10,000.00) is required for project contingencies. Davila Construction, Inc. is in compliance with the City's M/WBE Ordinance by committing to 22% M/WBE participation on Unit 2, and 19% M/WBE participation on Unit 3. The City's goal on this project is 22% for Unit 2, and 19% for Unit 3. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the State Revolving Fund - Sewer. MG:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) APPROVE[) Mike Groomer 6140 CITY �pUNC Originating Department Head: Aur, 15 2041 A.Douglas Rademaker 6157 (from) PE42 541200 070420418080 $105,107.40 w...J Additional Information Contact: PE42 541200 070420418090 $195,033.77Ciri he of A.Douglas Rademaker 6157 PROJECT MANUAL SPECIFICATIONS and CONTRACT DOCUMENTS for MAIN C1 C46 DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS (GROUP 6, CONTRACT 2) PART 6 UNIT 1: DOE No. 2092 SECTION A: L-476, L-479, L-1207, L-1208, M-62 , M-62R, M-62R STUB SECTION B: WL "A", WL "B" UNIT 2: DOE No. 2853 L-920, L-2491, L-3684, L-6262, LINE "A" UNIT 3: DOE No. 2854 L-140R, L-138, L-10199R* SEWER PROJECT NO. PS46-070460410230 WATER PROJECT NO. PW53-060530175560 in THE CITY OF FORT WORTH, TEXAS KENNETH BARR BOB TERRELL MAYOR CITY MANAGER DALE A. FISSELER, P.E. DIRECTOR OF WATER DEPARTMENT A. DOUGLAS RADEMAKER DIRECTOR OF ENGINEERING DEPARTMENT HUGO M. MALANGA, P.E. DIRECTOR OF TRANPORTATION AND PUBLIC WORKS PREPARED BY: Halff Associates, Inc. 1P��°t.rFkRsys Engineers • Scientists • Surveyors y•• ee 4000 Fossil Creek Boulevard %*� ® Fort Worth, Texas 76137 ».wwwww.•••w..»•• ° •-••••• •B ?KEITH L. FREEMAN o r................»w........,..,...,o February 2000 e S49ENSAr AVO 17841 ���� "� D �o 2 l 2 TABLE OF CONTENTS PART A Notice to Bidders Comprehensive Notice to Bidders Special Instructions to Bidders PART B UNIT 1: Minority/Women Business Enterprise (M/WBE) Specifications Proposal UNIT 2: Minority/Women Business Enterprise (M/ BE) Specifications Proposal UNIT 3: Minority/Women Business Enterprise (M/ BE) Specifications Proposal PART C General Conditions Supplementary Conditions PART D Special Conditions PART E General Specifications for Water Department Projects (not bound herein) PART F Certificate of Insurance Contractor Compliance with Worker's Compensation Laws Performance Bond Payment Bond Maintenance Bond PART G Contract APPENDIX A State Revolving Fund (SRF) Requirements APPENDIX B Easement Documents and Permits (separate document) t PART A Notice to Bidders Comprehensive Notice to Bidders Special Instruction to Bidders NOTICE TO BIDDERS Sealed proposals for the following: Main C1C413 Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6,Contract 2), Part 6 UNIT 1: DOE No. 2092 Section "A": L-476, L-479, L-1207, L-1208, M-62, M-62R, M-62R STUB Section "B": Water Line"A",Water Line"B" UNIT 2: DOE No. 2853: L-920, L-2491, L-3684, L-6262, Line"A" UNIT 3: DOE No. 2854 L-1 40R,L-138,L-10199R* Sewer Project No. PS46-070460410230 Water Project No. PW63-060530175660 UNIT 1 SECTION"A': 20 LF 6'SS 10 LF6"CL 51 DIP SS 170 LF 8'SS 587 LF 8"C-900 PVC SS 21 LF 8"CLASS 51 DIP SS 774 LF 8'CLASS 51 DIP SS BY OTHER THAN OPEN CUT 1045 LF 6'TO 8'DIP SIZE DR 21 SS REHAB BY PIPE ENLARGEMENT 1 FIBERGLASS MANHOLE(3.2'INVERT) 1 FIBERGLASS MANHOLE(6.6'INVERT) 14 STD.4'DIA. MANHOLES 19 VF ADDITIONAL MH DEPTH(>6')FOR STD.4'DIA.MANHOLE 10 VF INTERIOR MH COATING FOR CORROSION PROTECTION UNIT 1 SECTION"B': 1252 LF 6"DR 14 WATER LINE 18 LF 6'CL 51 DIP WATER LINE UNIT 2: 74 LF 6"SS 10 LF 6'CL 51 DIP SS 983 LF 8'SS 237 LF 6'TO 8'DIP SIZE DR 21 SS REHAB BY PIPE ENLARGEMENT 8 EA STD.4'DIA.MANHOLES 9 VF ADDITIONAL MH DEPTH(>6') 2 EA STD.4'DIA.DROP MANHOLES 8 VF ADDITIONAL DEPTH(>6')FOR STD.4'DIA.DROP MANHOLE 8 VF INTERIOR MH COATING FOR CORROSION PROTECTION UNIT 3: 123 LF 6'SS 36 LF 6"CL 51 DIP SS 589 LF 8"SS 189 LF8"CL 51 DIP SS 347 LF 8"CL 51 DIP SS BY OTHER THAN OPEN CUT 10 EA STD.4'DIA.MANHOLES 20 VF ADDITIONAL DEPTH(>6')FOR STD.4'DIA. MANHOLE 13 VF INTERIOR MH COATING FOR CORROSION PROTECTION NTB-1 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth,Texas,will be received at the Purchasing Office until June 8, 2000 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. 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. A fifty(50)dollar deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for fifty(50)dollars for each set A pre-bid conference will not be held. Bidders shall not separate,detach,or remove any portion,segment(s),or sheets from the contract documents at any time. Bidders must complete the proposal section(s)and submit the complete specifications book or face rejection of bid as non-responsive. This contract is contingent upon release of funds from the Water Development Board. Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a ban from the Texas Water Development Board. Neither the State of Texas nor any of its departments,agencies,or employees are or will be a party to this Invitation for Bids or any resulting contract For additional information, please contact Mr. Keith L Freeman, P.E.,at 847-1422 or Mr. Mike Domenech, P.E.,at 332-5474(ext 39). ADVERTISING DATES: May 11,2000 May 18,2000 NTB-2 COMPREHENSIVE NOTICE TO BIDDERS FOR: MAIN C1C4B DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS (GROUP 6, CONTRACT 2), PART 6 SEWER PROJECT NO. PS46-070460410230 WATER PROJECT NO. PW53-060530175560 UNIT 1: DOE No. 2092 Section "A": L476, L479, L-1207, L-1208, M-62, M-62R, M-62R STUB Section "B": Water Line "A", Water Line"B" UNIT 2: DOE No. 2853: L-920, L-2491, L-3684, L-6262, Line"A" UNIT 3: DOE No. 2854 L-140R, L-138, L-10199R 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., Thursday,June 8, 2000 and then publicly opened ad read aloud at 2:00 p.m. in the Council Chambers. 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 plans and documents will be provided for a deposit of Fifty Dollars ($50.00). These documents contain additional information for prospective bidders. All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. NO pre-bid conference will be held on this Project. Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major work on the above-referenced project shall consist of the following: UNIT 1 SECTION"A": 20 LF 6"SS 10 LF6"CL 51 DIP SS 170 LF 8"SS 587 LF 8'C-900 PVC SS 21 LF 8"CLASS 51 DIP SS 774 LF 8"CLASS 51 DIP SS BY OTHER THAN OPEN CUT 1045 LF 6"TO 8"DIP SIZE DR 21 SS REHAB BY PIPE ENLARGEMENT 1 FIBERGLASS MANHOLE(3.2'INVERT) 1 FIBERGLASS MANHOLE(6.6'INVERT) 14 STD.4'DIA. MANHOLES 19 VF ADDITIONAL MH DEPTH(>6')FOR STD.4"DIA.MANHOLE 10 VF INTERIOR MH COATING FOR CORROSION PROTECTION UNIT 1 SECTION'S": 1252 LF 6'DR 14 WATER LINE 18 LF 6"CL 51 DIP WATERLINE UNIT 2: 74 LF 6"SS 10 LF6"CL 51 DIP SS 983 LF 8'SS 237 LF 6"TO 8'DIP SIZE DR 21 SS REHAB BY PIPE ENLARGEMENT 8 EA STD.4'DIA.MANHOLES 9 VF ADDITIONAL MH DEPTH(>6') 2 EA STD.4'DIA.DROP MANHOLES 8 VF ADDITIONAL DEPTH(>6')FOR STD.4'DIA.DROP MANHOLE 8 VF INTERIOR MH COATING FOR CORROSION PROTECTION UNIT 3: 123 LF 6'SS 36 LF 6'CL 51 DIP SS 589 LF 8'SS 189 LF 8'CL 51 DIP SS 347 LF 8"CL 51 DIP SS BY OTHER THAN OPEN CUT 10 EA STD.4'DIA.MANHOLES 20 VF ADDITIONAL DEPTH(>6')FOR STD.4'DIA.MANHOLE 13 VF INTERIOR MH COATING FOR CORROSION PROTECTION 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 an and/or all formalities. Bidders shall not separate, detach, or remove any portion, segment, or sheets from the contract document at any time. Bidders must complete the proposal section and submit the complete specifications book, or face rejection of the bid as non-responsive. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. SUBMISSION OF BID(S) AND AWARD OF CONTRACT(S): This document is designed as three (3) separate contract documents and shall not be construed as being a single contract. The proposal sections are provided as three (3) individual proposals with three (3) individual M/WBE specifications and are arranged in units to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contract(s), if made, shall be to the responsive low bidder for each individual unit. If a contractor is the responsive low bidder on two units or more, a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance on each unit. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period. Bidders shall not Separate, Detach, Remove any portion, segment(s), or sheet from the Contract Documents at any time. Bidders must complete the proposal section(s) and submitthe complete Specifications Book or face Rejection of Bid as Non-Responsive. In accordance with the City of Fort Worth Ordinance, No. 13471, as amended by Ordinance No. 13781, the City of Fort Worth has goals 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. The bidder shall submit the MM/BE UTILIZATION FORM. PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation"), as appropriate. The Documentation must be received by the contracting 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 contraction department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Any contract or contracts awarded under this Notice to Bidders are expected to be funded in part by as loan from the Texas Water Development Board. Neither the State of Texas nor any of its departments, agencies, or employees are, or will be, party to this Notice to Bidders or any resulting contract. The contract or contracts are subject to regulations contained in 31 TAC, Chapter 363, in effect on the date this contract is executed. For additional information, please contact Keith L. Freeman, P.E. of Halff Associates, Inc. at (817) 847-1422, or Mr. Mike Domenech, P.E., Project Manager of the City of Fort Worth, Department of Engineering at (817) 332-5474, Ext. 39. BOB TERRELL CITY MANAGER GLORIA PEARSON CITY SECRETARY A. DOUGLAS RADEMAKER, PE, DIRECTOR DEPARTMENT OF ENGINGEERING By: fOno S� v J0 4 r Rick Trice, P.E.; Manger, Consulting Services ADVERTISING DATES: May 11, 2000 May 18, 2000 PART B M/WBE Specifications Proposal Main C IC4B Drainage Area Sanitary Sewer System Rehabilitation and Improvements(Group 6,Contract 2)Part 6 Unit 2 City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than$25,000,the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority/Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of M/WBE firms to a level comparable to the availability of M/WBEs that provide goods and services directly or indirectly to the City. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is 22% of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or; 2. Good Faith Effort documentation,or; 3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. M/WBE Utilization Form: received by 5:00 p.m.,five(5)City business days after the bid opening date,exclusive of the bid opening date. 2. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5)City business days after the bid opening date,exclusive of the bid opening date. 3. Good Faith Effort Form: received by 5:00 p.m.,five(5)City business days after the bid opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. Any questions, please contact the M/WBE Office at(817) 871-6104. ATTACHMENT 1A City of Fort Worth Page 1 of 2 Minority and Women Business :Enterprise 6VdcAficati$ns MBE/WBE UTILIZATI6hfINEERIN11/91' Davila Construction Inc- Jufpriep- RN DO PM y 03 PRIME COMPANY NAME BID DATE Hain C1C4B Sanitary Spwpr (Grnn= h Cnntrart 2) T.-920, T.2491 T-36940 T.-6262. Line "A° PROJECT NAME Part 6 Unit- 2 PROJECT NUMBER CI Y'S M/WBE PROJECT GOAL: 22% M/WBE PERCENTAGE ACHIEVED: Failure to complete this form, In Its entirety with supporting documentation, and received by the Managing Department on or before-5:00 p.m.five (5) City business days after bid opening, exclusive.of bid opening date,will result in the bid being considered non-responsive to'bid specifications. The undersigned bidder agrees to enter Into a formai agreement with the MBE and/or WBE firms for work listed in this schedule, conditioned upon execution of a contract with the City d1 Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result In the bid being considered non-responsive to specifications. Company Name,Contact Name, Certified . Specify All Contracting Specify All Items to be Dollar Amount_ Address,and Telephone No. a Scope of Work(') Supplied(*) rs 00 z �x Cesco Contractora 5025 Sun Valley Dr. X Underground Utility 1st $23,123.63 Fort Worth, Texas 76119 Instal Pipe Nichol s Jeffrey (817) 360-9680 s M/WBEs must be located in the 9(nine)county marketplace or currently doing business In the marketplace at the time of bid. (•) Specify all areas in which MwBE's are to be utilized and/or items to be supplied: (•} A complete listing of Items to be supplied Is required In order to receive credit toward the MIWBE goal. (")Identify each Tier level. Tier:Means the level of subcontracting below the prime contractor/consuttant,i.e.,a direct payment from the prime contractor to a subcontractor Is considered 1"tier,a payment by a subcontractor to its supplier is considered 2"0 tier. THIS 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.6/2198 ,Pages 1 and 2 of Attachment 1A must be received by the Managing Department Page 2of2 l Revised 612798 City of Fort Worth Y� Minority and Women Business Enterprise Specificationsy '.;���„�•'_ :' vx-ilk. MBE and WBE UTILIZATION FORM Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be ; Doitar`Am unto Address,and Telephone No. :Scope of Work(') Supplied F -E- 0 C A ro ' V The bidder further agrees to provide,directly to the City upon request,complete and accurate information regarding actual work performed by all subcontractors,including MBE(s)and/or WBE(s)arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books,records, and files held by their company that will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3)years and for initiating action under Federal,State, or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result In a determination of an Irresponsible offeror and barred from participating in City work for a period of time not less than one (1)year. A MBE(s) and WBE(s) MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD Alma C- Davila Authorized Signature Printed Signature Vice-president Title Contact Name and Title(if different) Davila'Oonstruction Inc.. (817) 654-9948 Company Name Telephone Number(s) 3325 Ponola Ave. (817) 535-8034 Address Fax Number Fort Worth 76103 June 14, 2000 City/State0p Code Date THIS 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 Pages 1 and 2 of Attachment 1A must be received by the Managing Department M/WBE 1-3 PART B - PROPOSAL CONSTRUCTION (This Proposal must not be removed from this book of Contract Documents) TO: Bob Terrell City Manager Fort Worth, Texas " PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for: Main C1C4B Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2), Part 6 UNIT 2: DOE No. 2853 L-920, L-2491, L-3684, L-6262, Line "A" Sewer Project No. PS46-07046410230 The major work for this project shall consist of: F UNIT 2: 74 LF 6"SS 10 LF 6"CL 51 DIP SS 983 LF 8"SS 237 LF 6"TO 8"DIP SIZE DR 21 SS REHAB BY PIPE ENLARGEMENT 8 EA STD.4'DIA. MANHOLES 9 VF ADDITIONAL MH DEPTH(>6') 2 EA STD.4'DIA. DROP MANHOLES 8 VF ADDITIONAL DEPTH(>6')FOR STD.4'DIA. DROP MANHOLE 8 VF INTERIOR MH COATING FOR CORROSION PROTECTION and all necessary appurtenances and incidental work to provide a complete and serviceable project. Pursuant to the foregoing "Notice to Bidders", the undersigned Bidder, having thoroughly examined the Contract Documents, including Plans, Special Contract Documents, 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 Department of Engineering 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: (Furnish and install, including all appurtenant work, complete in place, the following items) ("D-No." refers to the related items in Part D - Special Conditions) a B2-1 Main C1 C4B Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2) Part 6 Unit 2 L-920, L-2491, L-3684, L-6262, Line "A" Item Approx Description of Item With Unit Amount No. Quantity Unit Bid Price Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 1 74 LF 6'Sanitary Sewer $ 3. DO $ (all depths);0-49 Dollars& e — Cents per Linear Foot A 00 2 10 LF 6'Class 51 DIP Sanitary Sewer $ $ Oo (all pths);D-49 * Dollars& ®` Cents per Linear Foot 3 983 LF 8'Sanitary Sewer $ $ (all d pths Dollars& Cents per Linear of 4 237 LF " 6'to 8'DIP Size DR 21 Rehabilitation by Pipe $ ') �� $ O� � E largement Method;DA-2 Dollars& f Cents per Linear Foot fJ0 P �o 5 24 LF Adjustment for Sag for Pipe by Pipe $ '`- $4 Method;DA Dollars& ■ 4 - Cents per Linear Foot ,/�/) 6 8 EA Standard 4'Diameter Manhole $ /s:l�C/ e� $ �D to 6'Depth;D-52 1¢ � �.w.�eGtlg611ars& _ Cents per Each Contractor must complete City-Approved Product and Method Form on Page 62-7 .� B2-2 Main C1C413 Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2) Part 6 Unit 2 L-920, L-2491, L-3684, L-6262, Line "A" item Approx Description of Item With Unit Amount No. Quantity Unit Bid Price Written in Words Price Bid (Furnish and install, including all appurtenant work,complete in place,the following items) 7 9 VF Additional Depth for 4'Diameter $ $ Co G Manhole;D-52 Dollars& Cents per Vertical Foot 8 2 EA Standard 4'Diameter Drop Manhole $ S $ to 6'De ;D-5 tTi/_UA_& per Each 9 8 VF Additional Depth for 4'Diameter $ le. $ Drop Manhol ;D-52 iit4< Dollars& B _ Cents per Vertical Foot 10 8 VF Protective Coating for Corrosion Protection; $ $ DA-7,DA-1 &- 13 Dollars& —11-9 Cents per Vertical Foot �� QQ - 11 10 EA Vacuum Testing of Manholes;D-63 $ $ qzz ` Dollars& f' Cents per Each ,�,,nn 12 8 EA Standard Concrete Collar for Sanitary $ $ ewes Manholes pes Fig 121;D-52 Dollars& O Cents = per Each 'fB0 DO 13 10 EA Watertight Manhole $ • $ Ins rCD-52 IiLK� Dollars& Cents _ per Each B2-3 Main C1 C4B Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2) Part 6 Unit 2 L-920, L-2491, L-3684, L-6262, Line "A" Item Approx Description of Item With Unit Amount No. Quantity Unit Bid Price Written in Words Price Bid (Fumish and install, including all appurtenant work,complete in place,the following items) 14 10 EA 'Service Tap; 53 $ � $ �� 'tel Dollars& o — Cents per Each 15 217 LF 4'PVC Sanitary Sewer $ �'Q- DO $ Oo Service Pipe;D-49 Dollars& D Cents per Linear Foot 16 6 EA Sanitary Sewer Clea out $ /``Z_ $ CO/q/D �JrQ_ Dollars& Cents a per Each n� D� 17 4 EA Remove Existing Sanitary Sewer' $ ZI $ -• Cie an-out•D-55 Dollars& Cents per Each 18 9 EA Remove Existing Sanitary Sewer $ � w Whole;D-55 c Gars& Cents per Each 19 4 EA Abandon Existing Sanitary Sewer $ ez� $ Oro Manhole;D-5�5 � 2�.e, �s..k..wG Dollars& O Cents per Each 'Contractor must complete City-Approved s Product Form on Page 132-7 B2-4 Main C1 C4B Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2) Part 6 Unit 2 L-920, L-2491, L-3684, L-6262, Line "A" Item Approx Description of Item With Unit Amount No. Quantity Unit Bid Price Written in Words Price Bid (Fumish and install, including all appurtenant work,complete in place,the following items) s� 20 2 EA Plug and Abandon Existing $ 145y.�C $ _Sanitary Sewer 55 Dollars& Cents per Each / SOD 21 1015 LF Trench Safety for Mains and Services $ /, �Q $ , (greater than 5'depth);D-51 /g7t,Q Dollars& ®� Cents per Linear Foot 22 2232 LF Pre-Construction Television $ $ / spection of Sanitary Sewer Pipe;D-62 Dollars& Cents per Linear Fo 23 1,249 LF Post-Construction Television $ f DD $ Inspection of Sanitary Sewer Pipe;D-65 Dollars& © Cents per Linear Foot GAO 24 365 LF Asphalt Pavement Replacement $ -` $ per Fi ure 4;D 50 �f•I.LsL Dollars& �����f!l11f Cents per Linear Foot 25 20 LF Asphalt Pavement Replacement $ . $ D• e Figure 2; 0 J4 IV Dollars& E O Cents LI per Linear Foot B2-5 Main C1 C4B Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2) Part 6 Unit 2 L-920, L-2491, L-3684, L-6262, Line "A" Item Approx Description of Item With Unit Amount No. Quantity Unit Bid Price Written in Words Price Bid _ (Furnish and install,including all appurtenant work,complete in place,the following items) 26 30 LF Concrete Pavement $ $ m Replace ent per Fig 1;D- Dollars& � Cents per Linear Foot 27 15 LF Remove and Replace Concrete Curb $ $ o ern and G tter; DA-22 Dollars& ,!"::> Cents per Linear Foot 28 245 SY creta Driveway Replacement;D-44 $ �© � � `�O Dollars& Cents per Sq ar 29 48 SY Topsoil;D-73 $ 5 . Dollars& cr? Cents per Square Yard 30 507 LF Hydro-Mulch Seeding;D-73 $ . ®? Q.IVt. Dollars& Cents per Linear Foot TOTAL BID UNIT 2: $ (TRANSFER BID FOR UNIT 2 TO PAGE B-SUMMARY) B2-6 Main C1 C4B Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2) Part 6, Unit 1, Section A L-476, L-479, L-1207, L-1208, M-62 , M-62R, M-62R STUB City-Approved Product and Method Form for*,** * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD SPECIFICATION NO. PIPE SIZE E1-31 4"thru 30" E1-25 4"thru 15" E1-27 4"thru 15" E1-28 18"thru 27" E100-2 18"thru 48" Consult the "City of Fort Worth, Texas standard Product List"to obtain the Generic/Trade Name and the Manufacture for the pipes listed above. **CONTRACTOR SHALL SELECT PIPE ENLARGEMENT METHOD TO BE USED AND PROVIDE NAME OF CONTRACTOR FOR INSTALLATION: PIM Method Name of Subcontractor if Applicable T.R.S. System Name of Subcontractor if Applicable McConnell Method Name of Subcontractor if Applicable Expanded System Name of Subcontractor if Applicable Failure to provide the information required above may result in rejection of bid as non-responsive. Only products or methods listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. _ B-2-7 PART B - PROPOSAL (Cont.) Within ten (10) days after Notification by the City, 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 this Contract. The attached bid security in the amount of 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 obtained 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 the 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 ninety (90) calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. A. The principal place of business of our company is in the State of Non-resident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. QB The principal place of business of our company or our parent company or majority owner is in e State of Texas. Receipt is acknowledged of the following addenda: Addendum No. 1 (Initials) Addendum No. 2 (Initials) Addendum No. 3 (Initials) B2-8 Respectfully submitted, By: Title: Address: .331r A-8 / 1.4 ZAgg Telephone: ffl7- Ala (SEAL) If Bidder is Corporation Date: B2-9 rMain CIC4B Drainage Area Sanitary Sewer System Rehabilitation and Improvements(Group 6,Contract 2)Part 6 Unit 3 r City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract Is less than$25,000,the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by-Minority/Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of M/WBE firms to a level comparable to the availability of M/WBEs that provide goods and services directly or indirectly to the City. M/WBE PROJECT GOALS y The City's MBE/WBE goal on this project is 19 of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or; 2. Good Faith Effort documentation, or; 3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. M/WBE Utilization Form: received by 5:00 p.m.,five(5)City business days after the bid opening date,exclusive of the bid opening date. 2. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5)City business days after the bid opening date,exclusive of the bid opening date. 3. Good Faith Effort Form: received by 5:00 .m.,five 5 City business days after the bid opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. Any questions, please contact the M/WBE Office at(817)871-6104. L ATTACHMENT 1A City of Fort Worth Page 1 of 2 Minority and Women Business _Enterprise SpeSgi qaj,pns MBE/WBE UTILIZATION MINEERINs/31"w Davila a Cons _r» ion Inc. June oMn2" 14 Pm 4 Q PRIME COMPANY NAME BID DATE Main C1C4B Sanitary Sewer (Group 6 Contract 2) T-14OR T-138 1-1019911 PROJECT NAME Part 6 Unit 3 PROJECT NUM13ER CITY'S HMBE PROJECT GOAL: 19 MNI'BE PERCENTAGE ACHIEVED: Failure to complete this form, in Its entirety with supporting documentation, and received by the Managing Department on.or before 5:00 p.m.five (5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. The undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this schedule, conditioned upon execution of a contract with the City of.Fort Worth. The intentional and/or knowing ' misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive.to specifications. Company Name,Contact Name, Certified . Specify All Contracting Specify All Items to be Dollar Amount_ Address,and Telephone No. Scope of Work(`) Supplied(`) v cpd r X N Z ~_ Cesco Contractors 5025 Sun Valley Dr. X Underground Utility 1st $37,056.42 Fort Worth- Texas 76119 Instal Pipe Nicholas Jeffrey (817) 360- 9680 F R MMBEs must be located In the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid. (') Specify all areas in which MWBE's are to be utilized and/or Items to be supplied: (•) A complete Ilsting of items to be supplied Is required In order to receive credit toward the MIWBE goal. (")Identify each Tier level. Tier.Means the level of subcontracting below the prime contractorlconsuitant,i.e.,a direct payment from the prime contractor to a subcontractor is considered 11 tier,a payment by a subcontractor to Its supplier Is considered 21 tier. THIS 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 Pages 1 and 2 of Attachment 1A must be received by the Managing Department 'MI 1/yV 171.1 L.1.1 ,n ;Page 2of2 City of Fort worth �L ���- � Revised 6/2/98 { e 3 Minority and Women Business Enterprise Specifications ;�r MBE and WBE UTILIZATION FORM Company Name, Contact Name, Certified Specify All Contracting Specify ALI Items to be : DollarA`i oY tr: Address,and Telephone No. :Scope of Work(•) Supplied F OA a m a The bidder further agrees to provide,directly to the City upon request,complete and accurate Information regarding actual work performed by all subcontractors,Including MBE(s)andlor WBE(s)arrangements submitted with this bid. The bidder also agrees to allow an audit andlor examination of any books, records, and files held by their company that will substantiate the actual work performed by the MBE(s) andlor WBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three(3)years and for initiating action under Federal,State, or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an Irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. ALL MBE(s)and WBE(s) MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD Alma Davi a Au orized Signature Printed Signature Vice-president Title Contact Name and Title(if different) Davila Construction Inc (817) 654-9948 Company Name Telephone Number(s) 3325 Panola Ave. (817) 535-8034 Address Fax Number Fort Wort; Texas 76103 June 14, 2000 CIty/State2ip Cade Date THIS 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 Pages 1 and 2 of Attachment 1A must be received by the Managing Department M/WBE 1-3 -low - PART B - PROPOSAL CONSTRUCTION (This Proposal must not be removed from this book of Contract Documents) TO: Bob Terrell City Manager Fort Worth, Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for: Main C1C46 Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2), Part 6 UNIT 3: DOE No. 2854 L-140R, L-138, L-10199R* Sewer Project No. PS46-07046410230 The major work for this project shall consist of: UNIT 3: 123 LF 6"SS 36 LF6"CL 51 DIP SS _ 589 LF 8"SS 189 LF 8"CL 51 DIP SS 347 LF 8"CL 51 DIP SS BY OTHER THAN OPEN CUT 10 Fro STD.4'DIA. MANHOLES 20 VF ADDITIONAL DEPTH(>6')FOR STD.4'DIA.MANHOLE 13 VF INTERIOR MH COATING FOR CORROSION PROTECTION and all necessary appurtenances and incidental work to provide a complete and serviceable project. Pursuant to the foregoing "Notice to Bidders", the undersigned Bidder, having thoroughly examined the Contract Documents, including Plans, Special Contract Documents, 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 Department of Engineering 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: (Furnish and install, including all appurtenant work, complete in place, the following items) ("D-No." refers to the related items in Part D - Special Conditions) B3-1 Main C1 C4B Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2) Part 6 Unit 3 " L-140R, L-138, L-1019913* Item Approx Description of Item With Unit Amount No. Quantity Unit Bid Price Written in Words Price Bid (Furnish and install, including all appurtenant work,complete in place,the following items) +� 1 123 LF 6'Sanitary Sewer $ 2 3. $ O oS II depths);D-49 Dollars& Cents per Linear Foot CIA QO 2 36 LF 6'Class 51 DIP Sanitary Sewer $ 00 $ (all epths;D-49 Dollars& Cuts per Linear Foot 3 589 LF 8'Sanitary Sewer $ $ lS so (all epths ;D-49 G Dollars& Cents per Linea o (� `� 4 189 LF 8'Class 51 DIP Sanitary Sewer $ ? $ !' �►4a4J. �` II epth );D-49 Dollars& ents per Linear Foot i 5 347 LF A4 8'Class 51 DIP Sanitary Sewer $ � /� $ (��i �� • �S Ph By Other Than,O en t; DA-5 Dollars& Cents ,. p Zn&r Foot 6 10 EA Standard 4'Diameter Manhole $ $ LZ e0e.f to 6'Depth;D- 22G ars& 4 ` Cents per Each 7 20 VF Additional Depth for 4'Diameter $ $ Manhole;D- -�-� Dollars& J ` Cents per Vertical Foot " 'Contractor must complete City-Approved Product Form on Page 83-7 B3-2 Main C1 C4B Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2) Part 6 Unit 3 L-140R, L-138, L-10199R' Item Approx Description of Item With Unit Amount No. Quantity Unit Bid Price Written in Words Price Bid (Furnish and install, including all appurtenant work, complete in place, the following items) �,r� 8 13 VF Protective Coating for Corrosion Protection; $ 2G?�, �� $ Z- !O// A-7,DA-12,D -13 i ,ilufl Dollars& Cents per Vertical Foot 9 10 EA Vacuum Testing of Manholes;D-63 $ $ Dollars& O` Cents per Each D ,,r� O 10 10 EA Standard Concrete Collar for Sanitary $ �G L �� $ ��zV� Sewer Manho s per Fig 121; -52 w� Dollars& — Cents per Each 11 10 EA Watertight Manhole $ $ D Ins rt;D-52 G..�� Dollars& Cents per Each 12 12 EA 4'Service Tap• -53 $ �.�O $ Dollars& w — D Cents per Each -- DD Ir 13 2 EA 6-Service Tap;D-53 $ Dollars& — O Cents per Each 14 723 LF 4'PVC Sanitary Sewer $ D $ Service Pipe;D-49 Dollars& '- Cents per Linear Foot 'Contractor must complete City-Approved Product Form on Page 133-7 B3-3 Main C1 C46 Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2) Part 6 Unit 3 L-140R, L-138, L-10199R' Item Approx Description of Item With Unit Amount No. Quantity Unit Bid Price Written in Words Price Bid (Furnish and install, including all appurtenant work,complete in place,the following items) 15 129 LF 6'PVC Sanitary Sewer s $c. 'Xo/7 ervice Pipe;D-49 Dollars& — O - I Cents per Linear Foot 16 21 EA Sanitary Sewer Clean ut $ $ Qx-el Dollars& ` Cents per Each 17 8 EA Remove Existing Sanitary Sewer $ . $ Cleanout;DA-6 Al -Q.. Dollars& Cents per Each 18 0.1 TON Ductile Iron Fittings for Sanitary Sewer $ $ ���• DO Service Connections;D- �It.l� lars& —O Cents per Ton - X40 19 3 EA Remove Existing Sanitary Sewer $ Z $ 7 Oa M ole;D-5 rs& C Cents per Each 5 M ,�/� 20 5 EA Abandon Existing Sanitary Sewer �l� $ ___(� Manho� Dollars& Cents per Each 21 1 EA Plug and Abandon Existing $ zzzC C/ $ 3tt�4����_Dollars & /9 Cents per Each ` 'Contractor must complete City-Approved Product Form on Page B3-7 ■ B3-4 Main C1 C4B Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2) Part 6 Unit 3 L-140R, L-138, L-10199R* Item Approx Description of Item With Unit Amount No. Quantity Unit Bid Price Written in Words Price Bid (Furnish and install, including all appurtenant work,complete in place,the following items)y/ Q 22 923 LF Trench Safety for Mains and Services $ yD $ ( ater than 5'depth);D-51 Dollars& o— Cents per Linear Foot 23 917 LF Pre-Construction Television $ $ CZ In ection of Sanitary Sewer Pipe;D-62 Dollars& Cents per Linear Foot / 24 1,270 LF Post-Construction Television $ /. $ l�2:22f. Inspection anitary Sewer Pipe;D-65 Dollars& w —D — Cents per Linear Foot 25 3 EA Exploratory Excavation;D-79 $ ��Q $ A 0-50'.(?O f Ilars& Cents per Each 26 725 LF Asphalt Pavement Replacement $ $ ��4 per Figure 4;D-50 Dollars& Cents per Linear Foot 27 40 LF Asphalt Pavement Replacement $ p �Fa�re 2• 50 �QQa, _ _� - t7 g I V_ ) - _ Cents per Linear Foot66 28 80 LF Replace Concrete Curb $ y© $ and Gutter;DA-22 �cr�r1���¢—.✓ Dollars& — O Cents per Linear Foot 63-5 Main C1 C4B Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2) Part 6 Unit 3 L-140R, L-138, L-10199R* Item Approx Description of Item With Unit Amount No. Quantity Unit Bid Price Written in Words Price Bid (Furnish and install, including all appurtenant work,complete in place,the following items) 29 9 SY Con rete Sidewalk Replacement;D-44 $ CIO $ 34' Dollars& Cents per Square Yard 30 22 SY Con ete Flume Replacement;D-44 $ $ � D Dollars& -o Cents per Square Yard ��1 --�� 31 410 SY Topsoil; -7 $ $ Dollars& - Cents per Square Yard vv�� 32 222 LF Hydro-Mulch Seeding;D-73 $ $ &A Dollars& F —01 Cents per Linear Foot 33 376 LF Sodding;D-73 $ 3, Grp $ /. /G a•(�L� Dollars& ~ Cents per Linear Foot TOTAL BID UNIT 3: $ Z" 5z1 33, (TRANSFER BID FOR UNIT 3 TO PAGE B-SUMMARY) Iw d B3-6 Main C1 C46 Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2) Part 6, Unit 1, Section A L-476, L-479, L-1207, L-1208, M-62 , M-62R, M-62R STUB City-Approved Product and Method Form for*,** * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD SPECIFICATION NO. PIPE SIZE E1-31 4"thru 30" (/ E1-25 4"thru 15" E1-27 4"thru 15" E1-28 18"thru 27" E100-2 18"thru 48" Consult the "City of Fort Worth, Texas standard Product List'to obtain the Generic/Trade Name and the Manufacture for the pipes listed above. ** CONTRACTOR SHALL SELECT PIPE ENLARGEMENT METHOD TO BE USED AND PROVIDE NAME OF CONTRACTOR FOR INSTALLATION: PIM Method Name of Subcontractor if Applicable T.R.S. System Name of Subcontractor if Applicable McConnell Method Name of Subcontractor if Applicable (/ Expanded System Name of Subcontractor if Applicable Failure to provide the information required above may result in rejection of bid as non-responsive. Only products or methods listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. B-3-7 PART B - PROPOSAL (Cont.) Within ten (10) days after Notification by the City, 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 this Contract. The attached bid security in the amount of 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 obtained 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 the 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 one hundred (100) calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. A. The principal place of business of our company is in the State of Non-resident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in e State of Texas. Receipt is acknowledged of the following addenda: Addendum No. 1 (Initials) Addendum No. 2 (Initials) Addendum No. 3 (Initials) B3-8 Respectfully submitted, A", By: -- Title: Address: Telephone: (SEAL) If Bidder is Corporation Date: —alb B3-9 Main C1 C46 Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2) Part 6, Units 1, 2 and 3 Bid Summary Sheet Unit 1: L-476, L-479, L-1207, L-1208, Unit 1 Section "A" BID $ L-1208, M-62, M-62R, M-62R STUB DOE No. 2092 Unit 1 Section "B" BID $ Unit 1 GRAND TOTAL BID $ 7+q,33 Unit 2: L-920, L-2491, L-3684, L-6262, LINE "A" Unit 2 BID $ /66,/07. x/0 DOE No. 2853 Unit 3: L-1 40R, L-138, L-1 199R- Unit 3 BID $ 3.?? DOE No. 2854 B-SUMMARY PART C General Conditions Supplementary Conditions M PART C - GENERAL CONDITIONS TABLE OF CONTENTS '! NOVEMBER, 1, 1987 i TABLE OF CONTENTS I C1-1 DEFINITIONS I C1-1.1 Definition of Terms C1-1 (1) C1-1.2 Contract Documents C1-1 (1) C1-1.3 Notice to Bidders C1-1 (2) C1-1.4 Proposal C1-1 (2) C1-1.5 Bidder C1-1 (2) C1-1.6 General Conditions C1-1 (2) C1-1.7 Special Conditions C1-1 (2) C1-1.8 Specifications C1-1 (2) C1-1.9 Bond C1-1 (2) C1-1.10 Contract C1-1 (3 ) C1-1.11 Plans C1-1 (3 ) C1-1.12 City C1-1 (3) C1-1.13 City Council C1-1 (3 ) C1-1.14 Mayor C1-1 (3) C1-1.15 City Manager C1-1 (3) 4 C1-1.16 City Attorney C1-1 ( 3) C1-1.17 Director of Public Works C1-1 (4 ) C1-1.18 Director, City Water Department C1-1 (4) C1-1.19 Engineer Cl-1 (4) C1-1.20 Contractor C1-1 (4) ' C1-1.21 Sureties C1-1 (4 ) C1-1.22 ' The Work or Project C1-1 (4) C1-1.2.3 Working Day C1-1 (4) C1-1.24 Calendar Day C1-1 (4) C1-1.25 Legal Holiday C1-1 (4 ) C1-1.26 Abbreviations C1-1 (5) C1-1.27 Change Order C1-1 (6 ) C1-1.28 Paved Streets and Alleys C1-1 (6 ) C1-1.29 Unpaved Streets and Alleys C1-1 (6) C1-1.30 City Streets C1-1 (6 ) C1-1.31 Roadway C1-1 (6) C1-1.32 Gravel Street C1-1 (6 ) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (3) C2-2.5 Rejection of Proposals C2-2 (3 ) C2-2.6 Bid Security C2-2 (3 ) (1) ti C2-2.7 Delivery of Proposal C2-2 (4 ) C2-2.8 withdrawing Proposals C2-2 (4 ) C2-2. 9 Telegraphic Modification of Proposals C2-2 (4) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (5) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3.1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterpise Women-Owned Business Enterprise compliance C3-3 (1) C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (2) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (4 ) C3-3.9 Failure to Execute Contract C3-3 (4 ) C3-3.10 Beginning Work C3-3 (4 ) C3-3.11 Insurance C3-3 (4 ) C3-3.12 Contractor's Obligations C3-3 (7) C3-3.13 Weekly Payroll C3-3 (7) C3-3.14 Contractor 's Contract Administration C3-3 (7) C3-3.15 Venue C3-3 (8 ) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) a C4-4. 2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Schedule of Operations C4-4 (3) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4 ) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans C5-5 (1) C5-5. 3 Coordination of Contract Documents C5-5 (2) C5-5.4 Cooperation of Contractor C5-5 (2) C5-5..5 Emergency and/or Rectification Work C5-5 (3) C5-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) C5-5.8 Authority and Duties of Inspectors C5-5 (4) C5-5.9 Inspection C5-5 (5) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (5) C5-5.11 Substitute Materials or Equipment C5-5 (5) • C5-5.12 Samples and Tests of Materials C5-5 (6) C5-5.13 Storage of Materials C5-5 (6) C5-5.14 Existing Structures and Utilities C5-5 (7) C5-5.15 Interruption of Service C5-5 (7) C5-5.16 Mutual Responsibility of Contractors C5-5 (8) C5-5.17 Cleanup C5-5 (8) C5-5.18 Final Inspection C5-5 (9) (2) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1 ), C6-6. 2 Permits and Licenses C6-6 (1) C6-6. 3 Patented Devices, Materials and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (2) C6-6.5 Public Safety and Convenience C6-6 (2 ) 4. C6-6.6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6-6 (3 ) C6-6.7 Railway Crossings C6-6 (4 ) C6-6.8 Barricades, Warnings and Watchmen C6-6 (4) C6-6.9 Use "of Explosives, Drop Weight, etc. C6-6 (5) C6-6.10 Work Within Easements C6-6 (6) C6-6.11 Independent Contractor C6-6 (8) C6-6.12 Contractor' s Responsibility for Damage Claims C6-6 (8 ) C6-6.13 Contractor' s Claim for- Damages C6-6 (10) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10) C6-6.15 Temporary Sewer Drain Connections C6-6 (10) C6-6.16 Arrangement and Charges of Water Furnished by City C6-6 (11) C6-6.17 Use of a Section of Portion of the Work C6-6 (11) C6-6.18 Contractor' s Responsibility for Work C6-6 (11) - C6-6.19 No Waiver of Legal Rights C6-6 (12) C6-6.20 Personal Liability of Public Officials C6-6 (12) C6-6.21 State Sales Tax C6-6 (12) r - C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7. 2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of the Work C7-7 (1) C7-7. 4 Limitations of Operations C7-7 (2 ) C7-7.5 Character of Workman and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3 ) C7-7.7 Time of Commencement and Completion C7-7 (4 ) C7-7. 8 Extension of time of Completion C7-7 (4) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (5) C7-7.11 Suspension by Court Order C7-7 (6 ) C7-7.12 Temporary Suspension C7-7 (6) C7-7.13 Termination of Contract due to National Emergency C7-7 (7) C7-7.14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7 ) C7-7.15 Fulfillment of Contract C7-7 ( 9 ) C7-7.16 Termination for Convenience of the Onwer C7-7 (10 ) C7-7.17 Safety Methods and Practices C7-7 (13 ) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8 ( 1) C8-8.2 Unit Prices C8-8 (1) (3 ) C8-8.3 Lump Sum C8-8 (1) ; C8-8.4 Scope of Payment C8-8 (1) P ym C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3 ) C8-8. 7 Final Acceptance C8-8 (3 ) C8-8.8 Final Payment C8-8 (3 ) C8-8.9 Adquacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (5) C8-8.12 Miscellaneous Placement of Material C8-8 (5) C8-8.13 Record Documents C8-8 (5) r 1 (4) PART C - GENERAL CONDITIONS C1-1 DEFINITIONS ` SECTION CI-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: C1-1. 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents , such as specifications , bonds , addenda , plans , etc . , which govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents. ■� a. GENERAL CONTRACT DOCUMENTS : The General Contract r Documents govern all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 (1) a C1-1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1. 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1 . 5 BIDDER: Any person , persons , firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. C1-1. 6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth ' s charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1-1 . 7 SPECIAL CONDITIONS : Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1 . 8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to standard specifications, regulations, requirements , statutes , etc . , _such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1. 9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and C1-1 (2) faithful performance of the contract and include the following: a. Performance Bond' (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) C. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6 ) C1-1. 10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project , including such profiles , typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the �F= Contract Documents , but they are a part of the Contract :. Documents just as though they were bound therein. C1-1 . 12 CITY: The City of Fort Worth, Texas , a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manger , each of which is required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter R vested in the City Manager. The terms City and Owner are synonymous. C1-1 . 13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1 . 14 MAYOR : The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas . C1-1. 15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. C1-1. 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas , or his duly authorized representative. C1-1 (3) C1-1. 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant, or agents. C1-1. 19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C1-1 . 20 CONTRACTOR: The person , persons , partnership , company, firm, association, or corporation , entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project. C1-1. 21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor . The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1. 22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials , tools , equipment, and incidentals necessary to produce a completed and serviceable project. C1-1. 23 WORKING DAY: A working day is defined as a calendar ay, not including Saturdays, Sundays , and legal holidays , in which the weather or other conditions not under the -control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7 ) hours between 7: 00 a.m. and 6 : 00 p.m. , with exceptions as permitted in paragraph C7-7.6. C1-1. 24 CALENDAR DAYS : A calendar day is any day of the week or month, no days being excepted. C1-1. 25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: C1-1 (4 ) 1. New Year's Day January 1 2. M. L. 'Ring, Jr. Birthday Third Monday in January 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Fourth Friday in November 8. Christmas Day December 25 9. Such other days in lieu of holidays as the City Council .� may determine When one of the above named holidays or a special holiday is declared* by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations . Employees working calendar day operations will consider the calendar holiday as the holiday. CI-1. 26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents , the intent and meaning shall be as follows: AASHTO - American Association of MGD - Million Gallons Per State Highway Transportation Day Officials ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second LAW - In Accordance With . ASTM - American Society of Min. - Minimum Testing Materials Mono.- Monolithic AWWA - American Water Works % - Percentum Association R - Radius ASA - American Standards Association I.D. - Inside Diameter HI - Hydraulic Institute O. D. - Outside Diameter Asph. - Asphalt Elev.- Elevation Ave. - Avenue F - Fahrenheit Blvd. - Boulevard C - Centigrade CI - Cast Iron In. - Inch CL - Center Line Ft. - Foot GI - Galvanized Iron St. - Street Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Square Yard Max. - Maximum L.F. - Linear Foot D.I. - Ductile Iron C1-1 (5 ) C1-1 . 27 CHANGE ORDER: A " Change Order " is a written supplemental agreement between the Owner and the Contractor " covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor. C1-1. 28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the F following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment , not including an oiled surface , with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. _ 5. Any combination of the above. C1-1. 29- UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other sur—fa-Fe--7117s- any area except those defined above for "Paved Streets and Alleys. " C1-1. 30 CITY STREETS: A city street is defined as that area between- the right-of-way lines as the street is dedicated. C1-1. 31 ROADWAY: The roadway is defined as the area between parallel lanes two ( 21 ) feet back of the curb lines or four (41 ) feet back of the average edge of pavement where no curb exists. ■ C1-1. 32 GRAVEL STREET: A gravel street is any unpaved street to which has been added— one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. Cl-1 (6 ) SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. 1 PROPOSAL FORM: The Owner will furnish bidders with proposal . form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder ' s general understanding of the project to be completed, provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contract,. The Owner will furnish forms for the Bidder ' s "Experience Record, " "Equipment Schedule, " and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. 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 . 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. Liquid assets in the amount of ten' (10% ) percent of the estimated project cost will be required. 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 magnitude as that of the project for which bids are to be received , and such experience must have been on projects completed not more than five (5 ) years prior to the date on which are to be received . The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2. 2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal C2-2(1) forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or , decreased as hereinafter provided, without in any way • invalidating the unit prices bid or any other requirements of the Contract Documents . C2-2. 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all *of the information which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to the filing of proposal, to read and become familiar with the Contract Documents, to vis 4t the site of the project and examine carefully all local conditions , to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction ■ of the project . They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates , investigation , research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigations, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the C2-2(2) Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2. 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes 'to do the work contemplated or furnishe the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association , or partnership, the name and address of each member must be given, and the proposal must be signed by a member of the firm, association , or partnership , or by a person duly authorized . If a proposal is submitted by a company or corporation, the company or corporate name and business Address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2. 5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for , conditional or uncalled for alternate bids , • incomplete bids, erasures , or irregularities of any kind, or contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2. 6 BID - SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal. " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2(3 ) rJ C2-2 . 7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as 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 Bidder 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 City Manager, City Hall, Fort Worth, Texas. C2-2 . 8 WITHDRAWING PROPOSALS: Proposals actually filed with the City 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 commun cation at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City 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. C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no ."Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as eing "Irregular" if they show any omissions , alterations of form, additions , or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the C2-2(4) Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. • C2-2 . 12 DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their proposals not considered for any of , but not limited to, the following reason: a. Reasons for believing that collusion exists among bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement, experience record, equipment schedule , and such inquiries as the Owner may see fit to make. g. Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner , one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration , which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(5) PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: " C3-3. 1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of' the quoted prices , the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. C3-3 . 2 ` MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request , complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and or a a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by Owner , to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements; further , any such misrepresentation may be grounds for disqualification of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3 . 3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. r C3-3 (1) The Contractor shall post the required notice to that effect on the project site , and, at his request, will be provided assistance by the City of Fort Worth ' s Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3 .4 WITHDRAWAL OF PROPOSALS: After a proposal has been rea . by the Owner it cannot a withdrawn by the Bidder within forty-five ( 45 ) days after the date on which the proposals were opened. C3-3 .5 AWARD OF CONTRACT: The Owner reserves the right to withholdfina . action on the proposals for. a reasonable time, not to exceed forty-five ( 45 ) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3 . 6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids , the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not b'e considered for the award. All other proposal securities, usually those of the three lowest bidders , will be retained by the Owner until the ,required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. w C3-3 .7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND : A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor , or improper execution of the work or the use of inferior materials . This performance C3-3 (2) bond shall guarantee the payment for all labor, materials, equipment, supplies , and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND : A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt , full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. C. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas , 1925 , as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959 , effective April 27 , 1959 , and/or the latest version thereof, i supplying labor and materials in the prosecution of T the work provided for in the contract being constructed under these specifications . Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties 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 shall be executed by an approved surety company doing business in the City of Fort Worth , Texas , and which is acceptable to the owner . In order to be acceptable, the name of the surety shall be included on the current D . S . Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a C3-3 (3 ) i S S new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. ' C3-3 . 8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the contract., the Contractor shall execute and file with the Owner the Contract and such bonds as may be required- in the Contract Documents. No contract shall be binding upon the owner until it has been attested by the City Secretary , approved as to form and legality by the City Attorney, and executed for the Owner by ' either the Mayor or City Manager. C3-3 . 9 FAILURE TO EXECUTE CONTRACT : The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor , and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by reason of said awardee' s failure to execute said bonds and contract within ten ( 10 ) days , the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3 . 10 BEGINNING WORK: The Contractor shall not commence work until -authorized in writing to do so by the Owner . Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order" , it is agreed that the Surety Company will, within ten ( 10 ) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3 . 11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractors ' C3-3 (4) Icertificate of insurance for approval. The prime contractor shall indicate on the certificate of insurance included in the r documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE : The Contractor shall maintain , during the life of this contract , Workers ' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers ' Compensation Statute, the Contractor shall provide adequate employer ' s general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor ' s Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $ 500 , 000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $ 500 , 000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability ( covers General Contractor ' s Liability for acts of sub-contractors) . 2. Blasting, prior to any blasting being done. 3 . Collapse of buildings or structures adjacent to excavation ( if excavations are to be performed adjacent to same) . 4. Damage to underground utilities for $500,000. A C3-3 (5) 5. Builder's risk (where above-ground structures are involved) . 6. Contractual Liability ( covers all indemnification requirements of Contract) . d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $ 250 , 000 for injuries including R, accidental death to any one person and subject to the same limit for each person an amount not less than $500 , 000 on account of one. accident , and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner w th satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner . (Sample attached. ) All insurance requirements made upon the Contractor shall apply to the sub- contractor , should the Prime Contractor ' s insurance not cover the sub-contractor' s work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING : The insurance and bonding companies with whom the Contractor ' s insurance and performance, payment , maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the C3-3 ( 6) City of Fort Worth, Tarrant County, Texas . Each such agent shall be a duly qualified, one upon whom n, service of process may be had, and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged , may have against the Contractor , insurance , and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. kF C3-3 .12 CONTRACTOR' S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials , labor and services when due. C3-3 . 13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the :... 4 project at the site of the project shall be furnished to the Owner's representative within seven ( 7 ) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract . Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the` Contractor. C3-3. 14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person , persons , partnership , company , firm , association , corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office ( or he may delegate his Project Superintendent ) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other C3-3 (7) matter associated such as maintaining adequate and appropriate insurance or security coverage for the project . Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor ' s principal base of operations be other than in the Fort Worth-Dallas metropolitan area, notification of the Contractor ' s assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, ' all appropriately signed and sealed, as applicable, by the Contractor ' s responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents . The intent of these requirements is that all matters associated with the Contractor ' s administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of Engineer, the Engineer, at his sole discretion , may demand that such local representative be replaced and the Engineer may, at his sole discretion , stop all work until a new local authority '`' satisfactory to the Engineer is assigned. No credit of • working time will be for periods in which work stoppages are in effect for this reason. C3-3 .15 VENUE : Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (8) PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4 . 1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, "" machinery, equipment , special services , and incidentals necessary to the prosecution and completion of the project. C4-4 . 2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract -.-.i Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "Special Provisions" covering all such work will b-e prepared by the Owner previous to the time of R receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4. 3 INCREASED OR DECREASED UANTITIES: The Owner reserves the right to alter the quantit es of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work. " No allowance will be made for any changes in anticipated profits nor shall such changes be considered as C4-4 (1) waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes -in depth categories, shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4. 4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or quantities -of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4 . 5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract. Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or' more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates ; ( 3 ) materials entering permanently into the project, and (4 ) actual cost of insurance , bonds , and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1 ) , (2 ) , ( 3 ) , and ( 4 ) above. The Contractor shall keep accurate cost records on the form and in the method r"l C4-4 (2 ) suggested by the Owner and shall give the Owner • access to all accounts , bills , vouchers , and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless _ ordered in writing by the Owner . In case any orders or instructions , either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation , he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. ~ Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the y Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method ( Item C ) . Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five ( 5 ) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation - agreed upon for ' extra work' whether or not iniitiated by a 'change order ' shall be a full , complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or ■ unchanged work as a result or the change or extra work. C4-4 . 6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner ' s approval thereof, a "Schedule of Operations , " showing by a straight line method the date of commencing and finishing each of the major elements of the contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There C4-4 (3) shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4 . 7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to submission of first monthly progress payment , the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses , the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer . Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule , with the Engineer to ensure the Contractor' s understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints , sequencing requirements and completion time. b. The construction process shall be divided into activities with time durations of approximately fourteen (14 ) days and construction values not to exceed $50 , 000 . Fabrication , delivery and submittal activities are exceptions to this guideline. C4-4 (4)