Loading...
HomeMy WebLinkAboutContract 31027 s CITY SECRETARY',- � - CONTFOCT NO. I SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 2004 CAPITAL IMPROVEMENTS PROJECTS FOR THE RECONSTRUCTION OF STANLEY AVENUE (FROM PAFFORD TO BOLT & BERRY TO DICKSON) Unit 1: Water & Sanitary Sewer Replacement M Unit 11: Paving Reconstruction & Storm Drain Improvements A . P CloARY V =1 IN THE CITY OF FORT WORTH, TEXAS WATER PROJECT No. PW 53-060530176570 SEWER PROJECT No. PS 58-070580175900 T/PW PROJECT No. C115-020115040623 ■ D.O.E.Nos. 3744&3745 Dale Fisseler, P.E. A. Douglas Rademaker, P.E. Robert Goode, P.E. ' Director Director Director Water Department Department of Engineering T/PW Department PREPARED BY ��.'V-0 7Ca Dannenbaum Engineering Corporation ................................. 6421 Camp Bowie Boulevard, Suite 400 s BRIAN D. O'NEILL r.... • Fort Worth, Texas 76116 .o: 83980 .• Phone 817-763-8883 Fax 817-377-2956 ONP.L July,2004 gR1GINAL t � , i 1 NOTICE TO BIDDERS 2 COMPREHENSIVE NOTICE TO BIDDERS 3 PREVAILING WAGE RATES 4A SPECIAL INSTRUCTIONS TO BIDDERS—WATER DEPARTMENT 4B SPECIAL INSTRUCTIONS TO BIDDERS--T/PW DEPARTMENT 5 MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONSI 6 PROPOSAL 7 GENERAL CONDITIONS (Water Department) 8 SUPPLEMENTARY CONDITIONS TO PART C — GENERAL CONDITIONS (WATER DEPARTMENT) 9 SPECIAL CONDITIONS (Water Department) 10 ADDITIONAL SPECIAL CONDITIONS (Water Department) 11 SPECIFICATIONS (Water Department) 12 DETAILS (Water Department) 13 PROJECT DESIGNATION SIGN (Water Department) 14 SPECIAL PROVISIONS (T/PW Department) 15 DETAILS (T/PW Department) 16 PROJECT DESIGNATION SIGN (T/PW Department) 17 VENDOR COMPLIANCE TO STATE LAW 18 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW 19 CERTIFICATE OF INSURANCE 20 PERFORMANCE BOND 21 PAYMENT BOND 22 MAITENANCE BOND 23 CITY CONTRACT 24 SOIL TEST roc.doa M&C Request Review Page 1 of 2 F4R�T WORTH Home I Council Agenda I M&C I Employee Directory I Morning Report I Ads I PRS I Solution Zone I Departments I Site Map'M&C COUNCIL ACTION: Approved on 11/16/2004 DATE: 11/16/2004 REFERENCE NO.: C-20407 LOG NAME: 30STANLEY B CODE: C TYPE: NON-CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Award of Contract to Stabile & Winn, Inc. for Pavement Reconstruction and Water and Sanitary Sewer Replacements on Stanley Avenue (City Project No. 00059) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Stabile & Winn, Inc. in the amount of$1,217,602.00 for pavement reconstruction and water and sanitary sewer replacements on Stanley Avenue from Berry Street to Dickson Street and from Pafford Street to Bolt Street. DISCUSSION: The 1998 Capital Improvement Program (CIP) included funds for the pre-design of capital projects, such as Stanley Avenue, the project referenced above, that would be worthy of consideration in the next bond program. It was anticipated that with the approval of the 2004 CIP by the voters, pre-design efforts would expedite the construction of bond projects immediately thereafter. The Stanley Avenue project was subsequently approved by the Council in the 2004 CIP. On October 8, 2002 (M&C C-19281), the City Council authorized the City Manager to execute an engineering agreement with Danneubaum Engineering Corporation for the pre-design of DOE Project No. 3744, which consists of pavement reconstruction and water and sanitary sewer replacements for Stanley Avenue from Berry Street to Dickson Street and DOE Project No. 3745, which consists of pavement reconstruction and water and sanitary sewer replacements for Berry Street from Pafford Street to Bolt Street. The street improvements include pavement reconstruction, construction of standard concrete curb and gutter, driveway approaches and sidewalks where shown on the plans. The Water Department has determined that the severely deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction. The project was advertised for bid on July 8, 2004 and July 15, 2004. On August 12, 2004, the following bids were received: Bidder Alternate A: HMAC Alternate B: Concrete Stabile & Winn, Inc. No Bid $1,217,602.00 McClendon Construction Co., Inc. $1,363,979.50 $1,388,409.50 JLB Contracting, L.P. $1,393,084.71 $1,522,444.71 Peachtree Construction, LTD $1,432,762.50 No Bid Ed A. Wilson, Inc. $1,597,055.00 $1,679,105.00 http://www.cfwnet.org/council_packet/mc_review.asp?refnum=C-?0407 11/16/2004 M&C Request Review Page 2 of 2 Time of completion is 200 working days. Bids were received on two alternates: Alternate "A" consists of a pavement of 6-inch hot mix asphalt concrete (HMAC) over a 8-inch lime stabilized subgrade; and Alternate "B" consists of a pavement of 6-inch concrete over 6-inch lime stabilized subgrade. After reviewing all bid proposals, City staff recommends Alternate "B" (concrete) for construction since the use of concrete will result in less maintenance cost over the street's useful life. In addition, Stabile & Winn, Inc. bid for Alternate "B" represents the lower of the two bids submitted. Funding in the amount of $120,200 (Water: $25,782; Sewer: $2,873; and Streets: $91,545) is included for associated construction inspection and survey costs. The contingency funds to cover change orders total $41,912 (Water: $13,160; Sewer: $300; and Streets: $28,452). Stabile & Winn, Inc. is in compliance with the City's M/WBE Ordinance by committing to 27% M/WBE participation. The City goal on this project is 26%. The project is located in COUNCIL DISTRICT 9, Mapsco 76Y, 90C and G. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Water and Sewer Capital Project Funds and the Street Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P264 541200 609170005983 $263.182.00 P274 541200 709170005983 6004.00 C200 541200 209400005983 $948.416.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) ATTACHMENTS http://www.cfwnet.org/council_packet/mc_review.asp?refnum=C-20407 11/16/2004 PLIG. 2.2004 10:48AM DANNENBFUM FTW N0.607 P.2 r CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 for 2004 Capital Improvements Projects Reconstruction of Stanley Avenue (From Paiford to Bolt& Berry to Dickson) Unit I: Water& Sanitary Sewer Replacement Unit Il: Paving Reconstruction & Storm Drain Improvements TPW PROJECT NO. C1 15-020115040623 WATER PROJECT NO. PW 53-060530176570 SEWER PROJECT NO. PS 58.070580175900 D O.E. NO. 3744 & 3745 Bid Recelat Date —Aunust 5, 2004 Date Addendum Issued —August 2, 2004 The Contract Documents for the subject project are hereby amended as follows: Minority and Women Business Enterprise Specifications: 1. The M/WBE goals are modified as follows: a. 26% for Asphalt Alternate b. 26% for Concrete Alternate B. Clarification Sawcut will not be required when cutting existing HMAC paving 2-inches or less in thickness for temporary pavement repair (trench repair). C. Plans 1. Sheet 5--Construction Details c. The "Superimposed Curb in Driveway Radius" and "Standa d 7" Curb & 18° Gutter" details are modified to indicate 8" lime stabilized subgrade under the curb and gutter tc a distance of 6-inches beyond the back of curb. gyp7^ .ij�1 pl4LL A-1 J�e 'r...•J 1 C Lei� �'�G�: 2.304 10:48AM DANNENBFUM FTW N0.607 P.3 L d. The "Special Retaining Wall" detail is removed from the plan sheet, 2. Sheet 6 —Construction Details a. The "Typical Roadway Section" detail is modified to indicate 6" Lime Stabilized Subgrade @ 32 Ib/square yard beno,ath the concrete paving. D. Proposal 1. The propose] is modified by replacing the original proposal pages with the attached pages. The Proposal is modified to reduce the quantity of aid Item No, 11 "4-Inch Thick Reinforced Concrete Sidewalk ar d Leadwalks" and include an additive alternate for additional quantity. The additive alternate must be reported on sheets 6(15) and 6(16). Bid Items for ADA Wheelchair Ramps, SWPPP anc Double 10' Inlet were added to the Proposal and the unit of pay for "Construct Concrete Steps" is changed from per Each to per SF and the quantity of Bid Item No. 9, Reinforced Concrete Retaining Wall has been increased. Remove tho existing Proposal section and replace it with the attached Prc,posal Section. E, Special Conditions (Water Department) 1. In Item D-E 8, The paragraph regarding Storm Water Pollution Prevention Flan (SWPPP) is modified as follows: "STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A docurr,ent consisting of an erosion control and toxic waste managerient plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pol ution from the construction site. The selected Contractor shall prepare the SWPPP plan after award of contract.° Additional Special Gonditions (Water Department) 1. Item DA-11E- is deleted from the Contract Documents. G. Special Provisions (T/PW Department) 1. Item 213 is replaced with the following: "Submis.,jon of Bids, Unit I and Unit 11 are a package. If the Contractor submits a bid on both Unit I and Unit 11 and has the lowest F roposal price, the Contractor will be the apparent successful bidder for this project, The Contractor is permitted to bid either the HMAC (Base Bid) and/or the Concrete (Alternate Bid) alte-note. The additive altemate must be included in any bid." A-2 AUG. 2.2004 10:49AM DANNENBFUM FTW N0.607 P.4 2, Item 2B is replaced with the following: "The nurr ber of working days is as follows: 120 Working Days." 3. Item 8 is rep aced with the following: "MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workman Ship, or both, for a period of two (2)years from date of final acceptance of this project by the City Council of the City of Fort Worlh and will be required to replace at his-expense any part or all of the project which becomes defective due to these causes." 4. Pay Item No3. 4 & 6, Lime Stabilized Subgrade shall be changed as follows: "PAY ITEM No. 4_& 5— LIME STABILIZED_SUBGRA_DE & LIME FOR SUEIGRADE STABILIZATION: See Standard Specifications Item No. 210, "Lime Treatment (Material Manipulation)" and Specification Item No. 212, 'Hydrated Lime and Lime Slung" for specifications governing this item. Quantities for this pay item are approximate and are given onl j to establish a unit price for the work The price bid per square yard for "LIME STABILIZED SUBGRA DE" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "LIME FOR SUBGRADE STABILIZATION" as shown in the Proposal will be full payment for materials necessary to complete the work. The thickness of the Lime Stabilized Subgrade will be 8-inch for the HMAC alternate (Base Bid) and 6-inch for the concrete alternate (Altemato Bid), as indicated in the Proposal." 5. The first paragraph of Pay Item No. 6—6" HMAC Pavement shall be replaced with the following paragraph: "PAY 1TFM No. ,-- 6 - " H.M.A.C. PAVEMENT Thickness Toleranc:s and HMAC Testing Procedures): The base course shall be a 3"deep Type 'B" course placed in one lift. The surface course shall be a 3° deep Type "D"course placed in one lift," 6. Pay Item Nos, 12 & 13, Remove & Replace Concrete Steps shall be replaced vvith the following: "PAY IT M No. 12 —CONSTRUCT_REINFORCED CONCRETE STEPS: See Standard Specifications Item No. 516, "Concrete Steps" for specifications governing this item as well as Detail S. M3. A-3 RiG. 2.2004 10:49AMDRNNENBPUM FTW N0.607 P.S The price bid per square foot for "CONSTRUCT REINFORCED CONCREI'E STEPS" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of each se-,,of concrete steps." G. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. Please acknowledge receipt of this addendum by placing a signed copy of same into your proposal at the time of bidding. Failure to return a signed copy of the addendum with this propos;il shall be grounds for rendering the bid nonresponsive. Department of Engineering Rick Trice, P.E. Receipt Acknowledged: Manager, Consulting Services �.. By: 4&- for Rick e �+ E,OF 7, ►,r �........... . '. .O'tVEILL .•' ,....BRIA..... : 83980 /0NAL �0�"' -7 0 A4 ' AJG. 5.2004 7:20AM DANNENBFUM FTW N0.675 P.2 CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING 1 ADDENDUM NO. 2 1 for 2004 Capital Improvements Projects Reconstruction of Stanley Avenue (From Pafford to Bolt & Berry to Dickson) Unit 1: Nater& Sanitary Sewer Replacement Unit II: Paving Reconstruction & Storm Drain Improvements TPW PROJECT NO. C115-020115040623 WATER PROJECT NO. PW 53-060530176570 SEWER PROJECT NO. PS 58-070580175900 D.O.E. NO. 3744 & 3745 Sid Receipt Date—August 5. 2004 Date Odendum Issued —August 4. 2004 i he Contract Documents for the subject project are hereby amended as follows: A. Proposal • Remove Pa4ie 6(4) of the Proposal section issued under Addendum No. 1 and replace it with the attached Page 6(4). B. Special Conditions ;Water Department) • Replace Item D-24, "Trench Excavation, Backfill, and Compaction" with the attached Item D-24. C. Details (Water Department) • Replace the detail for Figure A in the original contract documents with the attached Figure A. 17 A-1 ��� 5.2004 7 21AM- DANNENNUM FTj D. All other provisioni3 of the plans, spermcations and contract docurnents for the project which are not expressly amended herein shall remain in full foroe and effect. i✓iease acknowledge recE:ipt of this addendum by placing a signed copy of same into your proposal at the lime of bidding. Failure to return a signed copy of the addendum with this proposal shall be grounds for rendering the bid nonresponsive. Department of Engineering Rick Trice, P.E. Receipt Acknowledged: Manager, Consulting Services ��l.•,4 �L✓•f•w,_ for Rick T • B,9IAN DV .O'iEiL • � E ........................... -o:'.... •83980 ; Q ss�ONAL �.- r f� 8/4/0f o, q.� AJG. 5.2004 7:21AM DANNENBFUM ETW N0.675 P.5 TRENCH EXCAVATION, BACKFILL,AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, Within easements, and within existing or future R.O.W. shall be in accordance with Secctions E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. RENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if e stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determi les that the design loadings of the pipe will be exceeded, the Contractor will be required -:o support the pipe with an improved trench bottom. The ?xperme of such remedial measures shall be entirely the Contractors own. All trenching operations shall be confinec' to the width of permanent rights-of-way, permanent easements, and any tempoiary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH SACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish tie Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laborab)ry and must Include representative samples of soils in all ^�roivad areas, with a map .showing the location and depth of the various test holes. If cavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3,Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When 'Type "C" back- fill material is not suitable, Et the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Fgun?A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, Icram or vegetable matter and shall meet the following gradation: • Less than 104b passing the #200 sieve • P.I. = 10 or Ilss Additionally, the crushed limestone embedment gradation specified in Section EI-3 Crushed limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sk ve Size % Retained 1" 0-10 1/2" 40-75 3/8" 55-90 #4 90-100 #8 95-100 th,r provisions of this section shall remain the same. 5.2004 7:22AM DANNENBFUM FTW N0.675 P.6 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside ?xisting or future pavements shall be compacted to a m nimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer, Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combinatic n of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4%of its optimum moisture content. The top two (2) feet of sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy equipment tires, provided it is placed in lifts appropriate to the material being used and the operation can be performed without :mage to the installed plpB. 4 The City, at its own expens4:, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet:the standards will be at the expense of the Contractor and ifi be billed at the commercial rates as determined by the City. These soil density tests be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench n:)t to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra com)ensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PA fMENT: All material, including any and 0 Type RB" be with the exception of Type"B" backfill, and labor costs of excavation and backfill will be Included in the price bid per linear foot of water and sewer pipe. Type "B" backfill shall be paid for at a pre-bid unit price of$15.00 per cubic yard. � 2304 7:22AM DANNEMBPUM FTN . MO'675 P'7 _ TYPE "Cm BACKFILL SEE SPEC. EI-2.4 MINIMLM 6" INITIAL G.C.D. BACKFILL COVER SAND MATERIAL EMSEDMEI'T & INITIAL BACKFILL MINIMUM 6" x�l EMBEDMEN WATER_;__SJZES UP TO AND INCLUDING 12 TYPE "C" BACKFILL SEE SPEC. Fl-2-4 MINIMUM INITIAL BACKIILL COVER. WATER 6" SEWER 12n CRUSHED STONE OR SAND STORM DRAIN 120 MATERIAL IN111AL BACKFILL MINIMUM VeSI, EMBEDMENT CRUSHED STONE SEE SPEC. El-2.3 WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES SAND MADATION 4LESS THAN 10% PASSING #200 SIEVE THE EMBEDMENT AND BACKFILL DETAILS PROVIIDED ON THIS eP.I. - 10 OR LESS $MEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH THE El-2.4(b) AND El-2.3 OF THE C.C.D. AND STD. SPEC. ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR STREET & STORM DRAIN CONSTRUCTION. ALL OTHER CRUSHED SMNE GRADAIION PROVISIONS OF THESE ITEMS SHALL APPLY. SIEVE SIZE -7. RETAI qED 1. O_lc 1/2' 40-75 WATER, SEWER & STORM DRAIN 3/8. 55-9D EMBEDMENT AND BACKFILL DETAILS �� � | m ) CITY OF FORT WORTH-CONSTRUMON STANEaD 5.2004 11:07AM DANNENBFUM FTW N0.703 P.Z 6 MY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING ADDENDUM NO, 3 for 200 • Capital Improvements Projects Reoonstruction of Stanley Avenue (From 'afford to Bolt & Berry to Dickson) Unit I: Water& Sanitary Sewer Replacement Unit II: Paving Reconstruction & Storm Drain Improvements TPW PROJECT NO. C115.020115040623 WATER PROJECT NO, PW 53-060530176570 SEWER PROJECT NO. PS 58-070580175900 D,O.E, NO. 3744 & 3745 Bid Receipt Date --August 12,2004 (Revised per this Addendum) Date Addendum Issued —August 5. 2004 ,Ontract Documents for the subject project are hereby amended as follows: A. Proposal • Additional quantity for concrete removal and a pay item for Borrow have been added to the project, These items are being added due to existing cc ncrete beneath the existing HMAC on Stanley Avenue between Beery and Dickson. Work done under Bid Item 37, "Porrow", shell be completed in accordance with City of Fort Worth Standard Specification Item 112. Remove Pages 6(8), 6(10), 6(11), and 6(13) of the Proposal section issued under Addendum No. 1 and replace it with the attached Pages 6(8), 6(10), 6(11), and 6(13). B. Special Provisions (T/PW Department) • Item 2B is re placed with the following: "The number of working days is as follows: 200 Working Days." A-1 AUG. 5.2004 11r08AM• DANNENBFUM N0.703 P.3 C. Notice to Bidders anti Detailed Notice to Bidders The bid opening for Thursday, August 5, 2004 has been posVo.W. The new hid cpening date will be Thursday, August 12, 2004. Bids will be received at the Purchasing Office until 1:30 p.m. August 12, 2004 and them publicly opened and read aloud at 2.-00 p.m. in the Council Chambers. D. All other provisions of the plans, specifications and contract documents far the project which are not expressly amended herein Shall retrain in full force and effect. Please acknowledge receipt of this addendum by placing a signed copy of same '�ovr proposal at the tier a of bidding. Failure to return a signed copy of the •r::rzd=.**h this proposal shall be grounds for rendering the bid nonre4 pnsive. Department of Engineering Rick Trice, P.E. RedRipt Acknowledged: Manager, Consulting Services By: 4eL All dA►�•4 ,• .,,,,.� TMS, for Rick Tr' e r =* i *: ../i . BRIAN D:O.NEILL.. ......,; % .o: 83980 :�¢•� r C .&I•.eJ5 f0f - 1 — NOTICE TO BIDDERS Covers doc NOTICE TO BIDDERS Sealed proposals for the following: FOR: RECONSTRUCTION OF STANLEY AVENUE (PAFFORD TO BOLT&BERRY TO DICKSON) T/PW PROJECT NO.C115-020115040623 WATER PROJECT NO.PW 53-060530176570 SEWER PROJECT NO.PS 58-070580175900 ' FILE NO.K-1839 DOE#'s:3744&3745 Addressed to Mr. Gary W. Jackson,City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 PM, August 5, 2004 and then publicly opened and read aloud at 2:00 PM 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 documents will be provided to prospective bidders for a non-refundable deposit of$50.00. These documents contain additional information for prospective bidders. Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge ' receipt of all Addenda may be rejected as being nonresponsive. Information regarding the status of Addenda may be obtained by contacting the Department of Engineering at 817-871-7910. For additional information,contact Mr. Brian O'Neill,P.E.at(817)763-8883 or Ms.Dena Johnson,P.E. at (817)871-7866. GARY W.JACKSON GLORIA PEARSON ' CITY MANAGER CITY SECRETARY Advertising Dates:July 8, 2004 July 15, 2004 A.Douglas Rademaker,P.E. Director,Department of Engineering By Rick Trice,P.E. Acting Assistant Director - 2 - COMPREHENSIVE NOTICE TO BIDDERS cover 1 COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the following: FOR: 2004 CAPITAL IMPROVEMENT PROJECTS Reconstruction of Stanley Avenue(Pafford to Bolt& Berry to Dickson) DOE NO.: 3744& 3745 , UNIT I: WATER&SANITARY SEWER REPLACEMENT Water Project No.: PW 53-060530176570 ' Sewer Project No.: PS 58-070580175900 UNIT 11: PAVING RECONSTRUCTION &STORM DRAINAGE IMPROVEMENTS T/PW Project No.: C115-020115040623 Addressed to Mr. Gary Jackson, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m., Thursday, August 5, 2004, 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 dollar ($50.00) non-refundable deposit is required for the documents. These documents contain additional information for prospective bidders. A Pre-Bid Conference will be held on Monday, July 26, 2004 at 10:00 a.m. in Room 255A of the Department of Engineering conference room. All bidders are encouraged to attend. 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. Bid security is required in accordance with Paragraph 1 of the Special Instructions to Bidders. ' The major work on the above-referenced project shall consist of the following: Unit I: Water&Sanitary Sewer Replacement 4,700 LF 8-in. PVC Water Pipe 60 LF 6-in. PVC Water Pipe 5 EA Fire Hydrants ' 15 EA Gate valves 140 EA Water Service Connections 60 LF 8-in. Sanitary Sewer Replacement by Open Cut 1 EA Std. 4' Dia. Sanitary Sewer Manholes Unit II: HMAC Paving Reconstruction&Storm Drainage Improvements 16,250 SY 6-in Asphalt Pavement ' 10,750 LF 7-in. Reinforced Concrete Curb& 18-in Gutter 36,900 SF 6-in. Reinforced Concrete Driveway 36,500 SF 4-in Reinforced Concrete Sidewalk 12 CY Reinforced Concrete Retaining Wall 4,600 SF Reinforced Concrete Valley Gutter 2-Deteded NTB i Unit II (Alternate Bid): Concrete Paving Reconstruction &Storm Drainage Improvements 18,500 SY 6-in Concrete Pavement 10,750 LF 7-in.Attached Concrete Curb I 36,900 SF 6-in. Reinforced Concrete Driveway 36,500 SF 4-in Reinforced Concrete Sidewalk 12 CY Reinforced Concrete Retaining Wall P Included in the above will be all other items of construction as outlined in the Plans and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or irregularities. No bid may be withdrawn until the expiration of ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations to be made as to the responsibility of the bidder to whom it is proposed to award the contract have been verified. SUBMISSION OF BIDS: The proposal consists of Unit I (water and sewer)and Unit II (paving and storm drain). The City reserves the right to award the contract to the responsive low bidder. Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at(817) 871-7910. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. In accordance with City of Fort Worth Ordinance No. 15530, 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 MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation")and/or the JOINT VENTURE FORM as appropriate. The documentation must be received no later than 5:00 p.m., within five (5) City business days after bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render the bid non- responsive. The Managing Department for this project is the Department of Engineering. For additional information, please contact Mr. Brian O'Neill, P.E. at (817) 763-8883, or Ms. Dena Johnson, P.E. at(817) 871-7866. GARYJACKSON CITY MANAGER CITY SECRETARY f ADVERTISING DATES DEPARTMENT OF ENGINEERING A. DOUGLAS RADEMAKER, P.E., DIRECTOR July 8. 2004 l July 15,2004 By: Rick Trice, P. . Acting Ass" ant Director 2-Detailed MB CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter(Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper (Paving) $9.70 Concrete Finisher-Structures $13.44 Flagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving &Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 1/2 CY) $10.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 CY) $11.52 Front End Loader(2 1/2 CY&less) $9.94 Front End Loader(over 2 1/2 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator(Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter(Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 w - 4A- SPECIAL INSTRUCTIONS TO BIDDERS WATER DEPARTMENT SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement,an acceptable experience record,an acceptable equipment schedule and any other documents the Department may deem necessary,to the Director of the Water Department at least seven(7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one(1)year old. In the case that a bidding date falls within the time a new statement is being prepared,the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project,it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City,in its sole discretion,may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened,and if inadvertently opened,shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications(financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check,or an acceptable bidder's bond,payable to the City of Fort Worth,in an amount of not less than five(5%)percent of the largest possible total of the bid submitted must accompany the bid,and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten(10)days after the contract has been awarded To be an acceptable surety on the bid bond,the surety must be authorized to do business in the state of Texas. In addition, the surety must(1)hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law;or(2)have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City,in its sole discretion,will determine the adequacy of the proof required herein. 3. BONDS: A performance bond,a payment bond,and a maintenance bond each for one hundred (1001/6)percent of the contract price will be required,Reference C 3-3.7. 06/04/03 i s 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort - Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall,for a period of three(3)years following the date of acceptance of the work, maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract;and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of D-3 Right to Audit pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each partial payment estimate or payroll period,whichever is less,an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is$25,000.00 or less,the contract amount shall be paid within forty- five(45)calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy("Policy")of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers,members,agents employees,program participants or subcontractors,while engaged in performing this contract,shall,in connection with the employment,advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against persons because of their age except on the bases of a bona fide occupational qualification,retirement plan or statutory requirement. 06/04/03 Y F Contractor finther covenants that neither it nor its officers,members,agents,employees, subcontractors,program participants,or persons acting on their behalf,shall specify,in solicitations or advertisements for employees to work on this contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend,indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"),Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal,state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530,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 MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPL.IER UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("with Documentation")and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request,Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise(MBE)and/or women business enterprise (WBE)on the contract and payment thereof. Contractor fiuther agrees to permit any audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal,State or local laws or ordinances relating to false statements. Further,any such misrepresentation of facts(other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. 06/04/03 M r 12.FINAL PAYMENT,ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment(less retainage)from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. C. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed,as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding(i)final quantities,or(ii)liquidated damages,city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages,the parties shall attempt to resolve the differences within 30 calendar days. I f F r 06/04/03 - 413 - SPECIAL INSTRUCTIONS TO BIDDERS T/PW DEPARTMENT Coversdoc T/PW DEPARTMENT SPECIAL INSTRUCTION TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five(5%)per cent of the total of the bid submitted must accompany the bid,and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten(10)days after the contract has been awarded. To be an acceptable surety on the bond,(1)the name of the surety shall be included on the current U.S. Treasury,or(2)the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth(1/10)the total capital and surplus. 2. PAYMENT BOND AND PERFORMANCE BOND: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection,the successful bidder shall be required to famish a performance bond as well as payment bond,both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Article 5160 of the Revised Civil Statutes of Texas,as amended. In order for a surety to be acceptable to the City,(1)the name of the surety shall be included on the current U.S.Treasury List of Acceptable Sureties(Circular 870),or(2)the surety must have capital and surplus equal to ten times the amount of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth(1/10)of the total capital and surplus. If reinsurance is required,the company writing the reinsurance must be authorized,accredited or trusteed to do business in Texas. No sureties will be accepted by the City which are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City,notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. r If the contract amount is in excess of$25,000 a Payment Bond shall be executed,in the amount of the contract,solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000,a Performance Bond shall be executed,in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications,and contract documents. Said bond shall solely be for the protection of the City of fort Worth. 3. LIOUIDATED DAMAGES:The Contractor's attention is called to Part 1,Item 8,paragraph 8.6,of the"General Provisions"of the Standard Specifications for Construction of the City of Fort Worth, Texas,concerning liquidated damages for late completion of projects. " 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT:All bidders will be required to comply with City Ordinance No.7278 as amended by City Ordinance No.7400(Fort Worth City Code Section 13-A-21 through 13-a-29)prohibiting discrimination in employment practices. 6. WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall,for a period of three(3)years following the date of acceptance of the ., work,maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract;and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled"Right to Audit"pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each partial payment estimate or payroll period,whichever is less,an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7. FINANCIAL STATEMENT:A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement,if required,is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. w 8. INSURANCE:Within ten(10)days of receipt of notice of award of contract,the Contractor must provide,along with executed contract documents and appropriate bonds,proof of insurance for Worker's Compensation and Comprehensive General Liability(Bodily Injury-$250,000 each person, $500,000 each occurrence;Property Damage-$300,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. ADDITIONAL INSURANCE REQUIREMENTS: a. The City,its officers,employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers'compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth,contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street,Fort Worth,TX 76102,prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a 3 waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation,non-renewal,and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M.Best rating of A:VII or equivalent measure of financial strength and solvency. r A f. Deductible limits,or self-funded retention limits,on each policy must not exceed$10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance,in lieu of traditional insurance,City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups.The City must approve in writing any alternative coverage. h. Workers'compensation insurance policy(s)covering employees employed on the project shall be R endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. R j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project,Contractor shall report,in a timely manner,to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City,Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRESIDENT BIDDERS:Pursuant to Article 6018,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder"means a bidder whose principal place of business is in this state,and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accordance with City of Fort Worth Ordinance No. 15530,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 MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("with Documentation")and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request,Contractor agrees to provide to owner complete and accurate information regarding actual work performed by Minority Business Enterprise(WBE)on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiation action under appropriate federal,state or local laws or ordinances relating to false statement;further,any such misrepresentation (other than a negligent misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participation in City work for a period of time of not less than three(3)years. • 12. AWARD OF CONTRACT:Contract will be awarded to the lowest responsive bidder.The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION R FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")and/or the JOINT VENTURE FORM as appropriate is received by the City. The award of contract,if made,will be within forty-nine(49)days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. r 13. PAYMENT:The Contractor will receive full payment(minus 5%retainage)from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment,and upon acceptance of the project. f 14. ADDENDA:Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at(817) 871-7910.Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A.Workers Compensation Insurance Coverage a.Definitions: Certain of coverage("certificate').A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC-81, TWCC-82,TWCC-83,or TWCC-84),showing statutory worker's compensation insurance ` coverage for the person's or entity's employees providing services on a project,for the I duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in§406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person contracted directly with the contractor and „ W L u. regardless of whether that person has employees. This includes,without limitation, independent contractors,subcontractors,leasing companies,motor carriers,owner-operators, employees of any such entity,or employees of any entity which furnishes persons to provide services on the project. "Services"include,without limitation,providing,hauling,or delivering equipment or materials,or providing labor,transportation,or toner services related to a project."Services"does not include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. b. The contractor shall provided coverage,based on proper reporting of classification codes ,. and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011 (44)or all employees of the contractor providing services on the project,for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. ■ d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project,the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project,and provide to the governmental entity: (1) a certificate of coverage,prior to that person beginning work on the project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and (2) no later than seven days after receipt by the contractor,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,within ten(10)days after the contractor knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project. OP h. The contractor shall post on each project site a notice,in the text,form and manner prescribed by the Texas Worker's Compensation Commission,informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project,to: ■ (1) provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas labor Code,Section 401.011 (44)for all of its employees providing services on the project,for the duration of the project; h (2) provide to the contractor,prior to that person beginning work on the project,a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; (3) provide the contractor,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts,and provide to the contractor: (a) a certificate of coverage,prior to the other person beginning work on the project;and (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery,within ten(10)days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and (7) contractually require each person with whom it contracts,to perform as required by paragraphs(1)-(7),with the certificates of coverage to be provided to the person for whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative,criminal,civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules.This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" 2� R. , `: iTH, The law requires that each person working on this site or providing services related to this construction project must be covered by worker"compensation insurance.This includes persons providing,hauling or delivering equipment or materials,or providing labor or transportation or other service related to the project,regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the r legal requirement for coverage,to verify whether your employer has provided the required coverage,or I to report an employer's failure to provide coverage". 16. NON DISCRIMINATION:The contractor shall not discriminate against any person or persons because of sex,race,religion,color,or national origin and shall comply with the provisions of City Ordinance 7278,as amended by City Ordinance 7400(Fort Worth City Code Sections 13A-21 through 13A-29),prolubiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy("Policy")of the Executive Branch of the federal government,contractor covenants that neither it nor any of its officers,members,agents,or employees,will engage in performing this contract,shall,in connection with the employment, advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against person because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. 18. Contractor further covenants that neither it nor its officers,members,agents,or employees,or person acting on their behalf,shall specify,in solicitations or advertisements for employees to work on this Contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirement. 19. Contractor warrants it will fully comply with the Policy and will defend,indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 20. DISCRIMINATION DUE TO DISABILITY:In accordance with the provisions of the Americans with Disabilities Act of 1990("ADA'),Contractor warrants that it will not unlawfully discriminate on r the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or current employees of Contractor.Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. y - 5 - MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS 'X EW 11 .k'K '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 and Women Business Enterprises (MIWBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MSEMBE goal on this project is ZAP %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated MMBE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if participation is less than opening date,exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if no M/WBE participation: opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date,exclusive of the bid opening date. 5. Joint Venture Form,if ublize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening dale- FAILURE T5 COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions,please contact the M[WBE Office at(817)392-6104. V WIN", 16 1. IL 11h,iiaii66i� ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth 0$-17-04 A10 :45 IN Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME-: Check applicable block to describe prime STPkFal l..lr + `W,%r14 �nl L- PROJECT NAME: M1W/DBE NON-MNV/DBE �+ 2004 Capital Improvements Projects BID DATE Stanley Avenue(from Pafford to Bolt&Berry to Dickson) AN %k ST kZ ZOOy City's M/WBE Project Goal: Prime's MNVBE Project Utilization: PROJECT NUMBER z4 Ufa % c3(� % DOE No.3744&3745 t Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested 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 Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MMBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, _ Parker,Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct -� payment from the prime contractor to a subcontractor is considered 15t tier, a payment by a subcontractor to its supplier is considered Vd tier ALL MIWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace,that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency(NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise(DBE) is synonymous with MinorityMomen Business Enterprise(MMBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.50=3 ATTACHMENTIA FORT - i? Primes are required to identity ALL subcontractors/suppliers,regardless of status;i.e.;Minority,Women and non-MIWBEs. Please list M/WBE fines first,use additional sheets if necessary. r Certification (check one) c SUBCONTRACTOR/SUPPUER T r Company Name i N T Detail Detail Address I M w C X P Subcontracting Work Supplies Purchased Dollar Amount Tele hone/Fax T D P r E E R O E C T E 08-17 04 A10 :45 IN A M.E. ��Ia.aN►s Po, box I-83 L1T11,11'`r 5ma,uESor1, Tx- A4,014 81.4 441 Z-0.1- jrS4W Tsr'o Tol.-�►�- 7,33%4 6 PsN%k ST%-. .w 1 Qv 1 M;�, TX. --�c" is r 9'}t-399 -85 05 S-eROZ- �4 L iJ�.n1�►1 R � pO Faa-T- lnlva�sta,�'x. dw Paov+oar+►f:, 3b, Z'3� �1 l l MA�rtQ�t��S E �HIZf;aow� F�i•i►e.�. PD. %oK 12109y FEMG£ � o0 Atu.INkz�M, 'Tx. \j — '4WO12 S1�•Z35-8534 - Q'b QED1- M\)c &9"t. 551- O fua-ma %4%.H �%X C.U..w--f. y,R "AL.-Mm t�►w,Tx. 2b3,039 FOt�-T\�Oe�I1a� T�. Q GCt�Jj.S.it l�y T8t boo �14�lasl -sin - t • �fe,�. •,u9`:'. «Y i'"�,.*.. ter, ax's. ~x �Saiz ..v. _�s_ ? r ':wl,€: i �,. ' I. - •p � e 1. 7} ' ! I 1 I ' ' _ ' r A �I . -IrV 1' •� �' p / � ' � r - � � '. � I. � �: . . . . I - . e. � � .,� 5 _ .i ' � 1, r_ . . , . . _� I, , S. r , . �. I � • ., ! - � r t <• ! ' � �r 1 , . . � , �: �, `• � „ wy~T ;,r 'T�y d t `'.�',r,'!'S.ti''.'"��:..'a!Sf-'.�'�'r�,'•fgr�dni.7g��''''�¢�7G'. - ^° Primate are required to identify ALL subcontractors/suppliers,regardless of status,i w,Minority,Women and non-MMIBEs.: Please list M/WBE firms first,use additional sheets if necessary. ' Certification (check one) C SUBCONTRACTOR/SUPPLIER T r Company Name i N T Detail Detail Address I M wc X p Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B R O E E E C T E A TT.XaS 130?"-&, C-��'Cti.lA�f Lime aw-ke d►te— Pa.. M{v.1-tM�L. °Q 2 y y 14 gl�- 1}30 - b3�`t �r ir Ir l �,�;.i-.:4 r�'*, � .3.' �� 'a, tJ :�.''�r�(�=�` =�9s� ,�',...'r. $t';a. e'1,`-' Y,,,•s,.;...,�'..� �..f'.`' -1�°`ss�'S` . K FIRITA, F Wi W-, • ATTACHMENT 1A Page 4 of 4 08-I 'l-04 A10 : 45 IN Total Dc1lar Amount of MIWBE Subcontractors/Suppliers $ 34-3c, 60LA Total Dollar Amount of Non-MIWBE Subcontractors/Suppliers $ 343, 49q TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 6R 11 301 So The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the MMI/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create 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. 4.0 Au rized Signature Printed Signature FAWLS%or-t1T I r=xteowrme- Tide Contact Narnefritle(if different) S-T AeA Lr- 4r\J11 AV4 1A C- 814- 8144 - Loe) 6 Company Name Telephone and/or Fax P.O. boy -A-0056C' -1e-rr%4.n"ex---9n Q- !Mcklo Adtujtnti. coin Address E-mail Ad-dress ,5 Pr o,,r, T).e. T 130 VAUC-1 , 11: zoo - cityistateop Date • Z • W 3 • Q H O04 \ pq 1-4 Im PL, O AUG. 2.2004 10:49AM DANNENBFUM FTW N0.607 P.6 PROPOSAL T0: Mr. Gary Jackson City Manager Fort Worth,Texas 2004 CAPITAL IMPROVEMENT PROJECTS Reconstruction of Stanley Avenue (from Pafford to Bolt& Berry to Dickson) FILE NO,: K-1 839 DOE NO.: 3744& 3745 UNIT I: WATER&SANITAFY SEWER REPLACEMENT Water Project No.: IV 53-060530176570 Sewer Project No.: :IS 58-070580175900 UNIT II: PAVING RECONSTRUCTION & STORM DRAINAGE IMPROVEMENTS T/PW Project No.: 0115-020115040623 Pursuant to the foregoing 'Natio:to Bidders",the undersigned has thoroughly examined the plans, specifications and the sitE, understands the amount of work to be done, and hereby proposes to do all the work and"umish all labor, equipment, and materials necessary to complete all the work as provided in the plans and specifications, and subject to the inspection and aoaroval of the Department of Engineering Director of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and;urnish Performance and Peyment Bond approved by the City of Fort Worth for performing -ompleting said work within the time stated and for the following sums,to-wit: r� J Ll .jr1✓JiY YG Y�JV1 ' 9 2.2004 10:50AM DANNENBFUM ll NO.607 P.7 UNIT I: SECTION A-WATER PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WMI BID PRICES WRITTEN IN WORDS VALUE VALUE 4,700 LF 8®(DR-1a)F'VC Water Pipe w/Blocking TW 26PAT2f Dollars and T' & F%,je- Cents oer LF $ Z\ S 0m 9, 60 LF 6-(DR-1 a)FVC Water Pipe w/Blocking T ,,j%b t Dollars CIO and f4%ml Cents per LF $ zo $ 1,230 3. 120 LF Extra Depth h ir Water Mains aver 1 Foot Below Design Elevatlon Ido �oltsns 14 oP _ and Cents oer LF $ $ IZ 3 TN Cast Iron Fitti tgs H"\i><-T'11 FIVE fj��10tl�fl Dollars 00 00 7 and Cents TN S?k 00 $ I0 5O 5. 10 EA 8"Gate valve &Valve Box Sfi V F,rA jX%&A0L6Q ft fMIM- , Dollars 00 o0 and Alb cents Der EA S x-15 $ 150 ' 6. 5 EA 6"Gate Valve &Valve Box Ftya Aumoc _o Dollars 00 00 and tAID Cents per EA $ 500 $4 5DO j 7. 5 EA Fire Hydrant 3'-6"Bury) ISIMSUA "tQs:AQ RF-3:f Dollars .b o0 and V12 Cents per EA S It 1050 , $&Z50— ?. 10 VF Fire Hydrant�3arrell Extension(over T-6"Bury) Dollars CIO Do _ and Cents oer VF 5 $ 50 120 LF Trench Safetffor Depths In Excess of 5 Feet - i �n1E Doy.rs co 00 and Cents per LF S ?� 10. 105 EA Furnish&Ins tall Class'A'Meter Box&Set Meter E%t.L1jY%f Dollars and Cants per EA $ Go $8 t}oO� ` 11. 25 EA Furnish&Int tall Class'C'Meter Box-Bullhead Service „-11ig-rY FfyE Dollars - and rA0 Cents per EA $ 00 $ IZG,oc '2, 20 EA Relocate Me'or Box&Set Meter Dollars c vo 00 and t4o Cents perEA S 150 ' S Ooh 6 (2) • q � f 1 f I r '•�, tit ,. ►4 •Y 1 ' 1 W t e "'.?. . 2.2004 10:50AM DANNENBFUM FTW N0.607 P.8 "ACTION A-WATER PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL I"EM QUANTITY WITII BID PRICES WRITTEN IN WORDS VALUE VALUE 13. 10 EA Assessment 1'ap n.ar- Au►62il&O E16 Wrf F,vC Dollars 00 00 and o Cents per EA $ �rJ S � 14. 115 EA 1"Water Sen ice Tap to Maln On1I ��91Q Sk&P T'l .Dollars and o Cents wr EA 85� $ Z1.215 ---— 3,190 LF 1"Copper Se vice TwUL w e Dollars ao O° tandT-�o Cents per LF S 16. 25 EA Water Service lap to Maln o Cents r EA"7. 2 EABandon Water Maln ..�oa�o FIFTY Dollarsooh o Cents per FA $ SSD S 30� 4,750 LF Temporary A aphalt Pavement(6"Flex Base&2"HMAC) _ SEVEN Dollars 00 and blO Cents per LF s s3 ZSo 19. 5 EA Remove&Si Ivage Existing Fire Hydrant 0 14w402- Dollars and Cents per EA mo 00 20. 8 EA Remove&SFdvage Existing G2te Valve 0Dollars t�tE �_u`t101�f '� and M`� we 00 i Cents per EA goo 21. 115 EA Remove&Salvage Existing Meter Box&Meter -five Dollars 00 and tao Cents per EA OQ $ 5 $ S 5 �-2, 5 CY Crushed Limitstone for Misc.Placement ON a Dollars Sao 00 and Iklo Cents per CY C 5 CY Type E(I 50C psi)Concrete for Mlsc.Placement OM It Dopars oo and Cents per CY $ [ 6(3) 2 -•:�-, �U ISI PJG. 5.2004 7:21AM DANNENBFUM FTW N0.675 P.4 UNIT I': SECTION A•WATER PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL. !TEM QUANTITY WI TH BID PRICES WRITTEN IN WORDS VALUE VALUE 24, 5 CY Type B(25(0 psl)Concrete for Misc.Placement 6mr- _ Dollars vp vo and TAO Cents per CY $ $ S 25. 1 LS Furnish&Lay 2"Pipe&Fitting tnr Temporary Service Connection Rext:%t.1 p_o and 1ao Cents Per LS $IS CM $ IS OOO 26, 100 CY Type"B"Ba;dill _Fin Dollars and Zero Cents Der CY 515.00 $1,500.00 Zt�3� l8Z �s NOTE THAT THIN SCHEDULE OF VALUES MUST EQUAL AMOUNT BID '7FANSFER TOTAL UNIT I: SE'TION A—WATER TO SUMMARY OF BIDS ON PAGE 6 (15). SUMMARY OF CAST IRON FITTINGS FITTING No. 8"x8"Tee 1 3 8", 90° Bend 1 8", 4511 Bend 8 8"x6" Tee 6 8"x6" Reducer 6 8"Sleeve 6 6" Sleeve 6 Y f •tri it 1LII� Ci_ s a AUG. 2.2304 10:50AM DANNENBFUM fYvB NO.607 P.10 UNIT I: SECTION B -SANITARY SEWER REPLACEMENT PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITI I BID PRICES WRITTEN IN WORDS VALUE VALUE 1. 44 LF 8-in.(SDR-35l PVC Sanitary Sewer-Open Out(all depths) T1iuT'Y Twp Dollars w and T Cents per LF S 2, 20 LF &in.D.I.Sani ary Sewer-Open Cut(all depths) Tw=,( S I Dollars 00 00 and O Cents per LF $ 3(,o $ �rZ� 1 EA Standard 4°D ameter Sanitary sewer Manhole Six-MILTa %kmrkNLm> qr-A tF" Dollars oe go and alo Cents per, EA $ i b50 $ It 105 4. 3 VF Extra Depth fi�r Sanitary Sewer Manhule O Nc�}v,a F�r--t`r oorlars � and Cents per VF $ $ 50' 5. 1 EA Watertlght Ms nhote Inserts S�.V rc.:r-iT Y F►V L Dollars o0 00 and tJ►c Cents per EA $ $ cJ 6. 1 EA Concrete Coll ars tra'T`i `'1 y Dollars 00 00 and O Cents per EA $ 7-6 S i 7. 1 EA Vacuum Test Manhole UNE 4..M0*4,e F1t-3Y dollars 00 00 and tAQ Cents per EA S ISTD' S 150— a. 1 EA Remove E)ls.ing Sanitary Sewer Manhole Team "UA*"a0 Dollars and Cents per EA 7-00 $ 200 o. 40 LF Temporary Po ivement Repalr(6"Flex Base&2"HMAC) Dollars00and t\�O Cents r Lt= $ �� $ 32.A-' "0. 60 LF 'french Exca%stlon Safety Protection for Sewer C) Dollars v0 oA and tAo Cents per LF S $ 190 11. 60 LF Pre-Construc,lon TV Inspection Dollars 00 and Tao Cents per LF $ d 0700- 66 b00- 60 LF Post-Constru:tlon TV Inspection Dollars 00 and- ---- Mn Cents per LF $ © _ $ b 00 *Contractor must complete City approved Product and Method Form an Page 6(7) 6(5) AUG. 2.2004 10:51AM DANNENBPUM FTW NO.607 P.11 UNIT I: SECTION B - SANITARY SEWER REPLACEMENT PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL. ITEM QUANTITY WIT 4 810 PRICES WRrMN IN WORDS VALUE VALUE '3. 1 EA Sewer Pre-Cilnstructlon D-Mole Two 9&AM2 .tU F1t; rl _ Dollars and A* _Cents per EA 00 04 SCr $ZSR"" '4. 2 CY Crushed Limestone for Misc.Placement obit Dollars and 90, Cents per CY 00 00 _ $ t^ S `5• 2 CY Type E(1500 Psi)Concrete for Misc.Placement OwlE Dollars ore op and Ia0 Cents per CY $ 1 S h i P { (DI ooq oc NOTE THAT THIS SCHEDULE OF VALUES MUST EQUAL AMOUNT BID ti:>F=R TOTAL UNIT I: SECTION B - SANITARY SEWER REPLACEMENT TO S.iiviMARY OF BIDS ON PAGE 6 (15) ' =ar:-as or must complete City ap)royed Product and Method Form on Page 6(7) 6 (6) AUG. 2.2004 10:51AM DANNENBFUM FTW N0.607 P.12 PROPOSAL C7Y APPROVED PRODUCT &M-TROD FOR `vONTRACTOR SHALL SELECT T(PE OF PIPE TO BE USED Standard Spec Na. Size E1-31 4"through 30" TCX E1-25 4"through 15" E1-27 4"through 15" E1-28 18"through 27" a E100-2 18"through 48" Consult with"City of Fort Worti, Texas Standard Product List"to obtain the Generid7rade Name and the Manufacturer fc,r the pipes listed above. i Fa'lure to provide the information required above may result in rejection of bid as non- S:=sive. Only products listed above will be allowed for use in this project. Any substitutions shall result in rejection of bid as non-responsive. 6(7) •t4 UNIT I1: ASPHALT PAVING RE.CONSTRUCTION "4 't5'AYj APPROX. DESCRIPTION OF ITEMS UNIT TOTAL QUANTITY WITH BIp PRICES WRITTEN IN WORDS VALUE VALUE 10,100 CY Llndassified:treat Excavation Dollars rs i and Cents per CY S ! 3 2. 10,010 LF Remove Exlsiing Concrete Curb&Gutter Dollars and Cents ser LF S S 3. 40,000 SF NRemove Exising Concrete(Driveways,Sidewalks, elchair,F amps,Leadwalls,Valley,etc..) Dollars and Cents per SF 5 1S 4. 19,500 SY 8"Thick Lim S7ilized Subgrade Dollars and Cents per SY S S 5. 400 TN Lime for Subc rade Stab tion I Dollars and Cents S 5 6. I 16,250 SY Type"D"HW kC,5 Thidk i Dollars and Cents per SY $ S 7. 10,750 LF Concrete Cur�&Gutter i Dollars 1 and Con IsA LF S 5 S. 4.600 SF Reinforces C mcrete Vail ey G r Dollars i and Cents per SF S $ 9. I 85 CY Reinforced C)n Retaining Wall Dollars I and z Cents per CY S S 10. 38.100 SF 67einnresd Concrete Driveway Dollars and Cents ver SF 5 $ 11. 12,500 S 4"Thick Rein,-creed Concrete Sidewalk&Leaawalts ►�oilerffi and Cents per SF , $ S 12. 1,820 SF ADA Wheeldlair Ramps �111ars i and Cents ver SF S 5 i"fiflCh"11 APE t AUG. 2.2004 10:51AM DANNENBFUM FTW NO.607 P.14 UNIT 11: ASPHALT PAVING RECONSTRUCTION MTMa PAYrPROX. DESCRIPTION OF ITEMS UNIT TOTAL IT ANTITY WITH Rip PRICES WRITTEN IN WORDS VALUE VALU 13. 500 SF Construct Rei iforced Concrete Steps Ddtars anti Cents per SF $ 5 ".6. 1,400 Y 6 Thick Topsail,Complete in Place r � i I]oller3 d Cents per CY $11.00 $ 15,400.00 15. 3 EA anhole Rlm to Finished Grade :%st undyed Fifty Dollars and No Cents per EA $ 50.00 $1,050.00 16. 143 EA Meter Box Alustment Thlrtv Five Dollar and No Centsp EA 35.00 $5,005.00 17. 16 EA Adjust Water Valve Adju ent Two Hundro fft /Dollars 1 and No --/Cents per EA $250.00 A 4,000,00 18- 6 EA Project Desig cation Signs X 711Cee_NU1tdrE Pollars and No Cents Der EA $300.00 $1,800.00 1 LS Utility Adjusts lent i Ten_Thousan 1 Dollars and No_ Cents r LS $10.000.00 S10,000.00 i r . 100 LF 6"Sub Draln Dollars I and Cents per LF 1\$ 21. a FA Remo Exis ing Inlet DoNars , and Cents per EA S $ 22. 6 EM Standard 10' nlet Dollars and Centrg2r EA a $ 23. 1 EA Double 10'In at Dollars and Cents per EA $ l r. 6(9) 5.20047 11:08AM DANNENBFUM FTW NO.703 P.5 UNIT 11: ASPHALT PAVING RECONSTRUCTION it AY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL r7 'r' QUANTITY WITH 81D PRICES WRITTEN IN WORDS VALUE VALUE 2�. 3 EA Standard 5'Inl3t n tkslars and Cents Per EA 25. 60 LF Remove&Ra dace Chain Unk Fence F I1dFp.� and Cents 4per/uL1FF $ C 4 llA Hetnpve&Re�Iace Chaln Link Fence–Gate i3allar6 i nd Cents per EA $ �'. 55 LF Arove&Replace Wooden Fence Dollars and Cents pe F g g 28. 120 LF Remove R(place Ornamental Iron Fence Dollars and ents per LF $ $ l 29. 21 EA Remove&Ri:p Omamental Iron Fence Gate Dollars ' and Cents per EA S S 30. 35 LF Remove&R:place 8161I Plpe(fall encs Dollars and VCents per LF g $ 100 TN HMAC Tran:Itlon Dollars and Cents per TON g � 2. 100 SY Crushed Stone 1 Driveway Transitio {Complete in Place) Dollars and Cents per SY g $ 1 LS Stour, tee Pollution Prevention Plan Dollars r d Ce par LS $ $ 34. 2 FA emove&F:eoonstruct Exlsting Brick Mailbox ilars and Cents per $ S 35. LF Remove Ex sting Concrete Retaining Wall f t Dallarl _ l and Cents per LF $ $ p 36. 5 LF 18"Reinfon:ed Concrete Plps Dollars and Cents per LF 37. 700 CY Borrow - — — D011ara I and Cents per CY g �' _y« M' i, Si '�, qtr+ '.1• � �• 5.2004 11:09AM DANNENDFUM FTW a` N0.703 P.6 II (ALTERNATE 131D): SECTION A— CONCRETE PAVING IMPROVEMENTS " APPROX. DESCRIPTION OF ITEMS UNIT TOTAL r 17EM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 10,100 CY Unclasslfled Street Excavation I I 1 _�:_fr►1�T _ Dollars 00 00 l i_ and r ka Cents per CY $ g $9D 8OO 2. 10,000 LF Remove Exist ng Concrete Curb&Gutter TSM Dollars so ce_ and 1ao Cents oer LF $ 2- $Z O00 3. 48,500 SF Remove Exis,Ing Concrow(Dfiveways,Sidewalks, Leadways,W ieelchair.Ramps,Valley,etc..) QwL Dopar wo ao {, and tao Cents per SF S $ 50�D , 4. 19,500 SY 6"Thick Lime Stabilized Sub grade I END Da�ars 5p _ and Cents per SY $ 5. 310 TN Lime for Sub grade Stabilization r1 V E Dollars 0-0- and Cents pandCents perTN $ gs $Z6 3JV 19,500 SY 6"Thick Relr forced Concrete Paving SFa1LNTL'B.t. Dollars and Ft I 1•1t. Cents per SY $ 10,750 L.F 7"Attached .3oncrete Curb 1 Dollars eA 470 _ and Cents DerLF $ j B. 21,500 LF Silicone Jolr t Sealant AD Dollars and Cents per LF $ OSS $ 525 9. 85 CY Reinforced 'oncrete Retaining Wall Dollars 00 VC and i�+lV Cents per CY S $zS 150V 10, 38,100 SF 6"Thick Re nforced Concrete Driveway d-. Dapars oro and Cents DerSF $ 12,500 SF 4"Thick Reinforced Concrete Sidewalk and Leadwalls i -__Dollars 00 and jo Cents per SF S3 831,500 1,820 SF ADA Wheelchair Ramps k _TP�L Dollars iip,p and tAo Cents er SF S J Q 5,460 601) ?LG. 2.2004 10:52AM DANNENHFUM FTW N0.607 P.17 UNIT II ALTERNATE BID): %SECTION A- CONCRETE PAVING IMPROVEMENTS PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL I-TM QUANTITY WITII BID PRICES WRITTEN IN WORDS VALUE VALUE 500 8F Construct Rei*rced Concrete Steps i Dollars o0 -"„ p e and hie Cents per SF $ 5 $ 14. 1,400 CY 6"Thick Tops)il,Complete In Place I Flexon Dollam and N2_ Cents per CY 11.00 $15,400.00 15- 3 EA Adjust Msnhcle Rim to Finished Grade Three Hund n d Fifty Dollars and No Cents per FA $350.00 $1,050.00 143 EA Adjust Meter lox Adjustment 1Wfty Fire —Doilars and jig Cents per EA $35.00 $5 005.00 17. I 16 EA Adjust Water Valve Adjustment Two Hundred Fifty _Dollars and No Cent per EA $250.00 $4,000,00 18. 6 EA Project Desig iatlon Signs gorse Hund Dollars and No Cents per FA $300.00 S1,800.00 T 13. 1 LS Utility Adjustment i Ten Thousan i Dollars and No Cents per LS $10,000.00 S 10,000.00 20. 100 LF 6"Sub Drain Twe Ir Dollars �. and tlu. _Cents per LF OD �— r0 $ 21. 8 EA Remove Exis:ing Inlet 1�T W►Yrt►Ot FIFTY Dollars do � 1 and LAM Cents per EA $ �5D $ $O0 22. 6 EA LWndard 10'inlet 1^( TtA"F- Wu"- 1 ".Q Dollars 000 and Cents per FA $ 'SOV $ 23. 1 EA Double 10'In et Feo�Y M&A&G 1 WaPEED Dollars o! N and Sao Cents per EA 300 $ 4.-300 24, 3 EA Standard 5'h flet u sr_►A4 g! _Dollars do w and ^J O Cents per EA Z pOO $ b 0C>025. 160 LF Remove&Rjplace Chain Link Fence ® SEV iE0 Dollars 00 and tA. Cents per LF $ 26. 4 EA Remove&R,-place Chaln Link Fence-Gate P*12.r"l 'g+Arbff: Dollars and rho Cents per EA $ a g Q 6(12) 7. 5.2-2104-11:090M DANNENBFUM FTW NO.703 P.7 LNT if ALTERNATE SID : SECTION A-CONCRETE PAVING IMPROVEMENT'S APbROX. DESCRIPTION OF ITEMS UNIT TOTAL QUANTITY WITF 510 PRICES WRI7TEN IN WORDS VALUE VALUE i 27. 55 LF Remove&Re lace Wooden Fence �r1Ey Dollars Iso •o and 51 Zc i`( Cents per LF s `1 S 5Z8 28. 120 LF Remove&Re place Ornamental Iron Fence Dollars and_kLorAg."Try Cents per LF $ t� $ 1 434- 29. 21 EA Remove&Re place Ornamental Iron Fence-GatQ lorg1L A%htA2*gdt VA%MSFAIf___ Dollars and A'0 Cents per F-A $4 1 35 LF Remove&Rv 1 ce Steel Pipe Rail Fence %"J'o Dollars 00 oQ and i,o Cents per LF Z,^ $ 31, 100 TN HMAC Trans tion Qmr._ yVMMyQA=k Dollars Sao o• andtC Cents per TON g J&D $l0 OC7O 3i' 1 100 SY CruW Sto ie for Driveway Transition(Complete in Place) ntrY 1=,vE Dollars ao 00 and Pio Cents per SY $ Zrj g SOC?^ i 33 1 LS Storm Water Pollution Prevention Plan Tw2:2A7Y _Rtots.m- 1A1MA 9&Q Dollars and 1�0 Cents per LS T 34. 2 EA Remove&F ecanstruct Existing Brick Mailbox MaQ Dollars +� o0 and /T_ Cents per EA $ rj DO 35. 20 LF Remove Existing Concrete Retaining Wall F%q G Dollars a o,o and >Jo Cents per LF $ a $ kov ! 38. 5 LF 18"Relnforoed Concrete Pipe *1 Dollars 00 and tJo Cents per LF E $ 3.VS 37, 700 CY Borrow $� £ f Dollar r-♦ 7iS cP andTWl�w.l'7f Fi�� Cents per CY T 1980 qlb. p0 NOTE THAT THIN SCHEDULE OF VALUES MUST EQUAL AMOUNT BID -RANSFER TOTAL UNIT II: SECTION A--PAVING RECONSTRUCTION (ALTERNATE BID) SUMMARY OF BIDS ON PA(IE 6(15). 6(13) • ..-{ .' � , n1�V � ' ... 1 . z • � .. ' � j � JI �• •. ' ' ' _f � � t. tY � 1 /. t !� F • ryt 1 a 1. ��� ' , r , � . _ • - l '� , n... '� � l A � � �, .o a � � _ ..,- �j_ _,� G ?'JG. 2.2004 10:53P1 DANNENBPUM FTW N0.607 P. 19 A�'DiTIiVE ALTERNATE WM PAY JAPPROX DESCRIPTION OF ITEMS UNIT TOTAL IT1=M QUANTITY WITH BID PRICE$WRITTEN IN WORDS VALUE VALUE ADD the following Quan6iy and cost-.o Bid Item No. 11; 11. 22,500 SF 4"Thick Rein,orced Concrete Sidewalk and Leadwalls T%4w4sa Dollars o4 and iso Cents er$F $ aj S 10,900 111202M=2� a �W �16-:;r,Svo NOTE THAT THIS:CHEDULE OF VALUES MUST EQUAL AMOUNT BID TRANSFER TOTAL ADDITIVE ALTERNATES ON PAGES 6(15) &6(16). 6(14) ��ti� �v� � � « UT F 1W.. 1`RJ.b�7r r.CF? � b SUMMARY OF BIDS BASE BID -,T7 L: WATER&SANITARY SENDER REPLACEMENT Total Section A-Water(Pa ge 6(4)) $ 1Jo pb, p Total Section B-Sanitary Sewer Replacement (Page 6(6)) $ jj o 9-6.cW TOTAL AMOUNT BID UNI' I Oa• f!a�>D ,,'T I!: PAVING RECONSTRUCT ON Total - Asphalt Paving Reconstruction (Page 6(10)) S o B op. TOTAL AMOUNT BASE B1 D UNIT 11 1a0 a cj, SUMMARY OF TOTAL BASE BID Total Unit I +Total Unit II (Asphalt) $ a• 'g fl ADDITIVE ALTERNATE Total - Additive Alternate(:3idewalk Quantity) (Page 6(14)) $ 40 a%c;> Total Unit I +Total Unit II (Asphalt)+Additive Alternate $6` Ji i ALTERNATES UN'T I: WATER&SANITARY SEVER REPLACEMENT o0 Total Section A-Water(Paige 6(4)) �, Z b3�, l62 Total Section B-Sanitary E ewer Replacement (Page 6(6)) $ 6, oo 14 °= op TOTAL AMOUNT BID UNI r I $ 2-4oal. 16b =4VINIG RECONSTRUCTION (ALTERNATE) 00 Total - Concrete Paving Reconstruction (Altemate) (Page 6(13)) 0900, o t to dip TOTAL AMOUNT ALTERNATE BID UNIT II $ 01wi 9 I t# 6(15) 10:53AM DANNENBFUM FTW NO.607 P.21 SUMMARY OF BIDS SUMMARY OF TOTAL, ALTERNATE BID 00 Total Unit 1 *Total Unit II (Concrete) $_k115_0 LQZ A001TIVE ALTERNATE ao Total - Additive Alternate(.,Idewalk Quantity) (Page 6(14)) $ b-'• 5yo 00 Total Unit I Total Unit If (Asphalt)+Addltive Alternate $ 2l�', tooZ ', 606) AUG. 2.2004 10:54AM DANNENBFUM FTW N0.607 P.22 STATEMEN'r OF MATERIALS AND" 0" HER CHARGES Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful perfo,mance of the Contract.The attached bid security in the amount of 5% Is to become the property of the City of Fort:Worth.Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth,as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certifies that ho has been furnished at least one set of the General Contract Documents and Gereral Specifications for Water Dept rtment project dated January 1, 1978, and the he has read and thoroughly ^:�stands all the requirements and oonditions of those General Documents and the specific Contract Documents and appurtenant pians. contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04(F) Texas Limited Sales,Excise and Use Tax Act, Taxes. All equipment and materials rot consumed by or incorporated into the project construction are subject to State sales tax under House Bill 11,enacted August 15, 1991. The successful bidder shelf be required to complete the attached Statement of Materials and Other Charges Contractor at the time of executing the contract. 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 prohibiter) by terms of City Ordinance No. 7279 as amended by City Ordinance No. 7400. The Bidder agrees to begin constructicn within 10 calendar days after issue of the work order.and to complete the Unit I and Unit II combined contract within 200 working days after beginning construction as set forth in the written wor'K order to be furnished by the Owne r, (Complete A or B below,as applicable: A. The principal place o+`business of our company Is In the State of Nonresident bidders in the State of ,our principal place of business,are required to be _percent lower than resident bidders by state law.A copy of the stature is attached. Nonresident bidders In the State of ,our principal place of business,are not required to underbid resident bidders. B. The principal place o' business of our company or our parent company or majority owner is in the State of Texas. Receipt Is acknowledged of the foflowir g addenda: Addendum No.1 (SEAL)If bidder is Corporation Addendum No.2 Addendum No.3 e pe II`submittted, .' I 64 By: le: 1��@S1IIE.rt►T P.O. toy -4'4360 �Su�Ml�4�1, Tx, 'gh6I Telephone: 90C^144 ' ZO'S (0 607) IK Lv- qUG. 2.2004 10:54AM DANNENBFUM FTW N0.607 P.23 STATEMEN"vF MAI ERIALS N►ND OTHER ^.nAR^s€S BASE 512: MATERIAL INCORPORATED INTO THE PROJECT: $ ALL O""HER CHARGES: $ 'TOTAL: ALTERNATE BID: lg MATERIAL INCORPORATED INTO THE PROJECT: $ 463,QO4 ALL OTHER CHARGES: $ -:k-S3, 6 9--'VSZ $ 2 -X- tooz.CD ;This total must agree with the total figure shown in Proposal,TOTAL AMOUNT BID for Unit I and Unit II in the bound contract, For Purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for any material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor, OUT. ONLY THE COPY OF THIS FORM IN THE BOUND CONTRACT IS TO BE FILLED 6(18) r ■ ■ GENERAL CONDITIONS (Water Department) W PART C-GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS C1.1 DEFINITIONS Cl- 1.1 Definition of Terms C1-1(1) Cl- 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) 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 C1-1(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) C1-1.23 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) At 7 Oi ..C7- - •i .. C2.21NTERPRETATION 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) 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) C3.3AWARD AND EXECUTION OF DOCUMENTS C3- 3.1 Consideration of Proposals C3-3(1) C3- 3.2 Minority Business Enterprise 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) C44SCOPE OF WORK C4- 4.1 Intent of Contract Documents C44(1) , C4- 4.2 Special Provisions C44(1) C4- 4.3 Increased or Decreased Quantities C44(1) C4- 4.4 Alteration of Contract Documents C44(2) , C4- 4.5 Extra Work C44(2) C4- 46 Schedule of Operations C44(3) C4- 4:7 Progress Schedules for Water and Sewer Plant Facilities C44(3) (2) C5.5CONTROL 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(3) C5- 5.9 Inspection C5-5(4) C5-5.10 Removal of Defective and Unauthorized Work C5-5(4) C5-5.11 Substitute Materials or Equipment C5-5(5) C5-5.12 Samples and Tests of Materials C5-5(5) C5-5.13 Storage of Materials C5-5(6) C5-5.14 Existing Structures and Utilities C5-5(6) C5-5.15 Interruption of Service C5-5(6) C5-5.16 Mutual Responsibility of Contractors C5-5(7) C5-5.17 Cleanup C5-5(7) C5-5.18 Final Inspection C5-5(8) C6.6LEGAL 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(1) C6- 6.5 Public Safety and Convenience C6-6(2) C6- 6.6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6-6(3) C6- 6.7 Railway Crossings C6-6(3) C6- 6.8 Barricades, Warnings and Watchmen C6-6(3) C6- 6.9 Use of Explosives, Drop Weight, etc. C6-6(4) C6-6.10 Work Within Easements C6-6(5) C6-6.11 Independent Contractor C6-6(6) C6-6.12 Contractor's Responsibility for Damage Claims C6-6(6) C6-6.13 Contractor's Claim for-Damages C6-6(8) C6-6.14 Adjustment of Relocation of Public Utilities,etc. C6-6(8) C6-6.15 Temporary Sewer Drain Connections C6-6(8) C6-6.16 Arrangement and Charges of Water Furnished by City C6-6(8) C6-6.17 Use of a Section of Portion of the Worts C6-6(9) C6-6.18 Contractor's Responsibility for Work C6-6(9) C6-6.19 No Waiver of Legal Rights C6-6(9) C6-6.20 Personal Liability of Public Officials C6-6(9) C6-6.21 State Sales Tax C6-6(10) (3) C74PROSECUTION 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(3) C7- 7.8 Extension of time of Completion C7-7(3) C7- 7.9 Delays C7-7(4) C7-7.10 Time of Completion C7-7(4) C7-7.11 Suspension by Court Order C7-7(5) C7-7.12 Temporary Suspension C7-7(5) C7-7.13 Termination of Contract due to National Emergency C7-7(6) , C7-7.14 Suspension of Abandonment of the Work and Annulment of Contract C7-7(6) C7-7.15 Fulfillment of Contract C7-7(8) C7-7.16 Termination for Convenience of the Owner C7-7(8) C7-7.17 Safety Methods and Practices C7-7(11) C8.8MEASUREMENT AND PAYMENT C8- 8.1 Measurement of Quantities C8-8(1) C8- 8.2 Unit Prices C8-8(1) C8- 8.3 Lump Sum C8-8(1) C8- 8.4 Scope of Payment C8-8(1) C8- 8.5 Partial Estimates and Retainage C8-8(2) ' C8- 8.6 Withholding Payment C8-8(2) C8- 8.7 Final Acceptance C8-8(3) C8- 8.8 Final Payment C8-8(3) C8- 8.9 Adequacy of Design C8-8(3) C8-8.10 General Guaranty C8-8(4) C8-8.11 Subsidiary Work C8-8(4) C8-8.12 Miscellaneous Placement of Material C8-8(4) C8-8.13 Record Documents C8-8(4) , (4) ,