Loading...
HomeMy WebLinkAboutContract 26611 61 CITY SECRETARY D.O.E. FILE SPECIFICATIONS # 1 CONTRACTOR'S BONDING CO. AND _L CONSTRUCTION'S COPY CONTRACT DOCUMENTS CITY SECRETARY FOR: CONTRACT NO. �P L CLIENT R9ff 4KTER AND SANITARY SEWER IMPROVEMENTS IN DOE#2168: 8"WATER LINE REHABILITATION,Lipscomb Street-From Magnolia Ave.to Felik3 Gwozdz St. DOE#2169: 8"WATER LINE REHABILITATION,Lipscomb Street—From Hawthome Ave.to Jessamine St. DOE#2171: 8"WATER METER RELOCATION.West Cantey Street—From 5th Ave.to College Ave. I� DOE#2172: 8"WATER LINE REHABILITATION,West Lowden Street—From South Adams St.to Hemphill SL DOE#2173: 8'WATER LINE REHABILITATION,South Adams St,eet—From West Jessamine to Elizabeth Blvd. NATER PROJECT NO. PW53-060530175330 DOE#2172:SANITARY SEWER IMPROVEMENTS 6"SANITARY SES"/ER LATERALS(L-572),(L-7812)AND 8"SANITARY SEWER LATERAL(L-573)REHABILITATION SEWER PROJECT NO. PS58-070580174470 UNIT iI: PAVEMENT AND DRAINAGE IMPROVEMENTS FOR DOE#2168: Lipscomb Street—From Magnolia Ave.to Feliks G,vozdz St. DOE#21611:Lipscomb Street—From Hawthorne Ave.to Jessamine St. DOE#2171• West Cantey Street—From 5th Ave.to College Ave. DOE#2172: West Lowden Street—From South Adams St.to Hemphill St. DOE#2173:South Adams Street—From West Jessamine to Elizabeth Blvd. TRANSPORTATION AND PUBLIC WORKS DEPT PROJECT NOS.C115-020115040544 FILE NO. K—1606 IN THE CITY OF FORT WORTH,TEXAS KENNETH L. BARR BOB TERRELL MAYOR CITY MANAGER Prepared for: DEPARTMENT OF ENGINEERING A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING HUGO A. MALANGA, P.E. DIRECTOR, DEPARTMENT OF TRANSPORTATION ANC' PUBLIC WORKS DALE A. FISSELER, P.E. DIRECTOR,WATER DEPARTMENT OFFO��aB �J���b�® n SEPTEMBER 2000 '1� W u 4 u Prepared by: • nl'J' el � ' J. B. DAVIES INC. ENGINEERS-SURVEYORS ' '�' '•is< FORT WORTH, TEXASARD L" GREEN 4 ?tth-Lx' . E City of Fort Worth, Texas *Vrifor And coun"'I Communication DATE REFERENCE NUMBER "' NAME E 2/13/01 C-18455 30MCCLENPAG1 of 2 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO MCCLENDON CONSTRUCTION COMPANY, INC. FOR PAVEMENT RECONSTRUCTION AND WATER AND SANITARY SEWER REPLACEMENTS ON LIPSCOMB STREET (MAGNOLIA TO INGRAM), LIPSCOMB STREET (MAGNOLIA TO JESSAMINE) WEST CANTEY STREET (5TH TO COLLEGE), WEST LOWDEN STREET (ADAMS TO HEMPHILL)AND SOUTH ADAMS STREET EST JESSAMINE TO ELIZABETH RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to transfer $232,894.00 from the Water and Sewer Operating Fund to the Water Capital Project Fund in the amount of $202,082.00 and the Sewer Capital Project Fund in the amount of $30,812.00; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Project Fund in the amount of$202,082.00 and the Sewer Capital Project Fund in the amount of$30,812.00 from available funds; and 3. Authorize the City Manager to execute a contract with McClendon Construction Company, Inc. in the amount of $1,091,325.75 for pavement reconstruction and water and sanitary sewer replacements on Lipscomb Street (Magnolia to Ingram), Lipscomb Street (Magnolia to Jessamine), . West Cantey Street (5th to College), West Lowden Street (Adams to Hemphill) and South Adams Street (West Jessamine to Elizabeth). DISCUSSION: The 1998 Capital Improvement Program included funds for pavement reconstruction and water and sanitary sewer replacements on Lipscomb Street (Magnolia to Ingram), Lipscomb Street (Magnolia to Jessamine),.West Cantey Street (5th to College), West Lowden Street (Adams to Hemphill) and South Adams Street (West Jessamine to Elizabeth). The proposed improvements include the construction of standard concrete pavement, driveway approaches, sidewalk and storm drain improvements. Water and sanitary sewer improvements are also to be made. The project was advertised for bid on October 19 and 26, 2000. On November 16, 2000, the following bids were received: BIDDER AMOUNT TIME OF COMPLETION McClendon Construction Company Inc. $1,091.325.75 150 Working Days B&H Utilities, Inc. $1,188,389.18 Jackson'Construction, Ltd. $1,220,773.95 Branch & Sons Contractors, Inc. $1,256,395.80 Stabile &Winn, Inc. $1,154,949.35 APAC-Texas, Inc. No Bid Zeiss Utilities, Inc. No Bid City of Fort Worth, Texas "01yor andCommunication Council DATE REFERENCE NUMBER LOG NAME PAGE 2/13/01 C-1 8d 30MCCLEN 2 of 2 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO MCCLENDON CONSTRUCTION COMPANY, INC. FOR PAVEMENT RECONSTRUCTION AND WATER AND SANITARY SEWER REPLACEMENTS ON LIPSCOMB STREET (MAGNOLIA TO INGRAM), LIPSCOMB STREET (MAGNOLIA TO JESSAMINE) WEST CANTEY STREET (5TH TO COLLEGE), WEST LOWDEN STREET (ADAMS TO HEMPHILL)AND SOUTH ADAMS STREET EST JESSAMINE TO ELIZABETH This project is located in COUNCIL DISTRICT 4, Mapsco 76V and W. McClendon Construction Company, Inc. is in compliance with the City's M/WBE Ordinance by committing to 10% M/WBE participation and documenting good faith effort. The City's goal of this project is 30%. Funding in the amount of $20,141.00 (Water: $17,573.00 Sewer $2,568.00) is included for associated water and sanitary sewer construction inspection and survey. Contingency funds to cover change orders for water and sanitary sewer replacements total $11,354.00 (Water: $8,786.00 Sewer: $2,568.00). The contingency for possible change orders for pavement construction is $26,698.00. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon completion of recommendation No. 1 and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water and Sewer Capital Project Funds and the Street Improvements Fund. MG:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Offlce by: (to) 1&2)PW53 472045 060530175330 $202,082.00 Mike Groomer 6140 1&2)PS58 472045 070530174470 $ 30,812.00 Originating Department Head: 2)PW53 541200 060530175330 $184,509.00 APPROVED 2)PS58 541200 070580174470 $ 28,244.00 2)PW53 531350 030530175330 $ 47,573.00 CITY COUNCIL 2)PS58 531350 030580174470 $ 2,568.00 A.Douglas Rademaker 6157 (from) FEB 27 2Q01 1)PE45 538070 0609020 $202,082.00 Additional Information Contact: 1)PE45 538070 0709020 $ 30,812.00 „ 3)PW53 541200 060530175330 $175,723.00 City Secretary of the 3)PS58 531350 070580174470 $ 25,676.00 city of Fon Worth,Texas A.Douglas Rademaker 6157 3)C115 541200 020115040544 $889,926.75 Adooted Ordinance No.�' J. B. DAVIES INC., ENGINEERS & SURVEYORS 1412 W.MAGNOLIA AVE. (817)338_3154 FORT WORTH,TEXAS 76104-4Z49 FAX(817)870-1503 FAX TRANSMITTAL SHEET To: ALL BIDDERS Company/Address UNIT I: WATER AND SANITARY SEWER IMPROVEMENTS IN DOE#2168: 8'WATER LINE REHABILITATION,Lipscomb Street—From Magnolia Ave.to Feliks Gwozdz St. DOE#2169: 8'WATER LINE REHABILITATION,Lipscomb Street—From Hawthorne Ave.to Jessamine St. DOE#2171: 8'WATER METER RELOCATION,West Cantey Street—From 5th Ave.to College Ave. DOE#2172: 8'WATER LINE REHABILITATION,West Lowden Street—From South Adams St.to Hemphill St. DOE#2173: 8'WATER LINE REHABILITATION,South Adams Street—From West Jessamine to Elizabeth Blvd. WATER PROJECT NO. PW53-060530175330 DOE#2172:SANITARY SEWER IMPROVEMENTS W SANITARY SEWER LATERALS(L-572),(L-7812)AND 8-SANITARY SEWER LATERAL(L-573) REHABILITATION SEWER PROJECT NO. PS58-070580174470 UNIT II: PAVEMENT AND DRAINAGE IMPROVEMENTS FOR DOE#2168: Lipscomb Street—From Magnolia Ave.to Feliks Gwozdz St. DOE#2169:Lipscomb Street—From Hawthorne Ave.to Jessamine St. DOE#2171: West Cantey Street—From 5th Ave.to College Ave. DOE#2172: West Lowden Street—From South Adams St.to Hemphill St. DOE#2173:South Adams Street—From West Jessamine to Elizabeth Blvd. TRANSPORTATION AND PUBLIC WORKS DEPT PROJECT NOS. C115-020115040544 FILE NO. K—1606 Bid Receipt Date-Thursday,October 19,2000 REVISED TO: Thursday,November 16,2000 From: Edward L. Green, P.E. Project No.: F'we98047 Re: Addendum 2 Date: 10/18/00 No.of Sheets(incl.Cover) 20 CITY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING ADDENDUM No.2 to: TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS For UNIT I: WATER AND SANITARY SEWER IMPROVEMENTS IN DOE#2168: 8"WATER LINE REHABILITATION,Upscomb Street—From Magnolia Ave.to Feliks Gwozdz SL DOE#2169: 8"WATER LINE REHABILITATION,Lipscomb Street—From Hawthorne Ave.to Jessamine St. DOE#2171: 8"WATER METER RELOCATION,West Cantey Street—From 5th Ave.to College Ave. DOE#2172: 8"WATER LINE REHABILITATION,West Lowden Street—From South Adams St.to Hemphill SL DOE#2173: 8"WATER LINE REHABILITATION,South Adams Street—From West Jessamine to Elizabeth Blvd. WATER PROJECT NO. PW53-060530175330 DOE#2172:SANITARY SEWER IMPROVEMENTS 6"SANITARY SEWER LATERALS(L-572),(L-7812)AND 8"SANITARY SEWER LATERAL(L-573)REHABILITATION SEWER PROJECT NO. PS58-070580174470 UNIT II: PAVEMENT AND DRAINAGE IMPROVEMENTS FOR DOE#2168: Lipscomb Street—From Magnolia Ave.to Feliks Gwozdz St. DOE#2169:Lipscomb Street—From Hawthorne Ave.to Jessamine St. DOE#2171: West Cantey Street—From 5th Ave.to College Ave. DOE#2172: West Lowden Street—From South Adams St.to Hemphill St. DOE#2173:South Adams Street—From West Jessamine to Elizabeth Blvd. TRANSPORTATION AND PUBLIC WORKS DEPT PROJECT NOS.C115-020115040544 FILE NO. K— 1606 Bid Receipt Date-Thursday,October 19,2000 REVISED TO:Thursday,November 16,2000 The Specifications and Contract Documents for the subject project are hereby revised or amended as follows: Addendum no. 2 Change no. 1 NOTICE TO BIDDERS and COMPREHENSIVE NOTICE TO BIDDERS Change the first paragraph from stating: "... received at the Purchasing Office until 1:30 P.M.,Thursday October 19,2000 and then publicly opened and read aloud..." to read: "... received at the Purchasing Office until 1:30 P.M.,Thursday November 16,2000 and then publicly opened and read aloud..." Addendum no. 2 Change no. 2 PART B 1—PROPOSAL UNIT I, WATER AND SEWER IMPROVEMENTS Section A: Water Line Improvements,Item number 6) Relocate Single Water Meter Box and Service,Per Each, CHANGE the Description of the itemfrom: Relocate Single Water Meter Box and Service,Per Each CHANGE the Description of the item to: Relocate Single Water Meter and Meter Box,Per Each Addendum no. 2 Change no-3 PART B 1—PROPOSAL UNIT I.WATER AND SEWER IMPROVEMENTS Section A: Water Line Improvements,Item number 7) Relocate Bullhead Water Meter Box and Service,Per Each, CHANGE the Description of the itemfrom: Relocate Bullhead Water Meter Box and Service,Per Each Addendum No.2,Page 1 of 19 CHANGE the Description of the item to: Relocate Bullhead Water Meter and Meter Box,Per Each Addendum no. 2 Change no.4 PART B 1—PROPOSAL UNIT I WATER AND SEWER IIVIPROVEMENTS Section A:Water Line Improvements,Item number 20) Class"A"Water Meter Per Each, CHANGE the Quantityrom: 1 EA CHANGE the Quantity to: 45 EA Addendum no. 2 Change no. 5 PART B 1 —PROPOSAL UNIT I WATER AND SEWER IMPROVEMENTS Section A:Water Line Improvements,Item number 21) Class"B"Water Meter Per Each, CHANGE the Quantityfrom: 45 EA CHANGE the Quantity to: 1 EA Addendum no. 2 Change no. 6 PART B 1—PROPOSAL UNIT I.WATER AND SEWER IMPROVEMENTS Section A: Water Line Improvements,Item number 25) Temporary Pavement Repair,Per Linear Foot, CHANGE the Description of the itemfrom: Temporary Pavement Repair,Per Linear Foot, CHANGE the Description of the item to: Temporary Pavement Repair per Figure'A'or`B' as applicable,Per Linear Foot, Addendum no. 2 Change no. 7 UNIT I,WATER AND SEWER 11VIPROVEMENTS SECTION E,SPECIFICATIONS, ADD ATTACHED DETAIL FIGURE `A'(Water sizes up to& including 12'9 Addendum no. 2 Change no. 8 PART B 2—PROPOSAL UNIT II.PAVEMENT AND DR.ATNAGE IMPROVEMENTS Item number 2.13) HMAC Surface Transition Pavement, CHANGE the Quantity and Unitsfrom: 220 LF(linear foot), CHANGE the Quantity and Units to: 17 Tons, Addendum no. 2 Change no. 9 PART B 2—PROPOSAL UNIT II,PAVEMENT AND DRAINAGE IMPROVEMENTS Item number 2.14) 7-Inch Concrete Curb and V-6"Gutter; including laydown curb at Drive Approaches and Wheelchair Ramp(s), CHANGE the Quantityfrom: 8,615 LF(linear feet), CHANGE the Quantity and Units to: 8,754 LF(linear feet), Addendum no. 2 Change no. l0 PART B 2—PROPOSAL UNIT II,PAVEMENT AND DRAINAGE IMPROVEMENTS Item number 2.18) Top Soil, CHANGE the Quantity and Unitsfrom: 750 SY(square yards), CHANGE the Quantity and Units to: 750 CY(cubic yard), Addendum no. 2 Change no. l l PART B 2—PROPOSAL UNIT II PAVEMENT AND DRAINAGE IMPROVEMENTS Item number 2.22) 6"Sidewalk Retaining Wall, CHANGE the Quantity, Units and Description rom: 325 LF(Linear feet)of 6"Sidewalk Retaining Wall, Addendum No.2,Page 2 of 19 CHANGE the Quantity, Units and Description to: 244.2 CY(cubic yard),Reinforced Concrete Retaining wall with Sidewalk Addendum no. 2 Change no. 12 PART B 2—PROPOSAL UNIT II PAVEMENT AND DRAINAGE IMPROVEMENTS Item number 2.23) 6"Concrete Runner with Sidewalks,Leadwalks, DELETE THIS ITEM ENTIRELY, The quantityfor this item has been included in the new pay item 2.22,Reinforced Concrete Retaining Wall with sidewalk Addendum no. 2 Change no. 13 PART B 2—PROPOSAL UNIT II PAVEMENT AND DRAINAGE IMPROVEMENTS Item number 2.24) V Reinforced Concrete Retaining Wall with Sidewalks,Leadwalks, DELETE THIS ITEM ENTIREL Y, The quantityfor this item has been included in the new pay item 2.22,Reinforced Concrete Retaining Wall with sidewalk Addendum no. 2 Change no. 14 PART B 2—PROPOSAL UNIT II PAVEMENT AND DRAINAGE IMPROVEMENTS Item number 2.25) Quadguard System Crash attenuator, CHANGE the Description of the itemfrom: Quadguard System Crash attenuator, CHANGE the Description of the item to: Quadguard System Crash attenuator with 30" wide type `B' backup,3 bays per each. Addendum no. 2 Change no. 15 PART B 2—PROPOSAL UNIT II,PAVEMENT AND DRAINAGE IMPROVEMENTS Item number 2.39) Hydro Mulch Seeding, DELETE THIS ITEM ENTIRELY, The City of Fort fVorth contracts to have this work completed by others. Addendum no. 2 Change no. 16 PART B 2—PROPOSAL UNIT II, PAVEMENT AND DRAINAGE IMPROVEMENTS ADD BID Item number 2.43) Remove and Replace Drop Inlet Top and Apron, ADD the following Quantity, Units and Description: 1 EA(Each)Remove existing drop inlet top and apron,Adjust inlet inflow elevation, Construct new drop inlet top and apron, (This item has been added to address a drainage problem south of Cantey Street in the alley at street station 10+15. Details of the proposed elevations and grading will follow with Addendum No. 3,prior to the revised bid date.) Addendum no. 2 Change no. 17 PART B 2—PROPOSAL UNIT II,PAVEMENT AND DRAINAGE IMPROVEMENTS ADD BID Item number 2.44) Fine grade alley area south of Cantey Street ADD the following Quantity, Units and Description: I LS(Lump Sum) Fine grade alley area south of Cantey Street, (This item has been added to address a drainage problem south of Cantey Street in the alley at street station 10+15. A detailed grading plan will be provided to create a berm along the west side of the alley and cause the alley area to drain north to Cantey Street.Details of the proposed elevations and grading will follow with Addendum No. 3,prior to the revised bid date.) Addendum no. 2 Change no. 18 PART B 2—PROPOSAL UNIT II,PAVEMENT AND DRAINAGE IMPROVEMENTS REPLACE THE EXISTING PART B 2—PROPOSAL UNIT II: PAVEMENT AND DRAINAGE IMPROVEMENTS WITH THE ATTACHED PROPOSAL SECTION FOR HM-AC STREET CONSTRUCTION WHICH INCLUDES THE REVISIONS TO THE STREET SECTION LISTED ABOVE, Also,Omit the BID SUMMARY page,A new Bid Summary sheet has been provided as a portion of Change no. 22(below) Addendum No. 2,Page 3 of 19 CHANGE the Quantity, Units and Description to: 244.2 CY(cubic yard),Reinforced Concrete Retaining wall with Sidewalk Addendum no. 2 Change no. 12 PART B 2—PROPOSAL UNIT II PAVEMENT AND DRAINAGE ROVEMENTS Item number 2.23) 6"Concrete Runner with Sidewalks,Leadwalks, DELETE THIS ITEM ENTIRELY, The quantityfor this item has been included in the new pay item 2.22,Reinforced Concrete Retaining Wall Addendum no. 2 Change no. 13 PART B 2—PROPOSAL UNIT II PAVEMENT AND DRAINAGE IMPROVEMENTS Item number 2.24) 1' Reinforced Concrete Retaining Wall with Sidewalks,Leadwalks, DELETE THIS ITEM ENTIRELY, The quantityfor this item has been included in the new pay item 2.22,Reinforced Concrete Retaining Wall Addendum no. 2 Change no. 14 PART B 2—PROPOSAL UNIT II PAVEMENT AND DRAINAGE IMPROVEMENTS Item number 2.25) Quadguard System Crash attenuator, CHANGE the Description of the itemfrom: Quadguard System Crash attenuator, CHANGE the Description of the item to: Quadguard System Crash attenuator with 30"wide type`B' backup,3 bays per each. Addendum no. 2 Change no. 15 PART B 2—PROPOSAL UNIT II,PAVEMENT AND DRAINAGE IMPROVEMENTS Item number 2.39) Hydro Mulch Seeding, DELETE THIS ITEM ENTIRELY, The City of Fort Worth contracts to have this work completed by others. Addendum no. 2 Change no. 16 PART B 2—PROPOSAL UNIT II.PAVEMENT AND DRAINAGE IMPROVEMENTS ADD BID Item number 2.43) Remove and Replace Drop Inlet Top and Apron, ADD the following Quantity, Units and Description: 1 EA(Each)Remove existing drop inlet top and apron,Adjust inlet inflow elevation, Construct new drop inlet top and apron, (This item has been added to address a drainage problem south of Cantey Street in the alley at street station 10+15. Details of the proposed elevations and grading will follow with Addendum No.3,prior to the revised bid date.) Addendum no. 2 Change no. 17 PART B 2—PROPOSAL UNIT II,PAVEMENT AND DRAINAGE IMPROVEMENTS ADD BID Item number 2.44) Fine grade alley area south of Cantey Street ADD the following Quantity, Units and Description: 1 LS(Lump Sum)Fine grade alley area south of Cantey Street, (This item has been added to address a drainage problem south of Cantey Street in the alley at street station 10+15. A detailed grading plan will be provided to create a berm along the west side of the alley and cause the alley area to drain north to Cantey Street.Details of the proposed elevations and grading will follow with Addendum No. 3,prior to the revised bid date.) Addendum no. 2 Change no. 18 PART B 2—PROPOSAL UNIT II,PAVEMENT AND DRAINAGE IMPROVEMENTS REPLACE THE EXISTING PART B 2—PROPOSAL UNIT II: PAVEMENT AND DRAINAGE IMPROVEMENTS WITH THE ATTACHED PROPOSAL SECTION FOR HMAC STREET CONSTRUCTION WHICH INCLUDES THE REVISIONS TO THE STREET SECTION LISTED ABOVE, Also,Omit the BID SUMMARY page,A new Bid Summary sheet has been provided as a portion of Change no.22(below) Addendum No.2,Page 3 of 19 CITY OF FORT WORTH,TEXAS, DEPARTMENT OF ENGINEERING ADDENDUM No.3,to: TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS,For UNIT I: WATER AND SANITARY SEWER IMPROVEMENTS IN DOE#2168: 8"WATER LINE REHABILITATION,Lipscomb Street—From Magnolia Ave.to Feliks Gwozdz St. DOE#2169: 8"WATER LINE REHABILITATION,Lipscomb Street—From Hawthorne Ave,to Jessamine St. DOE#2171: 8"WATER METER RELOCATION,West Cantey Street—From 5th Ave.to College Ave. DOE#2172: 8"WATER LINE REHABILITATION,West Lowden Street—From South Adams St.to Hemphill St. DOE#2173: 8"WATER LINE REHABILITATION,South Adams Street—From West Jessamine to Elizabeth Blvd. WATER PROJECT NO. PW53-060530175330 DOE#2172:SANITARY SEWER IMPROVEMENTS 6"SANITARY SEWER LATERALS(L-572),(L-7812)AND 8"SANITARY SEWER LATERAL(L-573)REHABILITATION SEWER PROJECT NO. PS5"70580174470 UNIT II: PAVEMENT AND DRAINAGE IMPROVEMENTS FOR DOE#2168: Lipscomb Street—From Magnolia Ave.to Feliks Gwozdz St. DOE#2169:Lipscomb Street—From Hawthorne Ave.to Jessamine St. DOE#2171: West Cantey Street—From 5th Ave.to College Ave. DOE#2172: West Lowden Street—From South Adams St.to Hemphill St. DOE#2173:South Adams Street—From West Jessamine to Elizabeth Blvd. TRANSPORTATION AND PUBLIC WORKS DEPT PROJECT NOS.C115-020115040544,FILE NO. K— 1606 Bid Receipt Date-REVISED TO:Thursday,November 16,2000 The Specifications and Contract Documents for the subject project are hereby amended as follows: Addendum no. 3 Change no. 1 PART B 2—PROPOSAL UNIT II.PAVEMENT AND DRAINAGE IMPROVEMENTS SECTION 'A' HMAC PAVEMENT OR SECTION `B'CONCRETE PAVEMENT AS APPLICABLE " BID Item number 2.43 OR 3.43) Remove and Replace Drop Inlet Top and Apron, 1 EA(Each)Remove existing drop inlet top and apron,Adjust inlet inflow elevation,Construct new drop inlet top and apron,See attached Detail Sheet showing proposed grades of modified Drop Inlet. Payment for this item shall include all work and materials required to remove and dispose of the upper portion of the existing drop inlet and to reconstruct the upper portion to the lines and grades shown on the attached detail sheet and in accordance with `Item 410 Concrete Structures'and the `Standard Drop Inlet'detail S-SD S of the Standard Specifications for Construction, City of Fort Worth, Texas,Public Works Department Engineering Division. Addendum no. 3 Change no. 2 PART B 2—PROPOSAL UNIT II,PAVEMENT AND DRAINAGE IMPROVEMENTS SECTION `A'Hh1AC PAVEMENT vR Si �-710N 'B' CONCRETE PAVEMENT AS APPLICABLE BID item number 2.44 OR 3.44) Fine grade alley area south of Cantey Street, 1 LS(Lump Sum)Fine grade alley area south of Cantey Street,See attached Detail Sheet showing proposed grades of the alley and berm along the west side of the alley. Payment for this r item shall include all work and materials required to grade the alley as shown on the attached detail sheet and to construct the I'high berm using on site or imported material approved by the engineer and compacted to 95%Standard Proctor Density. The applicable provisions of`Item 110, Unclassified Channel Excavation,Item 112,Borrow,and Item 114,Embankment"shall apply except all measurement and payment shall be included in the lump sum price bid for this item. This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and Construction Plans. Please acknowledge receipt of this Addendum on the space provided below, and your Bid Proposal for Unit II and note the outer envelope of your bid. Failure to return a signed copy of the addendum with this proposal shall be grounds for rendering the bid non-responsive. Failure to acknowledge receipt of the Addendum could subject bidder to disqualification. Receipckn wledg d: Rick Trice,P.E.,Manager Consultant Services(DOE) 'l I Al By: / By: .yl1.L Title: P;�SS L Address: Pb &>-, 996 Tie 766? 7 r Telephone: - �`�— c) Addendum No.3,Page 1 of 2 r N Go 0 W p b go to N N O 701IS O N Q �+ O 1SV7 d W - MON Ow aoM wp V O W FXM Jr,Ln LU NZ azO.VT ji m= Ow 2m�~ 0O OJaN �OxN J°D IIII ry oa-� a +V cnM av O Q z rnz N�wN UZ �a o- 1 I z ' �wUa� ±a a q q z�:-�m 3M , Illi II ! I p -j'j 0 o a �v)a z w `'''n a 3`° - cv 1A z o 3 o )-o I o W o q ` o. W_ 021b1 SC( I �l�l c w0 N� a� oQ I I +xawa M I ;;;I SU+ a�`o0J �. NFomo 1fS11 a �1 o�Pztr�v I. I ~QowV) 1. Q M n�a QZa a+o� r p N WfnEf Oa3a�J y <N.2w0jNW 3l ` C pLB IXwtr-jO V)w0UWw I I LU CL )i CL IV a dial as a d'al 3 N X16 89' ©vel I d OS+O y n Oa LC'91: vts a i I 1 U i° o o n II N p N N J O 1 � i ±F z J00 N Q Q W w r Na Z00 w Q =M x U O II N wo 3 „� 04 W O Z ^w z it U += p 2 wi b 01 V) UJI { v d,08C 00+t" V) z Q N litit 2 N U W W I , Nlii Ili ' li �a M trx 7. wNj OM U q —j Sao w Q� ov aoI N i 4 I o $ 2 at�� �cJ1, W pn : i i ' n M W LLI 'idi K'� QV �Uf OV M_N 3 I I'. 6� g 'a dO o N O N p.%i C £89 1 i OY?J dQ d QS+ N U R c -� <� In. , d d01 6 c ' X38VI 08b, S�3 0i7V1V 838 J' 1 ' d et 'a* '',lli ` IN d I j ® D 35 o II e7 I I Q l dl old H V t+ Q CL' I IS AS..LN6' U I I lit J I I i M NQ CL zWov`�i ZQ l j l l l l -Z O OmQOU�N OW Q �n o N ~ zwQ 00 e SPECIFICATIONS AND CONTRACT DOCUMENTS FOR: UNIT I: WATER AND SANITARY SEWER IMPROVEMENTS IN DOE#2168: 8"WATER LINE REHABILITATION,Lipscomb Street—From Magnolia Ave.to Feliks Gwozdz SL DOE#2169: 8"WATER LINE REHABILITATION,Lipscomb Street—From Hawthorne Ave.to Jessamine St. DOE#2171: 8"WATER METER RELOCATION,West Cantey Street—From 5th Ave.to College Ave. DOE#2172: 8"WATER LINE REHABILITATION,West Lowden Street—From South Adams SL to Hemphill St. DOE#2173: 8"WATER LINE REHABILITATION,South Adams Street—From West Jessamine to Elizabeth Blvd. WATER PROJECT NO. PW53-060530175330 DOE#2172:SANITARY SEWER IMPROVEMENTS 6'SANITARY SEWER LATERALS(L-572),(L-7812)AND 8"SANITARY SEWER LATERAL(L-573)REHABILITATION SEWER PROJECT NO. PS58-070580174470 UNIT II: PAVEMENT AND DRAINAGE IMPROVEMENTS FOR DOE#2168: Lipscomb Street—From Magnolia Ave.to Feliks Gwozdz St. DOE#2169:Lipscomb Street—From Hawthorne Ave.to Jessamine St. DOE#2171: West Cantey Street—From 5th Ave.to College Ave. DOE#2172: West Lowden Street—From South Adams St.to Hemphill St. DOE#2173:South Adams Street—From West Jessamine to Elizabeth Blvd. TRANSPORTATION AND PUBLIC WORKS DEPT PROJECT NOS.C115-020115040544 FILE NO.K—1606 IN THE CITY OF FORT WORTH,TEXAS KENNETH L. BARR BOB TERRELL MAYOR CITY MANAGER Prepared for: DEPARTMENT OF ENGINEERING A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING HUGO A. MALANGA, P.E. DIRECTOR, DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS DALE A. FISSELER, P.E. DIRECTOR,WATER DEPARTMENT SEPTEMBER 2000 Prepared by: J. B. DAVIES INC. ENGINEERS-SURVEYORS FORT WORTH,TEXAS CITY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING ADDENDUM No. 1 to: TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS for UNIT II: PAVEMENT AND DRAINAGE IMPROVEMENTS FOR DOE#2168: Lipscomb Street—From Magnolia Ave.to Feliks Gwozdz St. DOE#2169:Lipscomb Street—From Hawthorne Ave.to Jessamine St. DOE#2171: West Cantey Street—From 5th Ave.to College Ave. DOE#2172: West Lowden Street—From South Adams St.to Hemphill St. DOE#2173:South Adams Street—From West Jessamine to Elizabeth Blvd. TRANSPORTATION AND PUBLIC WORKS DEPT PROJECT NOS.C115-020115040544 FILE NO. K—1606 Bid Receipt Date-Thursday,October 19, 1999 The Specifications and Contract Documents for the subject project are hereby revised or amended as follows: Addendum no. 1,No Changes to Specifications and Contract Documents The Construction Plans for the subject project are hereby revised or amended as follows: Addendum no. 1 Change no. 1 SHEET NO. 13 of 26— 1998 CIP STREET REHABILITATION_ LIPSCOMB STREET TA 0+00 TO STA. 4+30 y CHANGE the PROPOSED STABILIZATION MATERIAL frm: NOTE: LIME STABILIZED SUBGRADE @ 30LB/SY i CHANGE the PROPOSED STABILIZATION MATERIAL te: NOTE: SOIL-CEMENT TREATED SUBGRADE @ 30LB/SY Addendum no. 1 Change no. 2 SHEET NO. 14 of 26— 1998 CIP STREET REHABILITATION_LIPSCOMB STREET.STA 4+30 TO STA. 7+80 CHANGE the PROPOSED STABILIZATION MATERIAL frm: NOTE: LIME STABILIZED SUBGRADE @ 30LB/SY CHANGE the PROPOSED STABILIZATION MATERIAL to: NOTE: SOIL-CEMENT TREATED SUBGRADE @ 30LB/SY Addendum no. 1 Change no. 3 SHEET NO. 15 of 26— 1998 CIP STREET RFIIARII ITATION LIPSCOMB STREET. STA 7+80 TO STA 11+95.0 CHANGE the PROPOSED STABILIZATION MATERIALfrom: NOTE: LIME STABILIZED SUBGRADE @ 30LB/SY CHANGE the PROPOSED STABILIZATION MATERIAL to: NOTE: SOIL-CEMENT TREATED SUBGRADE @ 30LB/SY N Addendum No. 1,Page 1 of 2 Addendum no. 1 Change no. 4 SHEET NO 25 of 26— 1998 CIP STREET REHABILITATION',DETAIL SHEET REMO 6E the TABLE DATA FROM 6"LIME STABILIZED SUB GRADE @ 30LBISY for: LIPSCOMB FROM HATHORNE TO JESSAMINE SHEET#13 0+00 4+30 SHEET#14 4+30 7+80 SHEET#15 7+80 11+95.07 ADD the TABLE DATA TO 6"SOIL-CEMENT TREATED SUBGRADE @ 30LBISY fes: LIPSCOMB FROM HATHORNE TO JESSAMINE SHEET#13 0+00 4+30 SHEET#14 4+30 7+80 SHEET#15 7+80 11+95.07 I This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and Construction Plans. Please acknowledge receipt of this Addendum on the space provided below, and your Bid Proposal for Unit II and note the outer envelope of your bid. Failure to return a signed copy of the addendum with this proposal shall be grounds for rendering the bid non-responsive. Failure to acknowledge receipt of the Addendum could subject bidder to disqualification. Recei Acki wleded: Rick Trice,P.E.,Manager zr�------ Cons ervices(DOE) By: By. Title: n Address: 2 .6 7 tO /(• T� 766f-7 Telephone: 4e�17 2,93'1 dd1O 6 Addendum No. 1,Page 2 of 2 TABLE OF CONTENTS PART A: NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS VENDOR COMPLIANCE TO STATE LAW MIWBE BID SPECIFICATIONS UNIT I: WATER AND SANITARY SEWER IMPROVEMENTS PART Al: SPECIAL INSTRUCTIONS TO BIDDERS PART B1: PROPOSAL PART Cl: GENERAL CONDITIONS PART C1A: SUPPLEMENTARY CONDITIONS PART D1: SPECIAL CONDITIONS (Water Department) PART E1: MATERIAL SPECIFICATIONS DETAILS UNIT II: PAVEMENT AND DRAINAGE IMPROVEMENTS PART A2: SPECIAL INSTRUCTIONS TO BIDDERS PART B2: PROPOSAL PART C2: SPECIAL PROVISIONS EXHIBIT"C"CONTRACTOR REQUIREMENTS EXHIBIT"C-1" PART D2: DETAILS & SOILS TEST PROJECT DOCUMENTS: PART F CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKERS COMPENSATION LAW BONDS (City of Fort Worth) Performance Bond Payment Bond Maintenance Bond PART G: CONTRACT(City of Fort Worth) I NOTICE TO BIDDERS Sealed proposals for the following: UNIT 1: WATER AND SANITARY SEWER IMPROVEMENTS IN DOE#2168: 8"WATER LINE REHABILITATION,Lipscomb Street—From Magnolia Ave.to Feliks Gwozdz St. DOE#2169: 8"WATER LINE REHABILITATION,Lipscomb Street—From Hawthorne Ave.to Jessamine St. Ir DOE#2171: 8"WATER METER RELOCATION,West Cantey Street—From 5th Ave.to College Ave. DOE#2172: 8"WATER LINE REHABILITATION,West Lowden Street—From South Adams St.to Hemphill St. DOE#2173: 8"WATERLINE REHABILITATION,South Adams Street—From West Jessamine to Elizabeth Blvd. WATER PROJECT NO. PW53-060530175330 DOE#2172:SANITARY SEWER IMPROVEMENTS 6"SANITARY SEWER LATERALS(L-572),(L-7812)AND 8"SANITARY SEWER LATERAL(L-573)REHABILITATION SEWER PROJECT NO. PS58-070580174470 UNIT II: PAVEMENT AND DRAINAGE IMPROVEMENTS FOR DOE#2168: Lipscomb Street—From Magnolia Ave.to Feliks Gwozdz St. DOE#2169:Lipscomb Street—From Hawthorne Ave.to Jessamine St. DOE#2171: West Cantey Street—From 5th Ave.to College Ave. DOE#2172: West Lowden Street—From South Adams St.to Hemphill St. DOE#2173:South Adams Street—From West Jessamine to Elizabeth Blvd. TRANSPORTATION AND PUBLIC WORKS DEPT PROJECT NOS.C115-020115040544 FILE NO. K-1606 Addressed to Bob Terrell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 P.M., THURSDAY OCTOBER 19, 2000 and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be picked up at their office of the Department of Engineering, Municipal Office Building, and 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents will be provided for a deposit of Fifty Dollars ($50.00); such deposit will be refunded if the documents is returned in good condition within 10 days after bid are opened. Additional sets may be on a non-refunded basis for Fifty Dollars ($50.00) per set. A Pre-Bid Conference will be held on this project Monday October 9, 2000 at 9:00 a.m. in the Municipal Building, Department of Engineering Conference Room #255A. For additional information concerning this project, please contact Ed Green, P.E. of J.B. Davies, Inc. at (817) 335-3154 or, Mrs. Dena Johnson, P.E. Project Manager of the City of Fort Worth, Department of Engineering at (817) 871-7866 BOB TERRELL GLORIA PEARSON .IR City Manager City Secretary ADVERTISING DATES: September 21, 2000 September 28, 2000 Part A - Notice to Bidders Page 1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: UNIT 1: WATER AND SANITARY SEWER IMPROVEMENTS IN DOE#2168: 8"WATER LINE REHABILITATION,Lipscomb Street—From Magnolia Ave.to Feliks Gwozdz St. DOE#2169: 8"WATER LINE REHABILITATION,Lipscomb Street—From Hawthorne Ave.to Jessamine St. DOE#2171: 8'WATER METER RELOCATION,West Cantey Street—From 5th Ave.to College Ave. DOE#2172: 8"WATER LINE REHABILITATION,West Lowden Street—From South Adams St.to Hemphill St. DOE#2173: 8"WATERLINE REHABILITATION,South Adams Street—From West Jessamine to Elizabeth Blvd. WATER PROJECT NO. PW53-060530175330 DOE#2172:SANITARY SEWER IMPROVEMENTS 6'SANITARY SEWER LATERALS(L-572),(L-7812)AND 8"SANITARY SEWER LATERAL(L-573)REHABILITATION SEWER PROJECT NO. PS58-070580174470 UNIT II: PAVEMENT AND DRAINAGE IMPROVEMENTS FOR DOE#2168: Lipscomb Street—From Magnolia Ave.to Feliks Gwozdz St. DOE#2169:Lipscomb Street—From Hawthorne Ave.to Jessamine St. DOE#2171: West Cantey Street—From 5th Ave.to College Ave. DOE#2172: West Lowden Street—From South Adams St.to Hemphill St. DOE#2173:South Adams Street—From West Jessamine to Elizabeth Blvd. TRANSPORTATION AND PUBLIC WORKS DEPT PROJECT NOS.C115-020115040544 FILE NO. K-1606 Addressed to Bob Terrell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 P.M., THURSDAY OCTOBER 19, 2000 and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be picked up at their office of the Department of Engineering, Municipal Office Building, and 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents will be provided for a deposit of Fifty Dollars ($50.00); such deposit will be refunded if the documents is returned in good condition within 10 days after bid are opened. Additional sets may be on a non-refunded basis for Fifty Dollars ($50.00) per set. All bidders will be required to comply with provision 5159a of"Vernon's Civil Statutes" of the State of Texas with respect to payment of prevailing wages, and City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 Through 13-A-29), prohibiting discrimination in employment practices. A Pre-Bid Conference will be held on this Project Monday October 9, 2000 at 9:00 a.m. in the Municipal Building, Department of Engineering Conference Room #255A. Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major items of work on the above-referenced project shall consist of the following: UNIT I SECTION A: Water Line Rehabilitation and Improvements 2486 LF 8" PVC Water Line 46 1" Service Tap, Stop, Saddle and Fittings 5 6" Gate Valves 1060 LF 1" Copper Service Line 15 8" Gate Valves 45 Class "A" Single Service Meter Box 1 10" Gate Valve 3549 LF 2"Temporary Asphalt Pavement Repair Part A - Notice to Bidders Page 2 UNIT I SECTION B: Sanitary Sewer Line Rehabilitation and Improvements 183 LF 8" PVC Sanitary Sewer Pipe 3 Standard 4' Dia. Sanitary Sewer 20 LF 4" PVC Service Line 88 LF Temporary Asphalt Pavement Repair 175 LF Hydo-Mulch Seeding 243 LF Post Construction Television Inspection UNIT II: Street and Drainage Rehabilitation and Improvements 8754 LF Remove and Replace Curb and Gutter 35,653 SF Remove Exist Driveways, Sidewalk, and Valley Gutters 4,348 CY Unclassified Street Excavation 13,400 SY 6" Soil-Lime Treated Subgrade 6,910 SY 6" Soil-Cement Treated Subgrade 4,745 Tons HMAC Pavement - 22,921 SF Prop. 4" Concrete Sidewalk and Leadwalk 10,385 SF Prop. 6" Reinforced Concrete Driveway Approach 3,875 SF Prop Concrete Valley Gutter 1,428 LF 6" Sub-Drain 2 QuadGuard System Crash Attenuates 3 Standard 5' Diameter Stormdrain Manholes 4 Standard 10' Stormdrain Inlets 460 LF 24" Class III RCCP 395 LF Stormdrain Trench Excavation and Backfill 505 LF Permanent Pavement Repair Per Fig. 4 310 LF Permanent Pavement Repair Per Fig. 2 Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. Bidders shall not separate, detach, or remove any portion, segment, or sheets from the contract document at any time. Bidders must complete the proposal section and submit the completed specifications book or face rejection of the bid as non-responsive. SUBMISSION OF BIDS: The proposal consists of Unit I (water and sewer) and Unit II (paving). 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 receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 871-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders shall submit the complete specification book or risk rejection of bid. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the Part A - Notice to Bidders Page 3 opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt and acknowledge receipt of all addenda at time of receipt. Information regarding the current 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 the City of Fort Worth Ordinance No. 13471, as amended by City of Fort Worth Ordinance No. 13781, the City of Fort Worth has goals for the participation of minority business enterprise and women business enterprise in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. In addition, the MBE/WBE UTILIZATION FORM, MBEIWBE GOALS WAIVER FORM, and GOOD FAITH EFFORT FORM, ("Documentation"), as appropriate. The Documentation must be received by the contracting department no later than 5:oo p.m., five (5) City business days after bid opening date. The bidder shall obtain a receipt from the appropriate employee of the contraction department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. The Managing Department for this project is the Department of Engineering. For additional information concerning this project, please contact Ed Green, P.E. of J.B. Davies, Inc. at (817) 335-3154 or, Mrs. Dena Johnson, P.E. Project Manager of the City of Fort Worth, Department of Engineering at (817) 871-7866 BOB TERRELL GLORIA PEARSON CITY MANAGER CITY SECRETARY DEPARTMENT OF ENGINEERING A. Dou Rademaker, P.E. Director ADVERTISING DATES: By: 1 September 21, 2000 September 28, 2000 For: Rick Trice, P.E. Manager Consultant Services Part A - Notice to Bidders Page 4 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Eill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, on-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the state of Texas) bid projects fcr construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be rifled out by all out-of-state or non-resident bidders in order for your bid t meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section E. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendcrs in (give state),our principal place of business, are not required to underbid resident bidders. B. Our rincipal place of business or corporate offices are in the State of Texas. . LJ EiDOER: r Ey: Company (please print) r Signature: Title: City State Zip (please print) THIS �Cph1 h1UST 6E RETUENEO WiTH YOUR QUOTATION i c ATTACHMENT 1A Page 1 of 2 CiV of Fort Worth ; , Minority and Women Business Enterp ?I JS,p,�cifications MBEIWBE UTILIZATION J �0 9 I9 0C-L(4cdo6E.S Cn - THG D RIM COMPANY NAME BID DATE l ?02 G / P C'n t'4✓ac PROJECT NAME PROJECT NUMBER M'S N/WBE PROJECT GOAL: bUWBE PERCENTAGE ACHIEVED: ailure to complete this form, in its entirety with supporting documentation, and received by the Managing epartment on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will esult in the bid being considered non-responsive to bid specifications. he undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this ,chedule, 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 on-responsive to specifications. Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address, and Telephone No. _ Scope of Work(•) Supplied(') V 00 vp Z! it m F- Z f Z 4 �pvt P't �p_ Th l Q1LS aya�Ps l P 01 F4-Wo4 -Tic 7.-(o!4c Clow-�aw iv' 449,4e rec4 7rw �c Prap d � Jq glob °= I / ' �SQw. 75u� s�ol� , 2 I`f y0C°° P- S_WQ_---�ir i(olqD-- v C✓4 1 �C( S� V%— M/WBEs must be located In the 9(nine)county marketplace or currently doing business In the marketplace at the time of bid. {•) Specify all areas in which MWBE's are to be utilized and/or items to be supplied: A complete listing of items to be supplied Is required In order to receive credit toward the M/WBE goal. ")Identify each Tier level. Tier:Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct payment from the prime contractor to a subcontractor Is considered 1"tier,a payment by a subcontractor to its supplier is considered 2nd tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5)CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.61219E ATTACHMENT 1A Page 2 of 2 Ci of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Company Name, Contact Name, Certified I Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. v -- Scope of Work(') Supplied(') �o r V X U)F- 2 2 • LCP /cD X01 -6f-.P'�Q i.e-J�'_ .- 4-o As o ro&L 60 _.64-Wde.fAI.7_'y,..7__(or 11- SI ? - 8 4-718 G�.�"s ion SGtic{ M- .z So(At 2, ! s �4j �sl- SZ Sce Hs bidder further agrees to provide, directly to the City upon request, complete and accurate information rega nc actua ork performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted wit is bld.� The bid also agrees to allow an audit and/or examination of any books, records and files held by rr company ll that will sub tiate the actual work performed by the MBE(s) and/or WBE(s) on this contract y an authorizes officer or emplo of the City. Any intentional and/or knowing misrepresentation of fac ill be grounds fcr terminating the contr or debarment from City work for a period of not less than three years and for initiating action under Federal, Stat r Local laws concerning false statements. Any failure to mply with this ordinance anc preates a material breach o� ntract may result in a determination of an irr onsible offeror and barred from articipating in City work for a peri of time not less than one(1)year. ALL MBEs and WBEs M BE CERTIFIED BY THE Cl EFORE CONTRACT AWARD Authorized Signature rinted Signature pitle C ct Name and Title(if different) company Name Telephone ber(s) Address Fax Number City/State/Zi ode Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5)CITY BUSINESS DAYS AFTE D OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.612 ATTACHMENT 1 Page 2 of C1%, of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Company Name, Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address, and Telephone No. ai Scope of Work(') Supplied(') c £ z o $m U 2 00 F W-O—OA, 7x _7-4-io,s_ Tru��,�'�. R o o d T �-�?. ✓_�-�..---- � See �ode �( -'736-.S(o-7 Z 5-p 1- -LV-04'(-.74!f P4-, Trac4164 1 1216166 �•4' lie, .rer- S h / 4R - Co82 �P d f I The bidder further agrees to provide, directly to the City upon request, complete and accurate information regardin actual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bii The bidder also agrees to allow an audit and/or examination of any books, records and files held by their compar that will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorize officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds fc terminating the contract or debarment from City work for a period of not less than three (3) years and for initiatin action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance an creates a material breach of contract may result in a determination of an irresponsible offeror and barred froi particip ing in City work for a period of time not less than one (1)year. AL B s a T BE CERTIFIED BY THE CITY BEFOREC CONTRACT � ARD tj Aut orized Si na ure - Printed Signature bR 0 C r('c;'6f 21V iLc f— Title Contact Name and Title(if different) c C 62 vi&v Cou 21 e. 817 - 2S.s'- oo(6 Com�C> Rlok ny Name Telephone Number(s) 9cl S 17- ?_ 9S , 4 -7 Address T Fax Number IR lido-Aon .a 760 `l 7 0 // 7/00 l7/00 City/State/Zip Code Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5)CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev. J" ATTACHMENT 1C Page 1 of 3 City of Fort worth Minority and Women Business Enterprise GOOD FAITH EFFORT &. coca Prime Company Name r id Date rac7` 121, 2#7 2i48�zi�s, Project Name Project Number if you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your M/WBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. A Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m, five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity (DO NOT LIST NAMES OF FIRMS) which will be used in the completion of this project, regardless of whether it is to be provided by a M/WBE or non- M/WBE. (Use additional sheets, if necessary) List of: Subcontracting Opportunities List of: Supplier Opportunities T h 14M - 1 Wa 4 94cw-er Cou 4 e , Pet QC44/ HQ(A(t IC f Tru 4,1 P 60" $ 4 p?/I�/.t G u cA 9'4(Or 4 [ Fue- Y l'.r cj (+ /r�ec a fly F' , i"5 s Lk ,/'ts 4AA9C_ t.11 nPo 6i4 TV it4s Pe.AoK � l i9 tt9i� so64%LVQd k",44L CQCA^e IPA' L i wA n/ ATTACHMENT 1C Page 2 of 3 2.) Did you obtain a current list of M/WBE firms from the City's M/WBE Office? The list is considered in co mpliance, if it is not more than 3 months old from the date of bid opening. Date of Listing 0 11 2 C1 1200 a No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are o ened? r Yes If yes, attach M/WBE mail listing to include name of firm and address and a dated No copy of letter mailed. 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are op ned? Yes If yes,attach list to include name of M/WBE firm, person contacted, No shone number and date and time of contact. NOTE: A facsimile may be used to Comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If a SIC list of M/WBE is ten or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If a sic list of M/WBE is more than ten, the bidder must contact at least two. thirds of the list but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? fifes No 6.) if M/WBE bids were received and rejected,you must: (1) List the M/WBE firms and the reason(s)for rejection (i.e., quotation not commercially reasonabl, qualifications,etc.)and (2) Attach affidavit and/or documentation to support the reason(s)listed below(i.e.. letters, memos bids,telephone calls, meetings,etc.) Please use additional sheets,If necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection . S / / Too i 44 ,n f12.2? -+l! S• Lr,k cc. /" ee Aa I Sea vw G s :ee po�2 Z $eo ksd 1� Z 1p e a 4 ! o' Se¢ ylor!e3 �i- Seo &. le 3 N 6 66-470 3 l/- E 4.c"A's ef -em / (aC.C, 'Vo ATTACHMENT 1C ADDITIONAL INFORMATION: Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. • f, i; 6q- M The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not`using them will be verified by th i 's MIWBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) �lc Chet G:�C4s C..0 .t(ltC' S17- Z9,5 64a - Company Name Telephone Number(s) PC) 8317- 2 C/S-- 679(a Address Fax Number 76667 f1 A7 oa City/State/Zip Date UNIT 1 : WATER AND SANITARY SEWER IMPROVEMENTS IN DOE #2168: 8" WATER LINE REHABILITATION, Lipscomb Street— From Magnolia Ave. to Feliks Gwozdz St. DOE #2169 : 8" WATER LINE REHABILITATION, Lipscomb Street— From Hawthorne Ave. to Jessamine St. DOE #2171: 8" WATER METER RELOCATION, West Cantey Street— From 5th Ave. to College Ave. DOE #2172: 8" WATER LINE REHABILITATION, West Lowden Street— From South Adams St. to Hemphill St. DOE #2173: 8" WATER LINE REHABILITATION, South Adams Street— From West Jessamine to Elizabeth Blvd. WATER PROJECT NO. PW53-060530175330 DOE #2172: SANITARY SEWER IMPROVEMENTS 6" SANITARY SEWER LATERALS (L-572), (L-7812) AND 8" SANITARY SEWER LATERAL (L-573) REHABILITATION SEWER PROJECT NO. PS58-070580174470 PART All: SPECIAL INSTRUCTIONS TO BIDDERS PART 131: PROPOSAL PART Cl: GENERAL CONDITIONS PART C1 A: SUPPLEMENTARY CONDITIONS PART D1: SPECIAL CONDITIONS (Water Department) PART E1: MATERIAL SPECIFICATIONS DETAILS TEST HOLE LABORATORY RESULTS SPECIAL INSTRUCTION TO BIDDERS (WATER DEPARTMENT) 1. PREQUALIFICATION REQUIREMENT: 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 of 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 fine seeking qualification in work of both the ^� same nature and technical level as that of the project for which bids are to be J 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 it's 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 acceptable bidder's bond payable to the City of Fort Worth in an amount of not less than five percent (5%) of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the 1 event the successful bidder fails to execute the Contract Documents within (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. 3. BONDS: A performance bond, a payment bond and a maintenance bond each for one hundred (100%)percent of the contract price will be required, Reference C 3-3.7. 4. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas and as set forth in the contract documents must be paid on this project. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City 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 is located. "Nonresident bidder" means a bidder whose principal place of business is not in the State of Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in the State of Texas. 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 contract amount is $25,000 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, not 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 in connection with the terns, conditions or privileges of their r 2 employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification,retirement plan, or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or 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 subcontractors 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 the ADFA'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 Policy concerning age discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accordance with the City of Fort Worth Ordinance, No. 13471, as amended by Ordinance No. 13781, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FROM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received no later than 5:00 PM, 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 nonresponsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Women Business Enterprise (WBE) on the contract and payment - 3 thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal state or local laws or ordinances relating to false statements. Further, any such misrepresentation (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. 4 PART B 1 - PROPOSAL UNIT I TO: Bob Terrell, City Manager, Fort Worth, Texas PROPOSAL FOR: the furnishing of all materials except materials specified to be furnished by the City, equipment and labor for the installation of water and sanitary sewer improvements, and all necessary appurtenances and incidental work to provide a complete and serviceable project identified as: UNIT 1: WATER AND SANITARY SEWER IMPROVEMENTS IN DOE#2168: 8'WATERLINE REHABILITATION,Lipscomb Street—From Magnolia Ave.to Feliks Gwozdz St. DOE#2169: 8"WATER LINE REHABILITATION,Lipscomb Street—From Hawthorne Ave.to Jessamine St. DOE#2171: 8'WATER METER RELOCATION,West Cantey Street—From 5th Ave.to College Ave. DOE#2172: 8'WATERLINE REHABILITATION,West Lowden Street—From South Adams St to Hemphill St. DOE#2173: 8"WATER LINE REHABILITATION,South Adams Street—From West Jessamine to Elizabeth Blvd. WATER PROJECT NO. PW53-060530175330 DOE#2172:SANITARY SEWER IMPROVEMENTS 6"SANITARY SEWER LATERALS(L-572),(L-7812)AND 8' SANITARY SEWER LATERAL(L-573)REHABILITATION SEWER PROJECT NO. PS5B-070580174470 Pursuant to the foregoing "Notice to Bidders", the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, specifications, and site of the project, understanding the amount of work to be done, hereby proposes to do all the work and furnish all labor, equipment, and material necessary to fully complete the work as provided in the Plans and Specifications, and subject to the inspection of the Department of Engineering of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, The bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated for the following sums to-wit: SECTION A: DOE#2168: 8"WATER LINE REHABILITATION, Lipscomb Street—From Magnolia Ave. to Feliks Gwozdz St. DOE#2169 : 8"WATER LINE REHABILITATION, Lipscomb Street—From Hawthorne Ave. to Jessamine St. DOE#2171: 8"WATER METER RELOCATION,West Cantey Street—From 5th Ave. to College Ave. DOE#2172: 8"WATER LINE REHABILITATION,West Lowden Street—From South Adams St. to Hemphill St. DOE#2173: 8"WATER LINE REHABILITATION, South Adams Street—From West Jessamine to Elizabeth Blvd WATER PROJECT NO. PW53-060530175330 (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No. refers to specifically related items in the Part D Special Conditions, all Special Conditions apply:) ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 1. 54 LF 6" DIP Water Pipe, Per Linear Foo Dollars and Vr►a Cents $ 00 2. 2,486 LF 8"PVC DRA4 Water Pipe, P Linear Fol: Dollars and l C) Cents $27 C U 3. 14 LF 10"DIP Water Pipe, Per Lin r Foot: Dollars and , Cents $� $ SECTION A: —WATER LINE IMPROVEMENTS (Continued) ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 4. 1 LS Furnish and Lay 2" Pipe and Fittings for Temporary Water Service Connections, Per Lump Sum and Cents $ 5. 1 EA Cut and Plug Existing 6"Water Line, Per Each: M& t Dollars and7•c,o �— Cents $� $ 6. 43 EA Relocate Single Water Meter Box and Se ice, Per Each ; c.( Dollars ^�O � and vto Cents $ %700 7. 1 EA Relocate Bullhead Water Meter Box and Servi Per Each " * Dollars and Y " Cents $ 9O-`e $ o-d 8. 5 EA 6"Gate Valve w/Box and Lid, Per ach• � _ j6UADollars e() aD and yto Cents $ $ r 9. 15 EA 8"Gate Valve w/Box and Lid, Dollars and eco Cents 10. 1 EA 10"Gate Valve w/Box and Lid, Per - d Dollars do and Lb Cents $ $� $95D ' 11. 3.49 TON Furnish and Install, Complete and In Place, Cast Iron Fittings with Concrete �pcking, P Ton: 0 Dollars and cin Cents $ $ '11,0, 12. 5 EA Remove and Salvage Existing Fire Hy rant,tier h: w t Dollars and Ai Cents 13. 5 EA Install Standard Fire Hydrant, Standard 3'6'b P r Ea ollars o-o ao and s6z:0 Cents 14. 144 LF Concrete Curb and Gutter Repair, Per Foot: Dollars n-o ,/ a0 or) and Cents SECTION A: -WATER LINE IMPROVEMENTS(Continued) ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 15. 100 LF 3/4"Copper Water Service Line Replacement from Meter to Property Line, For Miscellaneous Placement as Directed by the Engineer, Per Linear Foot: * �Jz4AA, Dollars and I- G Cents - 16. 60 LF 1-1/2"Copper Water Service Line Replacement fro Met r to Main, Per Linear Foot: Dollars nd Cents $/(O, $ 17. 1060 LF 1"Copper Water Service Line Replacement too eter to Main, Per Linear Foot: Dollars and 7U0 Cents $ $ 18. 2 EA 1-1/2"Water Service Tap, Saddle, Stop, and "- F'tings from S rvtce tp Main, Per Each: ollars and Cents s-7-M- 19. 7M19. 46 EA 1"Water Service Tap,Saddle, Stop, and ittin s f7n Se ice to Main, Per Each: Pollars and X� Cents $�� $ $S(D 20. L+-SI--' EA Class'K Y4ater Meter Per Each: Dollars and LAA Cents 21. ' ,4 Er EA Class"B"Hater Met r Per Each: * Dollars s-U o-A and `Py) Cents $ $ 57) 22. 15 CY Type"B"(2500 psi)Concrete for Miscellaneous Placement as Directed by the Engineer, Per Cubic Ya� Dollars dU and 1-" Cents $s _ $ 23. 15 CY Type"E"(1500 psi)Concrete for Miscellaneous Placement as Directed by the Engineer, Per Cubicd: )tu Dollars 0- _ and �st.t� Cents $ _ $ 15. 24. 15 CY Crushed Limestone For Miscellaneous Placement as Directed by the Engineer, Per Cubic)yid:_ c � Dollars and c=AI) Cents $ l' $ .� 25. 3,459 LF Temporary Pavement Repair, Per Lim r _ Dollars and Cents SECTION A: —WATER LINE IMPROVEMENTS (Continued) ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANT!i r BID PRICES WRITTEN IN WORDS PRICE AMOUNT 26. 91 LF HMAC Permanent Pavement Repair, (Min.2"HMAC over 2:27 Concrete), Per TPW Fig.4 to match existing cggstruction, Per Liner Foot: �l Dollars s-d o d and crr n Cents $ 2.2 27. 21 LF Permanent Concrete Pavement Repair, Per TPW Fig. 1 to match existing co struction, Per Liner Foot: Dollars o 0 and Cents $ � $ 102 •These items are for the relocation of water meters, due to up coming street reconstruction. All meters are to be located 3' behind proposed back of curb see Unit II, Pavement and Drainage Improvements. Total Amount Bid for Section A: $ /7to Total Amount Bid for Section A: in Writing $ LIST OF CAST IRON FITTINGS AS REQUIRED BY E2-7.11A TO BE SUBMITTED WITH BID No. of Size of Type of Weight Total Weight Fittings Fitting Fitting ( lbs Each) (Tons) 5 8"X8"X6" Tee 4 8"X8"X8" Tee 7 6" Sleeve 5 8" Sleeve 1 10" Sleeve 1 811X8" Cross 1 6" Plug 1 8" Plug 12 8"X6" Reducer 1 8" 90 Deg. Bend 2 8"X18" Vertical Offset 1 10"X18" Vertical Offset r. SECTION B: DOE#2172: SANITARY SEWER IMPROVEMENTS 6"SANITARY SEWER LATERALS (L-572), (L-7812)AND 8" SANITARY SEWER LATERAL(L-573)REHABILITATION SEWER PROJECT NO. PS58-070580174470 (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No. refers to specifically related items in the Part D Special Conditions, all Special Conditions apply:) ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 28. 60 LF '6-Inch PVC Sanitary Sewer Pipe; All Trfnch Depths, Per Linear Foot: Dollars and X-fw Cents $�P 29. 183 LF '8-Inch PVC Sanitary Sewer Pipe; All Trencp Depths, Per Linear Foot: Dollars and Cents $ S`7� $ /V, 30. 183 LF Trench"ty System, Per Linear Foot: Dollars d p o 0 and Cents 31. 4 EA Remove Existing Sewer Manhole, Per E ch: Dollars and V,,o Cents $a $ /Offp 32. 3 EA Standard 4-Foot Diameter Manhole to 6 Feet Depth, Fi . 103, Pf r E q : and -,cam Cents $/,;Z SO - 33. 5 VF Additional Depth Over 6-Feet For Standard 4-Foot Diameter Sanitary Sewer Manhole, er V ' �Fo` Dollars .� and �4-0 Cents 34. 3 EA Manhole Insert for Standard 4-Foot Dia er nhole, Per Each: ` Dollars D d Cents $ $ l0 d 35. 3 EA Concrete Collar within HMAC pavement areas ig. 121, er E ch: 1,���4 t � Dollars / and y44 Cents $ $ (� 36. 3 EA Vacuum Test Sanitary Sewer Manhole, Per Each: � Dollars and Cents $ 37. 2 EA Install 44nch Sanitary Sewer Service TP.4� •ooh¢E�ac.'h. Dollars o,v and_ `>t.0 Cents $� $ 760, SECTION B: –SANITARY SEWER IMPROVEMENTS(Continued) ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO.. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 38. 20 LF Install 4-Inch Sanitary Sewer Service Line From 4prvm Tap to ROW, Per Linear Foot: aWA�" Dollars 00 and %1,49 Cents $024 $sv� 39. 5 CY Flowable Fill Grout for Miscellaneous Placement as Directed By Engineer, Per Cubic Yard: Dollars 6'O r and 1-" Cents $�' $ 40. 5 CY Crushed Limestone for Miscellaneous Placement as Directed By Engineer, Per Cubic Yard 6 -- Dollars / c7) and -AZ Cents $ `� � $ 5, 41. 5 CY Ballast Stone for Miscellaneous Placement as Directed By Engineer, Per Cubic Ya rd:/1 ,r,Q, Dollars 8-0 and IA40 Cents $–L $ J. 42. 5 CY Class"E"Concrete (1500#)for Miscellaneous Placement as Directed By Engineer, 'g. 20; Per Cubic Yard: Dollars 0 and -n Cents $ _ $ •> 43. 5 CY Class"B"Concrete(2500#)for Miscellaneous Placement as Directed By Engin r,Per Cubic Yard: eDollars and _S,�t,f} Cents 44. 88 LF Temporary HMAC Pavement Repair, Per Fig.Afase 3, Per Linear Foot: 4 0 J1 PAI Dollars a p and Cents 45. 76 LF Permanent HMAC Pavement Repair, Per TPW Fig.2 to match existing con traction,Per inear Foot: IL411 1. Dollars and Cents 46. 243 LF Post Construction Television Inspection of San i Sewer, Per Linear Foot: Dollars and A.D Cents $ –'.I. $�' a ca Total Amount Bid for Section B: $oe- J(c,- J .d-�'r /I �p Total Amount Bid for Section Briting �: in WIcw Jlu-v cY At'a �cecl� 6cK SECTION B: –SANITARY SEWER IMPROVEMENTS (Continued) ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT Total Amount Bid for Section A: $ 1 7 S�j 7 Z3 Total Amount Bid for Section B: $ 2-�, (e Z Co Total Amount Bid for Unit I: $ Z U 3 //� �— r Total Amount Bid for Unit I: in Writing $ 14 4464A �(�-----_ CITY APPROVED PRODUCTS FOR CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED AND PROVIDE GENERIC/TRADENAME: Standard Spec. No. Size E1-31 4"THRU 30" E1-25 4"THRU 15" El-27 4"THRU 15" E1-28 18"THRU 27" E100-2 18"THRU 48" Consult the"City of Fort Worth, Texas Standard Producf List"to obtain the GenerictTrade Name and the Manufacturer for the pipes listed above. 1 Y ' L ■ ` PART C - GENERAL CONDITIONS L 1 1 L 1 1 1 PART C - GENERAL CONDITIONS " TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1.1 Definition of Terms C1-1 (1 ) C1-1. 2 Contract Documents C1-1 (1) C1-1. 3 Notice to Bidders C1-1 ( 2 ) C1-1.4 Proposal C1-1 ( 2) C1-1.5 Bidder Cl-1 (2 ) C1-1.6 General Conditions Cl-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 Cl-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 Cl-1 (4 ) Cl-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 ) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site C2-2 ( 2) C2-2. 4 Submitting of Proposal C2-2 (3 ) C2-2.5 Rejection of Proposals C2-2 (3 ) C2-2.6 Bid Security C2-2 (3 ) (1) C2-2. 7 Delivery of Proposal C2-2 (4 ) C2-2. 8 Withdrawing Proposals C2-2 (4 ) C2-2. 9 Telegraphic Modification of Proposals C2-2 (4 ) C2-2. 10 Public Opening of Proposal C2-2 (4 ) C2-2. 11 Irregular Proposals C2-2 (4 ) C2-2. 12 Disqualification of Bidders C2-2 (5 ) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3. 1 Consideration of Proposals C3-3 (1) C3-3 . 2 Minority Business Enterpise Women-Owned Business Enterprise compliance C3-3 (1) C3-3. 3 Equal Employment Provisions C3-3 (1) C3-3 . 4 Withdrawal of Proposals C3-3 (2) C3-3.5 Award of Contract C3-3 (2) C3-3. 6 Return of Proposal Securities C3-3 (2) C3-3 . 7 Bonds C3-3 (2) C3-3. 8 Execution of Contract C3-3 (4 ) C3-3 . 9 Failure to Execute Contract C3-3 (4 ) C3-3 . 10 Beginning Work C3-3 (4) C3-3. 11 Insurance C3-3 (4 ) C3-3 . 12 Contractor ' s Obligations C3-3 (7) C3-3.13 Weekly Payroll C3-3 (7) C3-3.14 Contractor ' s Contract Administration C3-3 (7) C3-3.15 Venue C3-3 (8) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) r C4-4 . 2 Special Provisions C4-4 (1) C4-4. 3 Increased or Decreased Quantities C4-4 (1) C4-4 . 4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4 .6 Schedule of Operations C4-4 (3) C4-4 . 7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5 . 2 Conformity with Plans C5-5 (1) C5-5. 3 Coordination of Contract Documents C5-5 (2) C5-5. 4 Cooperation of Contractor CS-5 (2) C5-5.5 Emergency and/or Rectification Work C5-5 (3) C5-5 .6 Field Office C5-5 (3) C5-5 .7 Construction Stakes C5-5 (3) C5-5. 8 Authority and Duties of Inspectors C5-5 (4) C5-5.9 Inspection C5-5 (5) C5-5 .10 Removal of Defective and Unauthorized Work C5-5 (5) C5-5.11 Substitute Materials or Equipment C5-5 (5) C5-5 .12 Samples and Tests of Materials C5-5 (6) C5-5 .13 Storage of Materials C5-5 (6) C5-5 .14 Existing Structures and Utilities C5-5 (7) C5-5.15 Interruption of Service C5-5 (7) C5-5 .16 Mutual Responsibility of Contractors C5-5 (8) C5-5.17 Cleanup C5-5 (8) C5-5.18 Final Inspection C5-5 (9) ( 2) h C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6 .1 Laws to be Observed C6-6 (1 ) C6-6. 2 Permits and Licenses C6-6 (1) C6-6 . 3 Patented Devices, Materials and Processes C6-6 (1) C6-6. 4 Sanitary Provisions C6-6 (2) C6-6 . 5 Public Safety and Convenience C6-6 (2) C6-6 . 6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6-6 (3 ) C6-6. 7 Railway Crossings C6-6 ( 4 ) C6-6 . 8 Barricades, Warnings and Watchmen C6-6 ( 4 ) C6-6. 9 Use of Explosives, Drop Weight, etc. C6-6 (5 ) C6-6.10 Work Within Easements C6-6 (6 ) C6-6. 11 Independent Contractor C6-6 (8 ) C6-6. 12 Contractor ' s Responsibility for Damage Claims C6-6 (8 ) C6-6.13 Contractor ' s Claim for- Damages C6-6 (10 ) C6-6. 14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10 ) C6-6. 15 Temporary Sewer Drain Connections C6-6 (10 ) C6-6 . 16 Arrangement and Charges of Water Furnished by City C6-6 (11) C6-6. 17 Use of a Section of Portion of the Work C6-6 (11) C6-6.18 Contractor ' s Responsibility for Work C6-6 (11) C6-6. 19 No Waiver of Legal Rights C6-6 (12) C6-6. 20 Personal Liability of Public Officials C6-6 (12) C6-6 . 21 State Sales Tax C6-6 (12) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7. 2 Assignment of Contract C7-7 (1) C7-7. 3 Prosecution of the Work C7-7 (1) C7-7. 4 Limitations of Operations C7-7 (2) C7-7. 5 Character of Workman and Equipment C7-7 (2) C7-7. 6 Work Schedule C7-7 (3 ) C7-7. 7 Time of Commencement and Completion C7-7 (4 ) C7-7. 8 Extension of time of Completion C7-7 (4 ) C7-7. 9 Delays C7-7 (4 ) C7-7. 10 Time of Completion C7-7 (5) C7-7. 11 Suspension by Court Order C7-7 (6 ) C7-7.12 Temporary Suspension C7-7 (6 ) C7-7. 13 Termination of Contract due to National Emergency C7-7 (7) C7-7. 14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7) C7-7. 15 Fulfillment of Contract C7-7 (9 ) C7-7. 16 Termination for Convenience of the Onwer C7-7 (10 ) C7-7. 17 Safety Methods and Practices C7-7 (13 ) C8-8 MEASUREMENT AND PAYMENT C8-8 . 1 Measurement of Quantities C8-8 (1) C8-8 . 2 Unit Prices C8-8 (1) (3 ) C8-8 . 3 Lump Sum C8-8 (1 ) C8-8 . 4 Scope of Payment C8-8 (1) C8-8 .5 Partial Estimates and Retainage C8-8 (2 ) u C8-8 . 6 Withholding Payment C8-8 (3 ) C8-8 .7 Final Acceptance C8-8 (3 ) C8-8 . 8 Final Payment C8-8 (3 ) C8-8 . 9 Adquacy of Design C8-8 (4 ) C8-8 .10 General Guaranty C8-8 ( 4 ) C8-8 .11 Subsidiary Work C8-8 ( 5 ) C8-8 .12 Miscellaneous Placement of Material C8-8 (5 ) C8-8.13 Record Documents C8-8 (5 ) (4 ) PART C - GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract '* Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: C1-1 . 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents , such as specifications , bonds , addenda , plans , etc . , which govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS : The General Contract Documents govern all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items : PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 (1) C1-1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1. 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1 . 5 BIDDER : Any person , persons , firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder. C1-1 . 6 GENERAL CONDITIONS : The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes , and requirements of the City of Fort Worth ' s charter and promulgated ordinances . Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1-1 . 7 SPECIAL CONDITIONS : Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1 . 8 SPECIFICATIONS : The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to standard specifications, regulations, requirements , statutes , etc . , such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1 . 9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and C1-1 (2) faithful performance of the contract and include the following : a. Performance Bond (see paragraph C3-3.7 ) b. Payment Bond (see paragraph C3-3 .7 ) C. Maintenance Bond (see paragraph C3-3.7 ) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6 ) C1-1 . 10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1 . 11 PLANS : The plans are the drawings or reproductions therefrom made by the Owner ' s representative showing in detail the location , dimension and position of the various elements of the project , including such profiles , typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner . The plans are usually bound separately from other parts of the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein. C1-1 . 12 CITY: The City of Fort Worth , Texas , a municipal corporation, authorized and chartered under the Texas State Statutes , acting by and through its governing body or its City Manger , each of which is required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C1-1 . 13 CITY COUNCIL: The duly elected and qualified • governing body of the City of Fort Worth, Texas. C1-1 . 14 MAYOR : The off icially elected Mayor , or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. Cl-1. 15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1 . 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth , Texas , or his duly authorized representative. k Cl-1 ( 3 ) C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort worth , referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1 . 18 DIRECTOR , CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant, or agents. C1-1. 19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , or superintendents , acting within the scope of the particular duties entrusted to them. C1-1 . 20 CONTRACTOR: The person , persons , partnership , company, firm, association, or corporation , entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative . A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project. C1-1 . 21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor . The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1 . 22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents , including but not limited to the furnishing of all labor, materials , tools , equipment, and incidentals necessary to produce a completed and serviceable project. C1-1. 23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven ( 7 ) hours between 7 : 00 a .m, and 6 : 00 p.m. , with exceptions as permitted in paragraph C7-7.6. C1-1. 24 CALENDAR DAYS : A calendar day is any day of the week or month, no days being excepted. C1-1 . 25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: C1-1 (4 ) 1. New Year ' s Day January 1 2 . M. L. King, Jr. Birthday Third Monday in January 3 . Memorial Day Last Monday in May 4 . Independence Day July 4 5 . Labor Day First Monday in September 6 . Thanksgiving Day Fourth Thursday in November 7 . Thanksgiving Friday Fourth Friday in November 8 . Christmas Day December 25 9 . Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council , falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations . Employees working calendar day operations will consider the calendar holiday as the holiday. C1-1 . 26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents , the intent and meaning shall be as follows: t AASHTO - American Association of MGD - Million Gallons Per State Highway Transportation Day Officials - ASCE American Society of Civil CFS - Cubic Foot per Engineers Second LAW _ In Accordance With ASTM American Society of Min. - Minimum Testing Materials Mono.- Monolithic AWWA - American Water Works % - Percentum Association R - Radius ASA - American Standards Association I.D. - Inside Diameter HI - Hydraulic Institute O . D . - Outside Diameter - Asph. Asphalt Elev.- Elevation Ave. - Avenue F - Fahrenheit Blvd. _ Boulevard C - Centigrade CI Cast Iron In. - Inch CL - Center Line Ft. - Foot GI _ Galvanized Iron St. - Street Lin. Linear or Lineal CY - Cubic Yard lb. - Pound Yd. Yard MH - Manhole SY - Square Yard Max. - Maximum L.F. - Linear Foot D. I . - Ductile Iron C1-1 (5 ) C1 -1 . 27 CHANGE ORDER : A " Change Order " is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is _ more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor. C1-1. 28 PAVED STREETS AND ALLEYS : A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment , not including an oiled surface , with or without el separate base material. 3 . Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1 :29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys." C1-1 . 30 CITY STREETS: A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1 . 31 ROADWAY: The roadway is defined as the area between parallel lines two ( 21 ) feet back of the curb lines or four ( 4 ' ) feet back of the average edge of pavement where no curb exists. C1-1 . 32 GRAVEL STREET: A gravel street is any unpaved street to which has been ad ed one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. C1-1 ( 6 ) SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND " PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2--2 . 1 PROPOSAL FORM: The Owner will furnish bidders with proposal . form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder ' s general understanding of the project to be completed, provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contract . The Owner will furnish forms for the Bidder ' s "Experience Record, " "Equipment Schedule, " and "Financial Statement, " all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status . This statement must be current and not more than one ( 1 ) year old. In the case that a bidding date falls within the time a new statement is being prepared , the previous statement shall be updated by proper verification . Liquid assets in the amount of ten ( 10% ) percent of the- estimated project cost will be required. For an experience record to be considered to be acceptable for a given project , it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project fog which bids are to be received , and such experience must have been on projects completed not more than five ( 5 ) years prior to the date on which are to be received . The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2 . 2 INTERPRETATION OF QUANTITIES : The quantities of work and materials to be furnished as may be listed in the proposal C2-2(1 ) forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis . Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided , without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 . 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all 'of the information which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to the filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions , to inform themselves by their own independent r research and investigations, tests , boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project . They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates , investigation , research, tests , explorations, and other data -� which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigations , examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings , if any, showing on the plans are for general information only and may not be correct . Neither the C2-2 (2) Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2 . 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes 'to do the work contemplated or furnishe the materials required . All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm , association , or partnership, the name and address of each member must be given , and the proposal must be signed by a member of the firm , association , or partnership , or by a person duly authorized . If a proposal is submitted by a company or corporation , the company or corporate name and business address :rust be given , and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. k" Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2 . 5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures , additions not called for , conditional or uncalled for alternate bids, incomplete bids, erasures , or irregularities of any kind, or contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2. 6 BID- SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal . " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will �4 within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2( 3 ) C2-2 . 7 DELIVERY OF PROPOSAL: No proposal will be considered v unless it is delivered, accompanied by its proper Bid Security , to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders . " It is the Bidder ' s sole responsibility to deliver the proposal at the proper time to the proper place . The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal. shall be in a sealed envelope plainly marked with the word "PROPOSAL, " and the name or description of the project as designated in the "Notice to Bidders. " The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2 . 8 WITHDRAWING PROPOSALS : Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing , addressed to the City Manager , and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may , at the option of the Owner , be returned unopened. C2-2 . 9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty-eight (48 ) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 . 10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" -� has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders . " All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2 . 11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions , alterations of form, additions , or conditions not called for , unauthorized alternate bids, or irregularities of any- kind. However , the C2-2( 4 ) Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City . Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2 - 2 . 12 DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their proposals not considered for any of , but not limited to, the following reason: a. Reasons for believing that collusion exists among bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C . The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e . The bidder having performed a prior contract in an unsatisfactory manner. f . Lack of competency as revealed by the financial statement , experience record, equipment schedule , and such inquiries as the Owner may see fit to make. g . Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h . The bidder not filing with the Owner, one week in advance of the hour of- the opening of proposals the following: 1. Financial Statement showing the financial._ condition of the bidder as specified in Part "A" - Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration , which have been successfully completed by the Bidder. 3 . An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer , is disqualified under the requirements stated herein , shall be set aside and not opened. r C2-2( S ) PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF i' DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3 . 1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of' the quoted prices , the quantities shown in the proposal , and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount o•f the bid. Until the award of the contract is made by the Owner , the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. C3-3 . 2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request , complete and accurate information regarding actual work performed by a Minority Business Enterprise ( MBE) and or a a Woman-owned Business Enterprise ( WBE) on the contract and the payment therefor. Contractor further agrees , upon request by Owner , to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements ; further , any such misrepresentation may be grounds for disqualification of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six ( 6 ) months. C3-3 . 3 EQUAL EMPLOYMENT PROVISIONS : The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. C3-3 (1 ) The Contractor shall post the required notice to that effect on the project site , and , at his request, will be provided assistance by the City of Fort Worth ' s Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor . Appropriate notices may be acquired from the Equal Employment Officer. C3-3 . 4 WITHDRAWAL OF PROPOSALS : After a proposal has been - read by the Owner it cannot be withdrawn by the Bidder within forty-five ( 45 ) days after the date on which the proposals were opened. C3-3 . 5 AWARD OF CONTRACT: The Owner reserves the right to withholdfinal action on the proposals for a reasonable time , not to exceed forty-five ( 45 ) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3 . 6 RETURN OF PROPOSAL SECURITIES: As soon as proposed T price totals have been determined for comparison of bids , the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities , usually those of the three lowest bidders , will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3 . 7 BONDS : With the execution and delivery of the Contract Documents , the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND : A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing' the full and faithful execution of the -- work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor , or improper execution of the work or the use of inferior materials . This performance C3-3 (2) bond shall guarantee the payment for all labor , materials , equipment, supplies , and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND : A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt , full and faithful performance of the general guaranty which is set forth in paragraph C8-8 .10. C. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas , 1925 , as amended by House Bill 344 Acts 56th Legislature, Regular Session , 1959 , effective April 27 , 1959 , and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications . Payment Bbnd shall remain in force until all payments as above stipulated are made. d. OTHER BONDS : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner . All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth , Texas , and which is acceptable to the owner . In order to be acceptable, the name of the surety shall be included on the current U . S . Treasury list of acceptable sureties , and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shalt immediately provide a C3-3 ( 3 ) new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required , have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. Wd C3-3 . 8 EXECUTION OF CONTRACT: Within ten (10 ) days after the Owner has by appropriate resolution, or otherwise, awarded the r contract., the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents . No contract shall be binding upon the owner until it has been attested by the City Secretary , approved as to form and legality by the City Attorney, and executed for the Owner by - either the Mayor or City Manager. C3 -3 . 9 FAILURE TO EXECUTE CONTRACT : The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10 ) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal , and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor , and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by reason of said awardee' s failure to execute said bonds and contract within ten ( 10 ) days , the proposal security accompanying the proposal shall be the agreed amount orf damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3 . 10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner . Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order" , it is agreed that the Surety Company will , within ten ( 10 ) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3 . 11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractors ' C3-3 (4 ) certificate of insurance for approval . The prime contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors . It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors . . a. COMPENSATION INSURANCE : The Contractor shall maintain , during the life of this contract , Workers ' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors . In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers ' Compensation Statute , the Contractor shall provide adequate employer ' s general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor ' s �. Comprehensive General Liability Insurance ( Public Liability and Property Damage Insurance) in an amount not less than $ 500 , 000 covering each occurrence on account of bodily injury, including death , and in an amount not less than $ 500 , 000 covering each occurrence on account of property damage with $2, 000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability ( covers General Contractor ' s Liability for acts of sub-contractors) . 2. Blasting, prior to any blasting being done. 3 . Collapse of buildings or structures adjacent to excavation ( if excavations are to be performed adjacent to same) . 4 . Damage to underground utilities for $500, 000 . C3-3 ( 5 ) 5. Builder's risk (where above-ground structures are involved) . 6 . Contractual Liability ( covers all indemnification requirements of Contract) . d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain , during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $ 250 , 000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $ 500 , 000 on account of one accident , and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD : The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively , against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner . ( Sample attached. ) All insurance requirements made upon the Contractor shall apply to the sub- contractor , should the Prime Contractor ' s insurance not cover the sub-contractor' s work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING : The insurance and bonding companies with whom the Contractor ' s insurance and performance , payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the C3-3 (6) City of Fort Worth, Tarrant County, Texas . Each such agent shall be a duly qualified, one upon whom service of process may be had , and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged , may have against the Contractor , insurance , and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area . The name of the agent or agents shall be set �. forth on all of such bonds and certif icates of insurance. C3-3 . 12 CONTRACTOR' S OBLIGATIONS : Under the Contract , the Contractor shall pay for all materials , labor and services when due. C3-3 . 13 WEEKLY PAYROLL. A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven ( 7 ) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract . Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3 . 14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person , persons , partnership , company , firin , association , corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities , will have or shall establish a fully operational business office within the Fort Worth - Dallas metropolitan area . The Contractor shall charge, delegate , or assign this office ( or he may delegate his Project Superintendent ) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered , thus delegated and directed, to settle all material, labor or other expenditures, all claims against -the work or any other C3-3 ( 7) L matter associated such as maintaining adequate and appropriate insurance or security coverage for the project . Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor ' s principal base of operations be other than in the Fort Worth-Dallas metropolitan area, notification of the Contractor ' s assignment of local authority shall be made in writing to the Engineer in advance of any work on the project , ' all appropriately signed and sealed, as applicable, by the Contractor ' s responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents . The intent of these requirements is that all matters associated with the Contractor ' s administration, whether it be oriented in furthering the work, or other, be governed direct by local authority . This same requirement is imposed on insurance and surety coverage. Should the Contractor ' s local representative fail to perform to the satisfaction of Engineer, the Engineer, at his sole discretion , may demand that such local representative be replaced and the Engineer may, at his sole discretion , stop all work until a new local authority satisfactory to the Engineer is assigned . No credit of working time will be for periods in which work stoppages are in effect for this reason. C3-3 . 15 VENUE : Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (8 ) PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4 . 1 INTENT OF CONTRACT DOCUMENTS : It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment , special services , and incidentals necessary to the prosecution and completion of the project. C4-4 . 2 SPECIAL PROVISIONS : Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract "` Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. ; All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein . C4-4 . 3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work. " No allowance will be made for any changes in anticipated profits nor shall such changes be considered as C4-4 ( 1 ) waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of sanitary sewer pipes -in depth categories , shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 . 4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner , provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4 . 5 EXTRA WORK: Additional work made necessary by changes and alter at i on—T-o-T the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do c , the work for payments or credits as shall be determined by one or more combination of the following methods : a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates ; ( 3 ) materials entering permanently into the project , and (4 ) actual cost of insurance , bonds , and social security as determined by the Owner, plus a fixed - fee to be agreed upon but not to exceed 108 of the actual cost of such extra work . The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation to cover the cost of superintendence , overhead, other profit, general and all other expense not included in ( 1 ) , ( 2 ) , ( 3 ) , and ( 4 ) above . The Contractor shall keep accurate cost records on the 'form and in the method C4-4 (2 ) + suggested by the Owner and shall give the Owner • access to all accounts , bills , vouchers , and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties . No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner . In case any orders or instructions , either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation , he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof , and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method ( Item C ) . Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five ( 5 ) days before the time for making the first estimate after such work } is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and _ materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for ' extra work' whether or not iniitiated by a ' change order ' shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known , unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost , or any other effect on changed or unchanged work as a result or the change or extra work. ,^ C4-4 . 6 SCHEDULE OF OPERATIONS : Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner ' s approval thereof , a " Schedule of Operations , " showing by a straight line method the date of commencing and finishing each of the major elements of the contract . There shall be also shown the estimated monthly ` cost of work for which estimates are - to be expected. There C4-4 ( 3 ) shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on S-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4 . 7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten ( 10 ) days prior to submission of first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities ( including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule - Critical Path Method (CPM) network diagram. As the work progresses , the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer . The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. t As a minimum, the construction schedule shall incorporate all work elements and activities incricated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule , the Contractor shall review the draft schedule with the Engineer to ensure the Contractor ' s understanding of the contract requirements . The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints , sequencing requirements and completion time. b. The construction process shall be divided into activities with time durations of approximately fourteen ( 14 ) days and construction values not to exceed $ 50 , 000 . Fabrication , delivery and submittal activities are exceptions to this guideline. C4-4 (4 ) c. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts , the construction schedule shall indicate the following procurements , construction and preacceptance activities and events in their logical sequence for equipment and materials . 1. Preparation and transmittal of submittals. 2. Submittal review periods. 3 . Shop fabrication and delivery. 4 . Erection or installation. 5 . Transmittal of manufacturer ' s operation and maintenance instructions. 6 . Installed equipment and materials testing. 7 . Owner ' s operator instruction (if applicable) . B . Final inspection. C4-4 (5) 9 . Operational testing. 10 . Final inspection . If , in the opinion of the Owner, work accomplished falls behind that scheduled , the Contractor shall take such action as necessary to improve his progress . In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable , he may require the Contractor to increase the work force, the construction plant and equipment , the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. c C4-4 ( 6)