Loading...
HomeMy WebLinkAboutContract 32616 �' CITY SECRETARY- D.O.E. FILE 21 CONTRACTOR'S BONDING COQ_ WCITY SECRETARY CONSTRUC PY - CONTR CLIENT SEP T0 SPECIAL CONTRACT DOCUMENTS FOR WA TER MAIN EXTENSIONS, REPLACEMENTS, & RELOCATIONS CONTRACT 2005E "MWERR2005B" PROJECT NUMBERS: P253-6011500267 DOE NO. 5042 .. 3 ,i we, art . . . . . . . . . . . . . . J67W_S;,LAN DEETER SRIC L . ... y fogrWORTIJ *WVV J"IrWHOCOM Home I Council Agenda I M&C I Employee Directory I Morning Report I Ads I PRS I IT Online I Departments I Site Map Print M&C r COUNCIL ACTION: Approved on 11/1/2005 -Ordinance No. 16680-11-2005 -'::k'�%.'Jf" u 4&:. •.. ///,Y///,SGS ,"X,�,'W/ .d' ••• iA\1�.'iT'YrNak DATE: 11/1/2005 REFERENCE NO.: **C-21121 LOG NAME: 30CLEBURNE2005B CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Adopt Appropriation Ordinance and Authorize Execution of Contract with Cleburne Utility Construction, Inc., for Water Main Extensions, Replacements and Relocations, Contract 2005B ' .U' tM..'!x"S.'.' - _ - ._ Y:lG-/„ ./r3'w'i••..e..:' l f'S,_'. RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of$1,292,767.00 from the Water and Sewer Fund to the Water Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$1,292,767.00 from available funds; and 3. Authorize the City Manager to execute a contract with Cleburne Utility Construction, Inc., in the amount of $1,125,210.00 for water main extensions, replacements and Relocations, Contract 2005B. DISCUSSION: The work to be performed under this contract consists of extending, replacing and/or relocating water mains, services and other pertinent construction required to provide water service to individual customers or developers. The project was advertised on August 4 and 11, 2005 in the Commercial Recorder. On September 1, 2005 the following bids were received: Bidders Bid Amount Time of Contract Cleburne Utility Construction, Inc. $1,125,210.00 365 Calendar Days William J. Schultz, Inc. d/b/a $1,165,725.00 Circle "C" Construction Company Patco Utilities $1,616,434.22 The Engineer's estimate for this project was $1,069,425.00 The low bidder, Cleburne Utility Construction, Inc., is in compliance with the City's M/WBE Ordinance by committing to 12% M/WBE participation. The City's goal on this project is 12%. In addition to construction costs, $33,757.00 contingency is required for possible change orders, and $133,800.00 is required for design, inspection and survey services. This project is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation No. 1 and the adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated of the Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2) 1)PE45 538070 609020 $1,292,767.00 P253 472045 601150026700 $1,292,767.00 3)P253 541200 601150026783 $1,125,210.00 2)P253 531350 601150026731 $20,000.00 2)P253 531350 601150026732 $20,000.00 2)P253 531350 601150026733 $20,000.00 2)P253 531350 601150026742 $5,000.00 2)P253 531350 601150026751 $410 00.00 2)P253 531350 601150026752 $16,000.00 2)P253 531350 601150026753 $500.00 2)P253 531350 601150026780 $20,000.00 2)P253 533010 601150026781 $300.00 2)P253 531350 601150026782 $1,000.00 2)P253 541200 601150026783 $58,967.00 2)P253 531350 601150026784 $5,000.00 2)P253 531350 601150026785 $20,000.00 2)P253 531350 601150026791 $1,000.00 2)P253 531350 601150026792 $1,000.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) ATTACHMENTS 30Cleburne2005B.pdf SPECIAL CONTRACT DOCUMENTS FOR WATER MAIN EXTENSIONS, REPLACEMENTS, & RELOCATIONS CONTRACT 2005B "MWERR2005B" _ PROJECT NUMBER(S): P253-6011500267 D.O.E. No. 5042 CHARLES R. BOSWELL S. FRANK CRUMB, P.E. CITY MANAGER ACTING DIRECTOR WATER DEPARTMENT A. DOUGLAS RADEMAKER, P.E., DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY DEPARTMENT OF ENGINEERING CITY OF FORT WORTH, TEXAS WA TER DEPAR TMENT WATER MAIN EXTENSIONS, REPLACEMENTS,AND RELOCATIONS CONTRACT 2005B "MWERR2005B" PROJECT NUMBER: P253-6011500267 D.O.E. No. 5042 S. FRANK CRUMB, P.E. ACTING DIRECTOR WATER DEPARTMENT 2005 APPROVED I `� A.DOUGLAS RADEMAKER,P.E.,DIRECTOR,DEPARTMENT OFEN&INELIRING APPROVED DOO J.KIM,RE,ENGINEERING MANAGER, WATER DEPART E C/§< AA.-w REC LADED ATE 0�u��� z NOTICE TO BIDDERS Sealed proposals for the following: WATER MAIN EXTENSIONS, REPLACEMENTS & RELOCATIONS 2005B 11MWERR2005B" PROJECT NUMBERS: P253-6011500267 DOE NO. 5042 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 P.M., Thursday, September 1, 2005 and then publicly opened and read aloud at 2:00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. Sets of documents may be purchased for a non-refundable price of$20.00. z, Bid security is required in accordance with the Special Instructions to Bidders. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within forty-nine (49) days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non- responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at(817) 392-7910. 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(s) and submit the complete specifications book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non- responsive. Y For additional information, contact Adolfo Lopez @(817) 392-7829 or Jim Deeter @ (8 17) 392-7803. CHARLES R. BOSWELL MARTHA A. HENDRIX CITY MANAGER CITY SECRETARY Department of Engineering A. D las Rademaker, Director Advertising Dates: By August 4, 2005 ryan Beck, P.E. August 11, 2005 Manag Engineering Services SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement,an acceptable experience record,an acceptable equipment schedule and any other documents the Department may deem necessary,to the Director of the Water Department at least seven(7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate ® State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one(1)year old. In the case that a bidding date falls within the time a new statement is being prepared,the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as 5 such. e) The City,in its sole discretion,may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened,and if inadvertently opened,shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications(financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check,or an acceptable bidder's bond,payable to the City of Fort Worth,in an amount of not less than five(5%)percent of the largest possible total of the bid submitted must accompany the bid,and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten(10)days after the contract has been awarded To be an acceptable surety on the bid bond,the surety must be authorized to do business in the state of Texas. In addition, the surety must(1)hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law;or(2)have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion,will determine the adequacy of the proof required herein. 3. BONDS: A performance bond,a payment bond,and a maintenance bond each for one hundred (100%)percent of the contract price will be required,Reference C 3-3.7. 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: rt 06/04/03 (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall,for a period of three(3)years following the date of acceptance of the work, maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract;and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of D-3 Right to Audit pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each partial payment estimate or payroll period,whichever is less,an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. u "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is$25,000.00 or less,the contract amount shall be paid within forty- five(45)calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy("Policy")of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers,members,agents employees,program participants or subcontractors,while engaged in performing this contract,shall,in connection with the employment,advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against persons because of their age except on the bases of a bona fide occupational qualification,retirement plan or statutory requirement. 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 06/04/03 advertisements for employees to work on this contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"),Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal,state and local laws concerning disability and will defend, a indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the participation of minority business - enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary.The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("with Documentation")and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request,Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise(MBE)and/or women business enterprise (WBE)on the contract and payment thereof. Contractor 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 commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal,State or local laws or ordinances relating to false statements. Further,any such misrepresentation of facts(other than a_negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. 12. FINAL PAYMENT,ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment(less retainage)from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. C. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed,as evidenced by a written statement signed by the contractor and the City. t d. The warranty period shall begin as of the date that the final punch list has been completed. 06/04/03 e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding(i)final quantities,or(ii)liquidated damages,city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages,the parties shall attempt to resolve the differences within 30 calendar days. 06/04/03 FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more,the M/WBE goal is applicable. If the total dollar value of the contract is less than$25,000, the M/WBE goal is not applicable. POLICY STATEMENT jr It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is °k of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form,if goal isreceived by 5:00 p.m., five (5) City business days after the bid met or exceeded: >1 opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if participation is less than opening date,exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date,exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT-IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817) 392-6104. ATTACHMENT 1A FORT WORTH City of Fort Worth Page 1 of 4 ` Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime �� �L�./✓7i/1%'i✓� Vr/L 1 7 �(�N ST72 fOG �i�✓ Lft!(% PROJECT NAME: M/W/DBE NON-M/W/DBE (V/4TY�' M 1411 �CjQfl S/Dr(/S, ��!??F�Y�'S A5ZDC,0 77eLAJS BID DATE ,v;zncr,2605 S irk5C)4-2- 0. City's MMIBE Project Goal: Prkae's MMBE Project Utilization: PROJECT NUMBER lift % n2, 3 % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to`enter into a formal agreement with the MNVBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MNVBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker,Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor-is considered 1St tier, a payment by a subcontractor to f its supplier is considered 2nd tier ALL MIWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency(NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise(DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the MNVBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MNVBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full MNVBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MNVBE as outlined in the lease agreement. ATTACHMENT 1A FORT WORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification N (check one) SUBCONTRACTORISUPPLIER T In Company Name 1 N T Detail � Detail Address I M W C X M Subcontracting Work Supplies Purchased Dollar Amount T D W Telephone/Fax r B B R O B E E C T E A 47oc� �l�t.•� �. pro WWI 7Y 7611 q i 917-5-3/-z9 300 "� /"Z0 0OCJ 000 i [6;z::PiZ'7 L F=wdenyl Tx Ile 1G/ x'17- �7Sq-214 i ft f�2iv4i; COrL°1ij i a.aoX a sro o w� l/io- Lnr rr-Wd�lx Ila X 1/' �rt v�tifGr O, IJ 6VIle 4&W6rr7Ai4 ST»vW O a 0 9- 11—533/-03aa- C Jm►J4 Sa� Q13,"g61 77K 3�Qvo � 214r3J'7^�p�p ww 040,7 ei n,4 r l3A+d2� 5 o0 Gr��, 7F� 7Gl4o 3000 g!?- 31V-e a 09-07-05P03 : 33 4C ATTACHMENT IA I FORT WPage 3 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification (check one) c SUBCONTRACTOR/SUPPLIER T r Company Name ; N T Detail Detail Address e M W C X i Subcontracting Work Supplies Purchased Dollar Amount T D E Telephone/Fax r B B E E R O E C T F A 6Q 5� 4- 74/ &Z[-i 5 Jit. 1'7*1 Zs5/6-- wA5- 2S'j`` / i f 5 9 /,c�aa l'x shill © - i _ ATTACHMENT to FORT WORTH Page 4 of 4 CIO Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ D �� ";L D 6 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the MNV/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. '27 OAJ Authorized Si to Printed Signature t�4- 6J Title Contact Name/Title(H different) Ct ��•�� Ali C�,�� ��rr©,�, see . J�rl7-s54-15'917 Company Name Telephone and/or Fax Address E-migil Add ess Ce6--79CIAZA4� -0 City/State/zip Date ATTACHMENT IB FORT WORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: M/WIDBE NON-MNV/DBE BID DATE City's MNYBE Project Goal: PROJECT NUMBER s. % If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if bpth answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m.,five(5)City business days after bid opening,exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, NO this is our normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s)on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MIWBEs 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 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. _. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/Statermp Date ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: MNV/DBE NON-M/W/DBE BID DATE City's M/WBE Project Goal: PROJECT NUMBER $` If you have failed to secure MJWBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the MNVBE 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. 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. .I 1.) Please list each and every subcontracting and/or supplier opportunityl for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OFF� IRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. n c (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities r i ' ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three(3) months old from the bid open date)list of M/WBE subcontractors and/or suppliers from the City's M1WBE Office. Yes Date of Listing I I 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 i opened? Yes (If yes,attach MJWBE mail listing to include name of fine and address and a dated copy of letter mailed.) No `I 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 opened? Yes (If yes,attach list to include name of M/WBE fine, ep rson contacted,phone number and date and time of contact.) No .- NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile T is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (213) of the list within such area of opportunity, 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? Yes No r 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes,the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets,if necessa ,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MfWBE participation on this project. 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 the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered,use"NA"if applicable Name of City project: A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (/f applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the oint venture MMBE firmNon-M/WBE name: T firm name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address t Name of Certifying Agency: 2.Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: Joint Venture Page 2 of 3 3.What is the percentage of IWWBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. S.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: s Capital contributions, including 1 equipment: + Other applicable ownership interests: 6.Identify by name, race,sea and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ---------- -- - ---------------------------- b. Marketing and Sales _ ----------------------------------------------- c. Hiring and Firing of management r personnel ---------------------------------------------- d Ptuchasing of major equipmept and/or supplies r Supervision of field operations r -The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change,from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. r Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore,the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may he awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. -- ------------------------------------------------------------------ Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of ,20 ,before me appeared and to me personally known and who, being duly sworn,did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public signaoue _ Commission Expires (seal) PART B - PROPOSAL This proposal must not be removed from this book of Contract Documents. TO: Charles R. Boswell 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 four-inch through sixteen-inch water main, and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: WATER MAIN EXTENSIONS, REPLACEMENTS,& RELOCATIONS CONTRACT 200513; "MWERR2005B". Water Project No. P253-6011500267 Pursuant to the foregoing Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the City Engineering Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT = (Furnish and install, including all appurtenant work, complete in place,the following items) (D-No. refers to related items in the Part D Special Conditions:) B-1 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 1. 50 L.F. 4-Inch PVC Pipe (DR-14), D-30; Per Linear Foot: ��f� 6� Dollars and ArO Cents $ ZS' $ Sy 2. 750 L.F. 6-Inch PVC Pipe (DR-14), D-30; Per Linear Foot: _got Dollars and N0 Cents $ 3 $ 3. 1000 L.F. 8-Inch PVC Pipe(DR-14), D-30; Per Linear Foot: - � y 1-w— 0 Dollars oe o0 and 000 Cents $ $ 4A 4. 200 L.F. 10-Inch PVC Pipe (DR-14), D-30//; Per Linear Foot: J - Dollars and ,c% Cents $ 40- 5. 5. 200 L.F. 12-Inch PVC Pipe (DR-14), D-30; Per Linear Foot: 4 v, gN,1J Dollars 4? --0,* a s and ,v0 Cents $ $ 6. 25 L.F. 4-Inch Ductile Iron Pipe, Class 51, DI-�52; Per Linear Foot: 'rj'ye, &7&0f— Dollars 00, and n/'d Cents $ Z $ '1 7. 25 L.F. 6-Inch Ductile Iron Pipe, Class 51,D-52; Per Linear Foot: 7A'te::�( SISL Dollars 40 and go- Cents $ 36 $ B-2 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 8. 25 L.F. 8-Inch Ductile Iron Pipe, Class 51, D-52; Per Linear Foot: 'k/,f/ &764ff Dollars ®o bo and 1-fo Cents $ $ 9. 25 L.F. 10-Inch Ductile Iron Pipe, Class 51, D-52; Per Linear Foot: 6y!l Dollars �e and /thy Cents $ $ l QC9® 10. 25 L.F. 12-Inch Ductile Iron Pipe, Class 51,D-52; Per Linear Foot: -� 6_f676-0-r Dollars ®a o and Alb Cents $ 4Y— $ 11. 25 L.F. 16-Inch Ductile Iron Pipe, Class 51, D-52; Per Linear Foot: g cmc t7&44— Dollarso, and N'o Cents $ /'Y' $ / 0 e) 12. 50 L.F. 4-Inch Ductile Iron Carrier Pipe, Class 51, with Casing Spacers, D-52/;'Per Linear Foot: 715i VX_ Dollars and /V a Cents $ $ 13. 50 L.F. 6-Inch Ductile Iron Carrier Pipe, Class 51,with Casing Spacers, D-52; Per Linear Foot: Zl�a Dollars 1 and Cents $ $ ;9W B-3 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 14. 50 L.F. 8-Inch Ductile Iron Carrier Pipe, Class 51, with Casing Spacers, D-52; Per Linear Foot: SIVW �� Dollars C-V and .06J'0 Cents $ $ 3(0 d 15. 50 L.F. 10-Inch Ductile Iron Carrier Pipe, Class 51, with Casing Spacers, D-52; Per Linear Foot: �! 4002 Dollars o and At ? Cents $ $ 16. 50 L.F. 12-Inch Ductile Iron Carrier Pipe, Class 51, with Casing Spacers, D-52; Per Linear Foot: 91,owrl —;&j2 Dollars 0 �� r and /CJD Cents $ $ 17. 50 L.F. 16-Inch Ductile Iron Carrier Pipe, Class 51, with Casing Spacers, D-52; Per Linear Foot: &UHY -orr2 Dollars and AA Cents $ ?s $ 18. 20 L.F. 2-Inch Or Smaller Copper service Line by Boring, and Jacking with Pressure Grout, DA-6, DA-20; Per Linear Foot: lvfw (sf Dollars A and Cents $ $ '-14.0 19. 25 L.F. 16-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, DA-6, DA7; Per Linear Foot: Dollars 0 r and �(/'� Cents $ ® $ 504 D B-4 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL R NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 20. 25 L.F. 18-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, DA-6, DA-7; Per Linear Foot: � a" Dollars '� � oo and /JO Cents $ $ w0'2 21. 25 L.F. 24-Inch Casing Pipe by Boring, and Jacking with Pressure Grout, DA-6, DA-7; Per Linear Foot: 144-CV Dollars a© and 'If—f0 Cents $ 36 $ 7 Yo 22. 25 L.F. 30-Inch Casing Pipe by Boring, - and Jacking with Pressure Grout, DA-6,ppDA-7; Per Linear Foot: �G�idCro S�vv�(1� Dollars and /JD Cents $ 37 $ 3.7 23. 25 L.F. 16-Inch Casing Pipe by Direct Bury, DA-7; Per Linear Foot: Dollars o0 and r!d Cents $ /If $ 24. 25 L.F. 18-Inch Casing Pipe by Direct Bury, DA-7; Per Linear Foot: 5�w Dollars ale and and 4m Cents $ 7 $1o7 25. 25 L.F. 24-Inch Casing Pipe by Direct Bury, DA-7; Per Linear Foot: Dollars 011P Ba and Cents $ 957 $ t a2 B-5 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 26. 25 L.F. 30-Inch Casing Pipe by Direct Bury, DA-7; Per Linear Foot: Dollars !D 0167� and AT Cents $ � $ 27. 5 E.A. 4-Inch Gate Valve w/Cast Iron Box and Lid, D-52;Per Each: , a Dollars 9-0 and /J O Cents 28. 20 E.A. 6-Inch Gate Valve w/Cast Iron Box and Lid, D-52; Per Each: Dollars and Cents $ $ 4 29. 20 E.A. 8-Inch Gate Valve w/Cast Iron Box and Lid, D-52;Per Each: w4ai-r11f/A*,e2&ja 5I7I Dollars ov and Cents $ $ 11040 30. 10 E.A. 10-Inch Gate Valve w/Cast Iron Box and Lid, D-52;Per Each: 4 Odle Tyod 5,4-ef© Dollars oe and C.lo Cents $ � 31. 5 E.A. 12-Inch Gate Valve w/Cast Iron Box and Lid, D-52; Per Each: ! ✓ / � KPI- Dollars O and AAR Cents $ ,146-29 $ b7,,R-!5d 32. 2 E.A. 16-Inch Resilient-Seated Gate Valve and Vault, DA-74; Per Each: Dollars and Cents $A e� $ B-6 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 33. 2 E.A. 16-Inch Double Disk Gate Valve and Vault, D-52; Per Each: �/ J9rt+V`A Dollars o� andn('p Cents $ f $ 34. 1 E.A. Furnish& Cut-In 4" Gate Valve w/ Cast Iron Box and Lid, D-52; Per Each: 5A." t"#At;4 Dollars Qb m® and A/O Cents $ $ 35. 2 E.A. Furnish& Cut-In 6" Gate Valve w/ Cast Iron Box and Lid, D-52; Per Each: �U�LT 14y"10&4 Dollars 4� and Ali> Cents $ $ 36. 5 E.A. Furnish& Cut-In 8" Gate Valve w/ Cast Iron Box 409Lft/L.9� and Lid, D-52; Per Each: R, jjff�l 70 Dollars and gb Cents $ $7 37. 2 E.A. Furnish& Cut-In 10" Gate Valve w/ Cast Iron Box and Lid, D-52; Per Each: /(� -emmf kfmw"o Dollars 00 and p!6 Cents $ $3� 38. 2 E.A. Furnish& Cut-In 12"Gate Valve w/ Cast Iron Boxf and Lid, D-52; Per Each: Dollars and A16 Cents $/7z $ 41 39. 2 E.A. Remove and Salvage 16" Gate Valve and Vault, D-29; Per Each: gm_"� b-W"94er-4 Dollars and JJ` Cents $ $ 3 B-7 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 40. 5 E.A. Remove Gate Valve and Box, Plug on 12"or Smaller Mains in Separate Trench; Per Each: - '!�aoll^Pvx ozov i� Dollars and A10 Cents $ 7sy $ 37s� 41. 10 Tons Cast Iron/Ductile Iron Fittings, 4"- 16"Diameter D-52; Per Ton: Tfd Dollars 0-6 01 and /V® Cents $ O $ 5Dr 6D4 42. 20 E.A. Standard Fire Hydrant, 3'-6" Bury Depth; Per Each: at,fffeez, 1 jwdew Dollars and Cents $C�� $ 3 43. 20 V.F. Fire Hydrant Bbl. Extension, Per Vertical Foot: ��g&!� Dollars and /vim Cents $ ® $ 44. 5 E.A. Remove Existing Fire Hydrant, - D-29; Per Each: ve- Awvoalm Dollars and t10 Cents $ 45. 1 E.A. Install 1-Inch Air and Vacuum Release Valve w/Vault; Per Each: -WW'Z Fii 14" 44tV Dollars .0 10 and N'iD Cents $ a-S©� $ 46. 1 E.A. Install 2-Inch Air and Vacuum Release Valve w/Vault; Per Each: �'+�71/ 4, �nezu;d—Dollars od and #D Cents B-s ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 47. 1 E.A. Install 4-Inch Blow Off w/4" Gate Valve& Sump Manhole, Per Each: ej� � 9 o W,d Dollars and Cents $��� $ 48. 1 E.A. 48"X 12"Tapping Sleeve and 12-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: - 'Werd 7_901/044-0 Dollars i and AA> Cents $ 70029 $ 706 49. 1 E.A. 36"X 12" Tapping Sleeve and 12-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: `56NG9w1' 1r'_0W5 W-4 Dollars o. and NP Cents $ $ 50. 1 E.A. 30" X 16" Tapping Sleeve and 16-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: 7-TrOVS P9-� Dollars oe and Fr Cents $'70049 $ ?6' 51. 1 E.A. 30"X 8"Tapping Sleeve and 8-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: 7714 05 00-w-o Dollars ��� ©D191-0 and # Cents $ $ 52. 1 E.A. 30"X 6"Tapping Sleeve and 12-Inch Valve wBox; For C.I., D.I., 3 or Concrete Main; Per Each: Ar/W nrj5�f 0&f-'V Dollars0 —70M 09 and led Cents $ -7000 $ B-9 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 53. 1 E.A. 24" X 16"Tapping Sleeve and 16-Inch Valve w/Box; For C.I., D.I., or Concrete Main; Per Each: 4w ,�g ► Dollars 99 alp _ and �!'O Cents $000 $ 54. 1 E.A. 24"X 12"Tapping Sleeve and .. 12-Inch Valve w/Box; For C.I., D.I., or Concrete Main; Per Each: 5t)o 77J&vt,#A Dollars 0 and IV Cents $o®o $ p©� - 55. 1 E.A. 24" X 10"Tapping Sleeve and 10-Inch Valve w/Box; For C.I., D.I., or Concrete Main; Per Each: Dollars and t�'0 Cents $ 4�4 $ (/Pmo 56. 1 E.A. 24" X 8"Tapping Sleeve and 8-Inch Valve w/Box; For C.I., D.I., or Concrete Main; Per Each: Dollars 0 and N�p Cents $ b0oo $ �BB _ 57. 1 E.A. 24" X 6"Tapping Sleeve and 6-Inch Valve w/Box; For C.I., D.I., or Concrete Main; Per Each: <Ih?- T#d0; 4110 Dollars 0° ©p and Arlo Cents $4 $ � 58. 1 E.A. 21"X 12"Tapping Sleeve and 12-Inch Valve w/Box; For C.I., D.I., or Concrete Main; Per Each: f�4�]q!0,144-ryz Dollars ® 0-0- and g® Cents $ $ B-10 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 59. 1 E.A. 20"X 12" Tapping Sleeve and 12-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: 'fLj bW VC'4NOXI:D Dollars o and NJ Cents $ 60. 1 E.A. 20"X 10"Tapping Sleeve and 10-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per - ,,Each: �fq?3T jyv'r_ Dollars = �� and �(�`� Cents $ 61. 1 E.A. 20"X 8"Tapping Sleeve and 8-Inch Valve wBox; For C.I., D.I., or Concrete Main;/PerEach: Dollars coo and Aw Cents $ 3623'0 $ 3�� 62. 1 E.A. 20"X 6"Tapping Sleeve and 6-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: � Cl9A Dollars get- and AtD Cents $ X006 $ 3 63. 1 E.A. 18"X 8"Tapping Sleeve and 8-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: ''��►2 7 � , Dollars mm ao and fie Cents $ ! 4 $ -3dOd 64. 1 E.A. 16"X 12"Tapping Sleeve and 12-Inch Valve wBox; For C.I., D.I., or Concrete Main/; Per Each: ��r �6.Wi'ti��✓D�� Dollars o° �� and 1� Cents $ 2-T00— $ 2 B-11 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 65. 1 E.A. 16" X 10"Tapping Sleeve and 10-Inch Valve wBox; For C.I., D.I., or Concrete Main; si Per Each: 15; (67� L�-��'''� Dollars Oa 0-6 R and a!! Cents $ $ 66. 1 E.A. 16" X 8" Tapping Sleeve and 8-Inch Valve wBox; For C.I., D.I., or Concrete Main; Per Each: `� L7Gj' Dollars 4 o� and IV& Cents $ 2�0� $ Zy®a 67. 1 E.A. 16"X 6" Tapping Sleeve and 6-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: -7;L`-Nrf1 0"w k1_J" e# Dollars .0vZ and N a Cents 68. 1 E.A. 16"X 4"Tapping Sleeve and 4-Inch Valve wBox; For C.I.,D.I., or Concrete Main; Per Each: <,bJ I-1 Jtd `jux4A&d Dollars 0 mi and AT Cents 69. 1 E.A. 12" X 12" Tapping Sleeve and 12-Inch Valve wBox; For C.I., D.I., PVC or Concrete Main; Per Each: �TildJS4w.6 Dollars cm mo and rl8 Cents $ adO� $ -Ite"o 70. 1 E.A. 12" X 10" Tapping Sleeve and 10-Inch Valve wBox; For C.I., D.I., PVC or Concrete Main; Per Each: 'ffr2 1�J g�� Dollars e b and ve Cents $ ?j819B $ 3404 B-12 - ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 71. 1 E.A. 12"X 8"Tapping Sleeve and 8-Inch Valve w/Box; For C.I., D.I., PVC or Concrete Main; Per Each: :1 TT4'e1S 01 � Dollars and pfd Cents 72. 1 E.A. 12"X 6"Tapping Sleeve and 6-Inch Valve w/Box; For C.I., D.I., PVC or Concrete Main; Per Each: �ule rf� 6&0-rbm� Dollars o� and D Cents 73. 1 E.A. 12"X 4"Tapping Sleeve and 4-Inch Valve w/Box; For C.I., D.I., PVC or Concrete Main; Per Each: :kJog ! F; Er f 4ns'f N-eo Dollars and tt D Cents $ �� $ Zs-vo 74. 1 E.A. 10"X 10"Tapping Sleeve and 10-Inch Valve w/Box; For C.I., D.I., 4 PVC or Concrete Main;Per Each: �c:PN Fi vt'A/"N " Dollars � _ eo and 14,0 Cents $24VO $ 2 9 75. 1 E.A. 10"X 8"Tapping Sleeve and 8-Inch Valve w/Box; For C.I., D.I., PVC or Concrete Main; Per Each: 71�6VS+94. Dollars mO ao and to 0 Cents 76. 1 E.A. 10"X 6"Tapping Sleeve and 6-Inch Valve w/Box; For C.I., D.I., PVC or Concrete Main; Per Each: -:!Jrjp '�'F�o-VO494J"4 Dollars and Cents $c)L4d d $ ZB®p B-13 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 77. 1 E.A. 10"X 4"Tapping Sleeve and 4-Inch Valve wBox; For C.I., D.I., PVC or Concrete Main; Per Each: !:! Swmtpi � �'iD Dollars 4P e_-,P and /vim Cents $ 1 G4 0 $ 78. 1 E.A. 8"X 8"Tapping Sleeve and 8-Inch Valve wBox; For C.I., D.I., PVC or Concrete Main; Per Each: Zv�T17WJ ktoVo46V Dollars 0-0 v� and - MO Cents $ 6Z,40 $ /701 79. 1 E.A. 8"X 6"Tapping Sleeve and 6-Inch Valve wBox; For C.I., D.I., PVC or Concrete Main; Per Each: j4y^f0eZ&W Dollars 00- and and ND Cents $ 1&VO $ 80. 1 E.A. 8"X 4"Tapping Sleeve and 4-Inch Valve wBox; For C.I., D.I., PVC or Concrete Main; Per Each: . �r� Dollars a� and N Cents $ IV& $ foo 81. 1 E.A. 6"X 6" Tapping Sleeve and 6-Inch Valve wBox; For C.I., D.I., PVC or Concrete Main; Per Each: '�prl2 A&J,04V4 Dollars �m and W Cents $ � D $ 82. 1 E.A. 6"X 4"Tapping Sleeve and 4-Inch Valve wBox; For C.I., D.I., PVC or Concrete Main; Per Each: 0_09Tt� tJ 44d-CA Dollars 09 and d Cents $ 1400 $ (¢0o B-14 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 83. 10 E.A. 2-Inch Service Taps to C.I., D.I., PVC, or Concrete Main, D-52, DA-76; Per Each: Dollars d�' eg and 06- Cents $ 700 $ -POO 84. 10 E.A. 1-1/2-Inch Service Taps to C.I., D.I., PVC, or Concrete Main, D-52, DA-76; Per Each: Dollars and - Cents 85. 10 E.A. 1-Inch Service Taps to C.I., D.I., PVC, or Concrete Main, D-52; Per Each: O"4-eV Dollars oma! �i and � Cents $ B $ )!�6 86. 5 E.A. 3/4-Inch Service Taps to C.I., D.I.,PVC, or Concrete Main, D-52; Per Each: Owe-#V� Dollars and tJb Cents 87. 100 L.F. Install 2-Inch Copper Service, �. D-52, DA-76; Per Linear Foot: <10rrtr '�1l Dollars and &0 Cents $ 024 88. 100 L.F. Install 1-1/2-Inch Copper Service, D-52, DA-76; Per Linear Foot: ty KVo- Dollars and Cents $ "'n 89. 100 L.F. Install 1-Inch Copper Service, D-52; Per Linear Foot: 91"t Dollars op ap and Cents $ 24� — $ Z4,00 B-15 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 90. 100 L.F. Install 3/4-Inch Copper Service, D-52; Per Linear Foot: ��,vCt�t yf Dollars and Cents $ $ /� 91. 1 E.A. Relocate 2-Inch Service Meters, and Meter Boxes, D-52, DA-76; Per Each: W,""V e-ev Dollars B, and jgO Cents $ 0 $ 92. 1 E.A. Relocate 1-1/2-Inch Service Meters, and Meter Boxes, D-52, DA-76; Per Each: ✓&- No d&'V Dollarsof and Pm Cents $ $ 93. 1 E.A. Relocate 1-Inch Service Meters, and Meter Boxes, D-52; Per Each: gag-A�/ ,0/0E0 Dollars and g© Cents $ $ 4vO 94. 1 E.A. Relocate 3/4-Inch Service Meters, and } Meter Boxes,D-52; Per Each: -D �viYOPrO 20 Dollars 4�- and h�q Cents $ pZBO $ 95. 1 E.A. Install Multiple Service Branches For 2-Inch Copper Service, D-52, DA-76; Per Each 9"4/2.&Z Dollars DQE and QIJ� Cents $ $ B-16 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 96. 1 E.A. Install Multiple Service Branches For 1-1/2-Inch Copper Service, D-52,DA-76; Per Each: Dollars and Cents 97. 1 E.A. Install Multiple Service Branches For I-Inch Copper Service, D-52; Per Each: 'jW6 J�J"&&V 15:5(r-rcf Dollars and 14D Cents s so-.' 98. 20 E.A. Furnish and Set Class 'C' Meter Boxes, D-52; Per Each: 49Pe-1"04CO Kr-r)l Dollars and to Cents $ 99. 20 E.A. Furnish and SetClass 'B' Meter Boxes, D-52; Per Each: r;�fr� Dollars a, and tio Cents $ 100. 20 E.A. Furnish and Set Class 'A' Meter Boxes, D-52; Per Each: &teF_�NyOdtV P� Dollars and t4 0 Cents s $ 101. 5 E.A. 10"Turbo Meter Installation with 6" By-Pass In concrete Vault, Per Fig. 33, DA-52;Per Each: I&--- T#"4 4-'A-"A Dollars and tic Cents I'VC10 s '150'cello B-17 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. (QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 102. 5 E.A. 8" Turbo Meter Installation with 6"By-Pass In concrete Vault, Per Fig. 33, DA-52; Per Each: )*'Ve A&P Dollars � b a� �'7 '���Q and 910 Cents $ $ � 103. 10 E.A. 6" Turbo Meter Installation with 4" By-Pass In concrete Vault, Per Fig. 33, DA-52; Per Each: /tr11Nt' ySAg-W-D Dollars 4 and Cents $ $ )01 040 104. 10 E.A. 4" Turbo Meter Installation with 2"By-Pass In concrete Vault, Per Fig. 33, DA-52;Per Each: 1'/ft!-9A"'r D Dollars and yo Cents $ $ 105. 7 E.A. 3"Turbo Meter Installation with 2"By-Pass In concrete Vault, Per Fig. 33, DA-52; Per Each: V14fts*11-t47 Dollars low- „ and h!a. Cents b $ 510-r d 00 106. 1000 L.F. Furnish and Lay 2-Inch Pipe and Fittings for Temporary Service, D-52; Per Linear Foot: rO d - Dollars and /t4 Cents $ dO 107. 5 E.A. Water Sample Station Installation, Fig. 33 or 34, D-52; Per Each: �( 90-"t2.400 Dollars and go Cents $ JIM B-18 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 108. 5 E.A. Relocate Sprinkler System Backflow Preventor or Control Valve & Box, DA-73; Per Each: Cd r!cz� f lrfnit24t!" Dollars o_ 00 and Cents $ 3d© $ 109. 5 E.A. Cut and Plug Existing Mains in Separate Trenches,All sizes, All Depths, Day or Night, D-29; Per Each: e bl-� Dollars vo Ole- and Cents $ �' $ 110. 100 L.F. Trench Safety System, D-26, DA-113; Per Linear Foot: erwo Dollars and ,AW Cents $ 02� $ ,R40 111. 50 L.F. Extra Depth of Water Mains; Per Linear Foot: 1��rj Dollars o and P10 Cents $ 1�; $ 15V ® 112. 18 L.F. 16-Inch Cl. 51 DIP, for Sanitary Sewer Replacement at Variable Depth, D-5; Per Linear Foot: �j CV avf/� Dollars and N'0 Cents $ � 113. 18 L.F. 12-Inch Cl. 51 DIP, for Sanitary Sewer Replacement at Variable Depth, D-5; Per Linear Foot: ,�W Dollars and tile Cents $ $ B-19 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT - 114. 18 L.F. 10-Inch Cl. 51 DIP, for Sanitary Sewer Replacement at Variable Depth, D-5; Per Linear Foot: 6;WV -fd!r Dollars o0 ov and 1610 Cents $ ��� $ 115. 18 L.F. 8-Inch Cl. 51 DIP, for Sanitary Sewer Replacement at Variable Depth, D-5; Per Linear Foot: �ttver- Dollars ®m m o and & Cents $ $ 116. 18 L.F. 6-Inch Cl. 51 DIP, for Sanitary Sewer Replacement at Variable Depth, D-5; Per Linear Foot: L qxy t5be- Dollars and dip Cents $ �i'� $ f�� 117. 25 L.F. Replacement of 4-Inch Sanitary Sewer Service w/4-Inch DIP, D-5; Per Linear Foot: 5 " I b7 G-&.�-r Dollars and 0o Cents $ 02 $ �Q© 118. 25 L.F. Replacement of 6-Inch Sanitary -• Sewer Service w/6-Inch DIP, D-5; Per Linear Foot: Dollars and C9 Cents $ 7 $ g),Oeg 119. 25 L.F. Replacement of 8-Inch Sanitary Sewer Service w/8-Inch DIP, D-5; Per Linear Foot: el-kly'r Dollars and /UO Cents $ 3AI---- $ a�� B-20 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 120. 5 E.A. Dehole, 0 ft. - 5 ft. in Depth, DA-103; Per Each: if,Ne' Amw_ Dollars �� 0--10and fj Cents $ �f $ _ 121. 2 E.A. Dehole, 5 ft. - 10 ft. in Depth, DA-103; Per Each: ljy-�X-&_V Dollars 9- oft and gD Cents $ L4�eo $ 122. 2 E.A. Dehole, 10 ft. - 20 ft. in Depth, DA-103; Per Each: Vt? S4"j-P Dollars _oa and Cents $ '2000 $ O 123. 50 E.A. Job Move In, D-110; Per Each: KJd2Ttw Dollars and ILb Cents $ T-- 124. 20 E.A. Emergency Situation Job Move In, DA-75; Per Each: &16Dollars andOP Cents $ 1 CO $ 125. 100 L.F. Hydro Mulch Seeding, D-45; Per Linear Foot: -�91J R- Dollars 1*01910 and (V® Cents $ 6- $ 06 126. 100 L.F. Sodding, D-45; Per Linear Foot: P(t ri C- Dollars 00 Qo and pa Cents $ _ $ ?0(9 B-21 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL R NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 127. 25 L.F. Concrete Encasement, Per Fig. 20, DA-50; Per Linear Foot: ® � p�ye' Dollars and (ie Cents $ 4-6- $ ! 128. 5 C.Y. Concrete R.iprap, DA-40; Per Cubic Yard: 6oJ� ln/l Dollars etq e� and Cents $� - 129. 100 C.Y. Flowable Fill in lieu of Trench Backfill, DA-116; Per Cubic Yard: Dollars vo og and Cents $ � $ 130. 10 C.Y. Crushed Limestone, D-22; Per Cubic Yard: Dollars p� .. and � Cents $ $ 1� 131. 10 C.Y. Class `B' Concrete(2500#); Per Cubic Yard: 006- Dollars �o and STD Cents $�_ $ 132. 10 C.Y. Class `B' Concrete(1500#); Per Cubic Yard: 016- Dollars o and po Cents $ $ 18 B-22 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 133. 200 L.F. Concrete Curb and Gutter Replacement, DA-24; Per Linear Foot: jl:�yeG Dollars �� 00 P0 7�0 and a Cents $ $ 134. 200 L.F. Concrete Curb Attached to Concrete Pavement Replacement, DA-55; Per Linear Foot: r' ry�Nt r ire- Dollars and N`° Cents 135. 450 S.F. Concrete Sidewalk or Driveway Replacement, D-20; Per Square Foot: d!7644f' Dollars a� .and ,t/a Cents $ $ ✓��� 136. 1000 S.F. Replace Paving in Parking Areas, DA-47; Per Square Foot: rlyo- Dollars c m and ga Cents $ 5- 137. 300 L.F. Concrete Pavement on 2:27 Concrete Base, D-23; D-25; Per Linear Foot: f�i 0:1Y F-f dCF- Dollars o0 ®� and t'0 Cents 13$. 1000 S.F. Concrete Pavement Replacement, over Existing Base D-25; Per Square Foot: 5ew-W Dollars �o d0 and 0 Cents $ 77 $ 70" B-23 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 139. 100 L.F. Brick on Reinforced Concrete Base, D-25, DA-35, DA-115; Per Linear Foot: / Dollars a p ®o and Cents 140. 1000 L.F. Min 2-Inch HMAC on 2:27 Concrete Base, D-23; D-25; Per Linear Foot: Dollars �o and Cents $ $4-5_xd 141. 1000 S.F. Min 2 Inch HMAC Pavement Replacement, over Existing Base D-25; Per Square Foot ye- Dollars and /jG Cents 142. 100 L.F. 2-Inch HMAC on 2:27 Concrete Base, D-23; D-25; Per Linear Foot: -7 0'-6- Dollars o e� �. and Cents 143. 100 L.F. Min 1-1/2-Inch HMAC on Reinforced - Concrete Base, D-25; Per Linear Foot: �rt.T Dollars ° a� ® and /� Cents $ $ ®� 144. 100 L.F. 2-Inch HMAC on 8-Inches Crushed Stone Base (Temp. Pvmt.) , D-62; Per Linear Foot: ��v*1'_ Dollars R and /ll0 Cents $ AX B-24 ITEM APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL NO. QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT 145. 100 L.F. 2-Inch Hot Mix Rolled Temporary Pavement, Fig. A, D-62; Per Linear Foot: r eilwe ✓e- Dollars and rtD Cents $ $ 146. 100 L.F. Flex Base Material,Temporary Paving Repair, Fig. A, D-62; Per Linear Foot: 'r,2;9 Dollars o0 and Pre Cents $ 64� $ (00 147. 50 E.A. Traffic Permit for Utility -` Street Cuts; Per Each: Fifty Dollars y and no Cents $ 50.00 $ 2,500.00 20 TOTAL AMOUNT BID $ * Type of Pipe Used PVC DR-14: DIP Class 51: B-25 PART B - PROPOSAL(Cont.) Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal 4 contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 365 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statue is attached. Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. s B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. B-26 T I(we)acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No. 4 (Initials) Respectfully submitted, C.�s��¢r✓-� VTILu� �1�t 9Tedu'7o�/� .�N�. Title: f Address: 42-9 ��3y'•z,J�, �L' �� 031 Telephone O (Seal) Date: B-27 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 C1-1 (2) C1-1.6 General Conditions C1-1 (2) C1-1.7 Special Conditions C1--1 (2) C1-1.8 Specifications C1-1 (2) C1-1.9 Bond C1-1 (2) C1-1•.10 Contract C1-1 (3) C1-1.11 Plans C1-1 (3 ) C1-1.12 City C1-1 (3 ) C1-1.13 City Council C1-1 (3 ) C1-1.14 Mayor C1-1 (3 ) C1-1.15 City Manager C1-1 (3) C1-1.16 City Attorney C1-1 ( 3) C1-1.17 Director of Public Works C1-1 (4 ) C1-1.18 Director, City Water Department C1-1 (4) C1-1.19 Engineer C1-1 ( 4) C1-1.20 Contractor C1-1 (4) C1-1. 21 Sureties C1-1 (4 ) C1-1.22 The Work or Project C1-1 ( 4) C1-1.23 Working Day C1-.1 (4) C1-1.24 Calendar Day C1-1 (4 ) C1-1.25 Legal Holiday C1-1 ( 4 ) C1-1.26 Abbreviations C1-1 (5)` C1-1. 27 Change Order C1-1 (6 ) - C1-1.28 Paved Streets and Alleys C1-1 (6) C1-1.29 Unpaved Streets and Alleys C1-1 (6 ) C1-1.30 City Streets C1-1 (6 ) C1-1.31 Roadway C1-1 (6) C1-1.32 Gravel Street C1-1 (6 ) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. 1 Proposal Form C2-2 (1) E 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) 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 - 05-5.1 Authority of Engineer C5-5 (1 ) C5-5. 2 Conformity with Plans C5-5 (1) C5-5. 3 Coordination of Contract Documents C5-5 (2 ) C5-5. 4 Cooperation of Contractor C5-5. (2 ) C5-5.5 Emergency and/or Rectification Work C5-5 (3 ) C5-5. 6 Field Office C5-5 (3 ) C5-5.7 Construction Stakes C5-5 (3 ) - 05-5.8 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 ) - 05-5. 18 Final Inspection C5-5 ( 9 ) (2 ) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6. 2 Permits and Licenses C6-6 (1) C6-6. 3 Patented Devices, Materials and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (2 ) C6-6.5 Public Safety and Convenience C6-6 (2 ) 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 i`63 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 .�y 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 ) z. 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 -(l) C8-8 .5 Partial Estimates and Retainage C8-8 '(2) C8-8. 6 Withholding Payment C8-8 (3 ) C8-8.7 FinalAcceptanceC8-8 (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 a 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) t 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 Document.s , 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 officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1 . 15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth , Texas , or his duly .� authorized representative. C1-1. 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas , or his duly authorized representative. C1-1 (3 ) C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1 . 18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant, or agents. C1-1. 19 ENGINEER: The Director of Public Works, the Director ~� of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , or superintendents , acting within the scope of the particular duties entrusted to them. C1-1 . 20 CONTRACTOR : The person , persons , partnership , company, firm, association , or corporation , entering into a }` contract with the Owner for the execution of the work, acting directly or through a duly authorized representative . A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor , supplying labor and materials or only labor, for work at the site of the project. C1-1 . 21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor . The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1. 22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents , including but not limited to the furnishing of all labor , materials , tools , equipment, and incidentals necessary to produce a completed and serviceable project. C1-1 . 23 WORKING DAY: A working day is defined as a calendar 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: 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 w MH - Manhole SY - Square Yard Max. - Maximum L.F. - Linear Foot D. I. - Ductile Iron C1-1 (5 ) 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 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 requi;ed 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. �s C2-2 . 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes to do the work contemplated or furnishe the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association , or partnership, the name and address of each member must be given , and the proposal must be signed by a member of the firm, association , or partnership , or by a person duly authorized . If a proposal is submitted by a company or corporation , the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2. 5 REJECTION OF PROPOSALS: Proposals may be rejected if C they show any alteration of words or figures, additions not called for , conditional or uncalled for alternate bids , incomplete bids, erasures , or irregularities of any kind, or _ contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 . 6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal . " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2 (3 ) 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 cnay 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. ow 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. i C4-4 ( 6 ) PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS _ C5-5. 1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents . He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents , acceptable fulfillment of the contract, ,,s compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise . Engineer will not be responsible for Contractor ' s means , methods , techniques , sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor ' s -• failure to perform the work in accordance with the contract documents. He shall determine the amount and quality of the work completed and materials furnished , and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract . The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters , the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. C5-5. 2 CONFORMITY WITH PLANS : The finished project in all cases shall conform with lines , grades , cross-sections , finish , and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents . Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5 (1) C5-5 . 3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections , which , taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies , figured dimension shall govern over scaled dimensions , plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications, and quantities shown = on the plans shall govern over those shown in the proposal . The Contractor shall not take advantage of any apparent error or omission in the Contract Documents , and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents . In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the .Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5 . 4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. .The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer , his inspector , and other Contractors in every possible way. The Contractor shall at all times have competent personnel .available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent , English-speaking . superintendent and an assistant who are fully authorized to act as the Contractor ' s agent on the work . Such superintendgnt and his assistant shall be capable of reading �. and understanding the Contract Documents and shall receive and fulfill instructions from the Owner , the Engineer , or his authorized representatives . Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor ' s agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to C5-5 (2) adequately provide for the safety or convenience of the ,. traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5 . 5 EMERGENCY AND/OR RECTIFICATION WORK: When , in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative , shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition . Such a response shall occur day or night, whether the project is scheduled on a calendar-day or on a working-day basis. �- Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies , omissions , or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take �• remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours , the City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25% , from any funds due the Contractor on the project. C5-5 . 6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer , if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed,, well heated , air conditioned , lighted, and weather-proof , so that documents will not be damaged by the elements. C5-5 . 7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines , grades , and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents , and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. C5-5 (3 ) These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay . Such stakes or markings as may be established for the Contractor ' s use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the — opinion of the Engineer , any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees , the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5 -5 . 8 AUTHORITY AND DUTIES OF CITY INSPECTORS : City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the — manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract' Documents , and to call the attention of the_ Contractor to any such failure or other infringements . Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have authority to reject materials or equipment to suspend work until the question at issue can be referred to and be decided by the Engineer . The City Inspector will not , however, be authorized to revoke, alter , enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any — instructions contrary to the requirements of the Contract Documents . He will in no case act as superintendent or foreman or ,perform any other duties for the Contractor , or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties . The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents , provided, however , should the Contractor object to any orders or instructions of the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. C5-5 (4 ) r C5-5. 9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents . If the Engineer so requests , the Contractor shall , at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor ' s expense. No work shall be done or materials used without suitable supervision or inspection. C5-5 . 10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by - the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans , except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner . Work so done may be ordered removed at the �. Contractor ' s expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph , the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor . Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. C5 - 5 . 11 SUBSTITUTE MATERIALS OR EQUIPMENT : If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute , he shall, prior to the preconstruction conference , make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the proposed C5-5 (5) substitute from that specified and indicating available maintenance service . No substitute shall be ordered or installed without the written ,approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent . No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor 's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims , damages, losses and expenses ( including attorneys fees) arising out of the use _ of substituted materials or equipment. C5-5. 12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents , tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided. _ The failure of the Owner to make any tests of materials shall be in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials , unless otherwise specified , will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not , without specific written permission of the ®, Engineer, use the materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete , the aggregates , design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contactor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete , using samples from the same aggregate , cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of the new materials. C5-5 . 13 STORAGE OF MATERIALS: All materials which are to be .� used in the construction operation shall be stored so as to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on, wooden platforms or other hard, clean durable surfaces and not on the C5-5 (6 )