Loading...
HomeMy WebLinkAboutContract 27015 CITY SECRETARY ' ' -•- �, tJ D.O. CONTRACTOR'S*&fl'F1t;AT1ONS AND CONTAFEET Y ETAR R CONSTRUCTION'S COPY CONTRACT NO, CLIENT DEPARTMENT DOCUMENTS FOR Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 1348 Rehabilitation Sewer Project No. PS46-070460410250 Part 1 Unit 1 - D.O.E. No. 2345 e. Unit 2 - D.O.E. No. 2884 in the City of Fort Worth, Texas May 2001 GARY JACKSON KENNETH BARR .. City Manager Mayor DALE A. FISSELER, P.E. Director .. Water Department HUGO A. MALANGA, P.E. A. DOUGLAS RADEMAKER, P.E. Director of Director ., Transportation and Public Works Department of Engineering .. JEFFREY ht. HAWKINS% eeeeoeeeeee••eesososeseeeee, • • �'� A #59845� �ar,j I RJN Group, Inc. Ff. GII,TEX + F FMetss��`�°� Consulting Engineers %- , I �( 7524 Mosier View Court, Suite 110 FINAL (�l Fort Worth, Texas 76118-7121 .. RJN No. 18-1490-00 r.. City of Fort Worth, Texas qvagor And council communication DATE REFERENCE NUMBER LOG NAME PAGE 8/9/01 **C-18700 30CLEAR 1 of 2 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO S. J. LOUIS CONSTRUCTION OF TEXAS, LTD, LLP FOR CLEAR FORK PARALLEL RELIEF SANITARY SEWER PART 1, UNIT 1 RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to transfer $2,828,020.00 from the Water and Sewer Operating Fund to the Commercial Paper-Sewer Fund; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Commercial Paper-Sewer Fund in the amount of $2,828,020.00 from available funds; and 3. Authorize the City Manager to execute a contract with S. J. Louis Construction of Texas, LTD, LLP in the amount of $2,568,020.00 for Clear Fork Parallel Relief Sanitary Sewer Part 1, Unit 1. DISCUSSION: On September 8, 1998 (M&C C-16981), the City Council authorized the City Manager to execute an engineering agreement with RJN Group, Inc. to prepare plans and specifications for sewer capacity improvements in the rapidly developing southwest sector of Fort Worth. The project is generally bounded on the north by Vickery Boulevard, on the south by Hartwood Drive, on the east by University Drive and on the west by Hulen Street. The proposed improvements consist of the installation of approximately 6,000 linear feet of primarily 48-inch diameter relief sewer pipe. The project is located in COUNCIL DISTRICT 9, Mapsco 75Q, R, U, Y and 76N. This project was advertised for bid on May 17 and 24, 2001. On June 21, 2001, the following bids were received: ALTERNATE A ALTERNATE B TIME OF BIDDER (HOBAS PIPE) (T-LOCK PIPE) COMPLETION S. J. Louis Construction of Texas, LTD, LLP $2,568.020.00 $2,911,925.00 200 Calendar Days Southland Contracting, Inc. $2,787,961.00 $2,906,263.00 Jackson Construction, Inc. $2,929,038.00 $2,985,411.00 Pate Brothers Construction, Inc. $3,006,179.70 $3,100,487.70 William J. Schultz, Inc. d/b/a Circle °C" Construction Company $4,082,379.00 $4,101,999.00 City of Fort Worth, Texas 413agor And Council Communication DATE REFERENCE NUMBER LOG NAME TGE 8/9/01 **C-18700 30CLEAR 2 of 2 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO S. J. LOUIS CONSTRUCTION OF TEXAS, LTD, LLP FOR CLEAR FORK PARALLEL RELIEF SANITARY SEWER PART 1, UNIT 1 In addition to the contract cost, $180,000.00 is required for inspection and survey and $80,000.00 is provided for project contingencies. S. J. Louis Construction of Texas, LTD, LLP, is in compliance with the City's M/WBE Ordinance by committing to 22% M/WBE participation. The City's goal on this project is 22%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation No. 1, and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Commercial Paper-Sewer Fund. MG:n Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) 1&2)PS46 472045 070460140250 $2,828,020.00 Mike Groomer 6140 2)PS46 541200 070460140250 $2,648,020.00 Originating Department Head: 2)PS46 531350 030460140250 $ 180,000.00 A.Douglas Rademaker 6157 (from) APPROVED 8/9/01 ORDINANCE NO. 14739 3)PS46 541200 070460140250 $2,568,020.00 Additional Information Contact: 1)PE45 538070 0709020 $2,828,020.00 A.Douglas Rademaker 6157 Recelved: 6/15/01 11 :26PM; 817 595 3375 -> S J LOUIS CONST; Page 2 6-15-2001 10:46PM FROM RJN FORT WORTH TEXAS 817 595 3375 P. 2 June 15, 2001 ADDENDUM NO. 2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS ` For CLEAR FORK PARALLEL RELIEF SANITARY SEWER AND SANITARY SEWER MAIN 134 REPLACEMENT PART 1 UNIT 1, DOE #2345 UNIT 2, DOE #2884 SEWER PROJECT NO. PS46-070460140250 in the CITY OF FORT WORTH, TEXAS (For Bids Scheduled to be Received No Later than 1:30 p.m. on June 21, 2001) This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and Plans as follows: 1. The City of Fort Worth Sewer Project Number for this contract is PS46-070460140250. The project number was incorrectly stated on the cover sheet for the Contract Documents, for this project. 2. The specification for Ductile Iron Pipe is hereby revised to include an Interior Lining in all areas where ductile iron pipe is specified in the Base Bid and/or an Alternate Bid for Unit 1 and/or Unit 2 of the project. As a minimum standard,the lining shall be equivalent to the Polybond Plus Epoxy/Polyethylene Composite Lining System as manufactured by American Cast Iron Pipe Company, as outlined on the attached specification (3 Pages), or an approved equal. The minimum lining thickness shall be 40 mils, and all pipe linings must pass,without Holidays, a 10000 Volt spark test in accordance with ASTM Designation G-62. The Bid Proposal Pages pertaining to Ductile Iron Pipe have been modified, as attached hereto, and must be included with each Bidder's Proposal, as referenced below. 3. The 48"Sanitary Sewer Pipe from Pipe Station 38+00 to 39+00 of Unit 1 is to be placed by Other that Open Cut methods, to avoid damaging a 48" Pecan Tree located adjacent to this section of the proposed sewer line. The Contractor is to place the pipe by short bore or short tunnel techniques, per the specifications, to avoid disturbance to the root structure and ground surrounding the tree. No construction equipment, vehicles, staging equipment or personnel will be allowed to occupy the space below the dripline of the tree. The Bid Proposal Pages pertaining to Open Cut& Other than Open Cut Bid Items & ' Quantities have been modified, as attached hereto, and must be included with each Bidder's Proposal, as referenced below. 4. The Quantity and Description for Pay Item 46 on Page 19, Unit 1, of the Bid Proposal has been changed to pay for 6" Reinforced Concrete Lined Channel by the Area, in Square Feet instead of by Volume, in Cubic Yards. The cost for materials and placement of the subbase under the lining, including the 6" washed rock, filter fabric and subgrade preparation as shown on Plan Sheet 14, shall be Page 1 of 2 (Addendum No. 2) Received: 6/15/01 11 :27PM; 817 595 3375 ->- S J LOUIS CONST; Page 3 6-15-2001 10:47PM FROM RJN FORT WORTH TEXAS 817 595 3375 P. 3 included in the Contractor's Bid as subsidiary to the unit price for the Concrete Lined Channel. The Bid Proposal pages pertaining to this pay item have been modified as attached hereto, and must be included with each Bidder's Proposal, as referenced below. S. The Cable Concrete Erosion Control System shown for Channel Slope Erosion Protection on Plan Sheets 4, 5, and 7, and included as Pay Item 44 in the Bid Proposal, shall be constructed with Royal Erosion Control Systems CC 35, 8' x 16' Cable Mats, or an approved equal. The mats shall include 4.5"thick concrete blocks, and shall be firmly anchored with a minimum of two (2)anchors with eight(8) stainless steel clamps per mat, as specified by Royal Anchor System, Inc., or an approved equal. 6. Pay Item No: 27 has been added on Page 12 of Part 2 the Bid Proposal, to provide an allowance for the Loading,Transportation and Disposal of Contaminated Soil and/or Potentially Petroleum Contaminated Soil,which could be encountered in some areas of the project. If Contaminated Soil is encountered, the Contractor will be paid by the Cubic Yard of Contaminated Soils(Whether Potentially Petroleum Contaminated or Otherwise Contaminated),for removal from the jobsite and disposal, as outlined in Section DA-35 and DA-36 of the Additional Special Conditions, and as verified and approved by the Engineer. 7. Pages 2, 3, 4, 5, 6, and 19 of Part 131, and Page 2 and 12 of Part 82 of the Bid Proposal have been modified to include the revisions to the plans and contract documents, as outlined above. Each Bidder must permanently attach the revised pages, as included with this Addendum (Marked as Addendum No. 2 in the Page Footer), to their respective Bid Proposal,and complete the attached sheets, in lieu r of the sheets with the same page number from the original contract documents. Bidders must acknowledge receipt of this Addendum on the space provided below, and on the pages referenced as Unit 1-Part B Proposal and Unit 2-Part B Proposal in the Contract Documents. Upon receipt, bidders shall fill out the blanks below and fax a copy of Addendum No. 2 back to R.lN Group, Inc. at 817-595-3375 (fax),to acknowledge receipt thereof. Failure to acknowledge receipt of this Addendum shall subject bidder to disqualification. CITY OF FORT WORTH, TEK6,S DEPARTMENT OF ENGINE=-RING 13 For Rick Trice, P.E., Manager Consultant Services Receipt Acknowledged: - Company S,S, 1..0015 CoNfMV(.rt6bJ Of UVAf LTV+Lk/ By: Date: 6(16/al Page 2 of 2 (Addendum No. 2) Received: 6/15/01 11 :28PM; 817 595 3375 -> S J LOUIS CONST; Page 4 6-15-2001 10:47PM FROM PJN FORT WORTH TEXAS 817 595 3375 P. A AMEMCAN DUCTILE IRON PRE BYRMINGRAM,ALABAMA Revision No:t memos Daw:91t M SpeMcat m For: Aamrican Myhowdit VS Lmmg for Serer so wiee frmffda The lining shall be a composite lining utih*g a primer coating containing fusion bonded .epoxy (FBE) and a surface coating containieg fusion bonded polyethylene (FBP). The Mpg shall be PolybomMUIS as manufactured by the American Cast Iron Pipe Company (Sirm4Wp iatri, AL) or an approved equal meeting the requirements of this specification_ All mining application must be perfomred by the pipe manufa vturer at the pipe rnanufacturer's #acHity. T.uu*s applied by individuals other than the pipe manufactum are unacceptable and shall be rejected_ LiAu Ma kriah: r Primer: The primer shall contain fusion bonded epoxy (FEE), which is applied in suffiAent quantity to achieve a nominal thickness of 5 mils for the pipe or fid. The FBE material used in the printer formulation should be capable of meeting the following requiremews; TEST PARAMETER ASTM TEST TYPICAL VALUE MET 90 D Tensile Strength D-2370 9,300 psi Com wsivv§bvqt D-695 11,600 psi Ultimate El abort D-2370 6.9'/0 Impact(1/8"x 3"x 3"panel) 5/8"diameter to G-14 160 in--lbs Sinfue Layer: The surIce layer shall be comprised of medium deawy modified fusion bonded polyethylene (TBP) meeting the requiem acts of ANSIIASTM D1248 and compounded with an inert filler. The FOP shall be Formulated to,be ultra-violet (tM resistant for a minimum of 3 years exposure. The color of the FSP shall have a fight reflectance value(LRV)of at least 40%to aid is the in-situ inspection of the pipeline with video equipment. The fusion bonded polyethylene used is the surface coating material should be capable of meeting the following requirements: TEST PARAMETER ASIM TEST TYPICAL VALUE METRORD Tensile Str D-638 1,650 psi Ultimate Elongation D-638 300% Taber Abrasion ReaiQuv= 0-4060 25.0 MR wt. loss/Low Iles 1,000 M load Notched Izod Impact @ 23°C D-256 8.0 ft.-lbs.ln. (no break) @ 60° 6.1 ft.-1bsJin. (no break) Received: 6/15/01 11 :28PM; 817 595 3375 -> S J LOUIS CONST; Page 5 6-15-2001 10:48PM 'FROM RJN FORT WORTH TEXAS 817 595 3375 P. 5 AMERICAN DUCTME IR014 PIPE BIRMINGtIUK ALABAMA RCVW9n No: 2 Revision Dq=911WS SpecWbeg isa For: Amcrkxn V*bondPUW UWng for Sewer Sergi A.Dulirc�iiort.• PmApp4rxtion hUpettkn: prior to bbst cleaning, all interior surfaces of the pipe and fitting shall be inspected to verify that all interior surfaces are free of hydraulic fluid, grease, or other foreiga substances. Surface Preparation:Surface preparation shall consist of g it/shotblasting or sandblasting the ductile iron surface to a ncar-gray blast finish. This degree of CIMIliness is comparable to a WC-SP10, 'Near White Blast Cleaning" for steel with the exception that ductile iron attains a gray color when blast cleaned.(The color difference is due to the higher carbon content of ductile iron versus steel.) The blast cleaning operation shall remove 95% of all surface contamamts, including tightly adhered armealizig scale. The anchor tooth pattern,resulting fromthe blasting operation shall have a nzinintunt height of 3.0 mils. All interior surfaces to be tined shall be blast cleaned to this standard. Application Requirements: The pipe or fitting shall be heated in a regulated oven to produce a temperature that will insure proper adhesion between the primer and the pipe substrate. The lining shad be applied in one operation with the primer coat applied immediately prior to the application of the bwface coat- The resultant composite lining shall be d*dy bonded. Thickam R"nimments: Total thickrmss for the fusion bonded epoxy/f inion bonded polyethylene lunng shall be, 60 mils nominal with a 50 mit tnttmrnum ill,the barrel of the pipe- LWng Cuverage: The fusion bonded epoxy 1 fusion bonded polyettrytene lining shall cover the interior surfaces of the pipe and fittings from the interior of the spigot end to a point sufficiently forward in the bell socket such that the FastiteV gasket, in the assembled joint, seals over the end of the liming. Joint Surface Coating:: The joint surface coatings shall be comprised of a two cotam epoxy. The use of joint surface coatings containing coal tar is prohibited. Total thickness for the joint crating shall be 8 mils nominal_ The joint surface coating shall cover the spigot end across the end of the spigot bevel and extending over the outer suirface of the spigot including the gasket sealing area. The joint suufdve coating shall also cover the socket from the face of the belle, through the gasket sealing area overlapping onto the edge of the FBETBP lining. ohoa&Viefga Pale 2 of 3 Hecelved: 6/15/01 11 :29PM; 817 595 3375 -> S J LOUIS CONST; Page 6 6-15-2001 10:48PM FROM RJN FORT WORTH TEXAS 817 595 3875 P. 6 AMERICAN DUCTILE IRON PIPE BIRMINGHAM,ALABAMA Reyisipu Nu; 2 R+evimn Date:9/23N5 SlleeiticaliEw Fur. American Folybvctd UN for Sewer Urn= T Lining Holiday Test At the manufacturer's fatuity, the lining shall be tested over 100•/0 of the pipe barrel =fi= with a high vow spark tester as recommended by ASTM Designation CY-62 Method B of the latest revision. The nuninam test vohage shall be as determined by Method B, as described in the ASTM Designation Section 11.2.3, which is the recommeisded voltage for all linings with possible areas thicker than 41 mus: V= I250 x T "j where V=voltage and "T"=thkkaess of lining in mils. Example: V= 1250 x 60'4 Minimum'voltage=9,683 volts If holidays are found in the Wliag by the above test at the mmiufacbming plant, the holiday shall be repaired per the lining manufacturer's recommendation. The holiday detector shall be a commercially available detector available from holiday detection equipment manufacturers such as SPY, TEgKER. AND RASO.R, and GORELCO. Voltage Confu nataban Test r. To confirm that the above vohage ig sufficient to detect holidays, the following voltage confirmation test should be performed far each shift or change in detector operator. The holiday detector shmild beset to the calculated minitawn voltage.shown above. A known holiday should be made in the liming of a randomly sdacted pipe using a small sharp pin. The operator should demonstrate that the holiday eau be consistently rind satisfactorily located at this voltage setting and detector wand speed. If the holiday is not detected at the calculated_voltage;then the vohage should be slowly increased until the known holiday is consistently detected by the operator. This voltage should then bac-one the minimum voltage at which al!pipe linings shall be tested.. The detector's voltage (and voltage meter) shall be tested once each day by a separate voltmeter and the results certified by the pipe ammfacturcr,to confirm the accuracy of the, detector's voltage meter. Field Cuter Where pipes are cwt in the field, it will be necessary to repair the cut end as per the manufacturer's written procedure. Original:2/10/98 ftop 3 of 3 6'-11-2001 9:27AM FROM RJN FORT WORTH TEXAS 817 595 3375 P 'A fm hL Vill 'irsil Ai RJN Group,Inc. 817/599-2199 7524 Mosier View Court, Suite 106,Fort Worth,TX 76118-7121 Fax:817/595-3375 FAcsi ILE TRANSMITTAL • To: S.J Louis Construction Fax: 817-477-0552 From: Jeff. Hawkins Date: June 11, 2001 Re: Addendum No. I Project No.: 18-1490-00 Clear Fork Parallel Relief Sanitary Sewer and Sanitary Sewer Main 134 Replacement Part 1 Unit 1,DOE#2345 Unit 2,DOE#2884 Sewer Project No.PS46-07046014250 Total Pages(including this page): 3 Transmitted herewith is Addendum No. I for Specifications and Contract Documents for Clear Fork Parallel Relief Sanitary Sewer and Sanitary Sewer Main 1.34 Replacement,Part 1. Please fax a signed copy of Addendum No. I back to RJN Group, Inc. at 817-595- 3375 to acknowledge receipt. The information contained in this facsimile massage is Intended only for the Use Of the individual or on*named above.tf the reader of this message is not the intended recipient,or the employes or agent responsible to deliver it to the intended recipient,you are hereby notified that any dissemination,Otstribution or copying of this communication is strictly prohibited.If you have received this communication in error,please Immediately notify us by telephone and return the onglnal message to us at the above address VIS the U,S,POSIAl Service. Received: 5/11 /01 10:08AM; 817 595 3375 ->- S J LOUIS CONST; Page 2 9=11"-2001 9:28AM FROM RJN FORT WORTH TEXAS 817 595 3375 P. 2 ■ June.8, 2001 ADDENDUM NO. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS For CLEAR FORK PARAL�EL RELIEF SANITARY SEWER AND SANITARY SEWER MAIN 134 REPLACEMENT PART 1 UNIT 1, DOE#2345 UNIT 2, DOE#2384 SEWER PROJECT NO. PS46-070460140260 in the CITY OF FORT WORTH, TEXAS (Bids originally scheduled to be received no later than 1:30 p.m. on June 14,401) This Addendum forms a part of the Contract Documents referenced above and mixiifies the original Contract Documents and Plans as follows: 1, The date and time set for receiving the sealed bid proposals, and publicly opening and reading the bids, is hereby extended to June 21, 2001. Sealed proposais will be received at*the Purchasing Office until 1:30 P.M.,Thursday, Jun6 21, 2001, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. All other provisions outlined In the Detailed Notice to Bidders and Contract Documents for the project will remain in effect, with the exception of those stated by Addendum to the Contract Documents, 2. Delete the 57" paragraph from the bottom of page DNTB(2) of the C c-rtraet Documents and substitute the following in lieu of that paragraph: The City reserves the right to reject any and/or all bids and wai)re any and/or all Irregularities. &WARD OF CONTRACT: No bid may be withdrawn until the expiration of one hundred eighty days (180) from the date:of bid opening. The award of contract, if made,will be within one hundred eighty days (180) after the opening of bids, but in no case will the award be made until all necessary Investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. 3. The entrance/exit driveways to the Stonegate Nursing Center at 42C1 Stonegate Blvd. (Southwest Comer of Oak Hill Circle and Stonegate B)vd.) mu4t.be kept free of construction activities at all times during the construction of this project. Free access for emergency vehicles must be maintained at aft times. The (;ontractor shall coordinate all work performed near the Nursing Center with.thelh contact person, Ms. Sue Hayes,whose telephone number is 817-5245440(Bus). Paqe 1 of 2 (Addendum No. 1) neceived: 6/11 /01 10:08AM; 817 595 3375 -> S J LOUIS CONST; Page 3 &=1t-2001 9:28AM FROM RJN FORT WORTH TEXAS 817 595 3375 P. 3 4, In all areas of the project where Reinforced Concrete Pipe Is allowedas an altemate pipe material for construction,the pipe shall be Class Ill (Class 3), and shall be cohstructed in accordance with ASTM C 76. 5. A Mandatory Pre-Bid Conference will be conducted on Wednesdery•, June 13, beginning at 1:00'p.m. in Room 293, in the Pre-Council Chamber.,.. Prospective bidders who attended the Pre-Bid Conference held on Wednesday, May 30, 2001 are not required to attend. Failure to attend either the May 30 or the June 13 pre- bid conference shall result In rejection of the bid as non-responsive. Bidders must acknowledge receipt of this Addendum on the space provided below, and on the pages referenced as.Unit 1.-Pert B Proposal and tlnit 2-Part B Proposal in the Contract Documents. Upon receipt, bidders shalt fill out the blanks below and fax a copy cf the addendum back to RJN Croup,.lnc. at 817-595-3373(fax), to acknowledge receipt thereof. Failure to acknowledge receipt of this Addendum shall subject bidder to disqualification. CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINE_RING E14 For Rick Trice, P.E., Manager Consultant Services Receipt Acknowledged: Company S.S• ww f Co"I ,l TR 01,16 OF T�x,qs Date: G6�11 jot Page 2 of 2 (Addendum No. 1) 6-20— el 12:51PM FROM RJN FORT WORTH TEXAS 817 595 3375 P. 1 RJN Group,Inc. 817/595-2199 7524 Mosier View Court,Suite 106,Fort Worth,TX 76118.7121 Fax:817/595-3375 R FAcsiMILE TwwsmiTTAL Wes: • To: All Bidders/Plan Holders Listed Below Fax: AS SHOWN BELOW From: Jefliey M.Hawkins,P.E. Date: June 20,2001 Re: Addendum No.3 Project No: 18-1490.00 Clear Fork Parallel Relief Sewer Sanitary Sewer& Main 134 Replacement,Part 1 Unit 1,DOE#2345&Unit 2,DOE #2884 Sewer Project No.PS46-070460410250 CC: Ms.Linda Taylor(817-871-7854), Mr.Mike Domeneebl—City of Fort Worth Total Pages(including this page):3 Transmitted herewith is Addendum No.3 for the Specifications and Contract Documents for the Clear Fork Parallel Relief Sanitary Sewer and Sanitary Sewer Main 134 Replacement Project,Part 1. PLEASE FAX A SIGNED COPY OF ADDENDUM NO.3 BACK TO RJN GROUP, INC.AT 817-595-3375 TO ACKNOWLEDGE RECEIPT. FAX TRANSMITALL LIST: Comuanv Fax No. ComRany Eax No. S.J. Louis Construction 817-477-0552 Cecil Wilson 817-870-5057 City of FW Wet Weather J.C.Utlity Sales,Inc. 1-214-343-7105 Earth Builders 1-940-627-0687 Ferguson Enterprises 817-540-0357 Affholder,Inc. 1-636-537-2533 Jackson Construction 817-478-0443 AUT Contactors,inc. 817-927-4387 Boring&Tunneling Co. 1-214-331-6922 M.A.Vinson Construction 817-589-2094 Circle"C"Construction 817-293-1957 Pate Bros. Constr. 817-483-0899 M-Co Construction 817-589-9155 Texas Sterling Const. 817-737-3314 Kenko,Inc. 1-972-931-5474 CSR hydro Conduit 817.491-4729 —S_L. Sibert Co.,Inc. 817-446-0009 --BAR Constructors 1-972-227-9043 Oscar Renda 817-491-1627 Kebo Services 817-560-9111 Industrial-Utility Sales Co. 1-281.445-7403 Craig Olden,Inc. 1-972-294-2664 ACT Pipe&Supply 817-831-1903 H&I Boring&Tunneling oJg l . qq The inrormation contained In this facsimile message is intended only for the use of the individusl or entity named above.it the reader of this message is not the intended recipient or the employee or agent responsible to deliver h to the intended recipient you are hereby notified that any dissemination,distribution or copying of this communication is strictly prohibited.K you have received this communication in error,please nnmediarRN nMifv um hu talsAl——A row,rw w..w......... ..........-��_..__..�_ -e ..>... - ---vea; 0120/01 1 :32PM; 817 595 3375 -> S J LOUIS CONST; Page 2 6-20-2001 12:51PM FROM RJN FORT WORTH TEXAS 817 595 3375 P. 2 June 20, 2001 ADDENDUM NO. 3 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS for CLEAR FORK PARALLEL RELIEF SANITARY SEWER AND SANITARY SEWER MAIN 134 REPLACEMENT PART 1 UNIT 1, DOE#2345 UNIT 2, DOE #2884 SEWER PROJECT NO. PS46-070460140250 in the CITY OF FORT WORTH, TEXAS (For Bids Scheduled to be Received No Later than 1:30 p.m. on June 21, 2001) This Addendum forms a part of the Contract Documents referenced above and modifies the Original Contract Documents, Plans and Prior Addendums, as follows: 1. PART DA—ADDITIONAL SPECIAL CONDITIONS Delete the following section in DA-5 PIPE INSTALLED BY OTHER THAN OPEN CUT Paragraph —D. on Page ASC-5 MEASUREMENT AND PAYMENT Replace with the following paragraph: Paragraph— D. MEASUREMENT AND PAYMENT: Installation of pipe by Other Than Open Cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans and shall include the cost of any launching and receiving bore pits necessary for the work. The fumishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling, all pavement removal and replacement, driveway replacement, sidewalk replacement, curb and gutter replacement, soding, seeding, sewage bypass pumping, trench shoring and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. No separate payment shall be made for pavement removal and replacement, for pipe placed by Other Than Open Cut methods. Page 1 of 2 (Addendum No. 3) o/eulul 1 :33PM; 817 595 3375 -> S J LOUIS CONST; Page 3 B-2Q-2001 12:S2PM FROM RJN FORT WORTH TEXAS 817 S9S 3375 P, 3 2. The requirements for the Interior Lining of all Ductile Iron Pipe, which were added per Item No. 2 on Addendum No. 2, are hereby revised to allow Protecto 401 Ceramic Epoxy Lining as an alternate to the Polybond Plus Epoxy/Polyethelene Composite System manufactured by American Cast Iron Pipe. The minimum lining thickness shall remain at 40 mils, but the testing requirements are hereby changed to a minimum 2,500 volt spark test in lieu of the 10,000-volt spark test. All defects found shall be repaired prior to shipment from the factory, and the Contractor must furnish a Certificate attesting to the fact that the applicator met the requirements specified above. Any other linings proposed as equal to the Polybond Plus or Protecto 401 Ceramic Epoxy must be approved for use on this project by the City of Fort Worth. Bidders must acknowledge receipt of this Addendum on the space provided below, and on the pages referenced as Unit 1- Part B Proposal and Unit 2-Part B Proposal in the Contract Documents. Upon receipt, bidders shall fill out the blanks below and fax a copy of Addendum No. 3 back to RJN Group, Inc, at 817-595-3375, to acknowledge receipt thereof. Failure to acknowledge receipt to this Addendum shall subject bidder to disqualification. CITE'OF ERRT WOIR7H, TEXAS Z�FA QIF NEER i P.a.. alartsger Oonsuli2l Sownev,"'—` Receipt Acknowledged: Company: S T• Logy' coMSMvcPotJ of WVof LIV. ILa By: AAlo�4 A. v`'"^'�--- d Avt o A. Diu4R+-f io+A Date: 6!.-0(°1 6-1S-2001 10:46PM FROM RJN FORT WORTH TEXAS 817 S9S 3375 P. 1 n0a, RJN Group,Inc. 817/595-2199 7524 Mosier View Court,Suite 106,Fort Worth,TX 76118-7121 Fax.817/595-3375 FAcsiMILE TRANSMITTAL • To: All Bidders/PW Holders Listed Below Fax: As Shown Below From: Jeffrey M. Hawkins,P.E. Date: 6-15-01 Re: Addendum No.2 Project No.: 18-1490-00 Clear Fork Parallel Relief Sewer Sanitary Sewer& Maw 134 Replacement,Part 1. Unit 1,DOE#2345 &Unit 2,DOE#2894 Sewer Project No.PS46-070460410250 CC: Ms.Linda Tayler,Mr.Mike Doweikech—City of Fort Worth Total Pages(including this page): 14 • Transmitted herewith is Addendum No. 2 for the Specifications and Contract Documents for the Clear Fork Parallel Relief Sanitary Sewer and Sanitary Sewer Main 134 Replacement Project, Part 1. Please fax a signed CORY of Addendum No. 2 back to RIN Group, Inc. at 817-595-3375 to acknowledge receipt. Fax Transmitted To Following Recipients: company Fax No• Company Fax No. S.I.Louis Construction 817-477-0552 Cecil Wilson 817-870-5057 City of FW Wet Weather K.Utlity Sales,Inc. 1-214-343-7105 Earth Builders 1-940-627-W87 Ferguson Enterprises 917-540-0357 Affholder,Inc. 1-636-537-2533 4 w CONTRACT DOCUMENTS R CLEAR FORK PARALLEL RELIEF SEWER DESIGN AND SANITARY SEWER MAIN 134R REHABILITATION SEWER PROJECT NO. PS46-070460410250 Part 1 Unit 1, D.O. E. No. 2345 Unit 2, D.O. E. No. 2884 CITY OF FORT WORTH TARRANT COUNTY, TEXAS MAY 2001 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Texas . �"•�E OF TFo1% i"Nei.•N.a N.i•et'si . •:'." 'ar •� GS'. oJEFFREY lm- iii KiA,9845 Q, ri) d is /iip.iiii..Niei ii ee e.ii lt-YOw•e.l� • I • 1 4�ss/p 99,6• I of JEFFREY M. HAWKINS, P. E. Date: &1ORegistration No. 59845 Co tractor 5,�oJ. G7% 4 Street Address ?GOG� City & tate 0)-7) q77- 03;0 Telephone �4 V. -t -t Oa Contact Person CONTRACT DOCUMENTS CLEAR FORK PARALLEL RELIEF SEWER DESIGN �- AND SANITARY SEWER MAIN 134R REHABILITATION SEWER PROJECT NO. PS46-070460410250 Part 1 Unit 1, D.O. E. No. 2345 Unit 2, D.O. E. No. 2884 CITY OF FORT WORTH TARRANT COUNTY, TEXAS RJN GROUP, INC . CONSULTING ENGINEERS FORT WORTH, TEXAS MAY 2001 t TABLE OF CONTENTS Part A - Notice to Bidders Detailed Notice to Bidders Special Instructions to Bidders Part B - Proposal and M/WBE Section Part B1 - Proposal - Unit 1 : M/WBE Specifications - Unit 1 Part B2 - Proposal - Unit 2 : M/WBE Specifications - Unit 2 T Part C - General Conditions Part C1 - Supplementary Conditions Part D - Special Conditions Part DA - Additional Special Conditions Standard Details Part E - General Specifications for Water Department Projects (Not Bound Herein) Part F - a. Certificate of Insurance b. Contractor Compliance with Worker ' s Compensation law C. Payment Bond d. Performance Bond e . Maintenance Bond Part G - Contract APPENDIX A - SRF Requirements APPENDIX B - Special Parks Department Requirements APPENDIX C - Permits and Easements APPENDIX D - Geotechnical Investigations and Boring Logs PART A NOTICE TO BIDDERS Sealed proposals for the following: FOR: CLEAR FORK PARALLEL RELIEF SEWER DESIGN AND SANITARY SEWER MAIN 134R REHABILITATION PROJECT NO. PS46-070460410250,Part 1 UNIT 1,D.O.E. NO. 2345 = UNIT 2,D.O.E. NO. 2884 UNIT 1 — Alternate "A": 70 LF 48" Hobas SS (SN 46 Min),Open Cut 1865 LF 48" Hobas SS Jacking Pipe by Other Than Open Cut 1892 LF 48" Hobas SS (SN 46 Min) with Cement Stabilized Soil Embedment Alternate "B": 70 LF 48" Reinforced Concrete Pipe with Plastic Sheet Lining Open Cut 1865 LF 48" DIP(Class 51) by Other Than Open Cut 1892 48" Reinforced Concrete Pipe with Plastic Sheet Lining with Cement Stabilized Soil Embedment Base Bid: 114 LF 48" PCCP SS Pipe 296 LF 14" D.I. Sewer Pipe Open Cut with Cement Stabilized Soil Back Fill 41 LF 14" D.I.P. By Other Than Open Cut 296 LF 30" D.I.P. By Open Cut with Cement Stabilized Soil Back Fill } 41 LF 30" D.I. Sewer By Other Than Open Cut 2009 LF 48" PVC by Open Cut 16 Modified Type "A" 60" Dia. Manhole Per Detail 11 Locking Stainless Steel Watertight Manhole Insert 1 Reinforced Concrete Siphon Inlet Structure with Carbon Filters Per Detail 1 Reinforced Concrete Siphon Outlet Structure Per Detail 8 24" Bolt-Down & Watertight SSMH Ring&Cover 3 36" Bolt-Down & Watertight SSMH Ring&Cover 2 Reinforced Concrete Junction Box Per Detail UNIT 2 — Alternate "A": 1076 LF 30" DIP (Class 51) with 42" Tunnel Liner Plate and Grout by Other Than Open Cut 230 LF 30" DIP (Class 51) Open Cut Alternate "B": 1076 LF 30" Hobas SS Jacking Pipe with 42" Tunnel Lines Plate and Grout by Other Than Open Cut 161 LF 30" Hobas SS (SN 46 Min)Open Cut 69 LF 30" Hobas SS (SN 72 Min),Open Cut Base Bid: 789 LF 30" PVC Sewer Pipe Open Cut 15 LF 18" PVC Sewer Pipe Open Cut 8 Standard 60" Dia. Manhole 1 Standard 48" Dia. Manhole 9 Locking Stainless Steel Watertight Manhole Inert NTB (1) Addressed to Mr. Gary Jackson, City Manager of the City of Fort Worth,Texas, will be received at the Purchasing Office until 1:30 p.m.,Thursday,June 14, 2001, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,Texas. One set of Plans and Documents will be provided for the deposit of Fifty Dollars($50.00). A mandatory pre-bid conference will be held on May 30,2001 beginning at 1:30 p.m. in the TPW Conference Room 293. Failure to attend the pre-bid conference shall result in the rejection of bid as non- responsive. Bidders are encouraged to review the project plans and specifications prior to the pre-bid conference and be prepared to actively participate in the conference. All bidders questions will be answered at the pre- bid conference. Bidders shall not separate, detach or remove any portion,segment or sheets from the contract documents at any time. Bidders must complete the proposal sections and submit the complete specifications book or face rejection of bid as non-responsive. For additional information concerning this project, please contact Mr. Jeffrey M. Hawkins, P.E. RJN Group, Inc., at(817) 595-2199 ext. 21 or Mr. Mike Domenech, P.E., Project Manager, at(817) 871-6826. Advertising Dates: May 17, 2001 May 24, 2001 Fort Worth, Texas NTB (2) DETAILED NOTICE TO BIDDERS Sealed proposals for the following: FOR: CLEAR FORK PARALLEL RELIEF SEWER DESIGN AND SANITARY SEWER MAIN 134R REHABILITATION PROJECT NO. PS46-070460410250,Part 1 Unit 1,D.O.E. No. 2345 Unit 2,D.O.E.No. 2884 Addressed to Mr. Gary Jackson, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 P.M.,Thursday,June 14,2001,and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of documents will be provided to prospective bidders for a deposit of Fifty Dollars($50.00). All bidders will be required to comply with Provisions 5159a of"Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400, prohibiting discrimination in employment practices. A mandatory pre-bid conference will be held on May 30,2001 beginning at 1:30 p.m. in the TPW Conference Room 293. Failure to attend the pre-bid conference shall result in the rejection of bid as non-responsive. — Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major items of work on the above project are: UNIT 1 — Alternate "A": 70 LF 48" Hobas SS (SN 46 Min), Open Cut �- 1865 LF 48" Hobas SS Jacking Pipe by Other Than Open Cut 1892 LF 48" Hobas SS (SN 46 Min)with Cement Stabilized Soil Embedment Alternate "B": 70 LF 48" Reinforced Concrete Pipe with Plastic Sheet Lining Open Cut 1865 LF 48" DIP(Class 51) by Other Than Open Cut 1892 48" Reinforced Concrete Pipe with Plastic Sheet Lining with Cement Stabilized Soil Embedment Base Bid: 114 LF 48" PCCP SS Pipe 296 LF 14" D.I. Sewer Pipe Open Cut with Cement Stabilized Soil Back Fill 41 LF 14" D.I.P. By Other Than Open Cut 296 LF 30" D.I.P. By Open Cut with Cement Stabilized Soil Back Fill 41 LF 30" D.I. Sewer By Other Than Open Cut 2009 LF 48" PVC by Open Cut 16 Modified Type "A" 60" Dia. Manhole Per Detail 11 Locking Stainless Steel Watertight Manhole Insert 1 Reinforced Concrete Siphon Inlet Structure with Carbon Filters Per Detail 1 Reinforced Concrete Siphon Outlet Structure Per Detail 8 24" Bolt-Down & Watertight SSMH Ring&Cover 3 36" Bolt-Down& Watertight SSMH Ring& Cover DNTB(1) DETAILED NOTICE TO BIDDERS 2 Reinforced Concrete Junction Box Per Detail UNIT 2 — Alternate "A": 1076 LF 30" DIP(Class 51)with 42" Tunnel Liner Plate and Grout by Other Than Open Cut 230 LF 30" DIP(Class 51)Open Cut Alternate "B": 1076 LF 30" Hobas SS Jacking Pipe with 42" Tunnel Lines Plate and Grout by Other Than Open Cut 161 LF 30" Hobas SS (SN 46 Min)Open Cut 69 LF 30" Hobas SS(SN 72 Min),Open Cut Base Bid: 789 LF 30" PVC Sewer Pipe Open Cut 15 LF 18" PVC Sewer Pipe Open Cut 8 Standard 60" Dia. Manhole 1 Standard 48" Dia. Manhole 9 Locking Stainless Steel Watertight Manhole Inert — Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety(90)days from the date bids are opened. The award of Contract, if made,will be within ninety(90)days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to A award the Contract. This document is designed as two(2)separate contract documents and proposals and shall not be construed as being a package. The Proposal Sections are designed as two(2)separate proposals.Contractors may bid on any or all the Units. Time on all Units awarded will run concurrently. If the Contractor is awarded the contract on more than one unit, his time for all Units awarded to him will be the longest time allowed for any single Unit awarded to him. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at(817)871-791�. "Any contract or contracts awarded under this Detailed Notice to Bidders is expected to be funded in part by a loan from the Texas Water Development Board. This contract is contingent upon release of funds from the Texas Water Development Board. Neither the State of Texas nor any of its departments,agencies,or employees is or will be a part to this Detailed Notice to Bidders in any resulting contract." DNTB(2) DETAILED NOTICE TO BIDDERS 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. In accordance with City of Fort Worth Ordinance No. 11923, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts.The Bidder shall submit the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation"), as appropriate. The documentation must be received by the contracting department no later than 5:00 P.M. five (5) business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the contracting department to whom the delivery was made. Such receipt shall be evidence that the Documentation was received by the City. The Managing Department for this project is the Department of Engineering. For additional information concerning this project, please contact Mr. Jeffrey M. Hawkins, P.E. RJN Group, Inc., at (817) 595-2199 ext. 21 or Mr.Mike Domenech, P.E., Project Manager, at(817) 871-6826. GARY JACKSON CITY MANAGER GLORIA PEARSON -' CITY SECRETARY A. Douglas Rademaker, P.E., Director DEPARTMENTtErGINEERING By: (o4� d Rick Trice, P.E. Manager, Consultant Services Y ADVERTISING DATES May 17, 2001 Mav 24,2001 Fort Worth, Texas DNTB(3) r s ■ F PART B PART B Unit 1 M/WBE Specification Proposal Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation Unit 1-D.O.E.No. 2345 City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If:t6'e total'doCfar:value rif the caatract is $25;000 car more ,the M/WBE goo{�s appl�cYal5le, if the total dollar. va(ue_of tite contract rs..)ess tha[r:$2 ;UOOrthe:M1WBE goals not appltcaEYfe, POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minodty[Women Business Enterprises (MNdBE)in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of M/WBE fines to a level comparable to the availability of M1WBEs that provide goods and services directly or indirectly to the City. MNVBE PROJECT GOALS The City's MBE/WBE goal on this project is 22 %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or; 2. Good Faith Effort documentation,or; 3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. M1WBE Utilization Form: received by 5:00 p.m.,five(5)City business days after the bid opening date, exclusive of the bid opening date. 2. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5)City business days after the bid opening date,exclusive of the bid opening date. 3. Good Faith Effort Form: received by 5:00 p.m.,five(5) City business days after the bid opening date,exclusive of the bid opening date. FA{CURETO`COMPLY'lllt{TKTFIE CtTY'S M�y11BEOFif3[I�AN:C1=,11i(ILI.1.9 SLItT 1N,TH ;BIQ:SEtN`G CONSIDERED N0.=RESPQ'.S{uETO.SPEC{FI_CAT{OLIS Any questions, please contact the M/WBE Office at(817)871-6104. Rev,612/98 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 1348 Rehabilitation Unit 1-D.O.E.No.2345 ATTACHMENT 1A City of Fort Worth Page 1 of 2 Minority and Women Business Enterprise jpppV�cations MBEMBE UTILIZATI11NITA IN9/t FW S-T L x-z:r e4*w 7,Wlnn/ AC 7,EYi4S AD LLP 4 8 PRIME COMPANY NAME jp BID DATE Clear Fork Relief& M-134R Sewer Rehab. PS46-070460410250 D.O.E. #2345 tOJECT NAME PROJECT NUMBER CM'S M/WBE PROJECT GOAL: M/WBE PERCENTAGE ACHIEVED: Q rdilure#o-complete this:form r.i its,entiretywlth supporting:documentation ancLr:.eceived.by the Managing Vepartment on or7before 5:00-p.m,five(Sj City business days after bid,opening; exclusive of bld opening date,will result itt°the bid:. ing,consideredMon-responsive#to_bi&specifibations. The.undersignedrtaidder agrees tai enter into a fot.mai.agreement4with`the MBEandla�rWB�firms for worl�'listed,in.this hetlule; conditioned upon:execution of a contract with.the tit y of F.Fort NVarth .,'Cfie infiontionat andtor knowing i srepresentation of:facts is grounds#or consideratior>iaf disgf�atification and°witF result [n=the bid being const erect noir:responsiveto-specifications r Company:Name,Contact:Name Cert€fied w -Specify contractlnq' = Specify ll lfem .to.be. DaIIarAmount Address,and..Telephone No a Scope afWork(*j Supplied(*� $Y z _ .... C �©. Zbx 731 ✓ARAto 7-cjws noog t"a�c° ST �� o0 A D X21. C®mPtz�+..l TP-Jrdl. M941 75as 106 i4 - 1591 x I C0,1CeCr TA kwce *r PQ t !�A - r-' M/WBE.tmust.be located iirthe S.fnine)county marketplace or currently;'dojn business in the-marketplace at the time of bid::.. (' Sped.silt areas in which::MWBE's:;areto bet utilized andior1tems tabe suppNed (',: A complete Ilstingr items-to be.:supptied-isrequieedm orrJert6 receive-ctediftovirard hwWWBE.goal ("identify each Ter level. Tier::Means the eve!ofsubeontracting below the prime contractortconsultant,i e:,a.direa payment from the prime contractor to a subcontractoris:considered..1�"tier,a payment by a subcontractorto its:supplier is considered Zed tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.6/2198 Pages 1 and 2 of Attachment 1A must be received by the Managing Department Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation Unit 1-D.O.E.No. 2345 ATTACHMENT 1A Page 2 of 2 City of Fort Worth Minority and Women Business Enterprise Specifications MBEMBE UTILIZATION Company:Name,:Contact Name,: Certified Specify�1 Gpntracting Specify SII ifems tabe Dollar, Amo.unt Address,-and.Telephone-No_ Q _ Scopeo 1111'ork(") Supplied(* �-- � � oF'� ' ate . OR ABE � 0 71 '11A FICC d 41Ard& _rAAJET FrjLb Frr18EDmiW 1 7 B o0 __q n 3 ass l D 5 PPe SrNZ000 a9 The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding Enual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. 1 e bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or eamployee of the. City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the c ntract 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 b,Wach of contract may result in a determination of an irresponsible offeror and barred from participating in City work f a enod of time not less than one(1) year. t A MBEs and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD F thorized Signature Printed Signature Sr`�F�'TA°''r- Ti'��✓FEN T"9e Contact Name and Title (if different) S,T. L.outr (QW'f.Mv(nou Of T&K^5 um. ,Ut Oil)t411- O'no Company Name Telephone Number(s) 520 S.v1V LTM PWF (911) 411 ' 05152 kadress Fax Number tN►►.tgti`1ir4D , IS( - 1(0043 'JiAtA 17� 1-64) y/State/Zip Code Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department Received: 6/15/01 11 :29PM; 817 595 3375 -> S J LOUIS CONST; Page 7 �- 6-1S-2001 10:A9PM FROM RJN FORT WORTH TEXAS 817 S9S 3375 P. 7 Part 1, Unit 1,D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID ALTERNATE A—HOBAS PIPE I 70 LF 48"Hobas SS (SN 46 Min), g Open Cut(All Depths) ONE µu�.oisk n <EvO-L f�- Fi%Iv- Dollars& ou tJ� Cents per LF $ 115• $ (2�2,50. 2A 1965 LF 48"Hobas SS Jacking Pipe by Other Than Open Cut Fogy N I•w N vrL*17 TU 1 N tY Dollars& Qr2 i1� 00 �- bi V Cents per LF $ $ 8l q 50 3A 1892 LF 48"Hobas SS (SN 46 Min)with Cement Stabilized Soil Embedment per Detail on — Standard, Detail Page 11 Two Hi NnpE0 Dollars& T No Cents per LF S700.dD 700•dD $ �JDJ 400• ao 00 TOTAL ALTERNATE A $ 231 1 &80 Transfer Total Alternate A to B-Summary Sheet. I Tnit 1 -7 (Arldendllm Mn 'A Received: 6/15/01 11 :30PM; { 817 595 3375 ->- S J LOUIS CONST; Page 8 r� 6-1S-2001 10:49PM FROM RJN FORT WORTH TEXAS 817 595 3375 P. 8 Part 1,Unit 19, D.O.E. 2345 Clear Fork parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID ALTERNATE B-REINFORCED CONCRETE PIPE WITH PLASTIC SHEET LINING PER DA-45 1B 70 LF 48"Reinforced Concrete Pipe with Plastic Sheet Lining Open Cut(All Depths) awC- H#jkol-tp S(-KrY-F%vt Dollars& P° Cents per LF $ 65. $ 1 I 9q6 2B 1965 LF 48"DIP (Class 51)with Interior Lining By Other Than Open Cut ��x Fw�vtiEn F�Frtt� Dollars& - ° Cents per LF $ $ 1 Zoo 3B 1892 LF 48"Reinforced Concrete Pipe with Plastic Sheet Lining with Cement Stabilized Soil Embedment Per Detail on Standard Detail,Page 11 owf HuNorten tj(rjt `I Dollars& 00 0� N° Cents per Ll; silo. - $ 480, TOTAL ALTERNATE B $ l� 579� SSS. Transfer Total Alternate B to B-Summary Sheet. Unit 1 - 3 (Addendum No. 2) Received: 6/15/01 11 :30PM; 817 595 3375 -> S J LOUIS CONST; Page 9 6-15-2001 10:49PM FROM ,RJN FORT WORTH TEXAS 817 595 3375 P. 9 Part 1, Unit 1, D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID BASE BID 1 114 LF 48"Pre-Stressed Concrete Line Cylinder Pipe With Plastic Sheet Lining Tufo t-wNonr'n SC-VF, -Y- PI"If Dollars & Cents per LF $ 2 296 LF 1.4"D.I. Sewer Pipe With Interior Lining By Open Cut with Cement Stabilized Soil Back Fill (See Sheet 18)(All Depths) ONE WIIMDM1rh f6w Dollars& NO Cents per LF $ 10, $ 3 41 LF 14"D.I.P. With Interior Lining By Other Than Open Cut AL AdIVRAD !A- Dollars& 14� � ac Qp 0 Cents per LF $ �'S• $ Unit 1 -4 (Addendum No. 2) Received: 6/15/01 11 :30PM; 817 595 3375 -> S J LOUIS CONST; Page 10 6-1S-2001 10:SOPM FROM RJN FORT WORTH TEXAS 817 S9S 3379 to P. 10 Part 1,Unit 1,D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 4 296 LF 30"D.I.P. (Class 51) With Interior Lining By Open Cut with Cement Stabilized Soil Backfill(See Sheet 18)(All Depths) r-,v( NuryRFn Ar-rY Dollars & q j o0 Na Cents per LF $ 550, $ 1(,2igoo. 5 41 LF 30"D.Y. (Class 51) Sewer With Interior Lining By Other Than Open Cut Ti t Rk t 1-W V o w Dollars& Cents per LF $ 300,00 $ 12 i 300,0' 6 420 LF 4"D.T.P. Embedment Drain Line (See Sheet 18) TE0 3 Dollars& N° Cents per LF $ O.00 $ q ' a; Unit 1 - 5 (Addendum No. 2) Recelved: 6/15/01 11 :30P_M; 817 595 3375 -> S J LOUIS CONST; Page 11 6-15-2001 10:50PM FROM RJN FORT WORTH TEXAS 817 S9S 3375 P_ 11 Part 1,Unit 1, D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ® ITEM QUANTITY BID PRICES WRITTEN IN'WORDS PRICE BID 7 1550 LF *4"PVC Embedment Drain Line with Flap Gate, Concrete Splash Pad and Necessary Fittings. Per Detail (See Sheet 18) TE N Dollars& N° Cents per LF $ 10 $ l St 5ba 8 1909 LF *48 PVC Sewer Pipe Open Cut oNk HvwWf) iWfi4FY - F-Vt Dollars& 238 6t N° Cents per LF 5. 9 6667 LF Post—Construction TV Inspection oto Dollars& ►'1° Cents per LF $ �' $ Contractor Must Complete a City Approved Product Form Unit 1 -6(Addendum No.2) Part 1, Unit 1, D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 10 16 EA Modified Type "A" 60" Dia. Manhole Per Detail (See Sheet 12) (0' —6') 7�ititY-S�u N�No��D Dollars & 00 eo Na Cents per EA $ $ ��6�• - 11 73 VF Modified Type `A' 60" Dia. Manhole Additional Depth> 6' 00F 1AV1-jDF4E0 5lxry Dollars& u° Cents per VF $ 140.E $ 11 680. a 12 11 EA Locking Stainless Steel Watertight Manhole Insert (-tUvd04b FI(fY Dollars & N° Cents per EA $ 150.ce 50.ce $ [(50. 00 Unit 1 - 7 Part 1, Unit 1, D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID ., 13 1 EA Reinforced Concrete Siphon Inlet Structure at Sta. 5+41, M-272D-Relief Per Detail Sheet 17 with Carbon Filter Per Page 25 of Standard Detail Section ® 51 XrY •F1,/t fu0v tAl-v Dollars & Cents per EA $ &51000• $ �5 Mo. � 14 1 EA Reinforced Concrete Siphon Outlet Structure at Sta. 1+92.86 Per Detail Sheet 17 sevtN TY r"UsPwv Dollars & ao o� Cents per EA $ 10100°' $ 70 000. 15 8 EA 24" Bolt-Down & Watertight SSMH Ring & Cover l w d H o un r-N`►? T%oyoi ry. FIVE Dollars & Cents per EA $ Z25,"5 $ 1800. Unit 1 - 8 Part 1, Unit 1, D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 16 3 EA 36"Bolt-Down & Watertight SSMH Ring & Cover - Flby f kvr�nt�-rD Dollars & N° Cents per EA $ •as $ 2���• 17 1 EA Reinforced Concrete Junction Box at Sta. 1+36.86, M-272 D - Relief Per Detail on Sheet 17 S,.x rY - S(-v O N TG o u fArW Dollars & Do wo Cents per EA $ 6110W. $ �D1��• 18 1 EA Reinforced Concrete Junction Box at Sta. 54+98.82, M-272D Relief Per Detail on Sheet 12 jl,/tMtY- Fpu►R V0V fA-W q Dollars & t4D Cents per EA $ 24 OOD $ 24!00L*7 Unit 1 - 9 Part 1, Unit 1, D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 19 2 TON Dip Fittings Dollars & 0o N6 Cents per TON $ H000.— $ 80cv' 20 17 EA Manhole Vacuum Test T Vo t.wN ntLCi2 Dollars& Do Cents per EA $ 2-�• $ 3 y 00, _ 21 2310 LF Concrete Curb & Gutter Replacement Dollars & N� Cents per LF $ 145. $ �50, Unit 1 - 10 Part 1, Unit 1, D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 22 30 SY Concrete Sidewalk Replacement iut�f`f - Fo/V Dollars & Cents per SY $ 3 5•R9 23 1725 LF Concrete Pavement Repair Per Figure 1 rcFfY Dollars& o, a+ �o Cents per LF $ SO' 24 210 LF Concrete Encasement Dollars& 00_ N° Cents per LF $ �5- Unit 1 - 11 Part 1, Unit 1, D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 25 4395 LF Trench Safety System (Depth>5') E��N r Dollars & N(o Cents per LF $ 8 $ 35i 1Iv0 26 1837 LF Hydro-Mulch Seeding (Complete In-Place) TVJ0 Dollars& N° Cents per LF $ 2 , $ j 1 27 1640 LF Bermuda Grass Sodding six Dollars& o� a�• N° Cents per LF Unit 1 - 12 Part 1, Unit 1, D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 28 1446 SY 6" Top Soil bNt Dollars & e _ e No Cents per SY $ 'ou $ • 29 9 SY Brick Paver Replacement D�tE (�uh+DM1tD Dollars & 00 0, NO Cents per SY $ 100' / $ 010o- 30 20 LF 36" Storm Sewer Adjustment and Replacement F1FfY Dollars & ou od Cents per LF $ 50,_ $ 1060, Unit l - 13 Part 1, Unit 1, D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 31 40 LF 24" Storm Sewer Adjustment& Replacement F-6IL Dollars & w aL u° Cents per LF $ y0• r $ 1600. 32 55 LF 18" Storm Sewer Adjustment & Replacement TtA(A ry - JFt%/f Dollars & m 00 _ N° Cents per LF $ 35• $ 11�5• 33 1 EA Storm Inlet Replacement '(Id,I�F C►�'Ov�IQ✓D Dollars & on a N° Cents per EA $ 3000' ' $ 100a` Unit 1 - 14 Part 1, Unit 1, D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 34 51 SY Gravel Road Replacement T EO Dollars& N� Cents per SY $ �0. $ 35 11 EA Exploratory Excavation (D-Hole) F►vNhRt0 Dollars & co N° Cents per EA $ 6�- $ u►00.`� 36 170 CY Special Concrete Encasement for SS Pipe on Sheet 13 Per Detail on Sheet 15 DNI, uJuotitn Dollars & ov w Cents per Cy $ �• $ 111000% Unit l - 15 Part 1, Unit 1, D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 37 45 CY 36" Dia. Reinforced Concrete Pier R with Pier Head as Detailed Ftti/¢ i-m-mLrn Dollars & on � T N� Cents per CY $ 5�• $ 2ZSo0• 38 90 LF 36" Dia. Drilled Shaft Dollars & 00 .� N° Cents per LF $ 9o• $ 39 4725 SF Apply Protective Coating for Corrosion Protection for Interior Walls, Junction Box, Siphon Box and Manholes Per DA-7, DA—12 and DA-13 Nt NE Dollars & ND Cents per SF $ �• $ 42-525 w Unit 1 - 16 Part 1, Unit 1, D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 40 1 EA Remove Existing Junction Box at Existing Sta. M-272D/249+91 S)?c Tu u v5kr•+n Dollars & w N° Cents per EA $ (0000. $ �'� 41 1 EA Install Junction Box at Existing Sta. M-272D/249+91 per Detail on Sheet 12 E i 6IVr'f TU OV ren -� Dollars & ao t'10 Cents per EA $ 180Loz $ go bop' r 42 150 CY Re-grading of Existing Channel TtU Dollars & o; � ou N° Cents per CY $ ��• $ 5 Unit I - 17 Part 1, Unit 1, D.O.E. 2345 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 43 25 CY Class `B" Concrete for Miscellaneous { Placement E 5EV0N 1- - FLUE Dollars & °v 8 N° Cents per CY $ �5' $ T S" 44 12,768 SF Cable Concrete Erosion Control Mat with Anchoring System Stx Dollars & ND Cents per SF $ • r $ 74,46W . 45 65 CY Reinforced Concrete Retaining Wall per Detail on Sheet 14 Dollars& CIO 32 Ste, °' N° Cents per CY $ $ Unit l - 18 CITY APPROVED PRODUCT * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD SPEC. SPEC. NO. E1-31 4" thru 30" E 1-25 4" thru 15" E1-27 4" thru 15" E1-28 18" thru 27" E100-2 18" thru 48" T Consult the "City of Fort Worth,Texas Standard Product List". Failure to provide the information required above may result in rejection of bid as non- responsive. Only products listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. Unit 1 - 20 Received: 6/15/01 11 :31PM; 817 595 3375 -> S J LOUIS CONST; Page 12 6-15-2001 10:50PM FROM RJN FORT WORTH TEXAS 817 595 3375 P. 12 Part 1, Unit 1,D.O.E. 2345 a_ Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 46 3720 SF 6"Reinforced Concrete Lined Channel With 6"Washed Rock,Filter Fabric,and Subgrade Preparation, Complete-in-Place, Per Detail on Sheet 14 FWC Dollars& av °3 NO Cents per SF $ 5' $ I 1�(.60. 47 40 LF *8" PVC Open Cut (All Depth) F'IFT�( Dollars& o� o0 NO Cents per LF 2000, 48 1 EA Cut and Plug Existing Sewer Tw&l,y� PvtJOIL 9 Dollars& e, N° �20�, Cents per EA - TOTAL BASE BID $ ( ! 73-L L 47-0, °6 Transfer Total Base Bid to Unit 1 B-Summary Sheet. " Contractor Must Complete City Approved Product Form Unit l - 19 (Addendum No. 2) PART B - PROPOSAL Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this contract. The attached bid security in the amount of 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. (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. Nonresident bidders in the State of our principal place of business, are not required to underbid resident � '� bidders. /B. / The principal place of business of our company or our parent company or majority owner is in the State of Texas. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under house Bill 11, enacted August 15, 1992. The successful Bidder shall be required to complete the attached Statement of Materials and Other Charges contractor at the time of executing the contract. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within: Unit 1 - Two Hundred (200) Calendar Days after the beginning of construction as set forth in the written order to be furnished by the Owner. This project is included in the Administrative Order issued by the U.S. Environmental Protection Agency, and contract completion within the above stipulated contract time will be strictly enforced. I (we) acknowledged receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: /� Addendum No. 1 (Initials)OW Respectively submitted, 5.-T. 1,0015 4!:LS7 Addendum No. 2 (Initials)1-04 11 ll Uf S Addendum No. 3 (Initials)I-VVJ , �6XA �Tt� G•� Addendum No. 4 (Initials) By: Title: �jCNEiPi/tl Nl�OA//�(of.� Address: �f'�p _jpv�fj (� /��1A' �. (S E A L) �i�/��F/�LOj /CX�S /We Date: d/A OP P Telephone: J?/7 y77©320 Unit 1 - Part B Proposal Part B — Proposal Bid Summary Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation UNIT I CONSTRUCTION � 215% X00 � ALTERNATE A BID(Hobas Sanitary Pipe) $ ALTERNATE B BID(Reinforced Concrete Pipe with Plastic Sheet Lining) $ 5191 50 a ou TOTAL BASE BID $ �' 331 1 321 420_ 2 568 Deo `= TOTAL BID I (Alternate A and Base Bid) $ if • TOTAL BID 2 (Alternate B and Base Bid) $ Z-, I 1 I - UNIT 2 CONSTRUCTION ALTERNATE A BID (DIP) $ �1 X800 ALTERNATE B BID (Hobas Pipe) $ W171 2-15. TOTAL BASE BID $ -` TOTAL BID 1 (Alternate A and Base Bid) $ TOTAL BID 2 (Alternate B and Base Bid) $ �IV1 Obi • 00 Note: The City reserves the right to select either TOTAL BID 1, TOTAL BID 2 as presented in the bid Documents; the City also reserves the right to award the contract to the responsive bidder of either TOTAL BID 1, TOTAL BID 2. B-Summary an m .n Am .. MR MR so MR im mo am PART C .w PART C - GENERAL CONDITIONS TABLE OF CONTENTS IVA NOVEMBER, 1, 1987 .e, 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 ) .y C1-1 . 17 Dir3ctor 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 Tne 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 Ci-1 ( 6 ) C2-2 AND PREPARATION OF PROPOSAL C2-2 . 1 Proposal Form C2-2 ( 1 ) .� C2-2 . 2 Inte:pretation of Quantities C2-2 ( 1 ) C2-2 . 3 Examination of Contract Documents and Site C2-2 i2 ) 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 ) tl) 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 ) T 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 SDeCial 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 CS-S (3 ) C5-5.6 Field Office CS-5 ( 3 ) C5-5.7 Construction Stakes C5-5 ( 3 ) C5-5.8 A :thority 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 05-5 ( 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 CS-S (8 ) C5-5 . 18 Final Inspection C5-5 ( 9 ) ( 2) an an no 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 ) OR C6-6. 4 Sanitary Provisions C6-6 ( 2 ) C6-6 . 5 Public Safety and Convenience C6-6 ( 2 ) C6-6. 6 Privileges of Contractor in Streets, Alleys , and Right-of-Way C6-6 ( 3 ) C6-6. 7 Railway Crossings C6-6 ( 4 ) C6-6.8 Barricades, Warnings and Watchmen C6-6 ( 4 ) C6-6 .9 Use of Explosives, Drop Weight, etc . C6-6 ( 5 ) C6-6. 10 Work Within Easements C6-6 ( 6 ) C6-6. 11 Independent Contractor C6-6 ( 8 ) C6-6. 12 Contractor ' s Responsibility for Damage Claims C6-6 ( 8 ) C6-6. 13 Contractor ' s Claim for Damages C6-6 ( 10 ) C6-6.14 Adjustment of Relocation of Public Utilities , etc. C6-6 (10 ) C6-6. 15 Temporary Sewer Drain Connections C6-6 (10 ) C6-6 .16 Arrangement and Charges of Water Furnished by City C6-6 (11 ) .r 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 Persona'_ Liability of Public Officials C6-6 (12 ) C6-6. 21 State Sales Tax C6-6 (12 ) ,® C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 ( 1 ) C7-7. 2 Assignment of Contract C7-7 (1 ) _ C7-7. 3 Prosecution of the Work C7-7 (1 ) C7-7. 4 Limitations of Operations C7-7 ( 2 ) C7-7 .5 Character of workman and Equipment C7-7 ( 2 ) C7-7.6 Work Schedule C7-7 ( 3 ) C7-7.7 Time of Commencement and Completion C7-7 ( 4 ) C7-7 . 8 Extension of time of Completion C7-7 (4 ) C7-7. 9 Delays C7-7 ( 4 ) i 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 ( 61 C7-7 . 13 Termination of Contract due to National Emergency C7-7 ( 7 ) C7-7. 14 S.:s4ension 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 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 ( '_ ) ( 3 ) C8-8. 3 Lump Sum C8-8 (1) C8-8. 4 Scope of Payment C8-8 (1) C8-8 .5 Partial Estimates and Retainage C8-8 (2) C8-8 .6 Withholding Payment C8-8 (3 ) C8-8. 7 Final Acceptance C8-8 ( 3 ) C8-8 .8 Final Payment C8-8 ( 3 ) C8-8. 4 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. 3. GENERAL CONTRACT DOCUMENTS : The General Contract Documents govern all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (Sample ) White PART B - PROPOSAL (Sample ) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown - PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a supplement ~^ 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 COND=TIONS ART T _ cor`TrTr' TTO ;S PERMITS/EASEMENTS �. PART F - BONDS PART G - CON'T'RACT PART H - PLANS (Usually bound separately ) C1-1 ( 1) C1 -1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders . C1 -1 . 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done , together with the bid security, constitutes the — Proposal , which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1 - 1 . 5 BIDDER : Any person , persons , firm , partnership , company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder. C1-1 . 6 GENERAL CONDITIONS : The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure , the local statutes , and requirements of the City of Fort Worth ' s charter and promulgated ordinances . Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1 -1 . 7 SPECIAL CONDITIONS : Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditiois. 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 roject . 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 specil ica�ions , regulations, req-aiza nents , 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 Cl-1 ( 2 ) `� ` aithfu1 performance of the contract and include the _ ,3 : a . Performance Bond (see paragraph C3-3 . 7a) b. Payment Bond (see paragraph C3-3 . 7c) C . Maintenance Bond ( see paragraph C3-3 . 7b) 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 . Cl-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 , typ-ica1 ` cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner . The plans are usually bound separately from other parts of the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein. Cl-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 qualif ied 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 a , :Jr iZed rePZe.San.a` i C1-1 . 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth , Texas , or his duly authorized representative. Cl-1 ( 3 ) ` C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort worth , referred to in the Charter as the City Engineer , or hi3 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,_s,-)t 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 CAI.EtiDAR 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 ob-,ervance 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: AASH'r0 - 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 - -alvanized Iron St . - Street Lin . - Line-a: CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Square Yard Max. - MaxiT::m L. F. - Linear Foot D. I . - Ductile Iron r C1-1 ( 5 ) C1 - 1 . 27 CHANGE ORDER : A " Change Order " is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be -' found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject .- matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All " Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor. C1-1 . 28 PAVED STREETS AND ALLEYS : A paved street or alley Shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment , not including an oiled surface , with or without separate base material. -` 3 . Brick, with or without separate base material. 4 . Concrete, with or without separate base material. 5 . Any combination of the above. C1-1 . 29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys. " C1-1 . 30 CITY STREETS : A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1 . 31 ROADWAY: The roadway is defined as the area between parallel lines two ( 2 ' ) feet back of the curb lines or four _ ( 4 ' ) feet back of the average edge of pavement where no curb exists . C1-1 . 32 GRAVEL STREET : A gravel street is any unpaved street to which has been ad3ed one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. Cl-1 ( 6 ) SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION CF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2- 2 . 1 PROPOSAL FORM : The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder ' s general understanding of the project to be completed, provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contract . The Owner will furnish forms for the Bidder ' s " Experience Record, " "Equipment Schedule , " and "Financial Statement, " all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status . This statement must be current and not more than one ( 1 ) year old . In the case that a bidding date falls within the time a new statement is being prepared , the previous statement shall be updated by proper verification. Liquid assets in the amount of ten ( 108 ) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project , it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received , and such experience must have been on projects completed not more than five ( 5 ) years prior to the date on which are :o be received . The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort worth Water Department project . The prospective bidder shall schedule the equipnen = he has available for the project and state that he will rent such a3A3i : ional2Y t.l@ a5 ..ay ~.e cc'm late the project on which .he submits a bid. C2-2 . 2 INTERPRETATION OF QCANTITIES : The quantities of work and materials to be furnished as may be listed in the proposal C2-2( I ) 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 forma-1 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 required for its completion , and obtain all information required to make an intelligent proposal . No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates , inve-stigation , researc�, , ` gists , explorations , and other data which are necessary for full and complete information upon which the proposal is to be basad. It is mutually agreed that the submission o: a proposal is prima-facie evidence that the bidder has made the investigations , examinations and tests herein required . Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings , if any, showing on the plans are for general information only and may not be correct . Neither the C2-2( 2 ) Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. - C2-2 . 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes to do the work contemplated or furnishe the materials required . All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals , the price most advantageous to the - City shall govern. If a proposal is submitted by an individual , his or her name must be signed by him (her) or his (her ) duly a:ithorized agent. If a proposal is submitted by a firm , association , or partnership , the name and address of each member must be given , and the proposal must be signed by a member of the - firm , association , or partnership , or by a person duly authorized . If a proposal is submitted by a company or corporation , the company or corporate name and business address must be given , and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and .. submitted with the proposal. C2-2 . 5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures , additions not called for , conditional or uncalled for alternate bids , incomplete bids, erasures , or irregularities of any kind, or contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 . 6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the " Notice to Bidders " and the " Pr000sal . " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by wsy 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 ) C2-2 . 7 DELIVERY OF PROPOSAL : No proposal will be considered unless it is delivered , accompanied by its proper Bid Security , to the City Manager or his representative in the official place of business as set forth in the " Notice to Bidders . " It is the Bidder ' s sole responsibility to deliver the proposal at the proper time to the proper place . The mere fact that a proposal was dispatched will not be considered. The Bidder mus :. have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL, " and the name or description of the project as designated in the " Notice to Bidders . " The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2 . 8 WITHDRAWING PROPOSALS : Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a pr000sal must be made in writing , addressed to the City Manager , and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud , the proposals for which non-consideration requests have been properly filed may, at the option of the Owner , be returned unopened . C2-2 . 9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly f authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty-eight ( 48 ) hours after the proposal opening time , no further consideration will be given to the proposal. C2-2 . 10 PUBLIC OPENING OF PROPOSAL: Proposals which have been r properly filed and for which no "Non consideration Request" has been received will be publicly opened and read aloud by the City Manager or his a.:`_horizea representative at the time and place indicated in the ".Notice to Bidders . " All proposals which have baen opened and read will remain on file with the Owner until the contract has been awarded . Bidders or their authorized representatives are invited to be present for the opening of bids . C2-2 . 11 IRREGULAR PROPOSALS: Proposals shall be considered as -- being " Irregular" if they show any omissions , alterations of form, additions , or conditions not called for , unauthorized alternate bids , or irregilarities of any kind . However , the C2-2 ( 4 ) .� Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City . Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2 - 2 . 12 DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their proposals not considered for any of , but not limited to, the following reason: a. Reasons for believing that collusion exists among bidders . b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder . d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement , experience record , equipment schedule , and such inquiries as the Owner may see fit to make. g. Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner , one week in advance of the hour of the opening of proposals the following : 1 . Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2 . A current experience record showing especially - the projects of a nature similar to the one under consideration , which have beea s•sccessfully completed by the Bidder. 3 . An equipment schedule showing the equipment the bidder has available for use on the project . The Bid Proposal of a bidder who , in the judgment of the Engineer , is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 ( 5 ) i i PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3- 3 . 1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal , and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents . The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner , the right will be reserved to reject any or all proposals and waive technicalities , to re-advertise for new proposals , or to proceed with the work in any manner as maybe considered for the best interest of the Owner. C3 -3 . 2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner , upon request , complete and accurate information regarding _= actual work performed by a Minority Business Enterprise (MBE ) and or a a Woman-owned Business Enterprise ( WBE ) on the contract and the payment therefor. Contractor further agrees , upon request by Owner , to allow and audit and/or an examination of any books , records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE . Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any actin under appropriate federal , state or local laws and ordinances relating to false statements ; further , a :y such misrepresentation may be grounds for disqualification of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six ( 6 ) months . C3 - 3 . 3—EQ'-'AL EMPLOYMENT PROVISIONS : The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices . C3-3 ( 1) The Contractor shall post the required notice to that effect on the project site , and , at his request , will be provided assistance by the City of Fort Worth ' s Equal Employment Office: who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer . C3 - 3 . 4 WITHDRAWAL OF PROPOSALS : After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five ( 45 ) days after the date on which the proposals were opened. C3 - 3 . 5 AWARD OF CONTRACT : The Owner reserves the right to withholdfinal action on the proposals for a reasonable time , not to exceed forty-five ( 45 ) days after the date of openinq proposals , and in no event will an award be made until after investigations have been made as to the responsibility of the _ proposed awardee. The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. . C3- 3 . 6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids , the _ Owner may , at its discretion , return the proposal security which accompanied the proposals which , in its judgment, would not be considered for the award . All other proposal securities , usually those of the three lowest bidders , will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids , after which they will be returned by the .� City Secretary. C3- 3 . 7 BONDS : with the execution and delivery of the Contract Documents , the Contractor shall furnish to , and file with the Owne. in the amounts here'_n required, the following bonds : a. PERFORMANCE BOND : A good and sufficient performance bond in an amount not less than 100 percent of the amount of the cont=act, as evidenced by the proposal tabulation or otherwise , guaranteeing the full and faithful execution of the work and performance of the contract , and for the protection of the Owner and all other persons _ against damage by reason of negligence of the Contractor , or improper execution of the work or the use of inferior materials . This performance C3-3 ( 2 ) bond shall guarantee the payment for all labor , materials , equipment , supplies , and services used in the construction of the work , and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND : A good and sufficient maintenance bond , in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt , full and faithful performance of the general guaranty which is set forth in paragraph C8-8 . 10. C. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt , full and faithful payment of all claimants as defined in Article 5160 , Revised Civil Statutes of Texas , 1925 , as amended by House Bill 344 Acts 56th Legislature, Regular Session , 1959 , effective April 27 , 1959 , and/or the latest version theraof, supplying labor and materials in the prosecution of the work provided for in the contract oeing constructed under these specifications . Payment Bond shall remain in force until all payments as above stipulated are made. r d. OTHER BONDS : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner . All bonds - shall be made on the forms furnished by the Owner and shall be exec'uted by an approved surety company doing business in th- City of Fort worth , Texas , and which is acceptable to the _ owner . In order to be acceptable , the name of the surety shall be included on the current U . S . Treasury list of acceptable sureties , and the amount of bond written by any one acceptable company shall not exceed the amount shown on the ® Treasury list for that company . Each bond shall be properly c and n 1 Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a _ C3-3 ( 3 )