Loading...
HomeMy WebLinkAboutContract 27022 CITY SECRETARYr CONTRACT No. s - t SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation .. Sewer Project No. PS46-070460410250 CITY SECRETARY10, Part 1 D.O.E. FILE 417 - PP MD.O.E. No. 2884 .. CONTRACTOR'S BONDING CO. CONSTRUCTION'S COPY in the CLIENT DEPARTMENT 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 0.M. HAWKINSko e #59845 �s I RJN Group, Inc. FSS�lssE0.�°� •ooN •• Consulting Engineers ;ONA`L , 0 7524 Mosier View Court, Suite 110 FINAL I Fort Worth, Texas 76118-7121 RJN No. 18-1490-00 -a� City of Fort Worth, Texas "agor And Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 8/9/01 **C-18704 I 30SOUTHLAND 1 of 2 SUBJECT AWARD OF CONTRACT TO SOUTHLAND CONTRACTING, INC. FOR CLEAR FORK PARALLEL RELIEF SANITARY SEWER, PART 1, UNIT 2 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Southland Contracting, Inc. in the amount of$814,488.00 for Clear Fork Parallel Relief Sanitary Sewer Part 1, Unit 2. 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 Clear Fork Trinity River, on the east by Hulen Street and on the west by Penticost Street. The proposed improvements consist of the installation of approximately 2,100 linear feet of primarily 30-inch diameter relief sewer pipe. The project is located in COUNCIL DISTRICT 9, Mapsco 75P, T and U. 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 (DUCTILE IRON) (T-LOCK PIPE) COMPLETION Southland Contracting, Inc. $836,578.00 $814,488.00 120 Calendar Days Pate Brothers Construction, Inc. $861,488.80 $860,302.80 S.J. Louis Construction of Texas, LTD, LLP $916,586.00 $916,061.00 William J. Schultz, Inc. d/b/a Circle "C" Construction Company $955,682.00 $954,182.00 In addition to the contract cost, $57,000.00 is required for inspection and survey and $25,000.00 is provided for project contingencies. Southland Contracting, Inc. is in compliance with the City's M/WBE Ordinance by committing to 19% M/WBE participation. The City's goal on this project is 18%. City of Fort Worth, Texas �Ayar And Council communication DATE REFERENCE NUMBER LOG NAME PAGE 8/9/01 **C-18704 1 30SOUTHLAND 2 of 2 SUBJECT AWARD OF CONTRACT TO SOUTHLAND CONTRACTING, INC. FOR CLEAR FORK PARALLEL RELIEF SANITARY SEWER, PART 1, UNIT 2 FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are 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) Mike Groomer 6140 Originating Department Head: A.Douglas Rademaker 6157 (from) APPROVED 8/9/01 PS46 539120 070460140250 $814,488.00 Additional Information Contact: A.Douglas Rademaker 6157 ant Contractor 61�t4 s4e& D Street Address W W,,rfl-,. Tic 7ta I Y a City & State (S1 ) 213 63 Telephone ���t ?,�7-IMie\ C ntact 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 u9�Cc VL EICNI&@ 6-11-2001 11 =52AM FROM RJN FORT WORTH TEXAS 817 595 3375 P. 2 S � f ,lune 8, 2001 ADDENDUM NO. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS For CLEAR FORK PARALLEL RELIEF SANITARY SEWER AND SANITARY SEWER MAID 134 FtS PLACEMENT PART 1 UNfT 1, DOE#2343 UNIT 2, DOk#2884 SEWER PROJECT NO. P$46.070480140250 in the CITY OF FORT WORTH,TEXAS (Bids originally scheduled to be received no later than 1:30 p.m. on June 14; 2001) "his Addendum forms a part of the Contract Documents refnnent*d above and mmlifies 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 21,2401, Sealed proposals will be receivad at'the Purchasing Office until 1:30 P.M.,Thursday, Junl;.21, 2Q01, 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 Mose stated 6y Addendum to the Contract Dowments. 2. Delete the P paragraph from the bottom of pages DNTB(2) of the C ontraot Documents and substitne the following in lieu of that paragraph: The City reserves the right to reject spray andlor all bids and waive any and/or all liTegulatitlee. AWARD OF CONTRACT: No bid may be withdrawn until the explimuon of one hundred eighty days(100)thorn the date:arf bid opening. The award of contract, ff made,will be within one hundred eighty days (180) after the opening of bibs,but lin no case will the awlazrd be made until all necessary Investlgstions are made as to the responsibility of the bidder to whom it is proposed to award the Contract. 3. The entrance/eAt driveways to the Stonegate Numing Center at 420 Stohegate Blvd. (Southwest Corder of Oak Hill Circle and Stonegate Blvd.) muat.be kept free of construction activities at all times during the construction of this p,°oject. Free access for emergency vehicles must be maintained at an times. The Contractor shall ooGrdinate all work performed near the Nursing Genter with thVIT contact person, Ms. Sue Hayes,whose telephone number is 817-524-5440(Bus). gage 1 of 2(Addendum No. 1) CNN NfI15S210,Ry �o t'(V'V�L�Wr Ul5lNo 6-11-2001 t i :53Ai`d FRO'v( RJN FDRT NiORT; TEXAS 817 595 .3375 P. 3 a A 1 T ~ 4 4. In all areas of the protect where Reinforced Concrete Pipe is allowed as an altemate pipe material far construction,the pipe shall be Glass Ili (t.iarsa 3), and shall be constructed In accordance with ASTM G 76, 5. A Mandatory Pre;-Bid Conference+roiil be conducted on Wednood ay,June 13, beginning at"1:00'p.m. in Room 293, in the Pre-Council Chamberx.. Prospective bidders who attended the Pre-$id Conference held on Wednesday, May 30, 2001 are not required to attend. Failure to attend either the May 30 or thEi,lune 13 pre- bid conference shall result in rejection of the bid as ror-responsive. Bidders must acknowledge receipt of this Addendum on the space provided below, and on than 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 cf the addendum back to RJN Group,Jnc. at 817-595-3375 (fax),to acknowledge receipt thereof. Failure to acknowledge receipt of this Addendum shall subjeot bidder to disqualiflostion. CITY OF FORT WORTH, TEK6%S DEPARTMENT OF ENGINE zliING E r' _.k For Rick TC", P.EC., Manager Consulbirt Services Receipt Aciknowlsdged: COM u' c �217�C�If7 ?C Gate: 614 D Page 2 of 2 (Addendum No. 1) 6-18-2001 10: 14AM FROM RJN FORT %VORTH TEXAS 317 095 3375 P. 2 �e 5 Z, June 15, 2001 ADDENDUM NO. 2 j TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS For CLEAR FORK PARALLEL RELIEF SANITARY SEWER AND SANITARY SEWER MAIN 134 REPLACEMENT PART 1 UNIT 1, DOE #2346 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 mo;.'Ifies the original Contract Documents and Plans as follows: 1. The City of Fort Worth Sewer Project Number for this oontract is PS16-070460140250. The project number was incorrectly stated on the covet-sheet for the Contract Documents,for this project. 2. The specification,for Ductile Iron Pipe is hereby revised to i-nelude an Interior Lining in ail areas where,ductile iron pipe is specified ir. the Base Bid andlor an Alternate Bid for Unit 1 and/or Unit 2 of the project. As a minimum standard, he ening 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 10040 Volt spark test in accordance with ASTM Designation �-62. The Bid Proposal Pages pertaii,ing 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 pl-,csd by Other that Open Cut methods,to avoid damaging a 43" Pecan Tree located adjacant 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 Bidaer's Proposal, as referenced be ow. 4- The Cuantity 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 S" washed rock, filter fabric and subgrade preparation as shown on Plan Sheet 14, shall be Page 1 of 2 (Addendum No. 2) ORMU GROND "0-18-2401 1004APh f=ROA RJN =CRT .JORTH 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 incluoed w'th each Bidder's Proposal, as referenced below. 5. The Cable Concrete Erosion Control System shown for Channel Slope Erosion Protection on Plan Shoots 4, 5, and 7, and included as Pay Item 441n the Bid Proposal, shall be constructed with Royal Erosion Control Systems CC 35, 8' x 16' Cable Mats, or an approved equal. The mats sf^ail include 4.5'thick concrete blocks, and shall be firmly anchored with a minirr.um of two(2)anchors with eight(8) stainless steel clamps per mat, as specified by Royal Anchcr System, Inc., or art approved equal. a. Pay Item No:27 has been added on Page 12 of Part 2 the Bid Proposal, to provide ar 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 Additionai Special Conditions, anc as verified and approved by the Engineer, 7. Pages 2, 3, 4, 5,6.and 19 of Part Bt, and Page 2 and 12 of Part 132 of the Sid 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 Pago Footer),to their respective Bid Proposal, and complete the attached sheets, in lieu of the sheets with the same page number from the original contract documents. Bidders must ad,,nowiedge 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. aidders shall fill out the blanks below and fax a copy of Addendum. No. 2 back to RJN Group, Inc. at 817-595-3375 (fax); to acknowledge receipt thereof. Failure to ackr.owiedge receipt of this Addendurr. shall subject bidder to disqualification. CITY OF FORT WORTH. T5.KC4S 0EPARTMENT OF ENGINEERING 1 y � For Rick TricB, P.E., Manager Consultant Services Receipt Ackrowieccged: Compa :-�u (a� c, Bv: - -- -- Date: -- -fib-L- Page 2 of 2 (Addendum No. 2) 6-18-2001 10: 1 5A 4 FROM RJ-14 FORT WORTH TEXAS 81- 595 3375 P. 4 A IERICAN DV('TILE IRON PIPE BIRMINGHAM,ALABAMA Rovision No:2 ReviAon Date.9/26/98 6pac$'ec�ioa�'ar. Amoxieeo Pb1�rdPl.�TS'iiain�fns Ss++et Servile Ci carat The fining shall be a cortrposite Inaba utilizh4 a primer Coating c ontainistg fusion bonded epoxy (FBE) and a slirFace coating containing fusion; bonded polytxit me (FBP). The lining shall be PolybondPLUS as nwm&ctured by the Amerkan Cast Iran Pipe Company ('Bim, AL) or at!approved squat meeting the requ rmnatus of this specification_ All lining applicatitra must be performed by the pipe matcuf.,turer at the pipo ►n wrifamurtr's facility. Lininp applied by individuals other than the pipe rtsanufaeturer are unacceptable and dm1l be rejected Luftg MateriaL Prinw. The punas shall coatain fusion bonded epoxy (FBB), which is applied m sufficient quasi*to achieve a nominal thickness of 5 nuts for the pipe or 5tciug. T'hc FBS' material used in the primer f=Wkdon should be capable of meeting the Wowing rc�uirematts: TEST PARAM EPLA5'TM TEST TYPICAL VA LLM -M ETHOD Tensile 3 D-1-370 9,300 psi CoaVressive Snwwh D-095 11,504 psi Y.ninnite Eton 'on D-2370 6.90/9 impact(118"x Yx 3"panel) 5/8"d:ataeter to Cr-14 1,60 inAbs Surface Laycc: 711 mace layer shall be comprised of medium demity modified fusion bonded polyethAme (FBP) me" the requirements of ANSI/ASTM D1248 and Loznpotintded with an inert filler. The FBP shalt be formulated to be ultra-violet OM rnstaint for a mitnimm of 3 ycmn exposure. The color of the InP sh4 have a Batu refiectance value(LRV)of at least 409/6 to aid is the in-rtu inspection of the pipeline with video equipment. The fusion bonded polyerhylene used in the stuf'ace coating material should be capaole of sating the following requiremeats: TEST PAR TESL AST."TEST � TY)KCAL VALUE METHOD T=site SFeW - D-638 1 1,6501 psi Utinute Elo on D-638 300% Taber Abrasion Resistance , n-.10)60 25.0 mx wt. loss/].ow des J1 1,0W gram, load Notched Jzod Impact @ 23°C i D-256 9.0 f}.-1bs.6n. (no bsca.:K) to 60° 1 6.1 f.-lbs rin.(nv br=ir) 5--18-2301 10: 1 o!a^A 0`d RJN FORT WORTH TEX4S 817 595 3375 P. 5 AME DUC'TdLE.IRON PIPE B13L'MMGUANL AI.ABA-MA Rcrisaion No:2 Revlsdan Date:9/ZaM specification Far: Aswrienn PA.rb�VS TdaWX t'or Sena Service fljDdl�lClth01L' Pre•Appiieation Inspection: Prior to blast ceaMV- , all interior staftm of the pipe anc fluing shall be inspected to 'verify that all interior s ufaces are free of hydraulic fluid, grease, or other foreign substances. Surface Preparation:Surface preparation sha31 consist of grit/x*l=mg or sandbla9ting the ductUe iron wrfaov to a near-g=ray blast finish. This degree of clean iness is owapatrable `.o a SM-SFIQ, "Near albite Bhw, Clcasting" for steel with the exception that ductile iron attains a gay color when blast cls.(rhe color difference is due to the higher carton caatent of ductile i vc vcrsus steel.) The blast cleaning option sl an remove 959'o of all auface contarnir , irwluding tightly aAered a ealmg stale. The anet or tioot i pati=resulting f'stim the blast>.ng ope z-atom shall have a rnininusm heigix of 3.0 mils. AL interior mnfiem to be lirmd shall be blast cleaned to this standard. Appiwatiou Requiremcafs: -rhe pipe or fitting shall be heated�a a regulated oven to produce a temperature than will insure proper adhesion between the grit= and the pipe ssbst ate. The lining strap be applied in one opumdon with the primer coat appEw-I irnmediatGly prior to the appLcation of the surface coat The mwltant composite firing shad be tightly bonded. Thickness Requirpnents: Total thickness for the fusion bonded epoxy4sion fronded aolyfethylere listing shall be Gb mils nominal wish a 50 mil rniiftum in the bar:=1 of*he Pipe. Lini ag Cvvecage: The fusion bonded epoxy J fusion bonded polyethylene Mains shall cover the verior swtaces of the pipe acrd fist rW from the interim of the spigot end to a pool sufficiently forward in the bell socket such that the.FasuteM gasket,in the assembled Joint, seals over the and of the lining_ Joint Surface Costing:: The joint staface coatings shalt be comprised of a two component epoxy. The use of joint sauface coatings containing coal ur is prohibited. Torai t1ricknew for the joint coating shall be 3 mds nomina L rhe joint surface coating shall cover the spigat end=vss the end of the spigot be-vel and tvaend:% aver the outer swface of the spigot iacuding the gasket seating arra The joint surface coating sunq also cover the socket from the farce of the bell through the gasket sealing area overlapping onto the edge of the FEVEBP lining. Original:21INN Page 2 adv 3 6-18-200 10: 3A'l FROM RJN FORT WORTH TEXAS 817 535 3375 P. 6 AMERICAN DUCTILE MON PIPE B11WINGHAINL ALA,BAIKLA Revision No:2 Revision Date!9/213/93 S"Cff1i'Xhft For. Amerrkan PolybondAVS 14aing for Sarver Scrrkv 3"e�tut� Lining Houdsy Test At the manufacturer's facality, the lining shall be tested over 100'/0 of the pipe barrel surface with a high vol p spark tester as recortunerftd by ASTM Desipation G-62 Method B< of dw latest revision Tho m=Em test voltap aitall be as determined 'ay Methud B. as described in the ASTM Deo nation Section 11.2.3, which is the recommended voltage for all lit np with possible arm thicker than 41 mils: V= !Z4.0 x T where V=voltage and "T"= EhiCIness of lilting iO mils. Exwnpie: V= 1250 x 601'7 Nfafi mini Voltage=9,683 volts L`ho dxys are found in the lining by tht above test at the manutoturing plant,the holiday shall he repaired per the luting manufao-ww's.recommeadation. The nolt Uy dm--= " be x =muercWy availabie detector available from holiday decermion. oquipm=t mans hcturers such as SPY. TINKER AND RASM and Voltage'Contlirnration Test: To ohm than the above voltagt is ancient, to detect holidays, the following voltazca confrma.bon test should be performed for each shift or chane in detector operator. The heiiday detector should be set to the cailvalated minimum voltage shown above. A known holiday, should be made in the lining of a raadamly selected pipe using a small sharp pin. "11e oper£ror should demotutrmte that the holiday = be consistently and satisfactorily vacated at ;bis voliaga setting and detector wand speed_ OF the holiday is= detectad at *is c k4=ed voltage,then the voltage slsould be slowly increased untU the known holiday is coasisteutty detected by the operator. ','his voltage should thou beo=w the uunirm= V 01tage at which all pipe linings shall be tcsted. 77e detector's voltage (arid voltage met.) shall be tested once each day by a separate voltmeter and the results certified by the pipe nwnuraictuxer,to mrfum the accuracy of the ietmor's'voltage ratter. Field Cram-, Where pipes are cut m the field, it will 'be necessary to repair the cut = as per the manufac-urer`s written procedure. Orflinst:2J awn Parc 3 or 3 6-20-2001 3:32PH FROM RjN FORT WORTH TEXAS 817 595 337S P. 3 ® 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 02345 UNIT 2, DOE#2884 SEWER PROJECT NO. PS46.0704601402.50 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 coat of any launching and receiving bore pits necessary for the work. The furnishing 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, balling, 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) B-20-2001 3:33PM FRONI RJN FORT WORTH TEXAS 817 595 337-0 P. 4 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 Pius 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 2,600-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 I- Part S Proposal and Unit 2-Part 8 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. cEr> RT WONT SX-�,$ Maropr ;*m :a-+t Receipt Acknowledged: Company C9�a�r�.�l� By: Date: (C>/Z-4 �T Paae 2 of 2 (Addendum Nn. 3) 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 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. OF y ( . y�eNgNX314.Yw0.::00-sow `f JEFFREY Pti'i. F�A�V!«INS, � #59845 ...Isloe �l JEFFREY M. HAWKINS, P.E. Date: /(P 0 f Registration No. 59845 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 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 r rr rr 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 4 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. r 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 s 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 y' 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 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)871-7910. "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 DEPARTMENT./O GINEERING By: (011-119d v v c, �r Rick Trice,P.E. Manager, Consultant Services T ADVERTISING DATES May 17,2001 May 24, 2001 Fort Worth,Texas DNTB(3) PART B - - PART B Unit 2 MIWBE Specification — Proposal - - - - - - - - - Oour Fork Pund|c| Relief Sewer Design � x And Sanitary Sewer I'vlzin iJ4llRehabilitation ~ Unit 2 ' D.(}.S. No. 2884 ' � ~~ 0 Cltv of Fort Worth - M'Do['tm and Women Business Enterprise lj ' | ~� SPECIAL INSTRUCTIONS FOR MOMS � ppq �� q� / / ^ wv - . � APPLICATION OF POLICY h&66ht '0 Ct � It is the policy of the City ofFort Worth to ensure the full and equitable participation byMinchhy/Women 8uain000 Enterprises (M/WBE) in the procurement of all goods and services to the City on.a contractual basis. The objective ~~ of the Policy is to increase the use of M/WBE finna to a |ava( comparable to the availability ofW/N/BEs that provide � goods and services directly orindirectly tothe City. MMSE PROJECT GOALS ~ � - The City's MBBVVEE goal on this project is 18 ofthe base bid value ofthe contract. s COMPLIANCE TO BID SPECIFICATIONS _ DnCity contracts of$25.00Oormore, bidders are required kzcomply with the intent ofthe City's M8N8EOrdinance � by either ofthe following: 1. Meet orexceed the above stated K0IWBEgoal, or; gN - 2 Good o� dN _ , 3' Waiver documentation. / -J The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid kzbaconsidered responsive kzthe sponJ�aUomy. _ um .1. MPNBEUtilization Form: received by5:OUp'mn`five(5) City business days after the - ' bid opening date, exclusive ofthe bid opening date. , � 2. Prime Contractor Waiver Form: received by5:OOp'nn',five (S) City business days after the bid opening date, exclusive ofthe bid opening date. � 3. Good Faith Effort Form: received by5:OOp'nn',five (5) City business days after the ~_ bid opening date, exclusive ofthe bid opening date. mm ' 0U - � gN � Any questions' please contact the MIWBE Office at (OiT) 871'8104' ^- nev.scseo ' Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 1348 Rehabilitation Unit 2- D.O.E. No. 2884 ATTACHMENT 1A City of Fort Worth Pagel of 2 Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION SOUTHLAND CONTRACTING, INC. 6/21 /01 3RIME COMPANY NAME BID DATE Clear Fork Relief& M-1348 Sewer Rehab. PS46-070460410250 D.O.E. #2884 �R ECT NAME PROJECT NUMBER CITY'S.NL-%VBE PROJECT GOAL: i fIWBE PERCENTAGE ACHIEVED: aiiure to.comp ete t is: orm; in Rs.-entiretyWith-sup portrng ocurften. torr,an receive y the.-Managing:. .epartment 1 orrar 5efore500 p.m five.(5j City busi`nessdays=afterbrd-openingrexctusive ofbid openingcfate, wrlLresulirrthe bid. -. W*eing=ccnsidered:non responsi.veto bi'dupecifications -:The urtdersignedbidde'r agree'sVta enter--into-a formal agieemeritwith the MBE andidri.WBEfirms for work..Iisted in.this cEtedu(ei conditioned.upon execution of,a"confract wtth the :City of Fort Worthy 'the intentional -and/or.knowing iisrepresentatron 6ffacts:is=gG0unaWfor-co ns ideFatidrrofvdfsquattfi64ttonan-d wil1�,resaIt;rn 1 1W b 1 d Dein-q considered noir-responsive-to:specifications: C.omparry,Wame, Contact Name=, ...S - ©oifarAmount Cefed Address, and Tefephorte No _ - Scope ofV1lo`rk(*J Supplied(*1. r C� vs h nt 14215 Championship La i e Houston, TX 77069 X PIPE 1 $95,000.00 qC-7-RCA- 3d na ' 1 X Manhole Construction 1 $24 ,600 .00 LL-a29 Cedar Elm Televising, F,� mss TX 760 X Manhole coating, P17-267-Q781 Vacuum Testing 1 $24,300.00 M/WB Esmust be:locatedrirt the S.(nine)county rnarketplace.orcurrently doing.businesslirr the marketplace at.the:time of btd-. Specify al�rn�whi MWBE' aceto be.utiltzedand/oritems to be suppliedAcomples to be supplied isrequiredircordor to receive credittoward.ae M/WBEgoal (")Identify each-Tier level. Tier:.Means the level:gf subcontracting.below,the prime contractor/consultant,:i.e:;a:direct Payment- from the prima contractor to a subcontractor�sconsidered_1�tier,a payment by asubcontractorto its supptieris considered 2nd tier:, _ - - THIS FORN1 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. 612/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department Clear Fort: Parallel Relief Sewer Design And Sanitary Sewer blain 134R Rehabilitation Unit 2 - D.O.E. No. 2884 ATTACHMENT 1A Page 2 of 2 City of Fort Worth Minority and Women Business Enterprise Specifications MBEMBE UTILIZATION Company.,Na ContactName cele Specify�Contracting Specrty :Items to be DollarAmount Address, and.Telephone No a Scope ofWork( } Suppiled(*) �� o° m` o Uyl l- P 5 1 n Lane Aggregate, Fort Worth, TX 76140 X Sand and Haul-off 1 $10, 000.00 551 6539 P i t i The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or Iremployee of the. City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. LL M PE T E CERTIFIED BY THE CITY BEFORE CONTRACT AWARD It Auth zed Signature Printed Signature ILPrPsidPrit F Robert C. Putnam, Secretary Title Contact Name and Title (if different) --- -.14-1-1 ---3 C'nni-rarting. _"c, 817-293-4263 Company Name Telephone Number(s) 817-293-5065 Address Fax Number ILJiintz 97., ?nni ,11,Y15tatelzip Code Date THIS FORDA 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 PART B2—PROPOSAL UNIT 2 CONSTRUCTION (This proposal must not be removed from this book of Contract Documents.) TO: City Manager Fort Worth,Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of various sanitary sewer improvements, including replacement and construction of sanitary sewer, manhole and sewer rehabilitation and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: Clear Fort Parallel Relief Sewer Design and Sanitary Sewer Main 134R Rehabilitation Sewer Project No.PS46-070460410250,Part 1 D.O.E.No.2884 The major work on this project shall consist of 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 and all necessary appurtenances and incidental work to provide a complete and serviceable project. Pursuant to the foregoing "Notice to Bidders," the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects,the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as — specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an — approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: Unit 2 - 1 B-18-2001 10:20A.4 FROM RJN FORT %JRTH TEXAS 817 595 3375 P. 13 Part 1, Unit 2,D.O.E. 28$4 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation PAY APPROXIMATE DMCRVTXON OF ITEMS WITH UNIT AMOLrL T ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID ALTERNATE A—DIP 1A 1076 Ll: 30"DIP(Class 51)with Interior Lining and 42"Tunnel Liner Plate and Grout By Other than Open Cut Fig¢ Dolfas& 00 711 pp,dD /y o Cents per L1: S S 2A 230 LF 3A"DIP(Class 51) With Interior Lining - By Open Cut kA11 Depths? Doliaro dz /U0 Cents per LF S� S TOTAL ALTERNATE A Transfer Total alternate A to Unit 2,0-Summar: Sheet. Unit 2-2 (Addendum No. 2) Part 1, Unit 2, D.O.E. 2884 Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation 95. PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID ALTERNATE B—HOBAS PIPE 1B 1076 LF 30" Hobas SS (SN 46 MIN) with 42"Tunnel Liner Plate and Grout by Other Than Open Cut ��ae N� `" Dollars& j _ 57(9 /Uv Cents per LF $53X0 2B 63 LF 30" Hobas SS (SN 72 MIN) Open Cut(All Depth) �t Dollars& No Cents per LF 3B 161 LF 30" Hobas SS (SN 46 MIN) - Open Cut(All Depth) /wo "—JW4 Dollars& rUb Cents per LF $ ZAD,yn $3Z)Zd a o TOTAL ALTERNATE B $ o Transfer Total Alternate B to Unit 2, B-Summary Sheet. 5—/-710 , Unit 2 -3 Part 1, Unit 2, D.O.E. 2884 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 1 789 LF *30"PVC Sewer Pipe Open Cut (All Depths) ��1 ,e/z ollars& Cents per LF $ Z v $� 2 15 LF *18" PVC Sewer Pipe Open Cut (All Depths) +e� D lays& .0o Cents per LF $ $ /to 4a 3 8 EA Standard 60"Dia. Manhole 0' — 6' HJR a Dollars & Cents per EA $ *Contractor Must Complete City Approved Product Form Unit 2 -4 Part 1, Unit 2, D.O.E. 2884 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 4 115 VF Standard 60"Dia. Manhole Additional Depth>6' LApe,/]�4 Dollars & /J Cents per VF $ 2-61 4a $ 13 PO $- 5 1 EA Standard 48" Dia. Manhole (0' —6') Dollars & ►N o Cents per EA $ 6 6 VF Standard 48"Dia. Manhole Additional Depth >6' Dollars& Jl�p Cents per VF Unit 2 - 5 Part 1, Unit 2, D.O.E. 2884 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 9 EA Vacuum Test Manhole Vkj-ld-4)4 r del Dollars& A)o Cents per EA $ 2SW $_L zS•Da 8 2 EA Remove Existing Manhole e Dollars & Cents per EA $EW,Da .. 9 5 EA Abandon Existing Manhole Dollars& jk)o Cents per EA r Unit 2 - 6 Part 1, Unit 2, D.O.E. 2884 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 6 EA Concrete Manhole Collar Per Fig. 121 �1.�D of ars& -0010-0 A)ro Cents per EA $ `2 $ 11 9 EA Locking Stainless Steel Watertight Manhole Insert �W r/ Dollars& J DI o Cents per EA $ZdO.Ov $ 12 2000 LF Pre-Construction TV on Abandon Sewer Line Dollars& d Cents per LF $ l` $ _�� Unit 2 - 7 Part 1, Unit 2, D.O.E. 2884 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 2096 LF Post Construction TV Dollars& L15 � Cents per LF L1110 14 50 LF Concrete Curb & Gutter Replacement Dollars & d Cents per LF $A 0 D $ 15 10 SY Concrete Hike & Bike Trail Replacement Dollars & Cents perSY Unit 2 - 8 Part 1, Unit 2, D.O.E. 2884 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 70 LF Concrete Pavement Repair Per Figure 1 Dollars& A) o Cents per LF $ Y6.00 b•Da s" D a, 17 10 SY Concrete Channel Side Slope Repair Dollars & !j d Cents per SY $100,00 $ > p� 18 60 LF 30" Storm Sewer Replacement Dollars & P019 Cents per LF $f�Q'� $D" 7 of Unit 2 - 9 Part 1, Unit 2, D.O.E. 2884 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 1 EA Storm Inlet Replacement ---- Je- W Dollars & Cents per EA $2 S42,w $ 2 P0-O'D 20 25 SY Gravel Road Replacement 7S /� Dollars& 1 Cents per SY $ $ 21 1034 LF Trench Safety System for Depth> 5' G� Dollars & 3.O D Cents per LF $j-6q) s31102-." Unit 2 - 10 Part 1, Unit 2, D.O.E. 2884 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 22 820 LF Hydro-Mulch Seeding Complete -In-Place 1 f4,A) Dollars& / rl� O Cents per LF $3, 23 50 LF Bermuda Grass Sodding Dollars& Cents per LF $l ho $ SrOD,Oa 24 324 SF Apply Protective Coating for Corrosion Protection Per DA-7, DA-12, and DA-13 Dollars& A),q Cents per SF $l6, $32 Unit 2 - 11 6-18-2001 10:21 AM F:�:ONI RJy =ORT W CRT-1 TEXAS 81 595 3375 R. I a Part 1, Unit 2,D.O.E. 2884 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 23 83 SY 6"Top Soil Complete In-Place aw 0 DolJars& Jj D Cents per SY 26 1 EA EAploratory Excavatio.:, (D-Hole) G . I DoIlL s& N o Cents per EA 7S6,O 27 100r CY Loading, Transportation&Disposal of Contaminatted Soil and/or Potentially_ Contaminated Soil Dollars& —_ j Cents per CY $ �600 4 0 TOTAL 13ASE BID S l G dL77Q'�� Transfef total Basc Bid to Lrnit 2 B-Proposal Summary Sheet CITY APPROVED PRODUCT * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD SPEC. SPEC. NO. -- oC E1-31 4"thru 30" E1-25 4" thru 15" E1-27 4" thru 15" E1-28 18" thru 27" E100-2 18" thru 48" Consult the"City of Fort Worth,Texas Standard Product List". 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 2 - 13 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. The principal place of business of our company or our parent company or majority owner is in the State of Texas. B.oThis 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 2 - One Hundred Twenty (120) 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 w 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) Res ectively submitted, Addendum No. 2 (Initials) Addendum No. 3 (Initials) � Addendum No. 4 (Initials) By: �,p t Title: Address: 6t4:,4 (SEAL) Date: Telephone: (rj�) 3- 4/243 Uait 2 - Part B Proposal Part B—Proposal Bid Summary Clear Fork Parallel Relief Sewer Design And Sanitary Sewer Main 134R Rehabilitation UNIT 1 CONSTRUCTION ALTERNATE A BID(Hobas Sanitary Pipe) $ �, 3 S Y, �3�' 0 u ALTERNATE B BID(Reinforced Concrete Pipe with Plastic Sheet Lining) $ Y72-4ggo. 00 TOTAL BASE BID $�,73 3 ,3 Z 7 (9 0 TOTAL BID 1 (Alternate A and Base Bid) $ W 6 TOTAL BID 2 (Alternate B and Base Bid) $ ( O�O� �'7� 0 UNIT 2 CONSTRUCTION / ALTERNATE A BID (DIP) $ 07/(�to`ea - /S E 7io 0 ALTERNATE B BID (Hobas Pipe) (ZA4 $ / ' TOTAL BASE BID $ 17-7�. 4 t7 TOTAL BID 1 (Alternate A and Base Bid) $ �3��79 or) TOTAL BID 2 (Alternate B and Base Bid) $ Note: The City reserves the right to select either TOTAL BID 1, TOTAL BID 2 as presented in the a. 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 dim no no dim ..R .. dim aim .. MR so PART C PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1 . 1 Definition of Terms C1-1 (1 ) C1-1 . 2 Contract Documents C1-1 (1 ) C1-1 . 3 Notice to Bidders C1-1 (2 ) C1-1 . 4 Proposal C1-1 (2) C1-1 . 5 Bidder C1-1 (2) CI-1 . 6 General Conditions C1-1 (2 ) C1-1. 7 Special Conditions C1-1 (2 ) C1-1 .8 Specifications C1-1 (2) C1-1.9 Bond C1-1 (2) C1-1 . 10 Contract C1-1 (3 ) - C1-1 . 11 Plans C1-1 (3 ) C1-1. 12 City C1-1 (3 ) C1-1 . 13 City Council C1-1 (3 ) C1-1 . 14 Mayor C1-1 (3 ) ' C1-1. 15 City Manager C1-1 (3 ) C1-1. 16 City Attorney C1-1 (3 ) C1-1. 17 Director of Public Works C1-1 (4 ) - C1-1.18 Director, City Water Department Cl-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-I (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 Cl-I (6 ) C1-1 . 31 Roadway Cl-1 (6 ) C171 . 32 Gravel Street C1-I (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. 1 Proposal Form C2-2 (1 )` C2-2. 2 Interpretation of Quantities C2-2 (1 ) C2-2. 3 Examination of Contract Documents and Site C2-2 (2 ) C2-2. 4 Submitting of Proposal C2-2 (3 ) C2-2 .5 Rejection of Proposals , C2-2 (3 ) C2-2.6 Bid Security C2-2 (3 ) (1) f C2-2.7 Delivery of Proposal C2-2 (4 ) C2-2.8 Withdrawing Proposals C2-2 (4 ) C2-2.9 Telegraphic Modification of Proposals C2-2 (4 ) C2-2.10 Public Opening of Proposal C2-2 (4 ) C2-2.11 Irregular Proposals C2-2 (4 ) C2-2. 12 Disqualification of Bidders C2-2 (5 ) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3. 1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterpise Women-Owned Business Enterprise compliance C3-3 (1) C3-3. 3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (2) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3. 7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (4 ) C3-3.9 Failure to Execute Contract C3-3 (4) C3-3.10 Beginning work C3-3 (4 ) C3-3.11 Insurance C3-3 (4) - C3-3.12 Contractor's Obligations C3-3 (7) C3-3.13 Weekly Payroll C3-3 (7) C3-3.14 Contractor's Contract Administration C3-3 (7) C3-3.15 Venue C3-3 (8 ) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Schedule of Operations C4-4 (3) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans C5-5 (1) C5-5.3 Coordination of Contract Documents C5-5 (2) C5-5,.4 Cooperation of Contractor C5-5 (2) - 05-5.5 Emergency and/or Rectification Work C5-5 (3) C5-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes CS-5 (3) C5-5.8 Authority and Duties of Inspectors C5-5 (4 ) C5-5.9 Inspection C5-5 (5)' C5-5.10 Removal of Defective and Unauthorized Work C5-5 (5 ) C5-5.11 Substitute Materials or Equipment C5-5 (5) - 05-5.12 Samples and Tests of Materials C5-5 (6 ) C5-5.13 Storage of Materials C5-5 (6) C5-5. 14 Existing Structures and Utilities C5-5 (7) C5-5.15 Interruption of Service C5-5 (7) CS-5.16 Mutual Responsibility of Contractors C5-5 (8) C5-5.17 Cleanup C5-5 (8 ) C5-5.18 Final Inspection C5-5 (9 ) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY f. C6-6.1 Laws to be Observed C6-6 (1 ) C6-6. 2 Permits and Licenses C6-6 (1 ) C6-6. 3 Patented Devices, Materials and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (2 ) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges of Contractor in Streets, Alleys , and Right-of-Way C6-6 (3 ) C6-6.7 Railway Crossings C6-6 (4 ) C6-6.8 Barricades, Warnings and Watchmen C6-6 (4 ) C6-6.9 Use of Explosives, Drop Weight, etc. C6-6 (5) C6-6.10 Work Within Easements C6-6 (6) C6-6.11 Independent Contractor C6-6 (8 ) C6-6.12 Contractor ' s Responsibility for Damage Claims C6-6 (8 ) C6-6.13 Contractor 's Claim for Damages C6-6 (10 ) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10 ) - C6-6.15 Temporary Sewer Drain Connections C6-6 (10) C6-6.16 Arrangement and Charges of Water Furnished by City C6-6 (11 ) C6-6.17 Use of a Section of Portion of the Work C6-6 (11 ) C6-6.18 Contractor' s Responsibility for Work C6-6 (11) C6-6.19 No Waivsr of Legal Rights C6-6 (12 ) C6-6.20 Personal Liability of Public Officials C6-6 (12) C6-6.21 State Sales Tax C6-6 (12) C7-7 PROSECUTION AND PROGRESS - C7-7.1 Subletting C7-7 (1) C7-7.2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of the Work C7-7 (1) C7-7.4 Limitations of Operations C7-7 (2) C7-7.5 Character of Workman and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3 ) C7-7.7 Time of Commencement and Completion C7-7 (4 ) C7-7.8 Extension of time of Completion C7-7 (4 ) C7-7.9 Delays C7-7 (4 ) C7-7. 10 Time of Completion C7-7 (5) C7-7.11 Suspension by court Order C7-7 (6 ) C7-7.12 Temporary Suspension C7-7 (6 ) C7-7.13 Termination of Contract due to National Emergency C7-7 (7) C7-7.14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7 ) C7-7.15 Fulfillment of Contract C7-7 (9 )° - C7-7.16 Termination for Convenience of the Onwer C7-7 ( 10 ) C7-7.17 Safety Methods and Practices C7-7 (13 ) C8-8 MEASUREMENT AND PAYMENT C8-8. 1 Measurement of Quantities C8-8 (1 ) C8-8.2 Unit Prices CS-8 ( 1 ) ( 3 ) C8-8. 3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3 ) C8-8.8 Final Payment C8-8 (3 ) C8-8.9 Adquacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (5) C8-8.12 Miscellaneous Placement of Material CB-8 (5 ) CB-8.13 Record Documents C8-8 (5) (4) PART C - GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: C1-1 . 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents , such as specifications , bonds , addenda , plans , etc . , which govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRAICT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown .PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 ( 1 ) C1- 1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1 . 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1 . 5 BIDDER : Any person , persons , firm, partnership , company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder. C1-1 . 6 GENERAL CONDITIONS: The General Conditions are then usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes , and requirements of the City of Fort Worth' s charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1 -1 . 7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of MM the-&oject. r1-1 . 8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render * a completed and useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc . , such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1 . 9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and C1-1 (2) mot faithful performance of the contract and include the followi-g : 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 . C1-1 . 11 :LANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project , including such profiles , typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work h-areinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein. C1-1 . 12 CITY: The City of Fort Worth, Texas , a municipal corporation , authorized and chartered under the Texas State - Statutes , acting by and through its governing body or its City Manger , each of which is required by charter to perform specif is duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C1 - 1 . 13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1 . 14 MAYOR : The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1 . 15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas , or his duly authorized representative. C1-1 . 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas , or his duly authorized representative. - C1-1 ( 3 ) ` C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. — C1-1 . 18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant, or agents. C1-1 . 19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , or superintendents , acting within the scope of the particular duties entrusted to them. C1 -1 . 20 CONTRACTOR: The person , persons , partnership , company, fiY m, 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,_sat including Saturdays, Sundays , and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of = work for a period of not less than seven ( 7 ) hours between 7 : 00 a .m. and 6 : 00 p.m. , with exceptions as permitted in paragraph C7-7.6. C1-1 . 24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. C1-1 . 25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows : C1-1 (4 ) 1. New Year ' s Day January 1 2. M. L. King, Jr. Birthday Third Monday in January 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Fourth Friday in November 8. Christmas Day December 25 9. Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as the holiday. C1-1. 26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract. Documents, the intent and meaning shall be as follows: AASHTO - American Association of MGD - Million Gallons Per State Highway Transportation Day Officials ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second LAW - In Accordance With ASTM - American Society of Min. - Minimum Testing Materials Mono.- Monolithic AWWA - American Water Works % - Percentum Association R - Radius ASA - American Standards Association I.D. - Inside Diameter HI - Hydraulic Institute O. D. - Outside Diameter Asph. - Asphalt Elev.- Elevation Ave. - Avenue F - Fahrenheit Blvd. - Boulevard C - Centigrade CI - Cast Iron In. - Inch CL - Center Line Ft. - Foot GI - Galvanized Iron St. - Street Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Square Yard Max. - Maximum L.F. - Linear Foot D. I . - Ductile Iron C1-1 (5 ) C1 - 1 . 27 CHANGE ORDER : A " Change Order " is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 258 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 ( 21 ) feet back of the curb lines or four ( 4 ' ) feet back of the average edge of pavement where no curb exists. C1-1 . 32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. r_1-1 (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 to be received . The Director of the Water department shall be sole judge as to the acceptability of . experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipmen= he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2 . 2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal C2-2(l) 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 , investigation , research, tests , explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the .� bidder has made the investigations , examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct . Neither the C2-2(2 ) Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2 . 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes to do the work contemplated or furnishe the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. - If a proposal is submitted by a firm, association , or partnership, the name and address of each member must be given , and the proposal must be signed by a member of the firm , association , or partnership , or by a person duly authorized . If a proposal is submitted by a company or corporation , the company or corporate name and business address :oust be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2 . 5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for , conditional or uncalled for alternate bids , incomplete bids, erasures, or irregularities of any kind, or contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 . 6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal . " The Bid Security is required by the Owner as " evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and Furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2( 3 ) C2-2 . 7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered , accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders . " It is the Bidder ' s sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL, " and the name or description of the project as designated in the " Notice to Bidders. " The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2 . 8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing , addressed to the City Manager , and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2 . 9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48 ) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2. 10 PUBLIC OPENING OF PROPOSAL: Proposals which have been pruperly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders. " All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2 . 11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form, additions , or conditions not called for , unauthorized alternate bids, or irregularities of any kind . However , the C2-2 ( 4 ) Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an 'R 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: MR a. Reasons for believing that collusion exists among bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work - contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement, experience record, equipment schedule , and such inquiries as the Owner may see fit to make. g. Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one _- under consideration , which have been successfully completed by the Bidder. 3 . An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer , is disqualified under the requirements stated herein, shall be set aside and not opened. z- C2-2( S ) do oft 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 zor new proposals, or to ® proceed with the work in any manner as maybe considered for the best interest of the Owner. C3-3 . 2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request , complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE ) .. and or a a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees , upon request by Owner , to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements ; further , azy such misrepresentation may be grounds for disqualification of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6 ) months. C3-3 . 3 EQUAL EMPLOYMENT PROVISIONS : The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. C3-3 (1) The Contractor shall post the required notice to that effect on the project site, and, at his request, will be provided assistance by the City of Fort Worth ' s Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3 . 4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five ( 45 ) days after the date on which the proposals were opened. C3-3 . 5 AWARD OF CONTRACT: The Owner reserves the right to withholdfinal action on the proposals for a reasonable time, not to exceed forty-five (45 ) days after the date of 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 MW which accompanied the proposals which, in its judgment, would not- be considered for the award . All other proposal securities, usually those of the three lowest bidders , will be , retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3. 7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND : A good and sufficient _ performance bond in an amount not less than 100 percent of the amount of the contract, as evidencLad 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. - d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or Which are interested in any litigation against the owner . All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth , Texas , and which is acceptable to the owner . In order to be acceptable, the name of the surety shall be included on the current U . S . Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. - Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a C3-3 (3 ) new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required , have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3 . 9 EXECUTION OF CONTRACT: Within ten (10 ) days after the Owner has by appropriate resolution, or otherwise, awarded the contract , the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. . No contract shall be binding upon the owner until it has been attested by the City Secretary , approved as to form and MM legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3 . 9 FAILURE TO EXECUTE CONTRACT : The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten ( 10 ) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal , and the Owner may annul the Award. By reason of the uncertainty of the oarket prices of material and labor , and it being impracticable and difficult to accurately _ determine the amount of damages occuring to the Owner by reason of said awardee ' s failure to execute said bonds and contract within ten ( 10 ) days , the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3 . 10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner . Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or " Proceed Order" , it is agreed that the Surety Company will , within ten ( 10 ) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. Apt C3-3 . 11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents , -and such insurance has �- been approved by the Owner . The prime Contractor shall be responsible for delivering to the Owner the sub-contractors ' C3-3 (4 ) certificate of insurance for approval . The prime contractor shall indicate on the certificate of insurance included in the documents for execution whither or not his insurance covers sub-contractors . It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE : The Contractor shall maintain , during the life of this contract , Workers ' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers ' Compensation Statute, the Contractor shall provide adequate employer ' s general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor ' s Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $ 500 , 000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $ 500 , 000 ® Covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. _ C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: - 1. Contingent Liability ( covers General Contractor ' s Liability for acts of sub-contractors) . - 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation ( if excavations are to be performed adjacent to same) . 4 . Damage to underground utilities for $500,000. C3-3 (5 ) 5. Builder's risk (where above-ground structures are involved) . 6. Contractual Liability ( covers all indemnification requirements of Contract) . d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $ 250 , 000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $ 500 , 000 on account of one accident , and .. automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether cluch operations be by the insured or by anyone directly or indirectly employed by .. him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner . ( Sample attached. ) All insurance requirements made upon the Contractor shall apply to the sub- contractor , should the Prime .. Contractor ' s insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING : The insurance and bonding companies with whom the Contractor ' s insurance and performance , payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the C3-3 (6) City of Fort Worth, Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom service of process may be had, and must have T authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged , may have against the Contractor , insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certif icates of insurance. C3-3 . 12 CONTRACTOR' S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials , labor and services when due. C3-3 . 13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner 's representative within seven ( 7 ) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract . Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3 . 14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person , persons , partnership, company , firm , association , corporation or other who is approved to do bus.L ess with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort worth- Dallas metropolitan area . The Contractor shall charge, delegate, or assign this office ( or he may delegate his Project Superintendent ) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered , thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other C3-3 (7 ) r. matter associated such as maintaining adequate and appropriate insirance or security coverage for the project. Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor ' s principal base of operations be other than in the Fort Worth-Dallas metropolitan area, notification of the Contractor ' s assignment of local authority shall be made in writing to the Engineer in advance of any work on the project , all appropriately signed and sealed, as applicable, by the Contractor ' s responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents . The intent of these requirements is that all matters associated with the Contractor ' s administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of Engineer, the Engineer, at his sole discretion , may demand that such local representative be replaced and the Engineer may, at his sole discretion , stop all work until a new local authority satisfactory to the Engineer is assigned . No credit of working time will be for periods in which work stoppages are in effect for this reason. C3-3 . 15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (8 ) - PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4 . 1 INTENT OF CONTRACT DOCUMENTS : It is the definite intention of these Contract Documents to provide for a complete , useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall , unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment , special services , and incidentals necessary to the prosecution and completion of the project. C4-4 . 2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4 . 3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the r work as altered, increased or decreased at the unit prices. Such—increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal ; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work . " No allowance will be made for any changes in anticipated profits nor shall such changes be considered as 14-4 ( 1 ) waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of sanitary sewer pipes in depth categories , shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories . C4-4 . 4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract , Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. .. C4-4 . 5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be Executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of (1 ) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates ; ( 3 ) materials -� entering permanently into the project, and ( 4 ) actual cost of insurance , bonds , and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation to cover the cost of superintendence , overhead , other profit, general and all other expense not included in ( 1 ) , ( 2 ) , ( 3 ) , and ( 4 ) above. The Contractor shall keep accurate cost records on the form and in the method t C4-4 (2 ) suggested by the Owner and shall give the Owner access to all accounts , bills , vouchers , and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner . In case any orders or instructions , either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation , he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute' Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method ( Item C ) . Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five ( 5 ) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and - materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for 'extra work' whether or not iniitiated by a 'change order' shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work , whether said costs are known , unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead , ripple or impact cost , or any other effect on changed or unchanged work as a result or the change or extra work. C4-4 . 6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner ' s approval thereof , a "Schedule of Operations , " showing by a straight line method the date of commencing and finishing each of the major elements of the contract . There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There °� 04-4 ( 3 ) shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted .. vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4 . 7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES : Within ten ( 10) days prior to submission of first monthly progress payment , the Contractor shall .. prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities ( including procurement of materials, plans, and equipment ) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule - Critical Path Method (CPM) network diagram. As the Work *� progresses , the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The , Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedulc shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal •• and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding - of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: ®-a. Milestone dates and final project completion dates shall be developed to conform to time constraints , sequencing requirements and completion time. b. The construction process shall be divided into activities with time durations of approximately fourteen ( 14 ) days and construction values not to exceed $50 , 000 . Fabrication , delivery and submittal activities are exceptions to this guideline. C4-4 (4 ) C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken flown into activities in enough detail to achieve activit`•es of approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of • this Section. For each of the trades or subcontracts, the construction a schedule shall indicate the following procurements , construction and preacceptance activities and events in their logical sequence for equipment and materials. 1 . Preparation and transmittal of submittals. 2 . Submittal review periods. 3 . Shop fabrication and delivery. ° 4 . Erection or installation. 5 . Transmittal of manufacturer ' s operation and maintenance instructions, 6 . Installed equipment and materials testing. 7 . Owner ' s operator instruction ( if applicable) . 8 . Final inspection. C4-4 (5 )