Loading...
HomeMy WebLinkAboutContract 26782 CIN SECRETARY D.O.E. FILE PROJECT MANUAL ,. SPECIFICATIONS CITY SECRETARY" CONTRACTOR'S BONDING C and CONTRACT NO. .. �ONTRACT DOCUMENTS CONSTRUCTION'S COPY for CLIENT DEPARTMENT 1998 CIP PROJECT - CONTRACT 9 PAVEMENT RECONSTRUCTION AND WATER AND SANITARY SEWER REPLACEMENTS UNIT ONE: WATER DEPARTMENT SANITARY SEWER L-2682 REPLACEMENT ASHLAND AVENUE WATER LINE REPLACEMENT VALENTINE STREET WATER LINE REPLACEMENT rr UNIT TWO: DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS ASHLAND AVENUE-130 SERVICE ROAD TO ALAMO STREET VALENTINE STREET-ASHLAND AVENUE TO 130 SERVICE ROAD TPW PROJECT NO. C115-020115040540 WATER PROJECT NO. PW77-060770154120 SEWER PROJECT NO. PS46-070460113960 DEPARTMENT OF ENGINEERING PROJECT NOS.2163,2164,2165 THE CITY OF FORT WORTH,TEXAS FILE NO. K-1555 KENNETH L. BARR HUGO A.MALANGA,P.E. GARY W.JACKSON MAYOR DIRECTOR, DEPARTMENT OF CITY MANAGER TRANSPORTATION AND PUBLIC WORKS DALE A.FISSELER, P.E. DIRECTOR,WATER DEPARTMENT A. DOUGLAS RADEMAKER,P.E. DIRECTOR.DEPARTMENT OF ENGINEERING -rFZe-OF PREPARED BY: p .old .. HalffAssociates,Inc. . outs B, F;U-)ND !1 e f............ Engineers • Scientists •Surveyors `� 776,43 4000 Fossil Creek Boulevard .. Fort Worth Texas 76137 2001 ter,�� . . OR �vl� ���L��L� U`'EC- °1 AVO 17489 a t , City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 5/22/01 **C-18598 30WINN 1 of 2 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO STABILE & WINN, INC. FOR RECONSTRUCTION OF ASHLAND AVENUE (1-30 FRONTAGE ROAD TO ALAMO STREET) AND VALENTINE STREET (ASHLAND AVENUE TO 1-30 FRONTAGE ROAD) AND WATER AND SANITARY SEWER IMPROVEMENTS RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to transfer $402,915.00 from the Water and Sewer Operating Fund to the Sewer Capital Project Fund ($65,103.00) and the Water Capital Project Fund ($337,812.00); and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Project Fund in the amount of $65,103, and in the Water Capital Project Fund by $337,812.00 from available funds; and 3. Authorize the City Manager to execute a contract with Stabile & Winn, Inc. in the amount of $1,163,882.06 for the reconstruction of Ashland Avenue (1-30 Frontage Road to Alamo Street) and Valentine Street (Ashland Avenue to 1-30 Frontage Road) with new concrete pavement including water and sanitary sewer improvements. DISCUSSION: The 1998 Capital Improvement Program included funds for the reconstruction of Ashland Avenue (I-30 Frontage Road to Alamo Street) and Valentine Street (Ashland Avenue to 1-30 Frontage Road). The street improvements include 6-inch lime stabilized subgrade and reinforced concrete pavement, construction of standard concrete curb and gutter, driveway approaches and sidewalks where shown on the plans. The Water Department has determined that the severely deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction. Bids were received on two alternates: Alternate "A" is for 5-inch HMAC (hot mix asphalt concrete) over 6-inch subgrade with lime stabilization, and Alternate "B" is for 6-inch concrete over 6-inch Time stabilized subgrade. After review of all the bid proposals, staff recommends Alternate "B" (concrete) for construction. The project was advertised for bid on March 15 and 22, 2001. On April 12, 2001, the following bids were received: Total Amount Bid Total Amount Bid Alternate "A" Alternate "B" Bidder (Asphalt Pavement) (Concrete Pavement) Stabile & Winn, Inc. $1,163,516.02 $1,163,882.06 J. L. Bertram Construction and Engineering $1,287,616.55 $1,380,233.52 McClendon Construction Company, Inc. $1,294,876.00 $1,367,594.70 City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 5/22/01 **C-18598 1 30WINN 2 of 2 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO STABILE & WINN, INC. FOR RECONSTRUCTION OF ASHLAND AVENUE (I-30 FRONTAGE ROAD TO ALAMO STREET) AND VALENTINE STREET (ASHLAND AVENUE TO 1-30 FRONTAGE ROAD) AND WATER AND SANITARY SEWER IMPROVEMENTS Time of completion of the project is 200 working days. Stabile & Winn, Inc. is in compliance with the City's M/WBE Ordinance by committing to 6% M/WBE participation and documenting good faith effort. Stabile & Winn, Inc. identified several subcontracting and supplier opportunities. However, the M/WBEs contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 34%. This project is located in COUNCIL DISTRICT 7, Mapsco 75Q, L, and M. In addition to the contract cost, $25,183.00 (water $21,114.00, sewer $4,069.00) is required for inspection/survey and $17,988.0.00 (water $15,081.00, sewer $2,907.00) is provided for project contingencies for water and sewer improvements. The contingency for possible change orders for street reconstruction is $25,000.00. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation No. 1, and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water and Sewer Capital Project Funds and the Street Improvements Fund. MG:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) 1&2) PW53 472045 060530175310 $337,812.00 Mike Groomer 6140 1&2)PS58 472045 070580174450 $ 65,103.00 Originating Department Head: 2) PW53 541200 060530175310 $316,698.00 2) PS58 541200 070580174450 $ 61,034.00 2) PW53 531350 030530175310 $ 21,114.00 2) PS58 531350 030580174450 $ 4,069.00 A.Douglas Rademaker 6157 (from) APPROVED 5/22/01 ORDINANCE NO. 14633 1)PE45 538070 0609020 $337,812.00 Additional Information Contact: 3)C115 541200 020115040540 $804,138.06 1) PE45 538070 0709020 $ 65,103.00 3) PW53 541200 060530175310 $301,617.00 A.Douglas Rademaker 6157 3) PS58 541200 070580174450 $ 58,127.00 04,'0"/2001 08:44 FAX 817 232 9784 HALFF ASSOCIATES Z002/003 CITY OF FORT WOR19w TEXAS s DEPARTMENT OF ENGINEERING ADDENDUM �'C TM (Page Al) for 1998 CTP PROJECT—CONTRACT 9 PAVEMENT RECONSTRUCTION AND WATER AND SANITARY SEWER REIPLACF.MENTS UNIT ONE:WATER DEPARTMENT SANITARY SEWER 1x2682 REPLACEMENT ASELAND AVENUE WATER LIlVE REPLACEMENT VALENTINE STREET WATER LINE REPLACEMENT UNTr TWO: DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS ASHLAND AVENUE-L30 SERVICE ROAD TO ALAMO STREET VALENTINE STREET—ASHLAND AVENUE TO 130 SERVICE ROAD TPW PROJECT NO.0115-020115040540 WATER PROJECT NO.PW77-060770154120 SEWER PROJECT NO.PS46-070460113960 DEPARTMENT OF ENGINEERING PROJECT IROS.2163,2164,2165 Dare Arid nan n TkcnM—Apj-1- �Ml The Contract Documents for the subject project are hereby amended as follows: A. Notice to Minority I Women Business Xnterprlse Information and Certiflcat'ion Modiflcations/A"dons: 1. Add the following to the M/WBE Project Goals: a. 34%for Alternate One b. 31%for Alternate Two Special Provisions. Page S-2,Poem 7,change from"period of two(2)years"io`period of one(1)year". Page S-31, Item 78, Pay Item 61, delete the word "testing'. ('The City of Fort Worth shall furnish the testing. Page S-36 and S-31,Item 78,Pay Item 85.0 delete the word"testing", ('The City of Fort worth shall furnish testing. A-1 Z d tS8L ILB Lib 'ON XVd OKIMNIM 'IM A 'I M 1E1 Idd 10-9 -dd'd 04/07/2001 08:44 FAX 817 232 9784 HALFF ASSOCIATES 003/003 All other provisions of the plans, specifications, and contract documents for the project which are not expressly amended hexein shall remain in full force and effect. Please acknowledge receipt of this addendum by placing a signed copy of same into your proposal at the time of bidding. Failure to return a signed copy of the addendum with this proposal small be grounds for rendering the bid nonresponsive. Department of Engineering Rick Trice,PE Receipt Acknowledged: Manager,Consulting Services _ B By: for Rick e e A-2 E d VSEL iL8 Gib 'ON XVI 0NIMNIM H1 Iag 10-9 —Sad TABLE OF CONTENTS 1. Part Al - Notice to Bidders # Part A2 - Comprehensive Notice to Bidders 2. Special Instructions to Bidders (SI-1 to SI-6) Special Instructions to Bidders (Water Department) 3. Minority/Women Business Enterprise Information and Certification 4. Part B -Proposal(B 1-B32) 5. Part C - General Conditions Section C 1 - Supplementary Conditions to Section C 6. Part D- Special Conditions (Water Dept.) (SC-1 to SC-54) Part DA-Additional Special Conditions(Water Dept.)(ASC-1 to ACS-32) 7. Part E- Specifications 8. Special Provisions(SP 1-SP40) -� 9. Certificate of Insurance 10. Part F -Bonds -- Performance Bond(F1-F2) Payment Bond(F3-F4) Maintenance Bond(F5-F6) 11. Part G- City of Fort Worth Contract(G1-G5) 12. Appendices Appendix A- Geotechnical Investigation Report NOTICE TO BIDDERS Sealed proposals for the following: 1998 CIP PROJECT-CONTRACT 9: Pavement Reconstruction and Water and Sanitary Sewer Replacements Ashland Avenue and Valentine Street TIPW PROJECT NO. C115-020115040540 WATER PROJECT NO. PW77-060770154120 SEWER PROJECT NO. PS46-070460013960 D.O.E. NOS.2163,2164,2165 Ashland Avenue: replace 1,192 linear feet of existing asphalt pavement with reinforced concrete pavement, reconstruct 1,071 linear feet of existing asphalt pavement, replace 384 linear feet of existing 8"water line,and replace 400 linear feet of sanitary sewer by pipe enlargement methods. Valentine Street: reconstruct 4,168 linear feet of existing asphalt pavement, replace 4,076 linear feet of existing 6"water line with 8"water line. Addressed to Mr. Gary W. Jackson, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m., Thursday, April 12, 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. A$50.00 deposit is required for the first set of documents. Additional sets may be purchased on a non-refundable basis for fifty ($50.00)dollars for each set. A pre-bid conference will be held on Tuesday, April 3, 2001, beginning at 9:00 a.m. in the Transportation and Public Works Conference Room 255A. 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. Bidders questions will be answered at the pre-bid conference. For additional information concerning this project, please contact Ms. Dena Johnson, P.E., Project Manager, City of Fort Worth at(817)871-7866,or Halff Associates, Inc., Louis Hund, P.E. at(817)847-1422. Advertising Dates: Thursday, March 15,2001 Thursday, March 22,2001 NTB-1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: 1998 CIP PROJECT-CONTRACT 9: Pavement Reconstruction and Water and Sanitary Sewer Replacements Ashland Avenue and Valentine Street T/PW PROJECT NO.C115-020115040540 WATER PROJECT NO.PW77-060770154120 SEWER PROJECT NO.PS46-070460013960 D.O.E.NOS.2163,2164,2165 Addressed to Mr. Gary W. Jackson, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 p.m., Thursday, April 12, 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 Throckrnortar Street, Fort Worth, Texas. A$50.00 deposit is required for the first set of documents, such deposit will be refunded if the documents are returned in good condition within 10 days after bids are opened. Additional sets may be purchased on a non-refundable basis for fifty($50.00)dollars for each set. All bidders will be required to comply with provision 5159 of"Vemon's Annotated Civil Statues°of the Sate of Texas with respect to the payment of prevailing wage rates and City Ordinance No.7278, as amended by City Ordinance No. 7400 (Fort Wath City Code Sections 13-A-21 through 13-a-29), prohibiting discrimination in employment practices. Bid security is required in accordance with the Spedal Instruction to Bidders. The major work on the project shall consist of the following: Ashland Avenue: replace 1,192 linear feet of existing asphalt pavement with reinforced concrete pavement, reconstruct 1,071 linear feet of existing asphalt pavement, replace 384 linear feet of existing 8°water line,and replace 400 linear feet of sanitary sewer by pipe enlargement methods. Valentine Street: reconstruct 4,168 linear feet of existing asphalt pavement, replace 4,076 linear feet of existing 6'water line with 8"water line. Included in the above will be all other items of construction as outlined in the Plans and Specifications. A pre-laid conference will be held on Tuesday, April 3, 2001, beginning at 9:00 a.m. in the Transportation and Public Works Conference Room 255A, 2nd Floor, City Municipal Building, 1000 Throckmorton Street, Fort Worth,Texas. 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. Bidders questions will be answered at the pre-bid conference. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49) days from the date the M/WBE UTILIZATION FORM, PRIME NTB-2 CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation's as appropriate is received by the City. The award of the contract, if made,will be within forty-nine(49)days after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of ail addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at(817)871-7910. Bidders shall not separate,detach, or remove any portion,segment(s),or sheets from the contract documents at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of bid as nonresponsive. In accord with the City of Fort Worth Ordinance No. 13471, as amended by Ordinance No. 13781,the City of Fort Worth has goals for the participation of Disadvantaged Enterprise in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER 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 biter 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 Contrasting Department for this project Is the Engineering Departrnent. For additional information concerning cerning this project, please contact Ms. Dena Johnson, P.E., Project Manager, City of Fort Worth at(817) 871-7866,or Halff Associates, Inc., Louis Hund, P.E.at(817)847-1422 GARY W.JACKSON CITY MANAGER ALICE CHURCH CITY SECRETARY Department of Engineering A.Douglas Rademaker, Director Advertising Dates: Thursday,March 15,2001 Rick L rice, P.E. - Thursday, March 22,2001 Manager,Consultant Services NTB-3 .. SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five(5%)per cent of the total of the bid submitted must accompany the bid,and is subject to forfeit in the event the successful bidder fails to execute the contract documents .r within ten(10)days after the contract has been awarded. To be an acceptable surety on the bond,(1)the name of the surety shall be included on the current U.S. Treasury,or(2)the surety must have capital and surplus equal to ten times the limit of the bond. The in surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth(1/10)the total capital and surplus. as 2. PAYMENT BOND AND PERFORMANCE BOND: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection,the successful bidder shall be required to furnish a performance bond as .m well as payment bond,both a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Article 5160 of the Revised Civil Statures of Texas,as amended. ..a In order for a surety to be acceptable to the City,(1)the name of the surety shall be included on the current U.S.Treasury List of Acceptable Sureties(Circular 870),or(2)the surety must have capital .m and surplus equal to ten times the amount of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth(1/10)of the total capital and surplus. If reinsurance is required,the company writing the reinsurance must be authorized,accredited or trusteed to do business in Texas. r No sureties will be accepted by the City which are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City,notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of$25,000,a Payment Bond shall be executed,in the amount of the contract,solely for the protection of all claimants supplying labor and materials in the prosecution of the work. .,.. If the contract amount is in excess of$100,000,a Performance Bond shall be executed,in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications,and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. i 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1,Item 8,paragraph 8.6,of the"General Provisions"of the Standard Specifications for Construction of the City of Fort Worth, .. Texas,concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal,the City .. reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No.7278 as amended 'M by City Ordinance No.7400(Fort Worth City Code Section 13-A-21 through 13-a-29)prohibiting discrimination in employment practices. ,M 6. WAGE RATES: All bidders will be required to comply with provision 5159a of"Vernons Annotated Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth,Texas and set forth in Contract Documents for this project. SI-1 aid 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement,if required,is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. r 8. INSURANCE: Within ten(10)days of receipt of notice of award of contract,the Contractor must provide,along with executed contract documents and appropriate bonds,proof of insurance for Worker's Compensation and Comprehensive General Liability(Bodily Injury-$250,000 each person, $500,000 each occurrence;Property Damage-$300,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. NONRESIDENT BIDDERS: Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder"means a bidder whose principal place of business is in this state,and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. ' This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid ,. to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 10. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord 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. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, .� PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")as appropriate. The Documentation must be received no later than 5:00 p.m.,five (5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that .. the Documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request,Contractor agrees to provide to owner complete and accurate information regarding .r actual work performed by Minority Business Enterprise(WBE)on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiation action under appropriate federal,state or local laws or ordinances relating to false statement;further,any such misrepresentation (other than a negligent misrepresentation)and/or commission of fraud will result in the Contractor "' being determined to be irresponsible and barred from participation in City work for a period of time of not less than three(3)years. .M 11. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION ` SI-2 FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")as appropriate is received by the City. The award of contract,if made, will be within forty-nine(49)days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. .. 12. PAYMENT: The Contractor will receive full payment(minus 5%retain age)from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment,and upon acceptance of the project. 13. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contracting the Department of Engineering Construction Division at(817) �. 871-7910. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 14. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. Definitions: Certain of coverage("certificate"). A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC-81, TWCC-82,TWCC-83,or TWCC-84),showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor'slperson's work on the project has been completed and accepted by the governmental entity. rr� Persons providing services on the project("subcontractor"in(406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes,without limitation, independent contractors,subcontractors,leasing companies,motor carriers,owner-operators, employees of any such entity,or employees of any entity which furnishes persons to provide r. services on the project. "Services"include,without limitation,providing,hauling,or delivering equipment or materials,or providing labor,transportation,or toner services related to a project. "Services"does not include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. b. The contractor shall provide coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory .. requirements of Texas Labor Code,Section 401.011 (44)or all employees of the contractor providing services on the project,for the duration of the project. .. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project,the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project,and provide to the governmental entity: wr SI-3 .. i (1) a certificate of coverage,prior to that person beginning work on the project,so the i governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and .. (2) no later than seven days after receipt by the contractor,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. o.■ g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,within ten(10)days after the contractor knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the i project. h. The contractor shall post on each project site a notice,in the text,form and manner prescribed by the Texas Worker's Compensation Commission,informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. .� i. The contractor shall contractually require each person with whom it contracts to provide services on a project,to: (1) provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011 (44)for all of its employees providing services on the project,for the duration of the project; (2) provide to the contractor,prior to that person beginning work on the project,a certificate of coverage showing that coverage is being provided for all employees of the person _ providing services on the project,for the duration of the project; (3) provide the contractor,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current .. certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts,and provide to the contractor: r (a) a certificate of coverage,prior to the other person beginning work on the project;and (b) a new certificate of coverage showing extension of coverage,prior to the end of the .. coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the project; r (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery,within ten (10)days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and i (7) contractually require each person with whom it contracts,to perform as required by paragraphs(1)-(7),with the certificates of coverage to be provided to the person for whom they are providing services. AM SI-4 j. By signing this contract or providing or causing to be provided a certificate of coverage,the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project,that the coverage will be based on proper reporting of �. classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative,criminal,civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type,and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: a. "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker"compensation insurance. This includes persons providing,hauling or delivering equipment or materials,or providing labor or transportation or other service related to the project,regardless of the identity of their employer or status as an ., employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage,to verify whether your employer has provided the required coverage,or to report an employer's failure to provide coverage". 15. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons .. because of sex,race,religion,color,or national origin and shall comply with the provisions of City Ordinance 7278,as amended by City Ordinance 7400(Fort Worth City Code Sections 13A-21 through 13A-29),prohibiting discrimination in employment practices. 16. AGE DISCRIMINATION: In accordance with the policy("Policy")of the Executive Branch of the federal government,contractor covenants that neither it nor any of its officers,members,agents,or employees,will engage in performing this contract,shall,in connection with the employment, +"• advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against person because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers,members,agents,or employees,or person acting on their behalf,shall specify,in solicitations or advertisements for employees to work on this Contract,a maximum age limit for such employment unless the specified maximum age limit is based " upon a bona fide occupational qualification,retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend,indemnify and hold City a harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. AN SI-5 17. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990("ADA"),Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or current employees of .. Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the r' performance of this Contract. Revised March 15, 1996 .. June 22, 1999(eliminated affidavit statement in Item 10) .. .. AM �` SI-6 SPECIAL INSTRUCTION TO BIDDERS (WATER DEPARTMENT) 1. PREQUALIFICATION REQUIREMENT: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7)calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent ® certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This -� statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in it's sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check or acceptable bidder's bond payable to the City of Fort Worth in an amount of not less than five percent (5%) of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the ® 1 event the successful bidder fails to execute the Contract Documents within (10) days after the contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety shall be included on the current U.S. Treasury, or (2) the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth (1/10) the total capital and surplus. 3. BONDS: A performance bond, a payment bond and a maintenance bond each for one hundred (100%)percent of the contract price will be required, Reference C 3-3.7. 4. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas and as set forth in the contract documents must be paid on this project. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the State in which the nonresident's principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in the State of Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in the State of Texas. This provision does not apply if this contract involves Federal Funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the contract amount is $25,000 or less, the contract amount shall be paid within forty-five (45)calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it, not any of its officers, members, agents, employees, program participants or subcontractors while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees in connection with the terms, conditions or privileges of their •• 2 employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan, or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, ® shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify i and hold City harmless against any claims or allegations asserted by third parties or subcontractors and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on; the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with the ADFA's provisions and any other applicable Federal, State and Local laws �- concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accordance with the City of Fort Worth Ordinance, No. 13471, as amended by Ordinance No. 13781, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FROM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received no later than 5:00 PM, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid nonresponsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Women Business Enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any .. books, records or files in its possession that will substantiate the actual work ® 3 performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal state or local laws or ordinances relating to false statements. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. Revised 9/24/97 Revised 10/99 • 4 PROJECT MANUAL SPECIFICATIONS and CONTRACT DOCUMENTS for 1998 CIP PROJECT - CONTRACT 9 PAVEMENT RECONSTRUCTION AND WATER AND SANITARY SEWER ' REPLACEMENTS UNIT ONE: WATER DEPARTMENT SANITARY SEWER L-2682 REPLACEMENT ASHLAND AVENUE WATER LINE REPLACEMENT VALENTINE STREET WATER LINE REPLACEMENT UNIT TWO: DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS ASHLAND AVENUE -I30 SERVICE ROAD TO ALAMO STREET VALENTINE STREET-ASHLAND AVENUE TO I30 SERVICE ROAD TPW PROJECT NO.C115-020115040540 WATER PROJECT NO.PW77-060770154120 SEWER PROJECT NO. PS46-070460113960 DEPARTMENT OF ENGINEERING PROJECT NOS. 2163,2164,2165 THE CITY OF FORT WORTH,TEXAS FILE NO. K-1555 KENNETH L. BARR HUGO A. MALANGA, P.E. GARY W. JACKSON MAYOR DIRECTOR,DEPARTMENT OF CITY MANAGER TRANSPORTATION AND PUBLIC WORKS DALE A. FISSELER,P.E. DIRECTOR, WATER DEPARTMENT A. DOUGLAS RADEMAKER, P.E. DIRECTOR. DEPARTMENT OF ENGINEERING J PREPARED BY: - HalffAssociates, Inc. �OUI• �. Y., .?II Engineers • Scientists • Surveyors �o: �;• ' • ..` .g -, 4000 Fossil Creek Boulevard .� ` 6^3 ® Fort Worth,Texas 76137 1�^'-�L; 2001 AVO 17489 1 Y t M. - M/WBE FOR 1998 CIP PROJECT - CONTRACT 9 �i wmj VOW City of FortW orth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000,the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority/Women Business 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 firms to a level comparable to the availability of M/WBEs that provide goods and services directly or indirectly to the City. M/WBE PROJECT GOALS The City's MBEMBE goal on this project is %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/W BE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or; 2. Good Faith Effort documentation,or; 3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. M/WBE Utilization Form: received by 5:00 p.m.,five(5) City business days after the bid opening date, exclusive of the bid opening date. 2. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5) City business days after the bid opening date,exclusive of the bid opening date. 3. Good Faith Effort Form: received by 5:00 p.m.,five(5)City business days after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. Any questions,please contact the MMBE Office at(817) 871-6104. t F� -� WOW- ATTACHMENT�A Page t of 2 Cily of Fort Worth Minority and Women business Enterprise Specffications , MBE/WBE UTILIZATION °01 ftP�j 16 RM 8 53 .'Ile + - _ THURSDAY,APRIL 12,2001 _ RME COMPAN NAME BID DATE +c9$ C1 PP RQJ E C T _Cg-IT UC115-020115040540.PW77-060770154120,PS46-070460113960 "ROJECTNAME PROJECT NUMBER &CrrY'S M/WBE PROJECT GOAL: XX% 3� a M/WBE PERCENTAGE ACHIEVED: - 'allure to complete this form, in its entirety with supporting documentation, and received by the Managing Department n or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid eing considered non-responsive to bid specifications. he undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this chedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing nisrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered 10 _r to specifications. Company Name, Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. Scope of Work(*) Supplied(*) P N e 9 C TxDOT c r T (Hwy I (") R DW) f C y A xav AAMIBEs must be located in the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid. LSpecify all areas in which MW BE's are to be utilized and/or items to be supplied: ) A complete listing of items to be supplied is required in order to receive credit toward the M/WBE goal. ")Identify each Tier level. Tier:Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct payment u '-from the prime contractor to a subcontractor is considered 1''tier,a payment by a subcontractor to its supplier is considered 2nd tier -+FORK 1+1rtT +DECEIVED BY THE MANAGING DEPARTMEN%�i GO p.m.,FIVE(5)CITY BUSINESS DAYS AFTEI w OPENING„EXCtUSIVEOET.H INGDATE F7����lr31Z7�a '�r �� GPCc�TAXttf]'C e4a; ����� =aj4• v:% ml eR ATTACHMENT 1°A Rr Page 2 of Z City of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be S T Dollar Amount Address,and Telephone No. Scope of Work(*) Supplied(*) v i L T e 01 1 C xDOT c , T Ham, � (") .1 R Div) f C Y A ,44W 9s •Whe bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding Lictual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. he bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that Nill substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or 11 employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the ontract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, tate 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 `or a period of time not less than one(1) year. L MBEs and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD Q,"... w..1--A e./a- MpAutfiFrlized Signature Printed Signature title Contact Name and Title (if different) '=Company Name Telephone Number(s) c f�s��x 79380 .�i7-di4'7-2v 918 =. r Address Fax Number Date IMA"q9__r BE RECEIVED:BY THE MANAGING DEPARTMENT BY"S,00 p:m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVEFTH BI -OPENING DATE Rev.6/1198 It n` ATTACHMEN•T'19 City of Fort Worth Page 1'OFT Minority and Women Business Enterprise Specifications Prime Contractor Waiver 1998 CIP PROJECT -CONTRACT 9 Prime Company Name Project Name THURSDAY APRIL 12;2001 c115.020115040540.Pw77-060770154120.PS46-0704WI13960 Bid Opening Date Project Number If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Manacling Department on or before 5:00 p.m., five (5) City business days after bid opening, exclusive of the bid opening date, - will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? Yes No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? Yes No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. 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) on this contract, the payment therefore and any proposed changes to the original 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 �y the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or employee of the City.Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. ,— Authorized Signature Printed Signature Title Contact Name (if different) Company Name Contact Telephone Number (s) Addvesss Fax Dumber Rev. W2198 r �„'F,..`Y .w v ✓+'ss p'{$ 3 t3{4� � � s.� +� 'st? 7 i 4 �+�, t a _ ATTACHMENT tC Page l'of3 City of Fort worth Minority and Women Business Enterprise GOOD FAITH EFFORT �� .�,� : `t/•�.,r_ fie. THURSDAY,APRIL 12,2001 Prime Company Name Bid Date C115-020115040540, 1998 CIP PROJECT-CONTRACT 9 PW77-060770154120,PS46-070460113960 Project Name Project Number If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your M/WBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a rgood faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or r knowing misrepresentation the facts or intentional discrimination by the bidder. 1, Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five (5) City business days after bid opening,exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. ! 1.) Please list each and every subcontracting and/or supplier opportunity(DO NOT LIST NAMES OF FIRMS)which will be used in the completion of this project, regardless of whether it is to be provided by a MMBE or non-MMBE. (Use additional sheets, if necessary) j" List of: Subcontracting Opportunities List of: Supplier Opportunities vt7�,oiw//e?.wsya At P` e- Z) !ti.�sL'iiia.•. ,P.L, .to0�a/ 16 16 Lf/ss�%�s i•+lv.:i�/yt�.•.vr �%.moi Z� J — o. �ftit�t 'fyM� /✓J�II C /•v 1 Y.`.i�N �i C•' 3 d r y �, .+g.'c•�e y..,.r r"- �. �r � .> sus. x t sus 'T Z t'''�'_ ATTACHMENT 1C K Page 2 of 3 you obtain a current listof M/WBE firmsfrom the,City's NI Bl~ Office? The list is considered in- compliance, if it is not more than 3 months old from the date of bid opening. ✓Yas Date of Listing OJ ?` No 'cit bids from M/WBE firms,within the subcontracting and/or supplier areas previously _ 3.) Did you soli g PP P Y listed,at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are 1Wopened? 000"Yes If yes, attach M/WBE mail listing to include name of firm and address and a dated No copy of letter mailed. 4.) Did you solicit bids from IVIIWBE firms,within the subcontracting and/or supplier,areas previously 1W listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ✓Yes If yes, attach list to include name of M/WBE firm, ep rson contacted, 1W No phone number and date and time of contact. NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. .— NOTE: If a SIC list of M/WBE is ten or less,the bidder must contact the entire list to be in compliance with questions 3 and 4. If a sic list of M/WBE is more than ten, the bidder must contact at least two-thirds of the list but not less than ten to be in compliance with questions 3 and 4. LJ5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the MfWBEs? --Yes _ No 6.) If M/WBE bids were received and rejected, you must: (1) List the M/WBE firms and the reason(s)for rejection (i.e., quotation not commercially reasonable, qualifications, etc.) and (2) Attach affidavit and/or documentation to support the reason(s) listed below(i.e.. letters, memos, bids,telephone calls, meetings,etc.) (Please use additional sheets, if necessafy,and attach.) kJ Company Name Telephone Contact Person Scope of Work Reason for Rejection a - V n3• f{-� 6�� ; l A IN [ONAi E � low ATTACHMENT IC y Page 3' 4 X1:4 rO"1="Z"W"pr"d1v"1de�additional information you feel will further explain your good and honest efforts to obtain WWBE participation on this project. The bidder fuh r agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by thei 's M/1NBE Office. , ` `' - M w � . s4,14- orized Signature Printed Signature Title Contact Name and Title (if different) Company Name Telephone Number(s) .4►8o►,c 7936'0 C/7- �94t- Address Fax Number •wrww� /�.� •7 /79 _L�r-./ /2 �/ City/States ip Date ~+`_ PART B - PROPOSAL TO: GARY W. JACKSON CITY MANAGER FORT WORTH, TEXAS - FOR: 1998 CIP PROJECT - CONTRACT 9 PAVEMENT RECONSTRUCTION AND WATER AND SANITARY SEWER REPLACEMENTS DOE PROJECT NOS. 2163, 2164, 2165 TPW PROJECT NO. C115-020115040540 WATER PROJECT NO. PW77-060770154120 SEWER PROJECT NO. PS46-070460013960 Pursuant to the foregoing "Notice to Bidders", the undersigned Bidder, having thoroughly examined the Contract Documents, including Plans, Special Contract Documents, the General Contract Documents, the site of the project and understanding the amount of Y 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 of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums, to wit: B-1 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 WordsPay Spec Approx. Descri ion of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in (Fumish and install,including all appurtenant work,complete in place,the following items) UNIT ONE: SECTION A - SANITARY SEWER LINE REPLACEMENT 1 DA-2 400 LF 6"to 8"SS rehab.by pipe enlargement methods $ ', or $ ��4crN•se Complete in Place for EYiN / Dollars& Cents per Linear Foot O;o Qb 2 D-55 1 EA Remove and dispose existing SS manhole $ —JEW $ fms. Complete in Place for fey6'//CAWAW" Dollars& 0" Cents per Each 3 D-52 2 EA Standard 4'dia.sanitary sewer manhole $ /,gaw. — $ r Complete in Place for ,r,ve-Tjw"r"g,"A '0*604- Dollars& il/YJ Cents per Each 4 D-52 1 LF Additional depth for sanitary sewer manhole over 6' $ Owm o+ $ /.!m. oe Complete in Place for ovo-,t/yvD '�D /-7wi,-be Dollars& Cents per Linear Foot 5 DA-16 1 EA Rehab manhole w/fiberglass insert(12'-15'depth) $ ,3sClsp.-� $ e10Ow- -� Complete in Place for jvW~,-pj*Aryf,.ed I�I'rr°'/Ycrivt�l�"a Dollars& /V+O' Cents per Each B-2 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 6 D-51 110 LF Trench safety system for SS mains and services $ _1?i17 $ do Complete in Place for 4nmedw Dollars& loy y Cents per Linear Foot oe o0 7 D-52 2 EA Watertight SS manhole insert $ Complete in Place for 1Yis r`1 tlyt Dollars& i1b► Cents per Each 8 D-52 3 EA Std.concrete collar for SS manhole $ Complete in Place for ""-a Na vGt�Co-`O e!n Dollars& i1Is Cents per Each wr ov 9 D-63 3 EA Vaccum test for sanitary sewer manhole $ /f0. r= Complete in Place for avV@ri✓yiyyT�D flFTyr' Dollars& Cents per Each 10 D-53 12 EA 4"service tap reconnection for pipe enlargement methods $ G�4lJ'. ro $ P"eg p Complete in Place for Dollars& �V Cents per Each B-3 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 11 E1-25 90 LF 4"SDR 35 SS service pipe $ j0,a $ 4.4�w, E2-9 Complete in Place for -' TwbnTy Dollars& lew Cents per Linear Foot 12 D-62 400 LF Pre-construction TV inspection for sanitary sewer $ f $ dtGl9, io Complete in Place for Dollars& Cents per Linear Foot 13 D-65 400 LF Post-construction TV inspection for sanitary sewer $ Z alo $ Complete in Place for YIVLJ Dollars& /Vb Cents per Linear Foot 14 D-45 10 CY Flowable fill grout for misc.placement $ 2 a0 $ Zm od Complete in Place for Dollars& Cents per Cubic Yard y" 15 D-45 10 CY Crushed limestone for misc.placement $ t $ 111. !roe Complete in Place for T!1/ID Dollars& i1M Cents per Cubic Yard B-4 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. of QuantityItem Item (Furnish and install,including all appurtenant work,complete in place,the following items) PO �p 16 D-45 10 CY Ballast stone for misc.placement $ Complete in Place for 7^AV Dollars& ti!9 Cents per Cubic Yard 17 D-45 10 CY Type"E"concrete(1500 psi)for misc.placement $ /, $ 00M dw Complete in Place for Mingr Dollars& /NID Cents per Cubic Yard 18 D-45 10 CY Type"B"concrete(2500 psi)for misc.placement $ Complete in Place for Dollars& /r1e7 Cents per Cubic Yard 19 D-50 20 LF Permanent HMAC pavement repair $ Complete in Place for 'Vwoyery /c-/y@- Dollars& iNv Cents per Linear Foot Oil iv 20 SP 30 LF Remove and replace fence $ door $ /rO✓✓. Complete in Place for Dollars& Cents per Linear Foot B-5 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 21 D-73 17 CY 6"Topsoil $11.00 $187.00 Complete in Place for Eleven Dollars& -- No Cents per Cubic Yard 22 D-73 100 SY Grass solid sodding $ TO $ Complete in Place for .TC-)WiV Dollars& /fiV Cents per Square Yard 23 SP 1 LS Landscape restoration(Pre-bid) $250.00 $250.00 Complete in Place for Two hundred fifty Dollars& No __ Cents per Lump Sum SUBTOTAL SECTION A- SANITARY SEWER REPLACEMENT $ SECTION B -WATER LINE REPLACEMENT CPO 24 D-80 1 LS Install 2"service line and fittings for temp.service $ /7-g-00,o� $ /7.S Complete in Place for .a r�Eyv PyW.�.r'^� Fi•�W'.0W_.W~d*'0 Dollars& /"o Cents per Lump Sum B-6 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 25 D-55 4 EA Remove and salvage existing fire hydrant $ Z.SO, ', $ Complete in Place for r�flo W"V-„&,BES «"ly Dollars& /bb Cents per Each 26 E1-12 2 EA Move fire hydrant $ 70by, E2-12 Complete in Place for Dollars& �r Cents per Each = 27 E1-24 4,620 LF 8”PVC DR-14 water line replacement $ Is 40 E2-7 Complete in Place for 7'JW,&-1 0rV A*vW- Dollars& Cents per Linear Foot 28 E1-6 12 LF 8"D.I.water line replacement $ dojo,AO $ E2-6 Complete in Place for FOier� Dollars& N+y Cents per Linear Foot 29 E1-24 44 LF 6"PVC DR-14 water line $ 1� $ $ E2-7 Complete in Place for 7L4AFNit3e -0Cb4,'e Dollars& .0" Cents per Linear Foot B-7 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Approx.Pay Spec Description Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 30 E1-7 1.3 TON Cast iron fittings $ MAWW $ 3 p0a, =� E2-7 Complete in Place for 7wAlpFQ" r"4'110VA00 Dollars& -- 0+0► Cents per Ton _ 31 E1-10 11 EA 8"gate valve and box $ eZr so $ �4rzs=b E2-10 Complete in Place for Ny�yGiQEGJ@91/Lrj!pjY F/!4fr— Dollars& iVls Cents per Each 32 E1-10 4 EA 6"gate valve and box $ 47,f=g $ / o� --r E2-10 Complete in Place for ,F6UiyP/�Vy rt�NP�,OVXV%VTY Dollars& Cents - per Each 33 E1-12 4 EA Standard fire hydrant $ ?1Q,so $ 4—Moy. as E2-12 Complete in Place for Qivt'PWO&44^v—�4 } 7XV'r ~iv40A-r-0 Dollars& o4AV Cents per Each 34 D-80 115 EA 1"service taps to main $ d4ob Complete in Place for 774AW I %*60wo row Dollars& /yO Cents per Each B-8 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 35 D-80 2,800 LF 1"copper service line main to meter $ /2..fe $ 31Q719,a' Complete in Place for A1^04_19 ow Dollars& ei!! f Cents per Linear Foot 36 D-80 29 EA Multiple service branch for 1"service $ Complete in Place for F/51!X'/✓d"' Dollars& 014ro Cents per Each 37 D-80 85 EA Furnish and set meter box-single service $ 74'eO $ Complete in Place for sFI�7V>r'S/i4ii� Dollars& ibb Cents per Each 38 D-80 29 EA Furnish and set meter box-bullhead service $ $ Complete in Place for 4r."W' Pje "00r.0or- Dollars& //"b Cents per Each N 39 D-80 37 EA Meter box relocation $ /.SO, .r.�o. =� Complete in Place for d��le� tiO.ltF� �'aFty Dollars& iNb Cents per Each B-9 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 40 E1-17 900 LF 3/4"copper service after meter $ /m, �o $ E2-17 Complete in Place for T Dollars& metro Cents per Linear Foot 41 E1-17 3 EA 2"service taps to main $ E2-17 Complete in Place for / /,E'/VVA�L1�Parl) Dollars& iVb Cents per Each ory ao 42 E1-17 100 LF 2"copper service line main to meter $ $ E2-17 Complete in Place for EYY�t/T�Z�N Dollars& 006020 Cents per Linear Foot 43 E1-14 3 EA Remove and replace existing vault for 2"meter $ js0 E2-14 Complete in Place for T�aO /��✓��6.D r�J�3y Dollars& iV0 Cents per Each 44 E1-15 10 LF 16"O.D.steel casing pipe-bored $ E2-15 Complete in Place for 77-W.4f Nv4&#1dW ZgMnnva+/,.term Dollars& tib Cents per Linear Foot B-10 1998 CIP PROJECT - CONTRACT 9 i DOE #s 2163, 2164, 2165 Approx.7—Pay Spec WordsItem Item Quantity Unit Bid Prices Written in (Furnish and install,including all appurtenant work,complete in place,the following items) 45 E1-15 42 LF 16"O.D.steel casing pipe-open cut $ $ E2-15 Complete in Place for s6Y�Vriy/ /vim Dollars& /r1d Cents per Linear Foot 46 D-45 50 CY Flowable fill grout for misc.placement $ a $ 1Q aw Complete in Place for Aplowle'r, Dollars& /4"W Cents per Cubic Yard � 47 D-45 50 CY Crushed limestone for misc.placement $ 'o.e `b Complete in Place for Qyti�` Dollars& Cents per Cubic Yard 48 D-45 50 CY Ballast stone for misc.placement $ —Jay b Complete in Place for Doilars& ifil7 Cents per Cubic Yard 49 D-45 50 CY Type"E"concrete(1500 psi)for misc.placement $ Complete in Place for Dollars& ^V1D Cents per Cubic Yard B-11 1998 CIP PROJECT - CONTRACT 9 - DOE #s 2163, 2164, 2165 DescriptionPay Spec Approx. Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including ail appurtenant work,complete in place,the following items) M 50 D-45 50 CY Type"B"concrete(2500 psi)for misc.placement $ $ _,g so Complete in Place for Dollars& /6b Cents per Cubic Yard 51 D-44 48 SF Remove and replace sidewalk $ 7 $ 33S 1 e' Complete in Place for Dollars& Ible7 Cents per Square Foot 52 D-50 30 LF Permanent HMAC pavement repair $ jyy Complete in Place for JAs�iCt+f i'ivt Dollars& /W Cents per Linear Foot 53 D-50 75 LF Permanent reinforced concrete pavement repair(inic.curb) $ do-�� $ ��75 dw Complete in Place for S/rJ-y ��ivb� Dollars& /1�► Cents per Linear Foot 54 FIG.A 6,500 LF Temporary HMAC pavement repair $ 7�O $ or 0©, N Complete in Place for Dollars& �b Cents peg Linear Foot SUBTOTAL SECTION B -WATER LINE REPLACEMENT $ B-12 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish ana install,including all appurtenant work,complete in place,the following items) UNIT ONE SECTION A-SANITARY SEWER LINE REPLACEMENT $ SECTION B-WATER LINE REPLACEMENT $ SUBTOTAL SECTION A & B $ UNIT TWO: SECTION A-ASHLAND AVENUE RECONSTRUCTION -CONCRETE PAVEMENT 130 SERVICE ROAD TO DONNELLY 55 SP 2 EA Project Designation Sign $ oe $ �dltR oe Complete in Place for Dollars& i1M Cents per Each 56 104 2,100 LF Remove existing curb(and curb&gutter where existing) $ ? $ 4zhw' o0 Complete in Place for 7W*W Dollars& 00W Cents per Linear Foot qf�t c� 57 104 4,000 SF Remove existing driveways,sidewalk,leadwalk,ramps,&s $ $ /8DFl. Complete in Place for ^*W Dollars& �* �i wry/ '014/ww­ Cents per Square Foot B-13 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 58 106 1,389 CY Unclassified street excavation $ aw mo$ 9 713, SP Complete in Place for Dollars& Cents per Cubic Yard 59 210 4,790 SY 6-inch lime stabilized subgrade $ Complete in Place for dam.• Dollars& �ielY i�vt� Cents per Square Yard ... Cr 60 212 67 TON Lime for stabilization(28lbs/SY min.) $ $ X030.ob Complete in Place for /V!/NF75I Dollars& /f1T! Cents per Ton 61 314 4,663 SY 7-inch reinforced concrete pavement $ /8!l, Complete in Place for �/YIYTyf/ Dollars& Cents per Square Yard an eo 62 SP 5,500 LF Silicone joint sealing $ 1, — $ Complete in Place for TZyID Dollars& Nd Cents per Linear Foot ..s B-14 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity (Furnish and install,including all appurtenant work,complete in place,the following items) T 63 502 2,338 LF 7-inch attached concrete curb $ Zoo $ Complete in Place for T�My Dollars& AW Cents per Linear Foot 64 312 115 SY 6-inch HMAC transition $ If a $ I X7.5 00 SP Complete in Place for TYfiENt1/ �/yt� Dollars& Cents per Square Yard 65 SP 8 EA Water valve adjustment $300.00 $2,400.00 Complete in Place for Three hundred Dollars& No Cents per Each aV Ib 66 504 3,000 SF 6-inch reinforced concrete driveway $ g $ /2Q01l, Complete in Place for FOfiR Dollars& /ITif? Cents per Square Foot 67 SP 400 SF Driveway transition $ $ Complete in Place for Dollars& Cents -- per Square Foot B-15 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay �pec Approx. Description of Items with Unit —kriount .� Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 68 504 1,200 SF 4"concrete walk,leadwalk,and ramps $ g a0 $ -pr o� Complete in Place for ,ea►G,p Dollars& iV1D Cents per Square Foot ob 69 516 100 SF Reinforced concrete steps $ /4, oo $ OOI. — Complete in Place for AM~ Dollars& �b Cents per Square Foot aiv aiv 70 518 4 CY Reinforced concrete retaining wall with sidewalk $ 3"Sm. Complete in Place for w TJ�iS�E�~A0'On2&lJ64/Oc-tX Dollars& /d!y Cents per Cubic Yard 71 SP 2 EA Water meter box adjustment $35.00 $70.00 w Complete in Place for ThirtyAve Dollars& No Cents per Each R 72 SP 50 LF Remove and replace fence $ Complete in Place for E9'i/ylariV Dollars& swr Cents per Linear Foot B-16 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Approx.Pay Spec Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 00 �s 73 500 200 LF Subdrain $ $ 1-Oka,. Complete in Place for 7IfiG�Ly� Dollars& /bf7 Cents per Linear Foot 74 SP 1 LS Utility adjustment $5,000.00 $5,000.00 Complete in Place for Five thousand Dollars& No Cents per Lump Sum 75 116 307 CY 4"Topsoil $11.00 $3,377.00 Complete in Place for - Eleven Dollars& No Cents a per Cubic Yard SUBTOTAL SECTION A-ASHLAND AVE. RECONSTR.CONCRETE PVMT. $ 739 82 SECTION B -ASHLAND AVENUE RECONSTRUCTION -ASPHALT PAVEMENT DONNELLY TO ALAMO AND VALENTINE AVENUE RECONSTRUCTION -ASPHALT PAVEMENT ASHLAND TO 130 SERVICE ROAD 76.B SP 3 EA Project Designation Sign $ h $ 3by, =" Complete in Place for ?7vrUP&F Dollars& /PO Cents per Each B-17 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit -Amount Item Item Quantity Unit Bid Prices Written in Words Price Bidf (Furnish and install,including all appurtenant work,complete in place,the following items) 77.B 104 8,500 LF Remove existing curb(and curb&gutter where existing) $ Z Os $ Complete in Place for 7N40 Dollars& if"b Cents ti per Linear Foot 78.B 104 18,000 SF Remove existing driveways,sidewalk,leadwalk,ramps,&s $ cill,�f $ Complete in Place for Nb Dollars& Fb c ry Fir'dr Cents per Square Foot 79.B 452 2 EA Remove existing 5'curb inlet $ S�,fd.�O $ 5�y, Complete in Place for Dollars& /tqg Cents per Each 80.B 106 5,581 CY Unclassified street excavation $ 7 ops $ 041A p SP Complete in Place for Dollars& Cents per Cubic Yard 81.8 444 2 EA Std. 10'curb inlet $ $ -erd"9, =� SP Complete in Place for TV4+0 7"l 0ty_/roL/d Dollars& ..� i&#W Cents per Each ON B-18 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Approx.Pay Spec Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 823 440 19 LF 18-inch class III RCP storm drain $ $ 9?�, SP Complete in Place for Dollars& Cents per Linear Foot 833 210 19,111 SY 6-inch lime stabilized subgrade $ /, ¢s $ Z7 7/0,SSS Complete in Place for sig Dollars& Cents per Square Yard �v 843 212 268 TON Lime for stabilization(28lbs/SY min.) $ 5pO, CFO Complete in Place for irYivBt� Dollars& r /N0 Cents R per Ton 853 312 15,992 SY 5-inch asphalt pavement $ //, ev •' Complete in Place for 4*4cdrI_44F at/ Dollars& iv1 Cents per Square Yard 863 502 9,445 LF 7-inch concrete curb and 18"gutter $ oo Complete in Place for f/F FIVI r~ Dollars& Cents T per Linear Foot B-19 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including ail appurtenant work,complete in place,the following items) 87.B 312 500 SY 6-inch HMAC transition $ 1f $ ee_%-d 9, SP Complete in Place for Tllit6W)-Y Frf/t- Dollars& /6f9 Cents per Square Yard 00 N 88.B 502 15 LF transition curb and gutter $ SP Complete in Place for 7VydP V 2;e Dollars& 0" Cents per Linear Foot 89.B SP 7 EA Water valve adjustment $300.00 $2,100.00 Complete in Place for Three hundred Dollars& No Cents per Each 90.B 504 15,500 SF Grinch reinforced concrete driveway $ �� $ ?Q90. Complete in Place for 'P Dollars& OOW Cents per Square Foot 91.B SP 5,500 SF Driveway transition $ S�s� $ ZL�Q�b►. �° Complete in Place for / I@ Dollars& /6r!7 Cents per Square Foot B-20 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words Price Bid (f=urnish and install,including all appurtenant work,complete in place,the following items) 92.B 502 600 SY 7-inch concrete valley gutter $ 4Et eo $ Complete in Place for Dollars& M Cents per Square Yard 93.13 504 5,500 SF 4"concrete walk,leadwalk,&ramps $ 4� $ 1I,CIOm, ae Complete in Place for Dollars& it/U7 Cents per Square Foot o� mo 94.13 516 200 SF Reinforced concrete steps $ Complete in Place for Dollars& �b Cents per Square Foot 95.B 518 51 CY Reinforced concrete retaining wall with sidewalk $ "zf4. Complete in Place for 77lAWr-IVl',*-Ae 'D e!5/!EJ`e Dollars& I6f7 Cents per Cubic Yard 96.B SP 115 EA Water meter box adjustment $35.00 $4,025.00 Complete in Place for Thirty-five Dollars& No Cents per Each B-21 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit aid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 97.13 SP 200 LF Remove and replace fence $ /cf. Sa $ 74W.a' Complete in Place for EirritRs-6.Y�ry Dollars& F,ich/ Cents per Linear Foot 98.13 500 200 LF Subdrain $ �1riD $ ,� eo Complete in Place for Dollars& iVb Cents per Linear Foot 99.13 SP 1 LS Utility adjustment $5,000.00 $5,000.00 Complete in Place for Five thousand Dollars& No Cents i per Lump Sum 100.13 116 986 CY 4"Topsoil $11.00 $10,846.00 f Complete in Place for Eleven Dollars& No Cents per Cubic Yards SUBTOTAL SECTION B - ASHLAND AVE. &VALENTINE AVE. RECONSTRUCTION -ASPHALT PAVEMENT $ `04 r0_0 2, B-22 r� 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Approx.Pay Spec —Item Item Quantity (Furnish and install, including all appurtenant work,complete in place,the following items) SECTION C -ASHLAND AVENUE RECONSTRUCTION - CONCRETE PAVEMENT DONNELLY TO ALAMO AND VALENTINE AVENUE RECONSTRUCTION -CONCRETE PAVEMENT ASHLAND TO 130 SERVICE ROAD 76.0 SP 3 EA Project Designation Sign $ A100, $ Few, T Complete in Place for 7�feP4—,oVv a,O,QE' Dollars& /rte Cents per Each 77.0 104 8,500 LF Remove existing curb(and curb&gutter where existing) $ $ /7&WV, =� Complete in Place for ZNW Dollars& ^'b Cents per Linear Foot 78.0 104 18,000 SF Remove existing driveways,sidewalk,leadwalk,ramps,&s $ CV,�S $ Complete in Place for Dollars& A✓dr- Cents per Square Foot 79.0 452 2 EA Remove existing 5'curb inlet $ -CtO,eb $ Complete in Place for oder 2 AlowLwdm FJG'f-S/ Dollars& 00300b Cents per Each B-23 �r 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity unit Bid Prices Written in Words Price Bid— (Furnish and install,including all appurtenant work,complete in place,the following items) 80.0 106 5,581 CY Unclassified street excavation $ 7 ob $ -99 SP Complete in Place for .SCr "�V Dollars& �lilJ Cents per Cubic Yard 81.0 444 2 EA Std. 10'curb inlet $ 2�0 .', $ 4FG>*?9.=b ' SP Complete in Place for 77400 Dollars& dab Cents per Each 82.0 440 19 LF 18-inch class III RCP storm drain $ SP Complete in Place for T IS0/E�ry 6`/W�..-` Dollars& Cents per Linear Foot 83.0 210 19,111 SY 6-inch lime stabilized subgrade $ a/d, Complete in Place for Dollars& ..CV—Q7-:e F/Iii Cents per Square Yard a o0 84.0 212 268 TON Lime for stabilization(28lbs/SY min.) $ Complete in Place for Dollars& �b Cents per Ton B-24 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 85.0 314 18,586 SY 6-inch reinforced concrete pavement $ de, $�� z7/. Complete in Place for f/fllE"EiV Dollars& �!�t�+�► F��P_ Cents per Square Yard 86.0 502 9,445 LF 7-inch attached concrete curb $ $ /�c9r9o. so Complete in Place for TlkI�O Dollars& /Vb Cents per Linear Foot 87.0 312 500 SY 6-inch HMAC transition $ 2.f ov $ /ISOIO, 010 SP Complete in Place for Tp�iVt �✓!/C� Dollars& /L!9 Cents per Square Yard 88.0 502 15 LF transition curb and gutter $ 6M $ SP Complete in Place for litr/�iy?y Dollars& i%00 Cents per Linear Foot 89.0 SP 7 EA Water valve adjustment $300.00 $2,100.00 Complete in Place for Three hundred Dollars& No Cents per Each �. B-25 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 90.0 504 15,500 SF 6-inch reinforced concrete driveway $ �s $ CI gwo, -� Complete in Place for Dollars& /4!J Cents per Square Foot lid 91.0 SP 5,500 SF Driveway transition $ ¢ $ 2�1,Gl�F9. CPV Complete in Place for Dollars& /rte Cents per Square Foot 92.0 OMITTED ao ars �. 93.0 504 5,500 SF 4"concrete walk,leadwalk,&ramps $ — $ CIZ4 0w. Complete in Place for Dollars& itM Cents per Square Foot 94.0 516 200 SF Reinforced concrete steps $ /0. e� $ zowa.', oe Complete in Place for 7Lrrt/ Dollars& /VV Cents per Square Foot 95.0 518 51 CY Reinforced concrete retaining wall with sidewalk $ „o-rG'J, $ Complete in Place for 7WAr'E'E-/1 Vi 'dw-d 15 ' Dollars& 00" Cents per Cubic Yard B-26 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 96.0 SP 115 EA Water meter box adjustment $35.00 $4,025.00 Complete in Place for Thirty-five Dollars& No Cents per Each 97.0 SP 200 LF Remove and replace fence $ /6; .SO $ Complete in Place for WAIrofT67 W Dollars& -- Li.�•1 Cents per Linear Foot 98.0 500 200 LF Subdrain $ /2 tv $ '�DIC9, =� Complete in Place for 71414G4 Mdr Dollars& 009A0 Cents per Linear Foot 99.0 SP 1 LS Utility adjustment $5,000.00 $5,000.00 Complete in Place for Five thousand Dollars 8 No Cents per Lump Sum 100.0 116 986 CY 4"Topsoil $11.00 $10,846.00 Complete in Place for Eleven Dollars 8 No Cents per Cubic Yards B-27 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Approx.Pay Spec Description Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 101.0 SP 8,396 LF Silicone joint sealing $ 2 ov $ Complete in Place for 7Yr/O Dollars& Cents per Linear Foot SUBTOTAL SECTION C -ASHLAND AVE. & VALENTINE AVE. RECONSTRUCTION -CONCRETE PAVEMENT $ UNIT TWO , 4 SECTION A-ASHLAND AVE. RECON. -CONC. PVMT. $ ly9 739 82 SECTION B-ASHLAND AVE. &VALENTINE AVE. RECONSTRUCTION -ASPHALT PAVEMENT $ '0jay,Oj2. SECTION C -ASHLAND AVE. &VALENTINE AVE. RECONSTRUCTION -CONCRETE PAVEMENT $ gor-iW1 X98 SUBTOTAL SECTION A & B $ d'o.3 772,�Z SUBTOTAL SECTION A & C $ 8a¢i.3�' B-28 1998 CIP PROJECT - CONTRACT 9 DOE #s 2163, 2164, 2165 Pay Spec Approx. Description of Items with Unit AmountItem Item Quantity • (Furnish and install,including all appurtenant work,complete in place,the following items) BID SUMMARY ALTERNATE ONE m UNIT ONE SUBTOTAL SECTION A-SANITARY SEWER REPLACEMENT $ x/27, A SUBTOTAL SECTION B-WATER LINE REPLACEMENT $ _?Ove' 6/7, oe UNIT ONE SUBTOTAL SECTION A-ASHLAND AVE. RECONSTRUCTION CONCRETE PAVEMENT $ /409 735; - SUBTOTAL SECTION B-ASHLAND AVE. &VALENTINE AVE. RECONSTRUCTION -ASPHALT PAVEMENT $ L34�d 32. �� TOTAL PROJECT - ALTERNATE ONE $ i /tom ,ris. mz ALTERNATE TWO UNIT ONE SUBTOTAL SECTION A-SANITARY SEWER REPLACEMENT $ f8./27• oe SUBTOTAL SECTION B-WATER LINE REPLACEMENT $ 00 UNIT ONE SUBTOTAL SECTION A-ASHLAND AVE. RECONSTRUCTION 492 CONCRETE PAVEMENT $ .1,o 5y, 73 9 - SUBTOTAL SECTION C-ASHLAND AVE. &VALENTINE AVE. RECONSTRUCTION -CONCRETE PAVEMENT $ ` 390. - TOTAL PROJECT - ALTERNATE TWO $ 89z, B-29 1 Contractor shall, if applicable, identify below the pre-qualified sub-contractor who shall install the water and/or sanitary sewer facilities. OW,0,' e--wr.W-,e 5�. ��i. r.�� w.vJ f�/?. 4 47-O LI Z Pre-qualified sub-contractor for water and/or sanitary sewer installation. Failure to list a sub-contractor who is pre-qualified by the Water Department shall a result in the rejection of the bid as non-responsive. B-30 PART B - PROPOSAL (Cont.) Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formai contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certifies that he has at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, , 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 30 calendar days after issue of the work order, and to complete the contract (both units) within 200 working days after beginning construction as set forth in the written work order to be furnished by the Owner. Work will not be performed on Sundays or on legal holidays as prescribed by the City Council of the City of Fort Worth for observance by City employees. (Complete A or B below, as applicable:) [� A. The principal place of business of our company is in the State of •f 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 statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. [] B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. B-31 I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (initials) Addendum No. 3 (initials) Addendum No. 2 (initials) Addendum No. 4 (initials) Respectfully submitted, Company Name (please print) 4 B (n�; (please print) Signat w Title: �Q 1 (please print) Street Address SEAL if Bidder is a Corporation -- '740";, City State Zip Date: Ap..y i2, 2a�o► �i CSM¢7 Phone Number B-32 PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1; 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1.1 Definition of Terms C1-1 (1) C1-1. 2 Contract Documents C1-1 (1 ) C1-1. 3 Notice to Bidders C1-1 ( 2) C1-1. 4 Proposal C1-1 (2 ) '! C1-1. 5 Bidder C1-1 (2 ) C1-1.6 General Conditions C1-1 (2) C1-1.7 Special Conditions C1-1 (2) .., C1-1.8 Specifications C1-1 (2 ) C1-1.9 Bond C1-1 (2) C1-1.10 Contract C1-1 (3 ) C1-1.11 Plans C1-1 (3 ) C1-1.12 City C1-1 (3 ) C1-1.13 City Council C1-1 (3 ) C1-1.14 Mayor C1-1 (3) C1-1.15 City Manager C1-1 (3 ) C1-1.16 City Attorney C1-1 (3 ) C1-1.17 Director of Public Works C1-1 (4 ) .. C1-1. 18 Director, City Water Department C1-1 (4 ) C1-1.19 Engineer C1-1 (4 ) C1-1. 20 Contractor C1-1 (4 ) C1-1. 21 Sureties C1-1 (4 ) C1-1.22 The Work or Project C1-1 (4) C1-1.23 Working Day C1-1 (4 ) C1-1.24 Calendar Day C1-1 (4 ) " C1-1. 25 Legal Holiday C1-1 (4 ) r-1-1. 26 Abbreviations C1-1 (5 ) CI-1. 27 Change Order CI-1 (6 ) C1-1. 28 Paved Streets and Alleys C1-1 ( 6 ) C1-1. 29 Unpaved Streets and Alleys C1-1 (6 ) C1-1. 30 City Streets C1-1 (6 ) C1-1. 31 Roadway C1-1 (6 ) C1-1.32 Gravel Street C1-1 (6 ) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. 1 Proposal Form C2-2 (1 ) - C2-2 . 2 Interpretation of Quantities C2-2 (1) C2-2. 3 Examination of Contract Documents and Site C2-2 (2) C2-2. 4 Submitting of Proposal C2-2 (3 ) C2-2. 5 Rejection of Proposals C2-2 (3 ) C2-2. 6 Bid Security C2-2 (3 ) C2-2.7 yDelivery 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 ) C5-5.5 Emergency and/or Rectification Work C5-5 (3 ) C5-5.6 Field Office C5-5 (3 ) C5-5.7 Construction Stakes C5-5 (3 ) C5-5.8 Authority and Duties of Inspectors C5-5 (4) C5-5.9 Inspection C5-5 (5) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (5) i C5-5.11 Substitute Materials or Equipment C5-5 (5) C5-5.12 Samples and Tests of Materials C5-5 (6 ) C5-5.13 Storage of Materials C5-5 (6) C5-5.14 Existing Structures and Utilities C5-5 (7) C5-5.15 Interruption of Service C5-5 (7) C5-5.16 Mutual Responsibility of Contractors C5-5 ( 8 ) C5-5.17 Cleanup C5-5 (8 ) C5-5.18 Final Inspection C5-5 ( 9) (2 ) MIR C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY oft C6-6.1 Laws to be Observed C6-6 (1) C6-6 . 2 Permits and Licenses C6-6 (1 ) C6-6 . 3 Patented Devices, Materials and Processes C6-6 (1) C6-6. 4 Sanitary Provisions C6-6 (2) C6-6 . 5 Public Safety and Convenience C6-6 (2) C6-6 . 6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6-6 (3 ) C6-6. 7 Railway Crossings C6-6 (4 ) C6-6. 8 Barricades, Warnings and Watchmen C6-6 (4 ) C6-6. 9 Use of Explosives, Drop Weight, etc. C6-6 (5) C6-6 .10 Work Within Easements C6-6 (6 ) C6-6.11 Independent Contractor C6-6 (8 ) C6-6.12 Contractor 's Responsibility for Damage Claims C6-6 (8 ) C6-6 .13 Contractor's Claim for Damages C6-6 (10 ) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10 ) C6-6 .15 Temporary Sewer Drain Connections C6-6 (10 ) C6-6 .16 Arrangement and Charges of Water Furnished by City C6-6 (11) C6-6.17 Use of a Section of Portion of the Work C6-6 (11 ) C6-6 .18 Contractor' s Responsibility for Work C6-6 (11 ) C6-6 .19 No Waiver of Legal Rights C6-6 (12) C6-6 . 20 Personal Liability of Public Officials C6-6 (12 ) C6-6 . 21 State Sales Tax C6-6 (12 ) C7-7 PROSECUTION AND PROGRESS C7-7 .1 Subletting C7-7 (1 ) C7-7 . 2 Assignment of Contract C7-7 (1) C7-7. 3 Prosecution of the Work C7-7 (1 ) •� C7-7. 4 Limitations of Operations C7-7 (2 ) C7-7 .5 Character of Workman and Equipment C7-7 (2) C7-7. 6 Work Schedule C7-7 (3 ) C7-7.7 Time of Commencement and Completion C7-7 (4 ) C7-7. 8 Extension of time of Completion C7-7 (4 ) C7-7 .9 Delays C7-7 (4 ) C7-7.10 Time of Completion C7-7 (5 ) C7-7 .11 Suspension -by Court Order C7-7 (6 ) C7-7.12 Temporary Suspension C7-7 (6 ) C7-7.13 Termination of Contract due to National Emergency C7-7 (7 ) C7-7. 14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7 ) C7-7.15 Fulfillment of Contract C7-7 (9 ) C7-7.16 Termination for Convenience of the Onwer C7-7 (10 ) C7-7.17 Safety Methods and Practices C7-7 (13 ) C8-8 MEASUREMENT AND PAYMENT C8-8 .1 Measurement of Quantities C8-8 (1) C8-8 . 2 Unit Prices C8-8 (1 ) MW ( 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-F (4 ) C8-8 .11 Subsidiary Work C8-8 (5 ) C8-8'.12 Miscellaneous Placement of Material C8-8 (5 ) C8-8.13 Record Documents C8-8 (5 ) (4 ) Y ., PART C - GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C1-1 DEFINITIONS .. C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: C1-1 . 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents , such as specifications , bonds , addenda , plans , etc . , which govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS : The General Contract Documents govern all Water Department Projects and - include the following items: PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS El-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items : PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B —PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 (1 ) C1-1 . 3 NOTICE TO BIDDERS : All of the legal publications ! either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders . C1-1 . 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done , together with the bid security, constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1 . 5 BIDDER: Any person , persons , firm, partnership, company, association, corporation, acting directly or through a duly authorized representative , submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder. C1-1 . 6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes , and requirements of the City of Fort Worth ' s charter and t promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1 -1 . 7 SPECIAL CONDITIONS : Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions . When- considered with the General Conditions and other elements -of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of — the project. C1-1 . 8 SPECIFICATIONS: The Specifications is that section or j 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 ) goo faithful performance of the contract and include the following: a` a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3 .7 ) C. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2. 6 ) .. C1-1 . 10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1 . 11 PLANS : The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail - the location , dimension and position of the various elements of the project , including such profiles , typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner . The plans are usually bound separately from other parts of the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein. C1-1 . 12 CITY: The City of Fort Worth, Texas , a municipal corporation , authorized and chartered under the Texas State Statutes , acting by and through its governing body or its City Manger , each of which is required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager . The terms City and Owner are synonymous. C1 - 1 . 13 CITY COUNCIL: The duly elected and qualified " governing body of the City of Fort Worth, Texas. • C1-1 . 14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1 . 15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth , Texas , or his duly authorized representative. C1-1 . 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas , or his duly authorized representative. C1-1 (3 ) C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth , referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1 . 18 DIRECTOR , CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant, or agents. C1-1 . 19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , or superintendents , acting within the scope of the particular .. duties entrusted to them. C1-1 . 20 CONTRACTOR : The person , persons , partnership, company, firm, association , or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor, supplying 'labor and materials or only labor, for work at the site of the pr '-ct. C1-1 . 21 SURETIES : The Corporate bodies which are by such bonds are required with and for the Contract The sureties engaged are to be fully responsible for t.-ie 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 ay, not including Saturdays, Sundays , and -legal holidays , in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7 ) hours between 7 : 00 a.m. and 6 : 00 p.m. , with exceptions as permitted in paragraph C7-7.6. C1-1 . 24 CALENDAR DAYS : A calendar day is any day of the week or month, no days being excepted. C1-1 . 25 LEGAL HOLIDAYS : Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows : '- Cl-1 (4 ) 1. New Year' s Day January 1- 2 . M. L. Ring, 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 )