Loading...
HomeMy WebLinkAboutContract 25765 & O'T'y ETARly ITS SCIFT .,. . ONTRgCT NO. - SPECIAL CONTRACT DOCUMENTS .01. FILE NTR +CTO 'S BONDING CO, AND SPECIFICATIONS CONS RUCTION'S COPY CLEW,W, L)FPARTMFNT FOR CONSTRUCTION OF WEST FORK RELIEF SEWER SECTION WF-4 IN THE CITY OF FORT WORTH, TEXAS VOLUME I OF II DEPARTMENT OF ENGINEERING PROJECT NO. 0659 WATER DEPARTMENT PROJECT NO. PS46-0704602200x8`0 �1 December 1999 BOB TERRELL MIKE GROOMER KENNETH BARR CITY MANAGER ASST. CITY MANAGER MAYOR HUGO A. MALANGA, P.E. A. DOUGLAS RADEMAKER, P.E. LEE C. BRADLEY, JR., P.E. DIRECTOR DIRECTOR DIRECTOR TRANSPORTATION & DEPARTMENT OF ENGINEERING WATER DEPARTMENT PUBLIC WORKS ■ Vrgew -�e OF TF, 3880 Hulen Street **�� Fort Worth, Texas 76107 HN H.LINDNER ... (817) 735-6000 .•••.f�.. . .....����00 C&B No. 90135201 F 17.1.7 City of Fort Worth, Texas 4velyor And counin't communication - I DATE REFERENCE NUMBER LOG NAME PAGE 3/21/00 **C-17928 30WF4 1 of 2 SUBJECT AWARD OF CONTRACT TO WILLIAM J. SCHULTZ, INC., D/B/A CIRCLE °C° CONSTRUCTION COMPANY, FOR THE CONSTRUCTION OF WEST FORK RELIEF SEWER PROJECT-SECTION WF-4, FOR THE WATER DEPARTMENT RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with William J. Schultz, Inc., d/b/a Circle °C" Construction Company, in the amount of $2,555,346.50 (Bid A from AZ Design) for construction of the West Fork Relief Sewer Project Section WF-4. DISCUSSION: The West Fork Relief Sewer was identified in the City Water Department's 1987 Final Updated 201 Facilities Plan and was programmed to provide additional sewerage capacity for the area west of, and including, the Central Business District. On April 30, 1991, the City Council approved a contract (M&C C-12837) with Carter & Burgess, Inc. to provide engineering design services for the project. The proposed project begins at approximately 500 feet north of University Drive and Rockwood Park Drive and ends at Rockwood Park Drive and Lakewood Drive, approximately 200 feet east of the West Fork of the Trinity River. The work to be performed under this contract consists of the construction of 5,164 linear feet of 54-inch diameter gravity sewer by open cut, associated junction boxes and a river siphon. The West Fork Relief Sewer project will be financed using State Revolving Funds. The project was advertised for bid December 9 and 16, 1999. On January 13, 2000 the following bids were received. AMOUNT OF BID A AMOUNT OF BID B BIDDER (AZ Design) (Thick Wall) _William J. Schultz. Inc. d/b/a Circle "C" Construction Company $2,555.346.50 $2,794,149.20 Kenko, Inc. 2,794,149.20 3,129,429.70 Oscar Renda Constructing, Inc. 2,898,765.00 3,098,481.00 S.J. Louis Construction, Inc. 3,014,604.30 3,131,572.30 Texas Sterling Construction, Inc. 3,428,871.00 3,540,675.00 Pate Bros. Construction, Inc. 3,436,683.50 3,579,711.00 Tri-Tech Construction, Inc. 3,439,571.00 3,505,157.00 Bar Construction, Inc. 3,549,553.25 3,704,869.25 T.J. Lipmbrecht Construction 3,660,680.00 3,774,144.00 The Time of Completion is 330 Calendar Days City of Fort Worth, Texas "agar andCounci[ Communication DATE REFERENCE NUMBER LOG NAME PAGE 3/21/00 **C-17928 30WF4 2 of 2 SUBJECT AWARD OF CONTRACT TO WILLIAM J. SCHULTZ, INC., D/B/A CIRCLE "C" CONSTRUCTION COMPANY, FOR THE CONSTRUCTION OF WEST FORK RELIEF SEWER PROJECT-SECTION WF-4, FOR THE WATER DEPARTMENT After review of Bid A for AZ Design and Bid B for Thick Wall Design for concrete pipe, Bid A is recommended for concrete pipe in this project. The low bidder, William J. Schultz, Inc., d/b/a Circle "C° Construction Company, is in compliance with the City's M/WBE Ordinance by committing to 17% M/WBE participation. The City's goal on this project is 13%. This project is located in COUNCIL DISTRICTS 7 and 9, Mapsco 61 R, X and U. In addition, $127,767.00 is required for contingencies. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the State Revolving Fund-Sewer. MG:j Submitted for City Manager's FUND ACCOUNT I CENTER I AMOUNT CITY SECRETARY Office by: (to) tt Mike oorner.. 6140 /fl"TRO F.Q TY Originating Depart t Head: CICOUNCIL A.D'6.Vas Radem*er 6157 (from) NM21 ED PE42 541200 070420160180 $2,555,346.50 (� Additional InfprmWon Contact: 4� � City somtary of the A.Douglas Radernaker 6157 City of Fort Wo;th.T,F , .. v4 vaa1Ln a VVIaaLrr I&14 U I I U V U U IG 1U r.UU3 U I I CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO.1 TO THE PLANS AND SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WEST FORK RELIEF SEWER SECTION WF-4 WATER DEPARTMENT PROJECT NO. PS46-070460220080 - DOE NO. 0659 BID RECEIPT DATE:JANUARY 13, 2000 ADDENDUM ISSUE DATE:JANUARY 4, 2000 The following modifications, clarifications, additions or deletions shall be made to the appropriate sections of the Contract Documents; I. SPECIFICATION VOLUME I OF II A. PART B-Proposal: 1. C1 ARIFICATIQ Contractor must submit bids for both Alternative A&B, not submitting a bid for both Alternatives will result in the bid considered non-responsive. 2. Remove sheet B-11 and replace with the attached sheet 0-1 1A. 3. Insert the attached sheets: Addendum No. 1 B-23 Addendum No. 1 B-24 Addendum No. i B-25 Addendum No. 1 13-28 B. SECTION 4 City of Fort Worth Minority and Women Business Enterprise Requirements: The City's MBE/WBE goal on this project is 13%(Altemate A)and 14%(Alternate 131 at the base bid of the contract PI ease correct the MM BE project goal to show the revised goals on the first page under SPECIAL INSTRUCTIONS FOR BIDDERS and page 1A of the MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS_ C. PART D-SPECIAL CONDITIONS 1. Omit the following items from the Table of Contents of SPECIAL CONDITIONS and delete the sections: D-46 TYPE-C7 BACKFILL(SC-22) D-49 TRENCH EXCAVATION,BACKFILL AND COMPACTION(SC-23) D-80 INSTALLATION OF WATER FACILITIES(SC-49) D•80.1 POLYVINYL(CHLORIDE PVC)WATER PIPE(SC49) D-80.2 BLOCKING(SC-49) D-80.6 VALVE CUT-INS(SC-51) D-80.7 WATER SERVICES(SC-51) D-80.10 ADJUST WATER VALVE BOXES(SC-54) r D-80.11 PURGING AND STERILIZATION OF WATER LINES(SC-54) 0-80.12 MRK NEAR PRESSURE PLANE BOUNDARIES(SC-54) D-80.13 NATER SAMPLE STATION(SC-55) I D-80.14 DUCTILE IRON AND GRAY IRON FITTINGS(SC-b5) 2. Add the following items to the SPECIAL CONDITIONS Table of Contents: "0-87 SURVEY CONTROL___..................................SC-W r Addendum No. 1 -Page 1 w 3 AY pt jqr, P W2 40 wo!l lz�"�'VVIEU "w-'skv-owf2 es-F., I iw�LF. Iva i A Wa(d C� oc KlMe(4c-om IL v't;F x'- oveKtwl-W-U) MW ?htcwl 11"MoDutoW MV 1HI i�l�?Lr�tice{: 4r 1 PA AAQWi-k4 60 46%t,,i �r4l"O-MWW I '�44,00W' JAO' 4 Y-_4 V*',1&.iqflku YN w 6 VT#C*"Ilnutwl- 4 R—F, UW1%W-11 140 q'%X—L r' '%gj f IV. btob(>L-!q- r�'M"l I !x o6ji&god? p) wfu L ted , d v„b �anttn a UVitUGJJ 4eU ullugluu lb: i9 r. u u 4 u i i WFA January 3,2000 "D-88 'TESTING REQUIREMENTS................................SC-58- 3. D-5 PROJECT DESIGNATION,page SC-7: Change Project No. to"PS46.07046022080". 4. 0-16 WAGE RATES, page SC-12: Delete"CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE ' RATE POR 1995"in Its entirety and insert the following sentence," Refer to PART H- PREVAILING WAGE RATES for 1999 wages". 5. D-72 STATE REVOLVING FUND(SRF)REQUIREMENTS,page SC-41,section 1; Delete the last sentence in its entirety and replace with"The SRF requirements are included in Volume 1 of It,Section V. 6. D-86 TEST HOLES, page SC-57: Add the following sentence"Prospective bidders shall send a detailed request for Test Holes to the Project Manager at least one week prior to bid opening". 7. Add D-87 SURVEY CONTROL to page SG-58: "D-97 SURVEY CONTROL:Contractor will be provided primary survey control one time only. After Contractor verifies and accepts control,he shall be responsible for all construction staking,secondary control and maintaining the integrity of the control. Contractor shall survey between all primary control monuments shown on the plans and shall report to the Engineer any discrepancies prior to construction. Contractor shall be responsible for accuracy of all monuments and for establishing line and grade in accordance with the plans". 8. Add D-88 TESTING REQUIREMENTS to page SC-57:"13-88 TESTING REQUIREMENTS: The Contractor will employ and pay for the services of an Independent Testing Laboratory to perform specified testing. Contractors Responsibilities: 1. Contractor shall coordinate testing with City of Fort Worth's Construction Manager. 2. Assist laboratory in obtaining adequate quantities of representative sampies of material proposed to be used and which requires testing. 3. Fumish copies of products'test reports as required. 4. Notify laboratory suffrciently in advance of operations to allow for laboratory assignment of personnel and scheduling of tests. 5. Pay for testing laboratory to perform inspections,sampling and testing required. The City reserves the right to perform random testing." O. PART E-Specifications, Section b-Special Specifications 1. SECTION 02221 -EXCAVATION,TRENCHING, EMBEDMENT AND RACKFILLING FOR UTILITIES: a. PART 1 -GENERAL Add the following sentence: Addendum No. 1 -Page 2 r IJ 10%1 Ai l' L414D f-m I41yplc,6 'I Kfl-4 4,r$ V, -m gi l,lv 41.�0 gra err Om VN-amel L", i-if A AT -OW to.4 !1 til ro:,I I K)4 Cu'CX)YYV ON! IF fijfj*(.;.j JI t44A -J W) Awle w&my"n*tl I*awO.Y."Al 101?. -fv�lf9voft(13 al vt 1".foprl-5 Af v r *3 III aj 0, 't k 0 A, y Oft-Ml 4�ff 1,Df31F*oPD 24il .Z-i ki. 6w9uQ'.jq wwv 'FiT rAsi IMA. ,mdak"-APPM sm, ;+'�Joqv cvmiw N "moirr*Me b--P-U iw 0 bomvnq s,III 10� LIe --ol Iti", '41 mr, vv.11 ON O�t'0"L);�-t,vvtq,�16 f3axyb4 W. (OnsiNruvi it-w^lwl al 4.WVm A a.4. ' 1.�emlAwtax wolf fWamiRl en l; 0-m1R,.,!ioau I IT4 UVI A A I L A a D U A U C a 4t9 U I I U 4 1 U U I I:I U r.UUU I I WF-4 January 3,2000 "4. Native material may be used if it meets the requirements as indicated in this specirication,refer to 0-73". b. PART 3-EXECUTION 1. Section 3.7 7RENCN EMEEDMENT AND BACKFILL, Item No.6: " Revise the last sentence to read"...,at a moisture content as specked in Items No. 1 and No. 2 of Section 3.7'. 2. Section 3.8 EMBEDMENT AND BACKFILL ZONES, Item No.3: In the second to last sentence.remove the words'is recommended"and replace with"shall be used". 3. Section 3.9 PIPE EMBEDMENT AND BACKFILL MATERIAL: a. Add the following sentence as a general note before Item No-1,"Soil classiftcations listed below are in general accordance with ASTM D i� 2487-Classification of Soils for Engineering Purposes(Unified Soil Classification System)unless otherwise indicated". b. Item 2,add the following sentence"Class 2 Soil Embedment shall have angularity that classifies as angular or subangular as defined by ASTM D 2488,and shall have a minimum Coefficient of Uniformity(Cj of three(3Y'. 4. Section 3.11 STABILITIES OF ADJACENT E'MBEDMENTS AND UTILITIES: a. General, last sentence,change the word`recommendations'to "requirements"_ b. Item No. 1,first paragraph,last two sentences,remove the word"should" and replace with"shall". C. Item No. 1,third paragraph,last two sentences, remove the word "should'and replace with"shair. d. Add the following Item No. 2: 'Z K shall be the Contractors responsibility to recognize and detect areas where rigid shoring is required to protect adjacent facilities. Rigid shoring shall also be used in any additional areas as requested by the Engineer". 2. SECTION 02500-TUNNELING CLARIFICATION: Contractor shall bid project as shown In plans and specifications, 2. P1,AN5 A. Sheet 3-GENERAL NOTES 1. Note 22, delete the first two sentences. 2. Add the follovftg sentence to Note 38:"Sodding vAH be required where unpaved areas are disturbed in Rockwood PDA CON COW06 and in Miftnfal 31*49 eimld Lakewood Drive and Rockwood Park Drive. Payment for this work shall be paid at the Contract unit price per linear foot". Addendum No. 9 -Page 3 5 pu 0404. -JO4 jWvA-k.,cA I ,%or Z,4AW baUmal Lot ivTo WAY INXI" pa n}IJTJ-W�, qft WWI&0 K I�i X Q 04, IC;r4 C�tvim�r 244�41 amw -0,V)ou ro ep4F d"s ;06 4.11,zi JAW Jbkj.4W IM ols6a"a PI p�* jjw" Ilk aka 'T 0,71t"r441 fW ii;wo" 5al: d�I �NVPFEIZ— W"qa:-tj:" " ' A--)" 4 RA NOV r k IVy fk� %-24N ID'S-ow- vjq&l 141c%�%vqat ifxwq pvp" -q:4 "of Ito-!549,'slaelckv4*4 V.;i; A4.0 ko- I PO "2".f ;!7 iT ln2j KAIjak 4;j4 .f- 41 L 40— S rq (d) to YUI ( JJ Ul9U 6EAlC![ a DUp4CJJ 4tA UlIU41uu 1l:lU P.0061011 AIF-4 January 3,2000 3. Add Note 42 after Note 41:"Contractor shall plant and maintain temporary sodding at fairway crossings and as directed by the Engineer. Golf Course irrigation shall not be out of service for more than a 24 hour period. The irrigation system shalt be operational for a minimum of 12 hours between disturbances. No separate bid item for this work". & Sheet 8- Plan and Profile: 1. Add the following note"The Contractor shall maintain access on Rockwood Park Drive. No separate bid item for this work". This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and plans. Acknowledge receipt of this Addendum on the space provided below, and on Page U-26A of your fidede roposal and note the outer envelope of your bid. Failure to Lacknowledge receipt of this Addendum could subject bidder to disqualification. L RECEIPT ACKNOWLEDGED: A. Douglas Radernaker, P.E., Director L By: ._.�,04vi By: qolk ��ick Trier;, P.E., Manager Consultant Services Address: PQ Ro7e0 r A41.P- r ,r 7l • Telephone: P/7 .2 U /gA 3 r� OF z *JOHN H.LtAfC)NER 4 f tj�ya�,R�114694�O : � 4� �lssrAl.EN MO 6100 Addendum No. 1 -Page 4 iy Va Y � �Gµ' •'� f� A _+�,:•��,—+�,�° ',_Y�'4-r th71 � .,rift '.._' . A;ll{3 Vit',..1—iir•°1... a'.v� :Fi4 ��.� y1` . 4 # +E , i` - -cf` y��k,�;;.:r�t{fl+,t` C,►'��+�; -li�kNl:;j °�+�+�43�.FRS taw "e.�. .',�aa. . •..f'r;l' r ].1i.S} "�:8°yl�����' ,I1e_ 'r�v '�,p,YI�S��'����^;,�,� 1',_1hU{�' �i'+�l,'14��.ei44 k'i{.�+►o�4S91~"� 7'°,� Maf:el(,T°+� i'..' t.i... . .. �,S_,y�,+Z't��:s �r yrr.;..�"(�:rli+r�:e. �"AR� k*'rt3 t�i.1' _ '.Ld'b!�a�"eb,•S r �#�i Y2� ?7 '+ �rli':e "�._, �S C •1'; _r �'1-. , 1. • ,it. ^ 6 � 3���; ► � �$fir '�"���. � � � , -r T zr- ter '� �.Y�'� LA t ',9 .r ,k� �C {�j° `ia.r:�'.�i�,�: 4}R'dCu 1 ;aR`.+k'+d i• ��t 1�,= t .S)�9 4 •.��,;1 � a °_ 4� ��,�' `v ! ' r..l �i�T-;t.°"J:�'►�'.k'� 4 :�+}�'Jilk�ta,��1��7�•9•b:4 . e.�: .rti� �. .:-�,1'°'.t_i;,e`fi �_�r+ _^° er. _ �%k s '� � �, �� � �$;� Www '���1�.4• `�- •Ya b^_ °S`_.�*:. ^+x':'+�.r.�-IqP. 'stir. � �Y1' f�.P4�k'^ ?�;!i� '�,'�''Iki►-hFrvL44SC1 1� ar`�.�n. �°7�..�[''"`t �`a'{}3:. 3. � ..r a:�','," �_. ::7 lw '�tpl,libS 1[°1y-' l :" iai -i i .''•:r "a.. -, uo1i 011UIIUU II33 r.UUiIUU( r. CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 2 TO THE PLANS AND SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WEST FORK RELIEF SEWER SECTION WF-4 WATER DEPARTMENT PROJECT NO. PS46-070460220080 - DOE NO. 0659 BID RECEIPT DATE: JANUARY 13,2000 ADDENDUM ISSUE DATE: JANUARY T, 2000 The following modifications,clarifications,additions or deletions shall be made to the appropriate sections of the Contract Documents: I. SPECIFICATIONS VOLUME 1 OF 11 A. PART A-COMPREHENSIVE NOTICE TO BIDDERS Delete the fourth paragraph,"The Affidavit Statement...",in its entirety from the COMPREHENSIVE NOTICE TO BIDDERS. B. PART E-Specifications,Section b -Special Specifications SECTION 02221 -EXCAVATION,TRENCHING,EMBEDMENT AND BACKFILLING FOR UTILITIES,PART 3-EXECUTION,Section 3.9 PIPE EMBEDMENT AND BACKFILL MATERIAL, Item 2 Class 2 Soil Embedment revise the sentence to read......a maximum Q 20 percent..." 2. PLANS SHEET 15 OF 20, DETAIL SECTION 1115:Add the following note,"Sluice Gate,Model 100-30,shall be flush mounted and all anchor bolts and appurtenances shall be stainless steel This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and plans. Acknowledge receipt of this Addendum on the space provided below,and on PaagA 25A of your 1id Proposal and note the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualification. RECEIPT ACKNOWLEDGED: A. Douglas Rademaker, P.E., Director By. I , — -,l ick Trice,P.E., Manager Tille- Consultant Services OF T Address: a� ' p*If� Telephone: i t.... .6.N.WIiJAtiiS /• .... COMM END OF ADDENDUM fill •� a t1-Ir i 00 Addendum No. 2-Pagel 9 I r , f'`C L ! I k '�C N P I SPECIAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CONSTRUCTION OF WEST FORK RELIEF SEWER SECTION WF-4 IN THE CITY OF FORT WORTH, TEXAS VOLUME I OF II DEPARTMENT OF ENGINEERING PROJECT NO.0659 WATER DEPARTMENT PROJECT NO. PS46-070460220080 December 1999 BOB TERRELL MIKE GROOMER KENNETH BARR CITY MANAGER ASST. CITY MANAGER MAYOR HUGO A. MALANGA, P.E. A. DOUGLAS RADEMAKER, P.E. LEE C. BRADLEY,JR., P.E. DIRECTOR DIRECTOR DIRECTOR TRANSPORTATION & DEPARTMENT OF ENGINEERING WATER DEPARTMENT PUBLIC WORKS Carhw- Bung _ 3880 Hulen Street ; t��� Fort Worth, Texas 76107 �. JOHN•H.LINDNER j (817) 735-6000 ,f lf9o'.A.64u34 ..0.:.�,�of CSB No. 90135201 F It t-7 TABLE OF CONTENTS VOLUME I OF II i► 1. Part A- Notice to Bidders Comprehensive Notice to Bidders 2. Special Instructions to Bidders 3. Part B - Proposal 4. City of Fort Worth Minority and Women Business Enterprise Requirements 5. Part C - General Conditions 6. Part D - Special Conditions 7. Part Da - Additional Special Conditions 8. State Revolving Fund (SRF) Requirements 9. Part E - Specifications a. City of Fort Worth Material (E-1) and Construction (E-2) Specifications (See latest version at the time of Bid Opening from City, not included herein) b. Special Specifications Section 01300: Submittals Section 02105: Preservation and Protection of Plant Materials Section 02111: Waste Material Disposal Section 02112: Potentially Petroleum Contaminated Material Handling & Disposal Section 02140: Dewatering Section 02160: Temporary Support of Excavation Section 02209: Site Preparation and Finishing Section 02220: Structural Excavation, Backfill and Compaction Section 02221: Excavation, Trenching, and Backfilling for Utilities Section 02226: Grading, Excavating and Backfilling Section 02500: Tunneling Section 02520: Tunnel Support Systems Section 02540: Monitoring Systems Section 02551: Gravity Sanitary Sewers Section 02570: Pine-in-Tunnel Installation Section 02576: Abrasive Cleaning of Pavement Section 02580: Tunnel Grouting Section 02601: Manholes Section 03005: AZ Factor Design Concrete for Sewer Applications Section 03010: Shotcrete Corrosion Protection for Concrete Sanitary Sewers, Manholes, and Structures Section 03015: PVC Corrosion Protection for Concrete Sanitary Sewers, Manholes and Structures Section 03100: Concrete Formwork Section 03200: Steel Reinforcement Section 03300: Cast-in-Place Concrete Section 15001: D-Load Reinforced Concrete Sewer Pipe Section 15051: Centrifugal Cast Fiberglass Sewer Pipe 10. City of Fort Worth Standard Certificate of Insurance 11. Contractor Compliance With Worker's Compensation Law 12. Part F - Bonds: (City) a. City of Fort Worth Standard Performance Bond b. City of Fort Worth Standard Payment Bond C. City of Fort Worth Standard Maintenance Bond 13. Part G - Contract - Standard Form of Agreement 14. Part H - Prevailing Wage Rates VOLUME II OF II 15. Appendix A - Easements and Right-of-Way Agreements 16. Appendix B - Permits a. Corp of Engineers - See attached letter and Section 404, Nationwide 26 & 12 b. Tarrant County Water Control and Improvement District No. 1 C. Texas Historical Commission 17. Appendix C - Storm Water Pollution Prevention Plan 18. Appendix D - Geotechnical Report 1 PART A NOTICE TO BIDDERS PART A - NOTICE TO BIDDERS Sealed proposals for the following: WEST FORK RELIEF SEWER SECTION WF-4 .. 5,200 L.F. of 54" Diameter Gravity Sewer, Associated Junction Boxes, Siphon and . 1,029 L.F. of Tunnel Liner Plate SEWER PROJECT NO. PS46-070460220080 DEPARTMENT OF ENGINEERING PROJECT NUMBER 0659 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 p.m., January 13. 2000 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents will be provided for a deposit of$50.00, such deposit will be refunded if the document is returned in good condition within 10 days after bids are opened. Additional sets may be purchased on a non-refundable basis for$50.00 per set. Bidders shall not separate, detach or remove any portion or segment of sheets from the -4 Contract Documents at any time. Bidders shall submit the complete specifications book or risk rejection of bid. .� The improvements included in this project must be performed by a Contractor who is pre- qualified by the Water Department at the time of bid opening. The procedures for pre- qualification are outlined in the "Special Instructions to Bidders (Water Department)". .- A pre-bid conference will be held on Monday, December 27, 1999, at 10:00 a.m. with prospective bidders in Conference Room No. 270 on the second floor of the City Hall, 1000 Throckmorton Street, Fort Worth, Texas. Bidders are encouraged to review the Plans and Specifications prior to the pre-bid conference. r For additional information, please contact Mr. Gopal Sahu, P.E., Project Manager at the City of Fort Worth, at (817) 871-7949 or Mr. John Lindner, P.E. at (214) 920-8007. Advertising Dates: December 9.1999 December 16, 1999 A - 1 90135207F For additional information, please contact Mr. Gopal Sahu, P.E., Project Manager at the City of Fort Worth, at (817) 871-7949 or Mr. John Lindner, P.E. at (214) 920-8007. BOB TERRELL GLORIA PEARSON CITY MANAGER CITY SECRETARY Department of Engineering A. Douglas Rademaker, P.E. r • Advertising Dates: By: December 9. 1999 Rick Trice, Pt. December 16, 1999 Manager, Consulting Services A - 4 90135207F an on an in SPECIAL INSTRUCTIONS °� TO BIDDERS SPECIAL INSTRUCTION TO BIDDERS (WATER DEPARTMENT) 1. PREQUALIFICATION REQUIREMENT: All contractors submitting bids are required to be pre-qualified by the Fort Worth Water Department prior to submitting bids. This pre- qualification 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 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 its' sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f. Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g. The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or the 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 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 SI-1 5/6/99 90135207F 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 6018, 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 principle 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, nor any of its officers, members, agents, employees, program participants, or subcontractors while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees in connection with the terms, conditions or privileges of their 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 SI-2 5/6/99 90135207F limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA'), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on; the basis of disability in the provisions 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 the 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. 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 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 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. 12. AWARD OF CONTRACT: The Proposal (Part B of this specification) call for two different "Total Amount Bids". The total amount of Bid "A" is the sum of base bid sections I, II, III SI-3 5/6/99 90135207E and Alternate Bid Section IIA for AZ Pipe (or RTRP). Total amount of Bid "B" is the sum of base bid sections I, II, III and Alternate Bid Section IIB for Thick Wall Pipe. The bidder must complete both bids A and B. Failure to do so will result in the bid being considered non-responsive. The City of Fort Worth will consider and compare both price and pipe type and may not necessarily award the contract based on the lowest overall bid price but reserves the right to select the lowest bid amount for either Bid "A" or Bid "B". The City of Fort Worth reserves the right to award a contract in the best interest of the City, as the City determines in its sole opinion. In this regard, the City reserves the right to award a contract on the basis of either Bid A or Bid B, without regard to which bid is the lower bid, evaluating same to determine which bid is in the best interest of the City. SI-4 5/6/99 90135207F ATTACHMENT 1A City of Fort Worth Page 1 of 2 Minority and Women Business EnterprUd S�bcifi cations FNCINEENINC/CFW MBE/WBE UTILIZA� 10N Soo RN-20/ In-1175 cric 7 15 .7 BID DATE �i - ' MF�a y _Pr, qt, -6 7c OJECT NAME PROJECT NUMBER T. ry,s M/WBE PROJECT GOAL: KWBE PERCENTAGE ACHIEVED: =allure to complete_ this "form, in its entirety with supporting documentation, and received by the Managing apartment on.or-before S:OO.:p.m. five(5)=City business days after bid operiing,'ekclusive of bid opening.date, will 61 suit in-the bid being considered non-responsive to bid specifications. to undersigned bidder.agrees to enter into-a formal agreement with the MBE and/or WBE firms for work listed in-this hedule,'conditioned upon execution of:a contract with the City of Fort Worth.- The intentional and/or knowing Tisrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered in-responsive to specifications. Company Name, Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. Scope of Work(') Supplied(*) V O0 V p Z F H o. Cion sf� _ ,ink /)7 4L,44 AO 5 R n any ErC An f ►'c�t�n 6r r /n 04.4 ic0 Sccn N q ock odU P fid MWBEs must be located In the 9(nine)county marketplace or currently doing business In the marketplace at the time of bid. -specify all areas in which MWBE's are to be utilized and/or items to tie supplied: A complete listing of items to be supplied is required In order to receive credit toward the M/WBE goal entity each Tier level. Tier.Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct payment from the prime contractor to a subcontractor Is considered 1"tier,a payment by a subcontractor to Its supplier is considered a tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 6:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.6/2/98 r� ATTACHMENT'i' Page 2 of 2 CI of Fort worth DEPT 0 F R, Minority and Women Business Enter -i66615ecif¢atipns . MBE/WBE UTILIZATfqNM 20 1159 Cartlfled �mpany Name, Contact Name, Specify All Contracting Specify All Items to be Dollar Amount .. • 14lddress,-and Telephone No. < F, Scope of Work(•) Supplied(*) LL 41 , x 7 t/ Z D /O. 00a �f xu --- I- „ vQ udder further agrees to provide, directly to the City upon request, complete and accurate information regarding •; al work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. bidder also agrees to allow an audit and/or examination of any books, records and files held by their company mill substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized .r or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for inating the contract or debarment from City work for a period of not less than three (3) years and for initiating •ri under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and ;s a material breach of contract may result In a determination of an irresponsible offeror and barred from 111pating In City work for a period of time not less than one(1)year. C ALL Mti3 s n, WBE ; UST BE CERTIFIED BY THE CITY BEFORE CONTRACT WARD C�/Gt� � t a ro ��c io ' ed S ign�turr � JA,,Vj Printed Signature t Contact Name and Title (if different) �C Ir 0dn,<-�tV-,r;r)n y Tae 3 Telephone Number(s) 3 Fax Number State2ip Code Date FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 6:00 p.m., FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.BI?!D8 7'�4 PART B - PROPOSAL (This Proposal must not be removed from this book of Contract Documents) TO: Mr. Bob Terrell Fort Worth, Texas City Manager / - /3 , 2000 City of Fort Worth, Texas WEST FORK RELIEF SEWER SECTION WF-4 DEPARTMENT OF ENGINEERING PROJECT NO. 0659 WATER PROJECT NO. PS 46-070460220080 Proposal For: The furnishing of all materials (except as specified to be furnished by the City), equipment and labor for the installation of sanitary sewer improvements, all necessary appurtenances and incidental work to provide a complete and serviceable project, designated as: Pursuant to the foregoing "Notice to Bidders," the undersigned bidder, having thoroughly examined the contract documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, Standard Specifications and Standard Special Provisions (as amended by Special Provisions herein contained) for Public Works Department Projects for the City of Fort Worth, State of Texas Special Conditions for SRF Funding, the rules of the Texas Water Development Board, and Specifications of the Texas Department of Transportation (TxDOT), 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 inspection and approval of the Director of the Engineering Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Total quantities given in the Bid Proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding of the contract. Contractor proposes to do the work within the time stated and for the following sums: (Furnish and install, including all appurtenant work, complete in place, the following items): 90135201 F B-1 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION I - WEST FORK RELIEF SEWER STRUCTURES 1. 1 L.S. Furnish and Install Siphon Box WF-4A (205+38.12)'', Including Excavation, Structure, Backfill, Protective Coating System, Access Riser, Manhole Insert, and All Other Incidentals, Complete in Place. Dollars & 00 oG Cents per L.S. $2,S0oo $25004 2. 1 L.S. Furnish and Install Siphon Box WF-4B (207+85.00)'', Including Excavation, Structure, Backfill, Protective Coating System, Access Riser, Manhole Insert, and All Other Incidentals, Complete in Place. Dollars & 00 a'6 Cents per L.S. $25'000 $25-ood 3. 1 L.S. Furnish and Install Junction Box with sluice gate WF-4C (210+90.38) including Excavation, Structure Backfill, Protective Coating System, Access Riser, Manhole Insert and all other incidentals, Complete in Place. aonn Dollars & Cents per L.S. as $ GIoODO $ 0000 Ba 90135201 F B-2 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION I -WEST FORK RELIEF SEWER STRUCTURES 4. 1 L.S. Furnish and Install Junction Box WF-4D (239+64.08) with 6" External Drop Connection, Complete in Place. Dollars & 00 OG Cents per L.S. $ POD® 5. 100 C.Y. Unclassified Structural Excavation, Complete in Pl/Lace. 4 Dollars & 00 DG Cents per C.Y. $ $ "7000 6. 1 L.S. Connect to Existing Junction Box (185+74.57)), Complete in Place. Dollars & Cents per L.S. $ � 00 pU $ 'Y,5-00 00 SUBTOTAL SECTION I $ �SO,S��D 0=1 90135201 F B-3 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION II WEST FORK RELIEF SEWER BASE BID 1. 1,029 L.F. Furnish and Install 86" Neutral Axis Diameter Steel Tunnel Liner Plate by Other than Open Cut, Complete in Place. Dollars & .. cn �rzo Cents per L.F. 00 $ 8D 7 T d S 2. 870 L.F. Asphalt Pavement Repair per Figure 4, (Including Parking Lot), Complete in Place. Dollars & Cents per L.F. 06 3. 60 L.F. Construct new Concrete Sidewalk, Complete in Place. AJ.4 I� Dollars & °G /nD Cents per L.F. $ 02$- $ /SD DO 4. 60 L.F. Removal of Existing Concrete Sidewalk, Complete in Place. w Dollars & Cents Per L.F. $ s 00 $10o 00 90135201 F B-4 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 FPAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT TEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION II WEST FORK RELIEF SEWER BASE BID .� 5. 23 L.F. 10" Diameter Sanitary Sewer Pipe (all depths), Complete in Place Dollars & Cents per L.F. 0O 00 6. 120 L.F. Concrete Curb and Gutter Replacement, Complete in Place Dollars & Cents per L.F. $o?S 040 $3©0000 7. 120 L.F. Removal of Existing Concrete Curb and Gutter, Complete in Place A'e G'' Dollars & od Cents per L.F. $ 5 oO $ 600 90135201 F B-5 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION II WEST FORK RELIEF SEWER BASE BID 8. 4,130 L.F. Trench Safety System, in Accordance with the Specifications and OSHA Regulations, and the Assumption of the Responsibility of Said Protection System, and Implementation, for Depths Over 5 Feet, Complete in Place. Dollars & �U Cents per L.F. $a O 0 $ Fa to Oop 9. 1 L.S. Trench Safety Design D�ru � e,.,•. n_l Dollars & Cents per L.S. $ /pop 00 $ (000 00 10. 3 EA. Furnish and Install Type "A" Manhole, (8' - 16' deep), Complete in Place. . � Dollars & /yup Cents per EA. $ X00 00 $ 7S-00 0 0 11 35 V.F. Type "A" Manhole Interior Coating, as Per Additional Special Conditions, Complete in Place. Dollars & /Yt�D Cents per V.F. $ -D $ �.Sd 90135201 F B-6 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION II WEST FORK RELIEF SEWER BASE BID 12. 1 L.S. Connect Existing 10" Sanitary Sewer to Type "A" Manhole (229+28.44), Complete in Place. Dollars & Cents per L.S. $ app p 00 oG 13. 92 L.F. Furnish and Install 8" Sanitary Sewer(all depths) , Complete in Place. IIM Dollars & �rLy Cents per L.F. $ XO oG 14. 28 L.F. Furnish and Install 6" Sanitary Sewer (all depths), Complete in Place. Dollars & 'nt) Cents per L.F. $ 7o ° $ /9G D o a 15. 100 C.Y. Crushed Limestone Backfill, Complete in Place. - Dollars & Cents per C.Y. $ !2 ov 90135201 F B-7 December 1999 I WEST FORK RELIEF SEWER SECTION WF-4 =PAAPPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION II WEST FORK RELIEF SEWER BASE BID 16. 3,264 L.F. Pre-construction Television of Sanitary Sewer Pipe, Complete in Place. Dollars & Cents per L.F. ®o $ s °O $ /63ao 17. 5,653 L.F. Post Construction Television Inspection of Sanitary Sewer Pipe. Dollars & 00 ve- 00 Cents per L.F. $ 3 $ 1695-9 18. 6 EA. Standard City of Fort Worth Concrete Manhole Collar, Figure 121, Complete in Place. Dollars & �u Cents per EA. $ o?_© 00 $ /5—'Q0 40 19. 6 EA. Stainless Steel Manhole Inserts, Complete in Place.Z'_' Dollars & 0110 Cents per EA. $ /,YD 00 $ 7'�Q Ov 90135201 F B-8 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION II WEST FORK RELIEF SEWER BASE BID 20. 2 EA. Type "A" Sanitary Sewer Manhole installed over existing M248A 42" line, Complete in Place. ' Q.m_�, Dollars & 00 �w Cents er EA. $&?000 $ yOOD oG 21. 1 EA. Standard 4' Diameter Manhole (to 6' depth), Complete in Place. � ,►� Dollars & G Cents per EA. $ / OO oa $ /JOO o 22. 9 V.F. Additional 4' Diameter Manhole Depth, Complete in Place. Dollars & — 00 Cents per V.F. $ 95 oo $ �r 23. 2 EA. Cut and plug existing M199 24" sanitary sewer, Complete in Place. oma d Dollars & 00 04 Cents per EA. I $,?S-Do $ '5-40 90135201 F B-9 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION II WEST FORK RELIEF SEWER BASE BID 24. 6 EA. Abandon Existing Sanitary Sewer Manhole, Complete in Place. Dollars & 'nu Cents per EA. $ 40 00 $J600 00 25. 110 L.F. Concrete Encasement of Sanitary Sewer, Complete in Place. Dollars & �zU Cents per L.F. $ //D oo /p p o 26. 1,825 L.F. Seeding for Erosion Control, Complete in Place. Dollars & O O Cents per L.F. $ oG $ �j yT�j" 27. 1,275 L.F. Sodding for Erosion Control, Complete in Place. Dollars & Cents per L.F. $ S— oU $ (o,17,- DU 90135201 F B-10 December 1999 w WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION II WEST FORK RELIEF SEWER BASE BID 28. -60- S.Y. Block Sodding, Complete in Place. 95-15- #A JP m Dollars & S� Cents per S.Y. $ S-0 $ 29. 1 L.S. Storm Water Pollution Prevention Plan !/ Dollars & 00 00 /7-40 Cents per L.S. $ X000 $ ,5-000 SUBTOTAL SECTION 11 $ 97V37,--'l 90135201 F B-11 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION IIA WEST FORK RELIEF SEWER AZ DESIGN ALTERNATE BID 1. 4,130 L.F. Furnish and Install AZ Design 54" Sanitary Sewer 1100D 0.01 Load, Complete in Place. Dollars & oU � /X7-0 Cents per L.F. $ / 90 $ 79V7010 2. 1,034 L.F. Furnish and Install AZ Design 54" Sanitary Sewer 1100D 0.01 Load Installed in Tunnel Liner Plate, Complete in Place. Dollars & U Cents per L.F. $ /`/D $1111176 000 3. 247 L.F. Furnish and Install 36" DIP Sanitary Sewer River Crossing Siphon (Including Trench Safety and Concrete Encasement), - Complete in Place. Dollars & oG /60SSaoG �o Cents per L.F. $ LrS"O GO �U 4. 247 L.F. Furnish and Install 20" DIP Sanitary Sewer River Crossing Siphon (Including Trench Safety and Concrete Encasement), Complete in Place. 41u eZ °c Dollars & A� 160S,5-6o �.� Cents per L.F. $ ASO 00 $ I��a' 90135201 F B-12 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION IIA WEST FORK RELIEF SEWER A7 DESIGN ALTERNATE BID 5. 1,482 L.F. Protective Coating for 54" RCP Pipe Alternative, Complete in Place. Dollars & Cd oO Cents per L.F. $ $-S- $ 8/S!D SUBTOTAL SECTION IIA l33a o7© .o a 90135201 F B-13 December 1999 L L WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION IIB WEST FORK RELIEF SEWER THICK WALL PIPE ALTERNATE BID 1. 4,130 L.F. Furnish and Install Thick Wall Pipe 54" Sanitary Sewer 1100D 0.01 Load, Complete in Place. 00 Dollars & 4/p °0 991800 o D f o0 Cents per L.F. '$$Io' ?- 2. 1,034 L.F. Furnish and Install Thick Wall Pipe 54" Sanitary Sewer 1100D 0.01 Load Installed in Tunnel Liner Plate, Complete in Place. Dollars & OG oG Cents per L.F. $ l VD $l�6/aD 3. 247 L.F. Furnish and Install Thick Wall Pipe 36" DIP River Crossing Siphon (Including Trench Safety and Concrete Encasement), Complexe in Place. Dollars & oU Cents eer L.F. $ �osD $ /60S.3v 90135201 F B-14 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION IIB WEST FORK RELIEF SEWER THICK WALL PIPE ALTERNATE BID 4. 247 L.F. Furnish and Install Thick Wall Pipe 20" DIP River Crossing Siphon (Including Trench Safety and Concrete Encasement), Complete in Place. Dollars & op Cents per L.F. $ r!o SD $���s-� SUBTOTAL SECTION IIB $ 9 90135201 F B-15 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION III -WEST FORK RELIEF SEWER MISCELLANEOUS ITEMS 1. 1 L.S. Mobilization Complete Including Installation of Field Offices, Complete in Place. Dollars & 00 OC-) Cents per L.S. $ So o c) $ 0'Z 5o a0 2. 16 HR. Screen, Analyze and Evaluate Potentially Petroleum Contaminated Areas (soils and water). Provide On-Site Personnel, including 15% Office Management Time and Appropriate Field Screening Device, Complete in Place. (SRF Non-Fundable) L=d-4-0 ,ol - z&- Dollars & oc5 oa �w Cents per Job Site Hour $ a $ 000 3. 100 C.Y. Load, Haul and Disposal of Petroleum Contaminated Material with 0 to 1500 PPM TPH, Complete in Place. (SRF Non- Fundable) Dollars & o O T Cents per C.Y. $ O $ y© 0 DoG 90135201 F B-16 December 1999 WEST FORK RELIEF SEWER n SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION III - WEST FORK RELIEF SEWER MISCELLANEOUS ITEMS 4. 100 C.Y. Load, Haul and Dispose of Petroleum Contaminated Material with 1500 to 3000 PPM TPH, Complete in Place. (SRF Non- Fundable) Dollars & Cents per C.Y. $ f/O 00 $ `DODO 00 5. 1,000 GAL Handling Petroleum Contaminated Water, Complete in Place. (SRF Non-Fundable) .a\S 4(11 Dollars & spa 00 ,Ov-5 cats 5000 Cents per Gallon $ $ 6. 10 EA. Soil Analysis for Total Petroleum Hydrocarbons by Method 418.1 to include y Sample Shipping, Disposal and Report of Results, Complete in Place. (SRF Non- Fundable) Dollars & /yam Cents per EA. $ a©D 06 $ o?COO 0 0 90135201 F B-17 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION III - WEST FORK RELIEF SEWER MISCELLANEOUS ITEMS 7. 10 EA. Water Analysis for Total Petroleum Hydrocarbons by Method 418.1 to include Sample Shipping, Disposal and Report of Results, Complete in Place. (SRF Non- Fundable) Dollars & Cents per EA. $ a D o $ 'R000 8. 10 EA. Soil Analysis for BTEX by Method 8020 to include Sample Shipping, Disposal and Report of Results, Complete in Place. (SRF Non-Fundable) Dollars & co Cents per EA. $ ,ZD O $ -'?0 00 00 9. 10 EA. Water Analysis for BTEX by Method 8020 to include Sample Shipping, Disposal and Report of Results, Complete in Place. (SRF Non-Fundable) Dollars & Cents per EA. $ �Oo too $X006 110 90135201 F B-18 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID FSECTION III -WEST FORK RELIEF SEWER MISCELLANEOUS ITEMS 10. 10 EA. Water or Soil Analysis for Total Organic Halogens (TOX) by SW846 Method 9020, including Sample Shipping, Disposal and Report of Results, Complete in Place. (SRF Non-Fundable) Dollars & 00 cc Cents per EA. $ O D $ p O p 11. 10 EA. Soil Analysis for Total Lead by SW846 Method 6010, including Sample Shipping, Disposal and Report of Results, Complete in Place. (SRF Non-Fundable) Dollars & .Y,.� Cents per EA. $ XO 0 00 $a p p d o v 12. 10 EA. Soil Analysis for TCLP Metals, including Sample Shipping, Disposal and Report of Results, Complete in Place. (SRF Non- Fundable) Dollars & Cents per EA. $ pd 00 $ ?C>06 00 90135201 F B-19 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION III - WEST FORK RELIEF SEWER MISCELLANEOUS ITEMS 13. 1 EA. Soil Analysis for TCLP Volatiles, including Sample Shipping, Disposal and Report of Results, Complete in Place. (SRF Non- Fundable) Dollars & 00 �v Cents per EA. $.40 o 14. 1 EA. Soil Analysis for TCLP Base Neutrals and - Acid Compounds, including Sample Shipping, Disposal and Report of Results, Complete in Place. (SRF Non-Fundable) Dollars & oG 00 Cents per EA. $ $ a a d 15. 50 C.Y. Ballast Stone for Misc. Placement. Dollars & Cents per C.Y. $ /D O $ '5-00 O'6 16. 20 C.Y. Class "E" (1500#) Concrete for Misc. Placement. Dollars & oa Cents per C.Y. $ 7,5- O $ l s'-f�L 90135201 F B-20 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID S€OTIC IIP - FEST FORK RELIEF SE V'ER MISCELLANEOUS ITEMS 17. 20 C.Y. Class "B" (2500#) Concrete for Misc. Placement. . Ae Dollars & o O oG n-rn Cents per C.Y. $7s' $ 18. 1 L.S. Installation and Maintenance of Silt Fence and Hay Bales for Erosion Control as Shown on the Plans and as Directed by the Engineer, Complete in Place. ZA a.r,C/ cJ....c r[1e X') Dollars & Mrd Cents per C.Y. $ 9.5-0 d 00 aG 19. 1 L.S. Traffic Control Devices, Includes Type III Barricades, Warning Signs, Chain Link Fence, Complete in Place, Include Installation, Maintenance, and Removal of Traffic Control Devices. Dollars & 00 0C) Cents per L.S. 1 $ S-000 $ 5-000 90135201 F B-21 December 1999 WEST FORK RELIEF SEWER SECTION WF-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID SECTION III - WEST FORK RELIEF SEWER MISCELLANEOUS ITEnnc 20. 1 L.S. Monitoring System, See Specification 02450, Complete in Place. e Dollars & 00 od Cents per L.S. $ o?SOO D $�SODo SUBTOTAL SECTION III $ 984/00 00 90135201 F B-22 December 1999 0u 0140 L A A I t A & OUA4t 41ll 911U41UU 1't.tl Y.UU6'011 WF-4 January3.2000 WEST FORK RELIEF SEWER SECTION WF-4 SUMMARY OF BIDS SECTION I -WEST FORK RELIEF SEWER STRUCTURE SUBTOTAL BID $ 15-05-00 00 Check Protective Coating Used for Structures. Shotcrete Corrosion Protection Section 03010 Plastic(Polyvinyl GNoride)Corrosion Protection Section 03015 SECTION II - WEST FORK RELIEF SEWER BASE BID SUBTOTAL BID $ 9 7 y37L, SU Check Materials Used far Sewer Pipe Less Than 24": .. PVC Pipe SDR-35 (PER E1-25) PVC Pipe PS-46 (PER E1-27) PVC Pipe Composite(PER E1-24) PVC Pipe Corrugated (PER E1-31) _SECTION IIA-WEST FORK RELIEF SEWER DESIGN ALTERNATE BID"A" ., SUBTOTAL BID I SI3 0. 00 Check Materials Used: AZ Design RCP w/Shotcrete Corrosion Protection Section 03010" AZ Design RCP w/Plastic(Polyvinyl Chloride)Corrosion Protection Section 03015' Cenbifugal Cast Fiberglass Reinforced Pipe SECTION IIB-WEST FORK RELIEF SEWER THICK WALL PIPE:ALTERNATE BID*B" � y9ly SECTION III -MISCELLANEOUS BID ITEMS BT O 8-23 Addendum No. 1 -Page 6 z i ' �, �� i �, L r I R�i y• = F� .. _.__ cit_.,�....�. .7'..- a-r_�—�. �, --ter�.c•ca�+wsr+-¢sa—^:�_-= _ --�.�� �."`=`-"-.""- - zlJ'.+rciOy��-;'- - �r.•�}t z'r-�--_ __ _-r —_ ..,��*�---ms's'-�_,,r�t�r�;.��' --+w�enr•��-�'.'�.'�- 'F"R�o.��..rr.� (411_1: w "AJT Pho"Tin 3 1 O" -4wW.9;qRm-ra7,,v Ail •I - - _�_�-- �t•�`��� 1��s�a.r*��'1r!34� -... �-��-�"" . mss, - �_'_ 5t IF-I? n ib.,P f +1 lad qac ?.110" + m.the`'i- :�f9�vrrf�?4AWt' iT ;�WM*11OF temaK7 IA y.__�-...:.a���-a.�'tifi�-G+�r.�iLa�+�-C:SA-r-ter--, - - MF�� �.=-.�� -• -��r�.+r�—"�'`�l131a�_ �( a.`�!t�� '�N rji#'; t1��isN��>�1 y►+M��I `-fAlN >rnir rsa ot4a 9nitn � AJUt 41 ul/u4/uu ll:tl r.UU51U11 WF-4 January 3,2000 WEST FORK RELIEF SEWER SECTION WF-4 SUMMARY OF BIDS ALTERNATE BID "A" TOTAL AMOUNT BID -WF-4 WEST FORK RELIEF SEWER WITH AZ DESIGN $ (Sections I ; 11 + IIA+111) AMOUNT WRITTEN OUT IN WORDS rrr�"t h o n E v a 'v a c/ T�rfc AAOr �U S/X dolZorS 4n OZ , 1% ALTERNATE BID "B"TOTAL AMOUNT BID -WFC Sd WEST FORK RELIEF SEWER WITH THICK WALL PIPE $ 7.716 9G (Sections I + 11 + 1113 +Ili) raaor+-- AMOUNT WRITTEN OUT IN WORDS T�ousend .S/X xui741'! a,,a -V/,� _U01 �� YS L Contractor shall bid the sum of Sections I, 11, 1IA and 111 for Bid A. Contractor shall bid the sum of Sections 1, 11, 1113 and III for Bid B. See Item 12 "AWARD OF CONTRACT"of Special Instructions to Bidders. NOTE: 1. Contractor shall note pipe material and protective coating used, not indicating materials used are grounds for deeming bid non- responsive. 2. Contractor must submit a bid for both Alternative A&8,not submitting bids for both Alternatives will result in the bid considered non-responsive. *Protective coating shall be installed In areas as shown on plans. W B-24 Addendum No. 1 -Page 7 k �Z•,�t:a}�s�-.�w.'t� 1��: I!7'���:;�#� u.n4:� 4'tda"-. �' �1.4�''�S% 71�e�QJ"�11 _ �il",�` s 1 . � IbN 6 yR}[ wsla." l j itir4l 111 1,�'d�# �ti d S i,'I 141 1 j p of r w ow it*4 m r- '. r-,l a px.4 W6 art ot. I. it, liv Ill � Q " " V-14 ►ni ill Mll-l- 4 OnIM AOKD? 7 MLE 21 L1319V Wf IEk vEwu mam ii i-iwvr " sibs Ll z l -'�#,r �!:]�����'ryF 7S�y �4'H!1 1r��'iA'V� �.�''� 'h�.�-� %r�-i�-����1•TR;�w��rf�, 'V*OrI i 41.111 Ofil W MOdDla 1 i MF PI,f OKK KE13..x'+ " .Uf-UsUVI ZnytmbA OL Waa •1 Yotr ray 0140 MILE a DUM5) 41D ul/Ut/1111 1l:T! P.010/011 WF-4 January.3.2000 PROSPECTIVE PRIME CONTRACTOR'S (BIDDER) STATEMENT A-SOUT EQUAL OPPORTUNITY CLAUSE I have participated in previous contract(s)or subcontract(s)subject to the equal opportunity clause under Executive Orders 11246 and 11375 or preceding Executive Orders 10925 and 1114. 1 have filed all reports due under the requirements contained in 40 CFR, Part C, 8.11. ( ) I have not participated in previous contract(s)subject to the equal opportunity clause under Executive Orders 11246 and 11375 or preceding Executive Orders 10925 and 1114. 1 will obtain a similar statement from any proposed subcontractor(s). (Signature and Title respective Ame or Subcontractor's Representative) (Printed or typed Name of Title of Prospective Prime or Subcontractor's Representative) Circft 'C fo�sf � a �cr Yof� 9' k 7 a2 91 r (Name and Address of Prospective or Subcontractor) k r B-25 Addendum No. 1 -Page 8 '!,ZUAJO YTIMTIAOqq(.) ,IAW3 fxqj�j) mpblc) r q RIO 01% H fl-j 71;, 4 i -vioq 7i:4, r. 9N I It; eX- rj "Of lo *N -4?o;q wLiool-, v) Atfdql'-'i to v-- uu�r ray o�4a LAIIICII & DUKUtJJ 41lt 01104100 12:22 P .D11/911 W FA January 3,2000 PART B-PRQPOSLkL (cont.) I ithin ten(10)days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of 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 delay and additional work caused thereby. The undersigned bidder certifies that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and these 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 Contractor agrees to begin construction within n calendar days after issue of the work order by the Owner and to substantially complete the contract within_M calendar days and final completion of contract within 33330 calendar days of issuance of worts order as set forth in the written work order to be fumished by the Owner. (Complete A or B below, as applicable:) [ ] A. The principal place of business of our company is in the State of ( ] Nonresident bidders in the State of ,our principal place of business are required to be,_,_ percent lower than resident bidders by state law. A copy of the statute is attached. [ ] Nonresident bidders in the State of ,our principal place of business,are not required to underbid resident bidders_ (vf 8. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: Addendum No. 1 1Z E Addendum No. 2 Addendum No. 3 fRespectrully submitted. {SEAL} a/learn T�Sal�/fzli?c 4�,6,2 C,.c BY: , If Bidder is Corporation. rrn.E: /PS ADDRESS: END OF ADDENDUM B-26 Addendum No. 1 -Page 9 Ata jt"J„ex-cajLfv I wq, J wK".10 I1 +erlj Y—,i elf to(tit k n.-L11 N. 4,f *Onm,irncdl�w, stromwol lxfT J, %.4� fMIA'21021 TV Yt) ammod of &.-MU:A9W-JW;01%im ?qDW JCnF'j'lWt% �47i� "P.,*(mv fril *br- T SA I wsw XA CwGil: 'N-J-vqp, "n-pr-A) air mam-c,&2 0�n9b-qF 1�1-ipvrnolt brie WWi ,WH -vvl tSAI bm atnwrwoO zlmoqe ", it bm Of mno�joa lanNPbul6Nrinixn.Ai fiv, ws bqnw-:-r&tm fit? ca Wolwn oM*.1f7ElrrtnQ v";.)vii %A�fk:�;ua tu w VIA, ftlm",blu I qC)mbr4r.*- �,n� 1*1+YOLMtZMl-V 41r," it lol 'ww"minil ao hoA nusli-r.v alt! r I I Ott ts lobut*T a*to Wgi au;24 oyab I Ott*I*Wdp W. "r9r,wo em to book-ir-kiLl I eMsoOcte,ps woW R v A oiloltsruOl k-r in, ?etro-, t, vos%$- - -A �k �, ,lst*3rltvQ Val eti I tj LimmmW lu bid tnih 1p qhOa dtffJ n;z"bbld tr4*xvnq)4W, T"Wdy:)JU.Q k F ad IV S�W I T A j*q**4 91 is Iq ow rmub l*bhA rM tMA o4bM ;YO PART C GENERAL CONDITIONS PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS Cl-1 DEFINITIONS C1-1.1 Definition of Terms Cl-1 (1) C1-1.2 Contract Documents Cl-1 (1) C1-1.3 Notice to Bidders Cl-1 (2) C1-1.4 Proposal Cl-1 (2) C1-1.5 Bidder Cl-1 (2) C1-1.6 General Conditions Cl-1 (2) C1-1.7 Special Conditions Cl-1 (2) C1-1.8 Specifications Cl-1 (2) C1-1.9 Bond Cl-1 (2) C1-1.10 Contract Cl-1 (3) C1-1.11 Plans Cl-1 (3 ) C1-1.12 City C1-1 (3) C1-1.13 City Council Cl-1 (3) C1-1.14 Mayor Cl-1 (3) C1-1.15 City Manager C1-1 (3) C1-1.16 City Attorney Cl-1 (3) C1-1.17 Director of Public Works Cl-1 (4 ) C1-1.18 Director, City Water Department C1-1 (4 ) C1-1.19 Engineer Cl-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 Cl-1 (4 ) C1-1.25 Legal Holiday C1-1 (4 ) " C1-1.26 Abbreviations C1-1 (5 ) C1-1.27 Change Order C1-1 (6) C1-1.28 Paved Streets and Alleys C1-1 (6) C1-1.29 Unpaved Streets and Alleys C1-1 (6) C1-1.30 City Streets C1-1 (6) C1-1.31 Roadway Cl-1 (6) C1-1.32 Gravel Street Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (3) C2-2.5 Rejection of Proposals C2-2 (3) C2-2.6 Bid Security C2-2 (3 ) (1) C2-2.7 Delivery of Proposal C2-2 (4) C2-2.8 Withdrawing Proposals C2-2 (4) C2-2. 9 Telegraphic Modification of Proposals C2-2 (4) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4 ) C2-2.12 Disqualification of Bidders C2-2 (5) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3.1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterpise Women-Owned Business Enterprise compliance C3-3 (1) C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (2) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (4 ) C3-3.9 Failure to Execute Contract C3-3 (4) C3-3.10 Beginning Work C3-3 (4 ) C3-3.11 Insurance C3-3 (4 ) C3-3.12 Contractor 's Obligations C3-3 (7) C3-3.13 weekly Payroll C3-3 (7) C3-3.14 Contractor's Contract Administration C3-3 (7) C3-3.15 Venue C3-3 (8 ) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) 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) CS-5. 3 Coordination of Contract Documents C5-5 (2) C5-5.4 Cooperation of Contractor C5-5 (2) C5-5.5 Emergency and/or Rectification Work CS-5 (3 ) C5-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) CS-5.8 Authority and Duties of Inspectors C5-5 (4) C5-5.9 Inspection CS-5 (5) CS-5.10 Removal of Defective and Unauthorized Work C5-5 (5) C5-5.11 Substitute Materials or Equipment C5-5 (5) CS-5.12 Samples and Tests of Materials C5-5 (6) CS-5.13 Storage of Materials C5-5 (6) C5-5.14 Existing Structures and Utilities CS-5 (7) CS-5.15 Interruption of Service C5-5 (7) CS-5.16 Mutual Responsibility of Contractors CS-5 (8) CS-5.17 Cleanup CS-5 (8 ) CS-5.18 Final Inspection CS-5 (9) (2) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6.2 Permits and Licenses C6-6 (1) - C6-6.3 Patented Devices, Materials and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (2) C6-6.5 Public Safety and Convenience C6-6 (2) . C6-6.6 Privileges of Contractor in Streets, Alleys, and Right-of-way "" C6-6 (3) C6-6.7 Railway Crossings C6-6 (4) C6-6.8 Barricades, Warnings and Watchmen C6-6 (4) C6-6.9 Use of Explosives, Drop Weight, etc. C6-6 (5) C6-6.10 Work Within Easements C6-6 (6 ) C6-6.11 Independent Contractor C6-6 (8) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (8) C6-6.13 Contractor's Claim for Damages C6-6 (10) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10) C6-6.15 Temporary Sewer Drain Connections C6-6 (10) C6-6.16 Arrangement and Charges of Water Furnished by City C6-6 (11) C6-6.17 Use of a Section of Portion of the Work C6-6 (11) C6-6.18 Contractor' s Responsibility for Work C6-6 (11) '- C6-6.19 No Waiver of Legal Rights C6-6 (12) C6-6.20 Personal Liability of Public Officials C6-6 (12) C6-6.21 State Sales Tax C6-6 (12) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7.2 Assignment of Contract C7-7 (1) C7-7. 3 Prosecution of the Work C7-7 (1) C7-7.4 Limitations of Operations C7-7 (2) C7-7.5 Character of Workman and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3 ) C7-7.7 Time of Commencement and Completion C7-7 (4 ) C7-7.8 Extension of time of Completion C7-7 (4) C7-7.9 Delays C7-7 (4 ) C7-7.10 Time of Completion C7-7 (5) C7-7.11 Suspension by Court Order C7-7 (6) C7-7.12 Temporary Suspension C7-7 (6) C7-7.13 Termination of Contract due to National Emergency C7-7 (7) C7-7.14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7) C7-7.15 Fulfillment of Contract C7-7 (9) C7-7.16 Termination for Convenience of the Onwer C7-7 (10) C7-7.17 Safety Methods and Practices C7-7 (13) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8 (1) (3 ) C8-8 . 3 Lump Sum C8-8 (1) C8-8. 4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8. 9 Adquacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (5 ) C8-8.12 Miscellaneous Placement of Material C8-8 (5 ) C8-8.13 Record Documents CS-8 (5 ) (4) GENERAL CONSTRUCTION NOTES 1. Applicable design and details shall conform to "General Contract Documents and Specifications for Water Department Projects" (GCD) effective July 1, 1978, with the latest revisions. 2. All horizontal blocking, cradle blocking, and vertical tie-down blocking to be in accordance with Fig. (s) 9, 10, and 11 of the GCD. 3. Fire hydrants shall be located a minimum of 3'-0" behind the face of curb per Fig. 5 GCD. 4 . All gate valve installations for sizes up to 12" are to be per Fig. 3 GCD and sizes 16" and larger Fig. 4 GCD. 5. The proposed water and/or sewer mains at times will be laid close to other existing utilities and structures both above and below the ground. The contractor shall make necessary provisions for the support and protection of all utility poles, fences, trees, shrubs, gas mains, telephone cables, TU cables, drainage pipes, utility services, and all other utilities and structures both above and below the ground during construction. It is the contractor's responsibility to notify all utility owners prior to any construction in the area and verify the actual location of all buried utilities that may or may not be shown on the plans. The contractor shall preserve and protect all underground and overhead facilities and be responsible for any damage he may cause to them. The Contractor shall contact the following @ least 48 hours prior to excavating at each location: - Fort Worth Water Department 871-8306 Lone Star Gas Company Metro (214) 263-3444 Texas Utility Service Company 336-2328 Southwestern Bell Telephone Company Enterprise 9800 Western Union Cable Division (214) 939-1930 Sammons Cable T.V. 737-4731 6. Contractor -shall verify the elevation, configuration, and angulation of existing line prior to construction of tie-in materials. Such verification shall be considered as subsidiary cost of project and no additional compensation will be allowed. Elevation adjustments at connections may be made with bends, offsets, or Joint deflections. All nonstandard bends shall be made usin the closest standard M.J. fittings with the required joint deflections. (deflections not to exceed manufacturer's recommended deflection per joint) 7. Contractor shall keep at least one lane of traffic open at all times during construction and access to all places of business and residence at all times. (reference C6-6.5 GCD) S. No excavated materials, backfill materials, equipment, or supplies shall be stored within floodways or drainage easements. (reference C6-6. 6 GCD) 9. Trenches which lay outside existing or future pavements shall be backfilled above the top of the embedment with Type "C" backfill material. When Type "C" backfill material is not suitable, at the direction of the Engineer, Type "B" material shall be used. All backfill material shall be compacted to a minimum of 90% proctor density by means of tamping only. Trenches which cross under existing or future pavement shall be backfilled per Fig. "A" with 95% proctor density by jetting, tamping, or a combination of such methods. lO.Rim elevations of the proposed sanitary sewer manholes in repaved streets are shown as final finished grades in these plans. They shall be constructed to 15" below final finished grade by utility contractor and adjusted by paving contractor in accordance with Fig. M of the special contract documents. Manhole inserts and concrete collars shall be installed where indicated on the plans per E-100-4 and Fig. 121 of the special . contract documents respectively. Standard four foot diameter manholes shall be in accordance with section E2A, Fig. 103 and Fig. 104 GCD, standard four foot drop access manholes per Fig. 107 GCD, and shallow manholes per Fig. 106 GCD. 11.The top of the water lines shall be a' minimum of 3'-6" below the top of the curb for 12" and smaller mains except where otherwise shown on these plans. 12 .All water meters shall be placed or relocated 3'-0" behind the face of the proposed curb or as directed by the Engineer. 13 .All existing water services shall be replaced with 1" minimum copper tubing unless a larger size is indicated on the plans. Corporation stops shall be fully opened prior to trench backfill. Curb stops with lock wings shall be tested for full flow when the system is pressure tested. ` Extend 1" water services to those lots where no water services have been extended to. Locate these services at normal locations or as directed by the Engineer. a.The normal location of water service lines shall be 5' east or north of the center of the property frontage. b.For 40' or less lot frontage, all water services shall be placed 18" from the east or south property line. PART C - GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: C1-1. 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents , such as specifications , bonds , addenda , plans , etc . , which govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) Cl-1 (1) C1-1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1. 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal , which becomes binding upon the Bidder when it is _. officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1 . 5 BIDDER: Any person , persons , firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder. C1-1 . 6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes , and requirements of the City of Fort Worth ' s charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1-1 . 7 SPECIAL CONDITIONS : Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1 . 8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to standard specifications, regulations, requirements , statutes , etc. , such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1 . 9 BOND: The bond or bonds are the written guarantee or security urnished by the Contractor for the prompt and C1-1 (2) faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) C. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6) C1-1. 10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1. 11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project , including such profiles , typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein. CI-1 . 12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes , acting by and through its governing body or its City Manger, each of which is required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C1-1 . 13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1 . 14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas , or his duly authorized representative. C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas , or his duly authorized representative. C1-1 (3) C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1 . 18 DIRECTOR CITY"WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant, or agents. C1-1. 19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , or superintendents , acting within the scope of the particular duties entrusted to them. C1-1 . 20 CONTRACTOR: The person , persons , partnership , company, firm, association, or corporation , entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor , supplying labor and materials or only labor, for work at the site of the project. C1-1 . 21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor . The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1. 22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents , including but not limited to the furnishing of all labor , materials, tools , equipment, and incidentals necessary to produce a completed and serviceable project. C1-1. 23 WORKING DAY: A working day is defined as a calendar 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: C1-1 (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 -- r , . 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 8 - 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 Irbn In. - Inch CL - Center Line Ft. - Foot GI - Galvanized Iron St. - Street Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Square Yard Max. - Maximum L.F. - Linear Foot D.I. - Ductile Iron C1-1 (5) C1- 1 . 27 CHANGE ORDER : A " Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 258 of the amount of the particular item or items in the original proposal. All "Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor. C1-1 . 28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment , not including an oiled surface , with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1 . 29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys. " C1-1 . 30 CITY STREETS: A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1. 31 ROADWAY: The roadway is defined as the area between parallel lines two ( 21 ) feet back of the curb lines or four ( 4 ' ) feet back of the average edge of pavement where no curb exists. C1-1 . 32 GRAVEL STREET: A gravel street is any unpaved street to which as been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. C1-1 (6)