Loading...
HomeMy WebLinkAboutContract 25771 SPECIFICATIONS AND CONTRACT DocuMENTs FOR Main 195'R Drainage Area Sanitary Sewer System Rehabilitation and Improvements CITY SECRETARY Y (Group 7, Contract 4) D.O.E. FILE Pati 6 CITYSECRETARY q / TRAC T NO, CON / CONTRACTOR'S BONDIN"Oroject No P,11358— 070580410080 CONSTRUCTION'S CIPRy 7. O.O.E. No. 2609; Unit 2- D.O.E. No. 2701 CLIENT DEPARTIVIE in the City of Fort Worth, Texas 1999 75 3,� .� BOB TERRELL KENNETH BARR City kiararger Major LEE C. BRADLEY, JR., F.E. i irecn;r ;h!�t:�r Der�aitment Hu.,o A. MALANG& F.E. A. DOUGLAS RADEMAK'FR, P.E. 01rector of Dire:for Tianspx.rta#ion arra Pubric Works Department of Engineering a WHITE RCCA: White 56W Consultants � i- a6W Bridge Str;:et. Suite 301 RNAL 1 ti CONSULTANTS Fort Worth,Texas 76112 ......... � �VIY.: RJN Group, Inc. +, Consulting Engineers "" .1 7524 Mosier View Court, Suite 1 t0 Fort`,North, Texas .76118-7121 1r1r'!TH. Garcia & Assr.%Jstes Engineering, Inc. OFVICIQL :TF 68EO Ma!,he'tari Blvd, Suite 30C CRA scuu-c►t Wr0h. Texas 75120 ��}gUUaUU UU �U Oo J�''C(9 1ik34k1[Ril7tr7yL�i��i� Cffi!! )MIA Anwo" City of Fort Worth, Texas "cruor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 3/28/00 **C-17954 1 30SPUR 1 of 4 SUBJECT AWARD OF CONTRACT TO HORSESHOE CONSTRUCTION, INC. FOR MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS GROUP 7, CONTRACT 4 PART 6, UNITS 1 AND 2 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Horseshoe Construction, Inc, in the amount of $1,185,484.00 for Main 195AR Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 7, Contract 4) Part 6, Units 1 and 2. DISCUSSION: On August 12, 1997 (M&C C-16216), the City Council authorized the City Manager to execute an engineering agreement with White Rock Consultants to prepare plans and specifications for the reduction of inflow/infiltration in sanitary sewer Main 195AR Drainage Area. The project is part of the City's Integrated Wet Weather Wastewater Management Program to comply with an administrative order from the U.S. Environmental Protection Agency to eliminate sewer overflows from the City's wastewater collection system. The Unit 1 project consists primarily of the replacement of the following sanitary sewer laterals: • L-4121 Beginning from a point located 200 feet west of the Spurgeon Avenue/Merida Avenue intersection, northerly 600 feet then westerly 1,100 feet; and • L-4434 Located in the alley between Fuller Avenue and Binyon Avenue from Cockrell Avenue to Lubbock Avenue; and • L-4435/ Beginning from a point located 150 feet north of the Binyon Avenue/Lubbock Avenue L-5048 intersection, northerly 600 feet on Lubbock Avenue, then westerly 930 feet in the alley between Boyce Avenue and Fuller Avenue to Cockrell Avenue; and • L-4435/ Beginning from a point located 170 feet north of the Lydon Avenue/Lubbock Avenue L-4437 intersection, northerly 300 feet on Lubbock Avenue, then westerly 600 feet in the alley between Bilglade Avenue and Creston Avenue; and • L-4436 Beginning from a point located 130 feet south of the Binyon Avenue/Lubbock Avenue intersection, westerly 870 feet then southerly 250 feet; and • L-4438 Located in the alley between Creston Avenue and Martin Lydon Avenue from Cockrell Avenue to Lubbock Avenue; and (List continued next page) City of Fort Worth, Texas "agar find CouncilCommunication DATE REFERENCE NUMBER LOG NAME PAGE 3/28/00 **C-17954 1 30SPUR 2 of 4 SUBJECT AWARD OF CONTRACT TO HORSESHOE CONSTRUCTION, INC. FOR MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS GROUP 7, CONTRACT 4 PART 6, UNITS 1 AND 2 • L-4439 Beginning from a point located 150 feet south and 100 feet east of the Rector Avenue/ Binyon Avenue intersection, southerly 300 feet in the alley located between Rector Avenue and Cockrell Avenue, then westerly 700 feet in the alley located between Medina Avenue and Bilglade Avenue; and • L-5078 Located in the alley between Rector Avenue and Cockrell Avenue from Fuller Avenue to Morrell Street. The project was advertised for bid on December 30, 1999 and January 6, 2000. On January 27, 2000, the following bids were received: UNIT 1 BIDDER AMOUNT TIME OF COMPLETION Horseshoe Construction. Inc. $ 679.350.00 150 Calendar Days Kebo Services, Inc. 749,037.35 Texas Sterling Construction, Inc. 753,287.25 KenKo, Inc. d/b/a McGrand &Associates 755,758.00 Hall-Albert Construction Company 781,805.00 Nadezda Construction, Inc. 800,231.00 Larrett Construction, Inc. 837,333.75 William J. Schultz, Inc. d/b/a Circle "C" 924,123.00 Construction Company Mid-State Utilities, Inc. 1,001,963.00 The Unit 2 project consists primarily of the replacement of the following sanitary sewer lines: • L-4928 Beginning from a point located 200 feet west of the Merida Avenue/Yates Street intersection, westerly 200 feet then northerly 200 feet along Lubbock Avenue, then westerly 850 feet in the alley located between Cordone Street and Yates Street to Cockrell Avenue; and • L-4925 Beginning from a point located 200 feet east and 200 feet south of the Martin Lydon Avenue/Lubbock Avenue intersection westerly 1000 feet in the alley located between Martin Lydon Avenue and Cordone Street to Cockrell Avenue; and • L-5055 Located in the alley between Rector Avenue and Cockrell Avenue from Sadler Avenue to Martin Lydon Avenue; and (List continued next page) City of Fort Worth, Texas 4voloor and council Communication DATE REFERENCE NUMBER LOG NAME PAGE 3/28/00 **C-17954 1 30SPUR 3 of 4 SUBJECT AWARD OF CONTRACT TO HORSESHOE CONSTRUCTION, INC. FOR MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS GROUP 7, CONTRACT 4 PART 6, UNITS 1 AND 2 • L-5081 Beginning from a point located 200 feet east of the Westfield Avenue/Rector Avenue intersection northerly 500 feet in the alley located between Rector Avenue and Cockrell Avenue, then easterly 1,350 feet in the alley located between Sadler Avenue and Covert Avenue; and • L-5097 Beginning from the Yates Street/Lubbock Avenue intersection, southerly 170 feet then westerly 850 feet in the alley located between Yates Street and Sadler Avenue to Cockrell Avenue. The project was advertised for bid on December 30, 1999 and January 6, 2000. On January 27, 2000, the following bids were received: UNIT 2 BIDDER AMOUNT TIME OF COMPLETION Horseshoe Construction. Inc. $506.134.00 140 Calendar Days Hall Albert Construction Company 548,491.00 Kebo Services, Inc. 552,251.00 Nadezda Construction, Inc. 568,385.00 Texas-Sterling Construction, Inc. 571,348.97 KenKo Inc. d/b/a McGrand &Associates 584,907.30 Larrett Construction, Inc. 660,904.75 Mid State Utilities, Inc. 731,708.00 William J. Schultz, Inc. d/b/a Circle "C" 812,172.00 Construction Company The proposed improvements consist of the replacement of 16,400 linear feet of primarily 8-inch sewer pipe. The project is located in COUNCIL DISTRICT 3, Mapsco 90J, K, N and P. Since Horseshoe Construction, Inc. is the low bidder on both units, construction of both units will begin simultaneously and the contractor shall be allowed a total of 150 calendar days to complete construction of both units as stipulated in the project contract documents. In addition to the contract cost, $84,000.00 (Unit 1: $48,000.00 and Unit 2: $36,000.00) is required for inspection and survey and $37,000.00 (Unit 1: $21,000.00 and Unit 2: $16,000.00) is required for project contingencies. Horseshoe Construction, Inc. is in compliance with the City's M/WBE Ordinance by committing to 22% M/WBE participation on Unit 1 and 18% M/WBE participation on Unit 2. The City's goal on this project is 22% for Unit 1 and 18% for Unit 2. City of Fort Worth, Texas imayar and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 3/28/00 **C-17954 30SPUR 4 of 4 SUBJECT AWARD OF CONTRACT TO HORSESHOE CONSTRUCTION, INC. FOR MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS GROUP 7, CONTRACT 4 PART 6, UNITS 1 AND 2 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:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) APPROVED Mike Groomer 6140 CITY COUNCIL Originating Department Head: A.Douglas Rademaker 6157 (from) MAR 28 2000 PE42 541200 070420417870 $679,350.00 Additional Information Contact: PE42 541200 070420417880 $506,134.00j"• qty gecreom of the A.Douglas Rademaker 6157 City of Fort wartk Tozas CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 to the Construction Plans for Main 19SAR Drainage Area Sanitary Sewer System Rehabilitation & Improvements, (Group 7, Contract 4), Part 6 Sewer Project No. PS58-070580410080 Unit 1 - D.O.E. No. 2609 Unit 2- D.O.E. No. 2701 Unit 3- D.O.E. No. 2702 Unit 4- D.O.E. No. 2703 Bid Submittal Due Date: January 27, 2000 @ 1:30PM Addendum No. 1 Issued: December 30, 1999 Prospective Bidders are hereby notified of revisions noted below. CONSTRUCTION PLANS The following plan sheets require the following revisions: 1. Sheet No. 1 (Overall Project Cover Sheet) - Index of Drawings Current Sheet No. Revised Sheet No. 9 11 10 12 11 9 12 10 2. Sheet No. 4 (Unit 1 Cover Sheet) - Index of Drawings Current Sheet No. Revised Sheet No. 9 11 10 12 11 9 12 10 3. Sheet No. 6 (Unit 1 Location Map) - Sheet Number Location Current Sheet No. Revised Sheet No. 9 11 10 12 11 9 12 10 Failure to acknowledge the receipt of this Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED: A. Douglas Rademaker, P.E. Director, Dept. of Engine ri g By:Title:Title: By: Address: Rick Trice, P.E. Manager, Consultant Services Telephone: January 3, 1999 ADDENDUM NO. 2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS for MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITAION AND IMPROVEMENTS PART 6 (GROUP 7, CONTRACT 4) SEWER PROJECT NO. PS58-070580410080 in the CITY OF FORT WORTH, TEXAS UNIT 1 DOE NO. 2609 UNIT 3 DOE NO. 2702 UNIT 2 DOE NO. 2701 UNIT 4 DOE NO. 2703 (Bids to be received no later than 1:30 p.m. on January 27, 2000) 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, on page B-12 of your proposal, and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualification. 1. PART D — SPECIAL CONDITIONS Add the following paragraphs with Item D-2 "Submission of Contract Documents, Construction Start Time and Pre-Construction Submittals" on page SC-3, as follows: Additional special conditions pertaining to work on Federal Property: The contractor shall comply with all terms and conditions on the attached "Revocable License for Non-Federal Use of Real Property" (Federal Permit). All costs for complying with the terms end conditions of the Federal Permit shall be considered subsidiary to the contract cost and no extra compensation shall be made. A copy of the fully executed permit shall be delivered to the successful contractor after it is signed by all parties. CIN OF FORT WORTH, TEXAS DEPARTMENT OF EN7N rlk By: d A SJio Mr. Rick Trice, P.E., Manager Consultant Services b Receipt Acknowledged: Company: By: Date: 1.LIC NSE NO. REVOCABLE LICENSE FOR NON-FEDERAL USE OF REAL PROPERTY �ICYNSE NO. A revocable license affecting the property described and for the purpose designated below is hereby granted to the licensee herein named,subject to all of the conditions,special and general,hereinafter enumerated. 2 NAME OF LICENSEE 3. ADDRESS City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102 4. PROJECT DESIGNATION AND ADDRESS 5. MAXIMUM PERIOD COVERED See Exhibit A,attached hereto and made a part hereof FROM December 1, 1999 TO November 30,2000 6. CONSIDERATION Use of the premises for the construction,installation,repair and maintenance of sanitary sewer lines,as specified in Exhibit A.attached 7. DESCRIPTION OF PROPERTY AFFECTED (As shown on Exhibit A,attached hereto and made a part hereof) 8. PURPOSE OF LICENSE For construction,installation,repair and maintenance of sanitary sewer lines,as specified in Exhibit A,attached. 9. By the acceptance of this license, the licensee agrees to abide and be bound by the following conditions: 1. SPECIAL CONDITIONS 16.The licensee herein agrees to coordinate all activities hereunder,prior to taking any action and subject to approval by Patricia Cummings,Fort Worth Federal Center,Building 52, 501 W. Felix Street,Fort Worth,TX 76115,(817)334-5521. The licensee also agrees herein to execute and be bound by the terms and conditions of any easement to be prepared by the General Services Administration(hereinafter referred to as the GSA)for use of the property referenced herein,following execution of this license. This license shall be considered mutually terminated upon execution of an easement as specified above. (continued) p That condition(s) No.(s) was (were) deleted before the execution of this license. GENERAL SERVICES ADMINISTRATION LICENSOR LICENSEE DATE � ,n THIS 7 DAY OF�P_m199 ACCEPTEDTHIS DAY OF 19 BY (Signature) BY (Signature) TITLE TITLE �J TITLE TITLE If Licensee is a Corporation, the following Certificate of Licensee must be executed: CERTIFICATE OF CORPORATE LICENSEE certify that I am the of the City of Fort Worth, named as licensee herein; that who signed said license on behalf of the licensee was then of said city; and that said license was duly signed for and in behalf of said city by authority of its governing body, and is within the scope of its corporate or municipal powers. Ik (CITY go SEAL ) (Signature) GENERAL SERVICES ADMINISTRATION (See Reverse) GSA FORM 1582(7-68) SPECIAL CONDITIONS CONTINUED LICENSE NO. 11 . The licensee herein agrees to prepare, at its own cost, a survey of the property referenced herein (the premises) , for use in the easement referenced above. 12. All notices and correspondence to be given pursuant to this license shall be addressed, if to the licensee, to The City of Fort Worth, 1000 Throckmorton St . , Fort Worth, TX 76102, and, if to the United States, to the GSA, Public Building Service, Site Acquisition and Relocation Center of Expertise, 819 Taylor St. , Fort Worth, TX 76102, or as may from time to time otherwise be directed by the parties. Notice shall be deemed to have been duly given if and when enclosed in a properly sealed envelope addressed as aforeseaid and deposited, postage prepaid, in a post office regularly maintained by the United States Postal Service. 13. The exercise of the privileges granted herein shall be as follows: a. without cost or expense to the United States; b. subject to the right of the United States to improve, use or maintain the premises; c. subject to other outgrants of the United States on the premises; d. personal to the licensee, and this license, or any interest therein, may not be transferred or assigned. 14 . The licensee acknowledges that it has inspected the premises, knows its condition, and understands that the same is granted without any representation or warranties whatsoever and without any obligation on the part of the United States . 15. The licensee shall pay the cost, as determined by the GSA, of producing and/or supplying any utilities and other services furnished by the United States Government, or through Federal Government-owned facilities for the use of the licensee, including the licensee' s proportionate share of the cost of operation and maintenance of the Federal Government-owned facilities by which such utilities or services are produced or supplied. The Federal Government shall be under no obligation to furnish utilities or services. Payment shall be made in the manner prescribed by the GSA. 16. The licensee shall keep the premises in good order and in a clean, safe condition by and at the expense of the licensee . The licensee shall be responsible for any damage that may be caused to property of the United States by the activities of the licensee under this license, and shall exercise due diligence in the protection of all property located on the premises against fire or damage from any and all other causes. Any property of the United States damaged or destroyed by the licensee incident to the exercise of the privileges herein granted shall be promptly repaired or replaced by the grantee to a condition satisfactory to the GSA, or replaced by the licensee to a condition satisfactory to the GSA, or at the election of the GSA, reimbursement made therefor by the licensee in an amount necessary to restore or replace the property to a condition satisfactory, to the GSA. 17 . a. Within the limits of their respective powers, the parties hereto shall protect the premises against pollution of its air, ground and water. The licensee shall comply with any laws, regulations, conditions, or in�t-ructions affecting the activity hereby authorized if and when issued by the Environmental Protection Agency, or any Federal, state, interstate or local governmental agency having jurisdiction to abate or prevent pollution. The disposal of any toxic or hazardous materials within the premises is specifically prohibited. Such regulations, conditions, or instructions in effect or prescribed by said Environmental Protection Agency, or any Federal, state, interstate or local governmental agency are hereby made a condition of this license. The licensee shall not discharge waste or effluent in such a manner that the discharge will contaminate streams or other bodies of water or otherwise become a public nuisance. b. The licensee will use all reasonable means available to protect the environment and natural resources, and where damage nonetheless occurs from the licensee' s activities, the licensee shall be liable to restore the damaged resources . 18 . The licensee shall not remove or disturb, or cause or permit to be removed or disturbed, any historical, archaeological, architectural or other cultural artifacts, relics, remains or objects of antiquity. In the event such items are discovered on the premises, the licensee shall immediately notify the GSA and protect the site and the material from further disturbance until the GSA gives clearance to proceed. 19. This license is effective only insofar as the rights of the United States in the premises are concerned; and the licensee shall obtain any permit or license which may be required by Federal, state, or local statute in connection with the use of the premises. It is understood that the granting of this license does not preclude the necessity of obtaining other relevant permits. 20. This license is revocable at will by the GSA. II. GENERAL CONDITIONS , COMPLIANCE. Any use made of property affected by the of persons or property,or causing justifiable public criticism. s-sense,and any construction,maintenance,repair,or other work performed thereon by the licensee,including the installation and i. NOTICE. Any property of the licensee installed or located on removal of any article or thing,shall be accomplished in a manner the property affected by this license shall be removed upon 30 satisfactory to the General Services Administration,hereinafter days'written notice from GSA. referred to as GSA. j. GUARANTEE DEPOSIT. Any deposit which may be require to b. STRUCTURES. The licensee shall not place or construct guarantee compliance with the terms and conditions of this license upon,over or under the property any installation or structure of shall be in the form of a certified check,cashier's check or postal any kind or character,except such as are specifically authorized money order in the amount designated above,payable to GSA. herein. k. BOND. Any bond required by this license shall be in the c. LAWS AND ORDINANCES. In the exercise of any privilege amount designated above, executed in manner and form and with granted by this license,licensee shall comply with all applicable sureties satisfactory to GSA. State,municipal and local laws, and the rules,orders,regulations and requirements of Federal Government departments and I. EXPENSE. Any cost,expense or liability connected with or in bureaus. any manner incident to the granting, exercise,enjoyment,or relinquishment of this license shall be assumed and discharged by d. SANITARY CONDITIONS. If this license gives possession of the licensee. United States property,the licensee shall at all times keep the premises in a sanitary condition satisfactory to GSA. m. FUTURE REQUIREMENTS. The licensee shall promptly comply with such further conditions and requirements as GSA may e. DAMAGE. Except as may be otherwise provided by the Spe- hereafter prescribe. cial Conditions above,no United States property shall be destroyed,displaced or damaged by the licensee in the exercise n. ATTEMPTED VARIATIONS. There shall be no variation or of the privilege granted by the license without the prior written departure from the terms of this license without prior written consent of GSA and the express agreement of the licensee consent of GSA. promptly to replace,return,repair and restore any such property to a condition satisfactory to GSA upon demand. o. NONDISCRIMINATION. The licensee agrees that no person will be discriminated against in connection with the use made by f. INDEMNIFICATION. The licensee shall indemnify and save the licensee of the property on the ground of race, color or national harmless the United States,its agents and employees against any origin, nor will any person be denied the benefits of or be subjected and all loss,damage,claim,or liability whatsoever,due to to discrimination under any program or activity held,conducted or personal injury or death,or damage to property of others directly sponsored by the licensee in that any activity, program or use or indirectly due to the exercise by the licensee of the privilege made of the property by the licensee will be in compliance with granted by this license,or any other act or omission of licensee, provisions of Title VI of the Civil Rights Act of 1964(78 Stat.238, including failure to comply with the obligations of said license. 252;42 U.S.C.2000d)and the applicable regulations of GSA(41 CFR Subpart 101-6.2) g. STORAGE. Any United States property which must be removed to permit exercise of the privilege granted by this license The licensee will obtain from each person or firm,who through shall be stored,relocated or removed from the site,and returned contractual or other arrangements with the licensee, provides to its original location upon termination of this license,at the sole services, benefits or performs work on the property,a written cost and expense of the licensee, as directed by GSA. agreement whereby the person or firm agrees to assume the same obligations with respect to nondiscrimination as those imposed h. OPERATION. The licensee shall confine activities on the upon the licensee bylaw and will furnish a copy of such agreement property strictly to those necessary for the enjoyment of the to the licensor. privilege hereby licensed,and shall refrain from marring or impairing the appearance of said property,obstructing access The breach by the licensee of conditions relating to nondis- thereto,interfering with the transaction Government business crimination shall constitute sufficient cause for cancellation and and the convenience of the public,or jeopardizing the safety revocation of the license. GSA FORM 1582 BACK (7-68) January 11, 2000 ADDENDUM NO. 3 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS for MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITAION AND IMPROVEMENTS PART 6 (GROUP 7, CONTRACT 4) SEWER PROJECT NO. PS58-070580410080 in the CITY OF FORT WORTH, TEXAS UNIT 1 DOE NO. 2609 UNIT 3 DOE NO. 2702 UNIT 2 DOE NO. 2701 UNIT 4 DOE NO. 2703 (Bids to be received no later than 1:30 p.m. on January 27, 2000) 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, on page B-12 of your proposal, and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualification. 1. PART D — SPECIAL CONDITIONS Add the following Item: D-87 "PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCUTION" Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver two notices or flyers of the pending construction to the front door of each residence or business that will be impacted by construction. The two notices shall be prepared as follows: 1. Two Week Pre-Construction Notification Flyer. The first notification shall be posted two (2) weeks prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), anticipated construction time within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'two week pre-construction notification' flyer is attached. 2. Three Day Pre-Construction Notification Flyer. The second notification shall be posted three (3) days prior to beginning actual construction on each block in the project area. This flyer will also be printed on the Contractor's letterhead and shall basically serve as a follow-up letter to the two week notification flyer and shall inform residents of the actual construction notification flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, copies of both flyers shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until both flyers are delivered to all residents of the block. Electronic versions of the sample flyers can be obtained from the Wet Weather office at 817-332-5474. All work involved with the pre-construction notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. 2. PART DA —ADDITIONAL SPECIAL CONDITIONS Paragraph 1.d on Page ASC-5, Part DA-2 PIPE ENLARGEMENT SYSTEM, SECTION B is hereby to be replaced by the following paragraph: "d. Pipe supplied under this specification shall have a nominal DIP (Ductile Iron Pipe) size inside diameter of the size shown on the proposal. The Dimension Ratio (DR) and minimum pressure rating of the pipe shall be DR 21 — 80 psi. Pipe shall be Phillips 66 Driscopipe® 4000 series or City of Fort worth Department of Engineering Approved Equal." CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGi E RING By: �6)11 C1 541 41 A Mr. Mk Trice, P.E., Manager Consultant Services Receipt Acknowledged: Company: By: Date: (To be printed on Contractor's Letterhead) Date: DOE No: XX%%% PROJECT NAME: MAPSCO LOCATION: <XXE> LIMITS OF CONST.: <Alpha St. between Beta Street and Gamma Ln.) Estimated Duration of Construction on your Street : <XX> days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL CONSTRUCT OR REPLACE SEWER LINES ON OR AROUND YOUR PROPERTY. YOU WILL RECEIVE A SECOND NOTICE IN ABOUT TEN DAYS SHORTLY BEFORE CONSTRUCTION ACTUALLY BEGINS. IF YOU HAVE ANY QUESTIONS, PLEASE CALL Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHOtiE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. January 21, 2000 ADDENDUM NO. 4 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS for MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITAION AND IMPROVEMENTS PART 6 (GROUP 7, CONTRACT 4) SEWER PROJECT NO. PS58-070580410080 in the CITY OF FORT WORTH, TEXAS UNIT 1 DOE NO. 2609 UNIT 3 DOE NO. 2702 UNIT 2 DOE NO. 2701 UNIT 4 DOE NO. 2703 (Bids to be received no later than 1:30 p.m. on January 27, 2000) 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, on page B2 -15 of your proposal, and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualification. 1. REVISE THE FOLLOWING IN PART B2 — PROPOSAL Pay Item 17, on Page B2 - 7 DESCRIPTION OF ITEMS: from—"Watertight Manhole" to "Watertight Insert" CITY OF FORT WORTH, TEXAS DEPARTMENTIOq ENGINEERING y: Mr. Rick Trice, P.E., Manager Consultant Services Receipt Acknowledged: Company: By: Date: CONTRACT DOCUMENTS MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS PART 6 SEWER PROJECT NO. PS58-070580410080 Unit 1 D.O.E. No. 2609 7 S'0, coo" Unit 2 D.O.E. No. 2701 Unit 3 D.O.E. No. 2702 ? Soy °eb Unit 4 D.O.E. No. 2703 Saa,vvo CITY OF FORT WORTH TARRANT COUNTY, TEXAS December 1999 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Texas . OF TEttt OF • • •RICHARD R. AILLET••� MD SHAMSUL AREF4^° t' �+A,o........83033..... .�.. ��'•. 831387 ': 0�`� �+��',' ��C NS��•'����: Q „ ,liss�ONA1.ESC IV `t�tt���� N� e i2 -2 - 77 MD SHAMSUL AREFIN Richard R. Aillet Date 12'1=-8 iti Date 12 - Za - 7' Registration No. 8 867 Registration No . 83033 i H oysesh rx, ConsjnvjbmTm- Contractor fl f Street A dress �ACAlJ a - X 750 City & State ag l- . 541-7 Telephone doL P/o If Contact Person CONTRACT DOCUMENTS MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS PART 6 SEWER PROJECT NO. PS58-070580410080 Unit 1 D.O.E. No. 2609 Unit 2 D.O.E. No. 2701 Unit 3 D.O.E. No. 2702 Unit 4 D.O.E. No. 2703 CITY OF FORT WORTH TARR.ANT COUNTY, TEXAS BY: WHITE ROCK CONSULTANTS WITH: GARCIA & ASSOCIATES ENGINEERING, INC. WITH: RJN GROUP, INC. CONSULTING ENGINEERS FORT WORTH, TEXAS December 1999 TABLE OF CONTENTS PART 6 Part A - Notice to Bidders Detailed Notice to Bidders Special Instructions to Bidders Part B - Proposal and M/WBE Section Part B1 Proposal - Unit 1: M/WBE Specifications - Unit 1 Part B2 Proposal - Unit 2 : M/WBE Specifications - Unit 2 Part B3 Proposal - Unit 3 : M/WBE Specifications - Unit 3 Part B4 Proposal - Unit 4 : M/WBE Specifications - Unit 4 Part C - General Conditions Part Cl - Supplementary Conditions Part D - Special Conditions Part DA - Additional Special Conditions Standard Details Part E - General Specifications for Water Department Projects (Not Bound Herein) Part F - a. Certificate of Insurance b. Contractor Compliance with Worker' s Compensation Law C. Payment Bond d. Performance Bond e. Maintenance Bond Part G - Contract APPENDIX A - SRF Documents NOTICE TO BIDDERS Sealed proposals for the following: FOR: MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS PART 6 SEWER PROJECT NO. PS58-070580410080 UNIT 1 — DOE NO. 2609 UNIT 2 — DOE NO. 2701 UNIT 3 — DOE NO. 2702 UNIT 4 — DOE NO. 2703 Jw Unit 1 - 305 LF of 8"DI Sewer Pipe by Open Cut, 1594 LF of 8"PVC Sewer Pipe by Open Cut, 6299 LF of 6"to 8" I.D. HDPE (SDR21, DIP SIZE) by Pipe Enlargement, 995 LF of 8" I.D. to 8" HDPE (SDR21, DIP SIZE) by Pipe Enlargement, 55 LF of 8" I.D. HDPE (SDR 21, DIP SIZE) Sewer Pipe by Open Cut, 40 manholes, Unit 2 - 250 LF of 8" DI Sewer Pipe by Open Cut, 947 LF of 8" PVC Sewer Pipe by Open Cut, 5888 LF of 6"to 8" I.D. HDPE (SDR 21, DIP SIZE) by Pipe Enlargement, 31 Manholes, Unit 3 - 326 LF of 8"D.I. Sewer with 18" Steel Casing by other than Open Cut, 278 LF of 8" D.I. Sewer by Open Cut, 925 LF of 8" PVC Sewer Pipe by Open Cut, 923 LF of 6" to 8" I.D. (SDR 21, DIP SIZE) HDPE by Pipe Enlargement, 25 LF of 8"I.D. HDPE (SDR 21, DIP SIZE) Open Cut, 8 Manholes, Unit 4 - 502 LF of 15" PVC Sewer by Open Cut, 162 LF of 12" D.I. Sewer Pipe by Open Cut, 795 LF of 10" PVC Sewer by Open Cut, 211 LF of 8" D.I. Sewer by Open Cut, 2066 LF of 8" PVC Sewer PVC Sewer by Open Cut, 164 LF of 6"D.I. Sewer by other than Open cut, 24 Manholes, 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 27. 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 the deposit of Fifty Dollars ($50.00). A pre-bid conference will not be held. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Bidders must complete the proposal sections and submit the complete specifications book or face rejection of bid as non-responsive. NTB (1) For additional information concerning this project, please contact Mr. MD Shamsul Arefm, P.E. RJN Group, Inc., at (817) 595-2199 or Mr. Rakesh Chauby, P.E., Project Manager, at (817) 332-5474, ext. 40. Advertising Dates: December 30, 1999 January 6, 1999 Fort Worth, Texas NTB (2) DET,-ULED NOTICE TO BIDDERS Sealed proposals for the following: FOR: MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS PART 6 SEWER PROJECT NO. PS58-070580410080 UNIT 1 -DOE NO. 2609 UNTr 2-DOE NO. 2701 ' UNTr 3-DOE NO. 2702 UNIT 4-DOE NO. 2703 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 27. 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 documents will be provided to prospective bidders for a deposit of Fifty Dollars ($50.00). All bidders will be required to comply with Provisions 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400, prohibiting discrimination in employment practices. A pre-bid conference will not be held . Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. /The major items of work on the above project are: Unit 1 - 305 LF of 8" DI Sewer Pipe by Open Cut, 1594 LF of 8"PVC Sewer Pipe by Open Cut, 6299 LF of 6"to 8" I.D. BDPE (SDR21, DIP SIZE)by Pipe Enlargement, 995 LF of 8" I.D. to 8" HDPE (SDR21, DIP SIZE)by Pipe Enlargement, 55 LF of 8" I.D. HDPE (SDR 21, DIP SIZE) Sewer Pipe by Open Cut,40 manholes, , Unit 2 - 250 LF of 8" DI Sewer Pipe by Open Cut, 947 LF of 8" PVC Sewer Pipe by Open Cut, 5888 LF of 6"to 8" I.D. HDPE (SDR 21, DIP SIZE) by Pipe Enlargement, 31 Manholes, Unit 3 - 326 LF of 8" D.I. Sewer with 18" Steel Casing by other than Open Cut, 278 LF of 8" D.I. Sewer by Open Cut, 925 LF of 8"PVC Sewer Pipe by Open Cut, 923 LF of 6" to 8" I.D. (SDR 21, DIP SIZE) HDPE by Pipe Enlargement, 25 LF of 8" I.D. HDPE (SDR 21, DIP SIZE) Open Cut, 8 Manholes, k Unit 4 - 502 LF of 15" PVC Sewer by Open Cut, 162 LF of 12" D.I. Sewer Pipe by Open Cut, 795 LF of 10" PVC Sewer by Open Cut, 211 LF of 8"D.I. Sewer by Open Cut, 2066 LF of 8" PVC Sewer PVC Sewer by Open Cut, 164 LF of 6"D.I. Sewer by other than Open cut, 24 Manholes, i DNTB (1) DETAILED NOTICE TO BIDDERS Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of Contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the a Contract. This document is designed as four (4) separate contract documents and proposals and shall not be construed as being a package. The Proposal Sections are designed as four (4) separate proposals and are arranged in Units to be awarded to the responsive low bidder for each Unit. If the Contract or submits a bid on one proposal and is the lowest proposed price total, the Contractor will be the apparent successful bidder for the individual proposal Unit. Contractors may bid on any or all the Units. Time on all Units awarded will run concurrently. If the Contractor is low bidder on more than one unit, his time for all Units awarded to him will be the longest time allowed for any single Unit awarded to him. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 871-7910. "Any Contract or Contracts awarded under this Detailed Notice to Bidders is expected to be funded in part by loan from the Texas Water Development Board. This Contract is contingent upon release of funds from the Texas Water Development Board. Neither the State of Texas nor any of its departments, agencies, or employees is or will be a part to this Detailed Notice to Bidders in any resulting contract." Bidders shall not separate, detach or remove any portion, segment or sheets from the F contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non-responsive. R" In accordance with 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 M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation"), as appropriate. The documentation must be received by the contracting department no later than 5:00 P.M. five (5) business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the contracting department to whom the delivery was made. Such receipt shall be evidence that the Documentation was received by the City. N DNTB (2) ll DETAILED NOTICE TO BIDDERS The Managing Department for this project is the Department of Engineering. For additional information, please contact Mr. MD Shamsul Arefin, P.E., RJN Group, Inc. at (817)595-2199 or Mr.Rakesh Chauby, P.E., Project Manager at (817)332-5474, Ext. 40. BOB TERRELL CITY MANAGER GLORIA PEARSON CITY SECRETARY A. Douglas Rademaker, P.E., Director DEPARTMENT OFJ E GINEERING 5�y: n / � �l AY Rick Trice, P.E. Manager, Consultant Services ADVERTISING DATES December 30, 1999 January 6. 1999 Fort Worth, Texas DNTB (3) 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 prequalitication. 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 I 1 I�- 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. f 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. P 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 k 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 i 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 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 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 N linority Business Enterprise (MBE) and/or a Women Business Enterprise (WBE) on the contract and payment r 3 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. 4 ATTACHMENT -1A r. Page 1 of 2 City.of Fort Worth Minority and Women Business,Enterprise Specifications M BEMPA-UTILIZATION` O�tJST-/itJC . UEEit1P16��F — l.7— � RIME'COMPANY NAME �AR1" Lo UfJIT prt1 3 L� pSS"g—O ?OS 80�jIC�080 O M '0 U1 1 t PROJECT NUMBER ROJECT NAME /YI A/I.J I SA i►V A66 191 E Y". 55 ,—- R t=f4 A j3 _4 I m PR.p v E m c=.t-M S 'Cr Y'S M/WBE PROJECT GOAL: 2 O�� MhVBE PERCENTAGE ACHIEVED: completethls;form,m its entirety with uppoiting documentations and received by the.Managing Department �: �� • n or:before 5 00 p;m five>j5� City business days after bid opening,exclusive'of bid opening date, will result in the*bid non responsive to bid specifications 'riderlgned;b dder �ees`fo enter Info a formal agreement wit _ff�e;MBE:and/or WBE firms.fo'r work listed in this "c Ul grcon�i Idned' on bkecutlon'o ancon ac �wlth�the :Cit }of For Worth. The intentional and/or knowing srees�eto-Nvn,of fac s is grounds for consideration of dlsquall>Icatton and.will result In the bid being considered • on,-responsive o�specifI afioris law ■: �'`Coitipany Name,Contact Name, Certified Specify�Contractingy,�, _Specify SII Items to be Dollar Amount 4`-f' ;Address;and Tel'ephone'N' Scope"of Work(`j: Supplied(') 6 O 0 y F- &)4V 1 RoM�uTa S t Y V SrS! '7 90 b WAQoN t.s �0�fet)a WOOD #' ` C1 A �r'C�C7SZIZ ✓ R FPLACE S772tt_r'> IST 3�1 00 03/ IS4 ' I z�c���lG, 5A Ali) ST i yq �--x 21Z 4- 5 6—DD,AI G �a, 0 DO°o ..5,• SIU- 1-� 8 0 BEs;must be loeated in the 9(nine)county marketplace.or currently doing business in the marketplace at the time of bid. S j peclfy all areas J6.'which MWBE's are to be utilized and/or items to be supplied �,.m iete listing of items to be-supplied is required in order to receive credit toward the M/WBE goal. .�...P 9 PP• identify.each Tler-level. Tier: Means the level.of subcontracting below the prime contractor/consultant,i.e.,a direct paymer ,:.. r'.' .-• from the prime-contractor to a subcontractor Is considered 10 tier,a payment by a subcontractor b its supplier Is considered 2"°tier. �• IS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE (5) CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev. 6/ i Pages 1 and 2 of Attachment 1A must be received by the Managing Department ORAL 4036, h.5 ATTACHMENT 1A Page GI�y"dof iFort W ortt% Minorityand Women+gtasir s 6eprise Specifications r M B FJUU�8AM Lt T W mpa YNam©,Contact NarnbCertified 'gPe�fy;` cting ;Specify q�Items to be Dollar Amount dress andTelephone,NoSco ork(•) -Supplied(*) U)F- 5 ucK Logo derfurther agrees,to provide, directly to the City upon request, complete and accurate information regarding work performed by all.•subco6tractors, f:i&" ng.MBE(s) and/or WBE(s) arrangements submitted with this bid. e' rider also agrees`to allow an audit and/or examination of any books, records and files held by their company that I stintiate.the actual work performed by:the;MBE(s) and/or WBE(s) on this contract, by an authorized officer or mp o. eo �h, ; h:{e'•City..'Any.intentional and/or knowing:misrepresentation of facts will be grounds for terminating the Wim'• . • .}...?, o nor debarment from City work'for a period.onot less than three(3) years and for initiating action under Federal, te. p< Qcal laws cbficerrtingjalse statements."-,;" ny failure to comply with this ordipance and creates a material • �eacFi;of;contract'mayresuit in a determination of.an Irresponsible offeror and barred from participating in City work 00 e(iod of time not less ttian,one (1) year. rALL MBE and BEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD ac V.^•:' razed Signatu Printed Signature Contact Name and Title(if different) -:F/ -4178- :tTY 77 mpanyName Telephone Number(s) k i` `7OS EiUC c�2 NuJ �t F 1 - S1 7 8- 6C136 Fax Number State/Zip Code Date IS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5) CITY BUSINESS DAYS AFTER BSD OPENING,EXCLUSIVE OF THE BID OPENING DATE i Rev. 6'2" Pages 1 and 2 of Attachment 1A must be received by the Managing Department . 4036 A I I A(;NMtiV l .TA fwF rt.Worth Page 1 of 2 Minority anddMien iness,Enterprise Specifications E/WBE UTILIZATIONe7 to` j'ME•COMPANY NAME BID DATE n��, Iq rAie s'AR-r c� L) 0 Z ps 8- o�oso�/odsd PROJECT NUMBER RO,IECT NAME M R I Q ! S A,IJACeE 515 -5 ySTa en t4 ,4 6 Arr�P�ov E m E►IJTS CITY'S M/WBE PROJECT GOAL: -70 M/ E PERCENTAGE ACHIEVED: :� I ure to complete this;fonn, to its entirety_with supporting documentation,and received by the Managing Department -fir n or,.before 5 00 p m five(51_Citybusiness days,after bid opening,exciusrve'of bid opening date, will result in the bid eing:considered;non=responsive to b_Id specifications 3 `itde igne'c b`rider ag[ees fo enter tufo a formal agreement wttfi the ME E and/or WBE firms for work listed in this =F ,HLY' s � 4 I y rcr l� t c } a c a t] rconditi�ined•uPon executionk�o a conracwlthYthe:Clty of Fore Worth. The intentional and/or knowinc a.3•f .L ) .r ' f1E.�., L-. s 't r r imrs eMteseto*n ofrfa (c grounds forcons�deratton of disquahficat�on and Will result in the bid being consideree • on-responsive- o specifcatl ns ! a v `Cbr'patty.Name,Contact Name, Certified Specify 4. Contracting Specify All Items to be Dollar Amount tier;: "Add[ess';and Telephone No Scope of Work(') Supplied(*) , <' �.,yi• �'�'`l.l,,^iwy Y � _ �Z -~_ 'y, r. - � _ter N 1- �, °: . e F MV 1Rorr,rumi_- 13oX 4'z Z .9 C LEArl �"�/ I ST • ::;'. l� 'ci' a 77292 Re e t;� 67k e9TS �r 16 01-Lvi3Woa f S 12.103100 R R ucK�+JC ,A'UWBEs`inust be located in the 9(nine)county marketplace"or currently doing business in the marketplace at the time of bid. S`) pacify all areas inwhich M_WBE's are to be utilized and../o'items to be supplied:, ( 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 payme from the prime contractor to a subcontractor is considered 1�tier,a payment by a subcontractor t its supplier Is considered 21 tier.. �- IS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.6/ i Pages 1 and 2 of Attachment 1A must be received by the Managing Department 4 r• . .L.4036, ATTACHMENT 1A Page 2 of 2 C` fi10 orth Minority and Wornt4 in ss Enterprise Specifications 5 MB E UTILIZATION Wmp aName,- pq Coritact NameCertified Specify-AILContracting Specify Items to be ; Dollar Amount ddress,ands elephone No � pScoof Work ' Su lied cc ,p�}FF1p''' •. ''. a r' ' tlw- J-0 _7 �UEL� 6 a. . wo�eTrl 1oi �/ l S o0 - GS - / 2- 16 9 er further agrees to provide, directly to the City upon request, complete and accurate information regarding .workperformed by all subcontractors,Including'.MBE(s) and/or WBE(s) arrangements submitted with this bid. e1 ddertalso agrees to allow an audit and/or,examination of any books, records and files held by their company that 1 ubstantiate.the actual performed by-the MBEs) and/or WBE(s) on this contract, by an authorized officer or em p o e f4h* City. Any intentional and/or knowing,misrepresentation of facts will be grounds for terminating the o, or-debarment from Cit work'for a period o'f. '" Iess than three(3) years and for initiating action under Federal, . te° rtLQcal taws coricerning false stateme'nt !'. ny failure to comply with this ordipance and creates a material •�reacK, Ucontract may result in a determination of.an irresponsible offeror and barred from participating in City work oaf; eeiod of time not less than,one (1) year. . k L BEs and WBEs MUST BE CERTIFIED BY THE CITY LB�EFORE CONTRACT AWARD ]alit r 0 ff ortze nature Printed Signature CC Contact Name and Title(if different) f� C,1;~�rs'•COiVS%, /N °- Z�'/! 47e-577 mgany'Name Telephone Number(s) IfZ s :PEN06-P /-Iu) V . 281 - u76- e X36 Fax Number 5A D6 yA �x 77 �oS l� 3/- 0 '�/State2ip Code Date IS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5) CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.6/21 Pages 1 and 2 of Attachment 1A must be received by the Managing Department 4036, a� 4M. PART B1 - PROPOSAL UNIT 1 CONSTRUCTION (This proposal must not be removed from this book of Contract Documents.) TO: Bob Terrell City Manager Fort Worth, Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of various sanitary sewer improvements, including replacement and construction of sanitary sewer, manhole and sewer rehabilitation and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS Part 6, Unit 1 SEWER PROJECT NO. PS58-070580410080 D.O.E. #2609 The major work on this project shall consist of: Unit 1 - 305 LF of 8" DI Sewer Pipe by Open Cut, 1594 LF of 8" PVC Sewer Pipe by Open Cut, 6299 LF of 6"to 8" I.D. HDPE (SDR21, DIP SIZE) by Pipe Enlargement, 995 LF of 8" I.D. to 8" HDPE (SDR21, DIP SIZE) by Pipe Enlargement, 55 LF of 8" I.D. HDPE (SDR 21, DIP SIZE) Sewer Pipe by Open Cut, 40 manholes, and all necessary appurtenances and incidental work to provide a complete and serviceable project. Pursuant to the foregoing "Notice to Bidders," the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: B1-1 PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1 305 LF 8" D. I. Sewer Pipe (All Depths) By Open Cut Dollars & —�" Cents per LF $�`���� $ �-77�. c 2 1594 LF *8" PVC Sewer Pipe (All Depths) By Open Cut Dollars & Cents per LF v 3�"6Tpg I 3 6299 LF **Rehabilitation of Existing 6" Sewer to 8" I.D. HDPE (SDR-21, DIP SIZE) By Pipe Enlargement Method T". 4w, 6r Dollars & � Cents per LF $•�—oa $ �� `x00 * Contractor must complete City Approved Product Form ** Contractor must complete City Approved Method Form BI - 2 PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 4 995 LF ** Rehabilitation of Existing 8" Sewer to 8" I.D. HDPE (SDR-21, DIP SIZE)By Pipe Enlargement Method -T" Dollars & Cents per LF $33. 00 sLQ.M`S o° 5 55 LF 8" I.D. HDPE (SDR-21, DIP SIZE) Sewer Pipe(All Depths) By Open Cut Dollars & 0 Cents per LF $ $o?o?o�• 6 912 LF *4" PVC Sewer Service Pipe Dollars & °Cents per LF $ %�• $ cd • c� * Contractor must complete City Approved Product Form ** Contractor must complete City Approved Method Form Bl - 3 PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 7 180 LF 4"D.I. Sewer Service Pipe Dollars & Cents per LF • o o $ ten•06 8 33 EA 4" Service Tap on PVC Pipe Tajo Dollars & Cents per EA $off gyp•0 $ 0 0 9 218 EA 4" Sewer Tap on HDPE Pipe Dollars & Cents per EA Bl - 4 PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 10 1.5 TON D.I.P. Fittings &ja*z Dollars & Cents per TON $33o0, $ 11 700 LF Sag Adjustment for Pipe Enlargement Dollars & ® — ML' Cents per LF s 12 7751 LF Pre-Construction Cleaning and TV Inspection Dollars & Cents per LF ,p Q $/��-,�', 0.9 Bl - 5 PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 13 9288 LF Post–Construction TV Inspection Dollars & p L_ $ -� Cents per LF $ . D� o 14 39 EA 48" Diameter Standard Manhole, 0' - 6' Deep zzo" Dollars & d "4— Cents per EA $ n S'D• $�0 �� O 15 20 VF 48" Diameter Standard Manhole, Additional Depth Dollars & 0 Cents per VF $gll 1 00 $ 100. 131 - 6 PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 16 1 EA Shallow Cone Manhole Per Detail Dollars & Cents per EA $1500-100 $ISD6 p0 17 40 EA Watertight Insert Dollars & Cents per EA 18 40 EA Vacuum Test Manhole /.M I4a 440zG Dollars & Cents per EA $( 0,o� $ . 0 d Bl - 7 PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 19 28 EA Remove Existing Manhole KGt� Dollars & '—� Cents per EA $app,o- $$400. 00 20 35 EA Concrete Manhole Collar Per Detail AIM4616L- Dollars & Cents per EA $.W40a• $ 0-0 21 190 LF Concrete Curb and Gutter Replacement Dollars& 0 Cents per LF $ 30.00 $_5,700.0� Bl - 8 PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 22 35 SY Concrete Driveway Replacement U Dollars & Cents per SY 23 20 SY Concrete Sidewalk Replacement Dollars & � — Cents per SY rs ��J�� 0 24 671 LF Asphalt Pavement Repair, Per Fig. 4 Dollars& D r D� `�— Cents per LF $13 $_ Bl - 9 PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 25 850 LF Concrete Pavement Repair, Per Fig. 1 Dollars & .�� 0 Cents per LF $.0•o0 $95-S 0bO 26 110 LF Gravel Alley Repair Dollars & 00 �- Cents per LF $0 0044w-. 27 140 LF Concrete Encasement Dollars& Cents per LF $ /Q• WIM-00 B1 - to PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 28 2463 LF Trench Safety System, Depht> 5' GcTb Dollars & n0� —�" Cents per LF $ o! 00 1•l 29 1517 LF Hydro—Mulch seeding Complete—In—Place a Dollars & Cents per LF $_ •00 $ y5-s1 30 687 LF Bermuda Grass Sodding Complete—In—Place Dollars & av Cents per LF B1 - 11 PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 31 419 SY 6" Topsoil Dollars & Cents per SY $L Q ,o 0 $ 32 3 EA Exploratory Excavation(D-Hole) Dollars & Cents per EA $ 000• $.30 00' 33 1 EA Storm Drain Repair Per Detail Dollars & T/ Cents per EA $�OoO•oa $ B1 - 12 PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 34 6 EA Standard Cleanout Housing and Riser �Z,UirCwZcG� Dollars& Cents per EA $ p p, $IQ 60. 0 0 35 20 LF * 6"PVC Sewer Service Pipe Dollars & 0 Cents per LF $ $ 60•Q 36 1 EA 6" Service Tap on PVC Pipe �uro ��Ctirtd^,yaC Dollars & 440 Cents per EA $a5'D•po $�.�ee a * Contractor must completed City Approved Product Form B1 - 13 PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 37 1 LS Point Repair Job No. 1001 (See Sheet 18A) Laid- Dollars & Cents per LS $15a- o $Isoa 38 1 LS Point Repair Job No. 1002 (See Sheet 18A) Dollars& Cents per LS $/SAD• $�SQD• 39 1 LS Point Repair Job No. 1003 (See Sheet 18A) Dollars & Cents per LS $ 50 $!��• B1 - 14 PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 40 1 LS Point Repair Job No. 1004 (See Sheet 18A) Dollars & Cents per LS $ 500•°0 $!20-6-° e 41 1 LS Point Repair, Job No. 1005 (See Sheet 18A) Dollars & '-- Cents per LS o e $ 500•° $/SDO• ° /^ 6 TOTAL AMOUNT BID (UNIT 1) $ (Y 30 d "Wri �I NOTE: A BID MAY BE SUBMITTED ON EITHER UNIT I OR UNIT 2 OR UNIT 3 OR UNIT 4 OR ALL UNITS, AT THE CONTRACTOR'S OPTION. B1 - 15 PART 6 UNIT 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID BIDDER MUST COMPLETE DOCUMENT ON PAGES 131-15, B1-17, BI-18 and B-Summary It is understood and agreed by the undersigned that the Owner reserves the unrestricted privilege to reject any or all the foregoing unit prices in this paragraph which it may consider excessive or unreasonable, or to accept any or all of them as unit prices applicable in the event additions to or deduction from the work to be performed on this project are ordered by the Owner. Rejection at any time of such Unit Prices for Construction changes shall not otherwise affect the balance of the Bid or Construction Contract. The selection of the lowest responsive bid shall be based on the total amount bid. B1 - 16 CITY APPROVED PRODUCT * AND APPROVED METHOD** FORM * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD SPEC. SPEC. NO. E1-31 4"thru 30" E1-25 4" thru 15" E1-27 4" thru 15" E1-28 18" thru 27" E100-2 18" thru 48" Consult the"City of Fort Worth,Texas Standard Product List". ** CONTRACTOR SHALL SELECT PIPE ENLARGEMENT METHOD TO BE USED AND PROVIDE NAME OF SUBCONTRRACTOR FOR INSTALLATION: PIM Method A/O Name of Subcontractor if Applacable T.R.S. System Name of Subcontractor if Applacable McConnell Method Name of Subcontractor if Applacable Expanded System Name of Subcontractor if Applacable Failure to provide the information required above may result in rejection of bid as non- responsive. Only products or methods listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. B1 - 17 PART B - PROPOSAL Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Surety gond and such other bonds as required by the Contract Documents, for the faithful performance of this contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the Specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State ofT-cx#s Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statue is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under house Bill 11, enacted August 15, 1992. The successful Bidder shall be required to complete the attached Statement of Materials and Other Charges contractor at the time of executing the contract. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within: PART 6, Unit 1 — One Hundred Fifty (150) calendar days after the beginning of construction as set forth in the written order to be furnished by the Owner. This project is included in the Administrative Order issued by the U.S. Environmental Protection Agency, and contract completion within the above stipulated contract time will be strictly enforced. I (we) acknowledged receipt of the following addenda to the plans and specifications, all of the provisions and requirements of i- which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) �! Respectively submitted, Addendum No. 2 (Initials) Addendum No. 3 (Initials) 0J Addendum No. 4 (Initials) By: Title: Address: V S�1C Q r d�I-M. �-1sas (BEAU Date:01' 860 Telephone: a g/— tt78' 5'47'7 B1-18 PART B2 - PROPOSAL UNIT 2 CONSTRUCTION (This proposal must not be removed from this book of Contract Documents.) TO: Bob Terrell City Manager Fort Worth, Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of various sanitary sewer improvements, including replacement and construction of sanitary sewer, manhole and sewer rehabilitation and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS Part 6, Unit 2 SEWER PROJECT NO. PS58-070580410080 D.O.E. #2701 The major work on this project shall consist of: Unit 2 - 250 LF of 8" DI Sewer Pipe by Open Cut, 947 LF of 8" PVC Sewer Pipe by Open Cut, 5888 LF of 6"to 8" I.D. HDPE (SDR 21, DIP SIZE) by Pipe Enlargement, 31 Manholes, and all necessary appurtenances and incidental work to provide a complete and serviceable project. Pursuant to the foregoing "Notice to Bidders," the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: B2-1 PART 6 UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1 250 LF 8"D. I. Sewer Pipe (All Depths) By Open Cut Dollars & Cents per LF $.�,5� $ � �•�� 2 947 LF *8" PVC Sewer Pipe (All Depths) By Open Cut Dollars & Cents per LF $ $3. 3 5888 LF **Rehabilitation of Existing 6" Sewer to 8" I.D. HDPE (SDR-21, DIP SIZE) By Pipe Enlargement Method ff Dollars & 44" Cents per LF $•33 Bo $ X3— 00 * Contractor must complete City Approved Product Form ** Contractor must complete City Approved Method Form B2 - 2 PART 6 UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 4 320 LF *4" PVC Sewer Service Pipe in Private Property Dollars & Cents per LF $3s;oo $420—a oo 5 331 LF *4" PVC Sewer Service Pipe Dollars & p 0� $S4 06 —�" Cents per LF $ /�. 6 23 EA 4" Service Tapon PVC Pipe Dollars & 0 Cents per EA $440. 0_ * Contractor must complete City Approved Product Form B2 - 3 PART 6 UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 7 1 EA 6" Service Tap On PVC Pipe Dollars & Cents per EA 8 157 EA 4" Service Tap on HDPE Pipe Dollars & Cents per EA $ym oo $`�4 • po 9 0.5 TON D.I.P. Fittings V Dollars & --�" Cents per TON $3360,°° $l b.`V. B? - 4 PART 6 UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 10 730 LF Sag Adjustment for Pipe Enlargement Dollars & Cents per LFA 11 6439 LF Pre-Construction cleaning and TV Inspection Dollars & Cents per LF 12 7085 LF Post Construction TV Inspection Dollars & Cents per LF $�� Dy $708'��, B2 - 5 PART 6 UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 13 30 EA 48" Diameter Standard Manhole, 0' - 6' Deep LO.'"d Dollars& Cents per EA $/.5'00-00 $�S�pQ 4o 14 20 VF 48" Diameter Standard Manhole, Additional Depth 40 Dollars& Cents per VF $ $(�•°" $/ 0�„ o 15 1 EA Shallow Cone Manhole Per Detail • Lda Dollars& ed e� 0� Cents per EA $/$0�• $ B2 - 6 PART 6 UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 16 8 EA Install Cleanout on Relocated Services (on private property) Dollars & 0 —� Cents per EA $ $ ° 17 31 EA Watertight Mzzd=6 Dollars & po Cents per EA 18 31 EA Vacuum Test Manhole ft kau" qu-VA Dollars & o Cents per EA $�aG, 132 - 7 PART 6 UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 19 20 EA Remove Existing Manhole k Dollars & 0 Cents per EA s360.00 $�,004 0_ 20 80 LF 4" D.I. Service Pipe Dollars & o —�" Cents per LF $ d•� $�• 21 31 EA Concrete Manhole Collar Per Detail 5flo-44dw- Dollars & $ Cents per EA $ 300• $ !{ B2 - 8 PART 6 UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 22 280 LF Concrete Curb and Gutter Replacement JW" r Dollars& Cents per LF $a� 23 78 SY Concrete Driveway Replacement Dollars& ---8� Cents per SY $ °v �• 00 24 15 SY Concrete Sidewalk Replacement t4l,�ap Dollars& Cents per SY $ ,S•�° $gam B2 - 9 PART 6 UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 25 454 LF Asphalt Pavement Repair, Per Fig. 4 Dollars& Cents per LF o o $ 3• Q $ • 26 80 LF Concrete Encasement a� Dollars & Cents per LF $ Q1 •°� $Q��� 00 27 1197 LF Trench Safety System,Depht> 5' d� Dollars& b Cents per LF ' . d $�3q B? - 10 PART 6 UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 28 490 LF Hydro—Mulch seeding Complete—In—Place Dollars & Cents per LF $3. co $IgV.00 29 1170 LF Bermuda Grass Sodding Complete—In—Place J7! uA.., Dollars & o� Cents per LF $3.DO s 35yD• —' 30 827 SY 6" Topsoil Dollars & Cents per SY $ �� 0 $O'D 7Q D b B2 - 11 PART 6 UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 31 1 EA Storm Drain Repair Per Detail Dollars & Cents per EA 32 3 EA Exploratory Excavation(D-Hole) tu A&�- Dollars & Cents per EA $��° $3,�• o v 33 20 LF *6"PVC Sewer Service Pipe Dollars & Cents per LF o $30,e $byo.°D " Contractor must complete City Approved Product Form B2 - 12 PART 6 UNIT 2 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 34 20 LF Concrete Pavement Repair Per Fig. 1 J /Ow W.Ad Dollars & Cents per LF a TOTAL AMOUNT BID (UNIT 2) fs (In Writing) NOTE: A BID MAY BE SUBMITTED ON EITHER UNIT 1 OR UNIT 2 OR UNIT 3 OR UNIT 4 OR ALL UNITS, AT THE CONTRACTOR'S OPTION. BIDDER MUST COMPLETE DOCUMENT ON PAGES 132-13, B2-14, 132-15 and B-Summary It is understood and agreed by the undersigned that the Owner reserves the unrestricted privilege to reject any or all the foregoing unit prices in this paragraph which it may consider excessive or unreasonable, or to accept any or all of them as unit prices applicable in the event additions to or deduction from the work to be performed on this project are ordered by the Owner. Rejection at any time of such Unit Prices for Construction changes shall not otherwise affect the balance of the Bid or Construction Contract. The selection of the lowest responsive bid shall be based on the total amount bid. B2 - 13 CITY APPROVED PRODUCT * AND APPROVED METHOD** FORM * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD SPEC. SPEC. NO. E1-31 4" thru 30" V E1-25 4" thru 15" E1-27 4" thru 15" E1-28 18" thru 27" E100-2 18" thru 48" Consult the"City of Fort Worth,Texas Standard Product List" . ** CONTRACTOR SHALL SELECT PIPE ENLARGEMENT METHOD TO BE USED AND PROVIDE NAME OF SUBCONTRRACTOR FOR INSTALLATION: PIM Method Name of Subcontractor if Applacable PR T.R.S. System Name of Subcontractor if Applacable McConnell Method Name of Subcontractor if Applacable Expanded System f Name of Subcontractor if Applacable i Failure to provide the information required above may result in rejection of bid as non- responsive. �. Only products or methods listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. 132 - 14 w PART B -PROPOSAL Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the Specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. (Complete A or B below, as applicable:) cc A. The principal place of business of our company is in the State of U5 Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statue is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under house Bill 11, enacted August 15, 1992. The successful Bidder shall be required to complete the attached Statement of Materials and Other Charges contractor at the time of executing the contract. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within: PART 6, Unit 2 — One Hundred Forty (140) calendar days after the beginning of construction as set forth in the written order to be furnished by the Owner. This project is included in the Administrative Order issued by the U.S. Environmental Protection Agency, and contract completion within the above stipulated contract time will be strictly enforced. I (we) acknowledged receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) Respectively submitted, Addendum No. 2 (Initials) Addendum No. 3 (Initials) h Addendum No. 4 (Initials) By: ./ Q�rst Title: r ' e r Address: '1014 � C r (S E A L) k-,-)a4&vw,`-m -'n s-0 S.. Date: a- w Telephone: ,, 4,7 01 gl- B2-15