Loading...
HomeMy WebLinkAboutContract 25819 a CITY SECRETARY SPECIFICATIONS CITY SECRETARY I D.O.E. FILE CONTRACT NO. G ! q AND CONTRACTOR'S BONDING CO. CONTRACT DOCUMENTS CONSTRUCTION'S COPY CLIENT DEPARTMENT FOR NORTH BEACH STREET N.S. III PUMP STATION EXPANSION WATER DEPARTMENT PROJECT NO. PW77-060770140490 DEPARTMENT OF ENGINEERING PROJECT NO. 2923 BOB TERRELL KENNETH BARR CITY MANAGER MAYOR .. HUGO A. MALANGA, P.E. LEE C. BRADLEY DIRECTOR DIRECTOR TRANSPORTATION AND WATER DEPARTMENT PUBLIC WORKS MIKE GROOMER A. DOUGLAS RADEMAKER, P.E. ASST. CITY MANAGER DIRECTOR DEPARTMENT OF ENGINEERING w NOVEMBER 1999 4055 INTERNATIONAL PLAZA, SUITE 200 FREESE•NICHOLS FORT WORTH, TEXAS 76109- 4895 (817) 735-7300 F&N No. FTW99425 [If CNIM bw cu., Fri. City of Fort Worth, Texas "ayor and Council Commasunication DATE REFERENCE NUMBER LOG NAME PAGE 414100 C-17971 3000NTROL 1 of 2 SUBJECT AWARD OF UNIT 1 CONTRACT TO CONTROL SPECIALISTS, INC. AND LKIT 2 CONTRACT TO B&H UTILITIES, INC. FOR NORTH SIDE III NORTH BEACH STREET PUMP STATION EXPANSION AND 36-INCH WATER LINE INSTALLATION RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute construction contracts with Control Specialists, Inc. for$713,790 and B&H Utilities, Inc. for $368,000 for a total project amount of $1,081,790. These awards are for the construction of North Side III North Beach Street Pump Station Expansion and 36-Inch Water Line Installation. DISCUSSION: On October 19, 1999 (M&C C-17702), the City Council authorized the City Manager to execute an amended engineering services agreement with Freese & Nichols, Inc. for design of the City of Fort Worth North Side III North Beach Street Pump Station expansion and 36-inch water line installation. These improvements provide a means of supplying additional water to the North Side III pressure plane to meet the increasing water service demands. The improvements are as follows; Unit I - improvements include yard piping, 1,400 linear feet of 36-inch water line and water line connections. Unit 2 - improvements include the expansion of the pump station. This project was advertised for bid November 18 and 24, 1999. On December 23, 1999, the following bids were received: BIDDER UNIT 1 AMOUNT TIME OF COMPLETION Control.Specialists, Inc. $713,790.00 40 Calendar Days B&H Utilities, Inc. $828,616.00 Architectural Utilities, Inc. $913,458.00 Oscar Renda Contracting, Inc. $953,213.00 BIDDER UNIT 2 AMOUNT TIME OF COMPLETION Architectural Utilities, Inc.' $292,000.00 Oscar Renda Contracting, Inc.' $246,300.00 B&H Utilities, Inc. $368,000.00 100 Calendar Days Control Specialists, Inc. $383,000.00 * Oscar Renda Contracting, Inc. and Architectural Utilities, Inc. failed to submit their M/WBE utilization forms within the prescribed time as set forth in the City's bid package. Failure to do so resulted in their bids being considered as non-responsible and therefore disqualified them from being awarded this project. City of Fort Worth, Texas "floor And Council Communication DATE REFERENCE NUMBER I LOG NAME I PAGE 4/4/00 C-17971 3000NTROL 2 of 2 SUBJECT AWARD OF UNIT 1 CONTRACT TO CONTROL SPECIALISTS, INC. AND UNIT 2 CONTRACT TO B&H UTILITIES, INC. FOR NORTH SIDE III NORTH BEACH STREET PUMP STATION EXPANSION AND 36-INCH WATER LINE INSTALLATION Staff recommends that this project be awarded as described so that the work can be completed prior to this summer's high water demand. The project is located in COUNCIL DISTRICT 2. In addition to the contract cost, $75,725 is required for inspection and survey and $32,453 is provided for project contingencies. Control Specialists, Inc. is in compliance with the City's M/WBE Ordinance by committing to 35% M/WBE participation. The City's goal for Unit 1 is 14%. B&H Utilities, Inc. is in compliance with the City's M/WBE Ordinance by committing to 10% M/WBE participation. The City's goal for Unit 2 is 10%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Commercial Paper Water Fund. MG:j Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) n Mike Groomer 6140 A OVFQ Originating Department Head: CITY COUNCIL A.Douglas Rademaker 6157 (from) APR 4 ITT PW77 541200 060770140490 $1,081,790.00 Additional Information Contact: City Secretary of tka A.Douglas Rademaker 6157 city of Fort Worth.T'exaa n�`��,� C1T NORTH BEACH STREET NS III PUMP STA�� S ���„ WATER DEPT. PROJECT NO. PW77-06V014b4% DEPT. OF ENGINEERING PROJECT NO. 2923 FREESE AND NICHOLS PROJECT NO. FTW99425 ADDENDUM NO. 1 . *1 December 10, 1999 THOMAS W.NAST�R i The time for the submission of Bids has been changed to Thursday,Decemb „23;19, 19,'00j oo The location for the submission of bid is unchanged. BID DATE: Thursday, December, 23, 1999, 2:00 pm The following additions,deletions,modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become apart of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid form. BIDDING REQUIREMENTS: Al-1 PART B - PROPOSAL Modification: Delete this section and replace it with the PROPOSAL included with this Addendum. The revised form is to be attached to the contract documents and submitted with the Bid. Al-2 PART C - GENERAL CONDITIONS Addition:Insert"SECTION Cl:SUPPLEMENTARY CONDITIONS TO PART C-GENERAL CONDITIONS"included with this Addendum. Al-3 PART D- SPECIAL CONDITIONS Modification: Modify SPECIAL CONDITIONS by deleting the"City of Fort Worth Highway Construction Prevailing Wage Rate for 1995", and adding the following "City of Fort Worth Highway Construction Prevailing Wage Rate for 1999" included with this Addendum. TECHNICAL SPECIFICATIONS: A1-4 SECTION 11210- INSTRUMENTATION A. Reference Page 1,Paragraph 1.02, A. Addition: Include Peerless Pumps as an acceptable pump manufacturer. Al-5 SECTION 16900-INSTRUMENTATION e Addendum No. 1 00900-1 FTW99425 A. Reference Page 5,Paragraph 2.05,E. Modification: Delete paragraph E in its entirety and replace with the following, "E. The chlorine residual analyzers shall be Capitol Controls." Al-6 ADD THE FOLLOWING SECTIONS: 15078 MISCELLANEOUS PIPING AND APPURTENANCES 15136 MISCELLANEOUS VALVES 16111 CONDUITS DRAWINGS: Al-7 SHEET 6 OF 33 A. Reference: Section A. Modification: Delete the Y-9" dimension call-out from the centerline of the existing 24" gate valve to the buried joint,and replace with a single joint of pipe from the connection to existing piping to the new 24" 90 degree bend. Addition:Add the following as Note 15 of the General Notes-"Contractor shall field verify the location,line,and grade of the existing piping connections and will be responsible for removal of existing concrete blocking as required to connect to the existing piping". B. Reference: General Notes Addition:Add Note 15,"All exposed discharge piping for the pump station shall be ductile iron pipe". Al-8 SHEET 23 OF 33 A. Reference: Foundation Plan Modification:Change dimension of penetration through the floor of discharge piping from wall from 7' -4" to 6' -4". Al-9 REPLACE THE FOLLOWING SHEETS REPLACE SHEET WITH SHEET 2 of 33 Site Plan 2A of 33 Site Plan 3 of 33 Piping Layout- Stage I 3A of 33 Piping Layout-Stage I 4 of 33 Piping Layout- Stage II 4A of 33 Pump Station Expansion-Stage 11 5 of 33 Pump Station Plan 5A of 33 Pump Station Plan 7 of 33 Profiles Water Line `A' and 7A of 33 Profiles Water Line `A' and Water Line `B' and Misc. Water Line `B' and Misc. Details Details 8 of 33 Concrete Overflow Structure 8A of 33 Concrete Overflow Structure 9 of 33 21" Waterline Modification 9A of 33 21" Waterline Modification 12 of 33 Plan &Profile- 24"Water 12A of 33 Plan&Profile-24"Water Line -Sta 0+00 to Sta 10+00 Line-Sta 0+00 to Sta 10+00 13 of 33 Plan &Profile-24" Water 13A of 33 Plan &Profile-24" Water Line -Sta 10+00 to Sta Line-Sta 10+00 to Sta Addendum No. 1 00900-2 )E M99425 15+05.22 14+56 15 of 33 Miscellaneous Details 15A Of 33 Miscellaneous Details -� 26 of 33 Electrical Site Plan 26A of 33 Electrical Site Plan 30 of 33 Electrical Details 30A of 33 Electfical Details END OF ADDENDUM NO. 1 Addendum No. 1 00900-3 FTW99425 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR NORTH BEACH STREET N.S. III PUMP STATION EXPANSION WATER DEPARTMENT PROJECT NO. PW77-060770140490 DEPARTMENT OF ENGINEERING PROJECT NO. 2923 BOB TERRELL KENNETH BARR CITY MANAGER MAYOR HUGO A. MALANGA, P.E. LEE C. BRADLEY DIRECTOR DIRECTOR TRANSPORTATION AND WATER DEPARTMENT PUBLIC WORKS MIKE GROOMER A. DOUGLAS RADEMAKER, P.E. ASST. CITY MANAGER DIRECTOR DEPARTMENT OF ENGINEERING OF * • e NOVEMBER 1999 ! TIMOTHY E. CAMIPBC t /. . . . . . . . . . . . . : . .'J 81011 4055 INTERNATIONAL PLAZA, mill S�Of�,f,t SUITE 200 FREESE-NICHOLS FORT WORTH, TEXAS 76109- 4895 (817) 735-7300 Or F&N Nqv, 99425 t OF J '`" r . �' SSP..• E�%4s+* .R.BAD JOHN F. DEWAR . . . . . . . 8p059 A�oc•'lois TABLE OF CONTENTS 1. Part A - Notice to Bidders - Comprehensive Notice to Bidders 2. Special Instructions to Bidders 3. Minority and Women Business Enterprise Specifications 4. Part B - Proposal 5. Part C - General Conditions (City of Fort Worth) 6. Part D - Special Conditions 7. Part E - Material and Construction Specifications 8. City of Fort Worth Standard Certificate of insurance 9. Contractor Compliance With Worker's Compensation Law 10. Part F - Bonds (City of Fort Worth): a. Performance Bond b. Payment Bond C. Maintenance Bond 11. Part G - Contract (City of Fort Worth) Appendix A - Easements (See Special Conditions) Appendix B - Storm Water Pollution Prevention Plan PART A NOTICE TO BIDDERS PART A- NOTICE TO BIDDERS Sealed proposals for the following: FOR: NORTH BEACH STREET N.S. III PUMP STATION EXPANSION WATER DEPARTMENT PROJECT NUMBER PW77-060770140490 DEPARTMENT OF ENGINEERING PROJECT NUMBER 2923 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., Thursday, DECEMBER 16, 1999 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans and Specifications 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 fifty dollars ($50.00). This deposit is refundable if the documents are returned in good condition within ten (10) days after the bids are opened. Additional sets may be purchased on a nonrefundable basis for fifty dollars ($50.00) per set. A majority of the work consists of the following: New Pump Station, Yard Piping, Electrical and SCADA Approximately 1,500 LF 24" Waterline and Appurtenances Included in the above will be all other items of construction as outlined in the Plans and Specifications. 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. In order for a bid to be considered responsive, the AFFIDAVIT STATEMENT included within these bid documents must be completed and submitted with the bid. Failure to submit the completed AFFIDAVIT STATEMENT shall render a bid non-responsive. In addition, the M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM, AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within five (5) City business days after the bid opening. Failure to comply shall render a bid non-responsive. For additional information concerning this project, please contact Anthony Wilkins, Project Manager, at (817) 871-8047 or J.R. Baddaker, P.E. or Mike Brownlee, E.I.T., Freese and Nichols, Inc. at (817) 735-7300. Advertising Dates: November 18, 1999 November 24, 1999 FTW99425 A-1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: NORTH BEACH STREET N.S. III PUMP STATION EXPANSION WATER DEPARTMENT PROJECT NUMBER PW77-060770140490 DEPARTMENT OF ENGINEERING PROJECT NUMBER 2923 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., DECEMBER 16, 1999 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. . Plans and Specifications 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 fifty dollars ($50.00). This deposit is refundable if the documents are returned in good condition within ten (10) days after the bids are opened. Additional sets may be purchased on a nonrefundable basis for fifty dollars ($50.00) per set. A majority of the work consists of the following: New Pump Station, Yard Piping, Electrical and SCADA Approximately 1,500 LF 24" Waterline and Appurtenances Included in the above will be all other items of construction as outlined in the Plans and Specifications. �- The City reserves the right to reject any and/or all bids and waive any and/or all formalities. -� Award of Contract: No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. 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 Department of Engineering at (817) 871-7910. FT V99425 A-2 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. In order for a bid to be considered responsive, the AFFIDAVIT STATEMENT included within these bid documents must be completed and submitted with the bid. Failure to submit the completed AFFIDAVIT STATEMENT shall render a bid non-responsive. In addition, the M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM, AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within five (5) City business days after the bid opening. Failure to comply shall render a bid non-responsive. For additional information concerning this project, please contact Anthony Wilkins, Project Manager, at (817) 871-8047 or J.R. Baddaker, P.E. or Mike Brownlee E.I.T., Freese and Nichols, Inc. at (817) 735-7300. BOB TERRELL GLORIA PEARSON CITY MANAGER CITY SECRETARY Department of Engineering A. Douglas R maker, P.E. Director Advertising Dates: By: / Rick Trice, P.E. November 18, 1999 Manager, Consultant Services November 24, 1999 FTW99425 A-3 SPECIAL INSTRUCTIONS TO BIDDERS 1. PREQUALIFICA T ION REQUIREMENTS: A current financial statement, an acceptable experience record and an acceptable equipment schedule must be filed with the director of the Water Department at least one week prior to the hour for opening bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Proposals submitted by the prospective bidder who has not fulfilled the above requirements shall remain unopened. i Prospective bidders whose qualifications are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received will be notified before the date of bid opening, and any proposals submitted by them shall be returned unopened. Liquid assets in the amount of ten (10%) percent of the kk estimated project cost will be required. For an experience record to be considered acceptable for a given project, it must reflect the experience of the firm seeking the qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been on projects completed not more than five (5) years prior to the date on which bids are to be received. The Director of the Water Department shall be the sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent 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 ten (10) days after the contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, 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 FTW99425 SI-1 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. Refer to Part C - General Conditions, Item C3-3.7, as well as Part D - Special Conditions. 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 BIDDER: Pursuant to Article 601g, Tex. Rev. Civ. Stat., the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower that the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks in 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 bid amount is less than $25,000.00, the contract amount shall be paid in one lump sum upon completion and acceptance by the City of Fort - Worth Water Department. 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 FTW 99425 SI-2 engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirements. 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 requirement. 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 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. 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 applieRnts for employment with, or employees of Contractor or any,of its subcontracturs. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state, and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accordance with City of Fort Worth Ordinance No. 11923, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. In order for a bid to be considered responsive, the AFFIDAVIT STATEMENT included with these bid documents must be completed and submitted with the bid. Failure to submit the completed AFFIDAVIT STATEMENT shall render a bid non-responsive. In addition, 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 FTW99425 Sl-3 business days after bid opening. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom the delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render a 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 Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records, or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under the appropriate federal, state or local laws or ordinances relating to the 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. The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non- responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting its goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TXDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non-responsive. FTW99425 SI-4 Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds ten (10%) percent of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contractor shall: Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the contractor had represented he would perform with his forces, the contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following: Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. Failure of Subcontractor to provide required general liability of other insurance. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposed used by the Contractor in preparing his M/WBE Participation plan. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. FTW99425 SI-5 PART B PROPOSAL PART B - PROPOSAL (This Proposal must not be removed from this book of Contract Documents) do TO: Mr. Bob Terrell City Manager City of Fort Worth, Texas FOR: NORTH BEACH STREET N.S. 111 PUMP STATION EXPANSION �- WATER DEPARTMENT PROJECT NUMBER PW77-060770140490 DEPARTMENT OF ENGINEERING PROJECT NUMBER 2923 �- Includes the furnishing of all materials (except as specified to be furnished by the City), equipment and labor for the installation of all improvements and appurtenant work shown in the plans and specification, 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 inspection and approval of the Director of the City Water 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, and 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: (Furnish and install, including all appurtenant work, complete in place, the following items): FTW99425 B-1 1 � e NORTH BEACH STREET N.S. III PUMP STATION EXPANSION PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT , ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID UNIT TWO - N.S. III PUMP STATION EXPANSION 17. 1 LS New Pump Building Including Precast Concrete Panels, Roofing, Concrete Slab, Pump Bases, Tie-Ins to Existing 4" Sanitary Sewer and Appurtenances G-i444 Thal 5AjL-,d Dollars and N D Cents per LS $ 1610,000.00 $ g0100 00 18. 1 LS New Pumps, Piping, Pump Control Valves, Motors and Appurtenances 7630 uu*Agd Vn-.kr 'fhff: aAollars and hl 0 Cents per LS $ 7w,CW.00 $ 240,noo•CO 19. 1 LS Overflow Structure for Drain Line at Existing 5 MG Ground Storage Tank G'gK4 .K1 7hou5ghd_ Dollars and t rlO Cents per LS $ lejl 000.coo $ f61000.0D 20. 1 LS Work Performed by H.S.Q. to Complete Stage Two - Pump Station Plan as Specified and Shown on the Drawings _ �_Mau sand Dollars and M0 Cents per LS $ ;?D,Cao•CC $ Zo,COQ•00 FTW99425 B-6 - NORTH BEACH STREET N.S. III PUMP STATION EXPANSION PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 21. 1 LS ADD/<DEDUCT> For All Additional Work Required to Complete Stage Two Pump Station Plan as Specified and Shown on the Drawings but Not Included in Other Items M Tho'(i.SO&A-d _ Dollars and Cents per LS $ 10, 000-0D $ /o/ V00,100 ALTERNATE BID ITEM 22. 1 EA 30" Butterfly Valve and Valve Vault Including Appurtenant Piping and Equipment :i Y4-v 11,Au lha ad Dollars and Al O Cents per EA $ b3,000-00 $ (,3, 000 .00 BID SUMMARY FOR NORTH BEACH N.S. III PUMP STATION EXPANSION TOTAL FOR UNIT ONE (Bid Items 1 through 16) $ -7(#'t5, to 1(0.00 TOTAL FOR UNIT TWO (Bid Items 17 through 21) $ 3(06, 000- 00 ALTERNATE BID ITEMS (Bid Item 22) $ (p 3, 000-an BASE BID TOTAL (Bid Items 1 though 21) $ ALTERNATE BID TOTAL (Bid Items 1 through 22) $ N 61 �. 00 36" waterline pipe shall be in accordance with City of Fort Worth Water Department specification E1-4 or E1-6. Bidder/Contractor shall check the pipe material to be used for 36" diameter waterline pipe and yard piping. [ ] E1-4 Concrete Pressure Pipe and Fittings [� E1-6 Ductile Iron Pipe FTW99425 B-7 PART B - PROPOSAL (continued) Within 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 five (5%) percent is to become the property of the City of Fort Worth, Texas, in the event the contract 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. r The undersigned bidder certifies that he agrees the OWNER reserves the right to award either Unit 1 or Unit 2, or both Unit 1 and Unit 2, or neither Unit 1 or Unit 2, and that individual i line items may be deleted from the Proposal from either Unit 1 or Unit 2 to arrive at the most advantageous bid total for the OWNER. Alternate bid items may be added to or deleted from the contract by the Owner. The work includes furnishing all materials, tools, equipment, transportation, services and all labor and superintendence for the construction as indicated in the Contract Documents. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin work on the Contract and to complete all work on the Contract f within the time set forth in Part D - Special Conditions, "Completion Time". (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. B. The principal lace of business of our company or our parent company or [ ] P P P P Y P P Y majority owner is in the State of Texas. FTW99425 B-8 Receipt is acknowledged of the following addenda: Addendum No. 1a �. Addendum No. 2 Addendum No. 3 Respectfully submitted, (SEAL) By: If Bidder is Corporation Title: 21 cea;d.as>'�- Address: O ox gl-"13 i r i i i i on FTW99425 B-9 UNIT 1 DEPT 6F Attachment 1 A ENCINEERINC/C FW Page Iof2 City of Fort Worth Minority and Women Business Enterpri9S%V& $c.-Ar?s 44 'R4 �l (,l-�I�(-�-��5 1 M- BEMBE UTILIZATION ME COMPANY NAMEII�o EDIA l�Tl�n BID DArp EJECT NAME PROJECT NUMBER IyS M/WBE PROJECT GOAL: ' MlWBE PERCENTAGE ACHIEVED: mP torrnin ienti�etyitft s pp rting ocum�e�tati nand rece edby he Mang Dep wrtm .�^' :Swi,LYr� s, ,.d+:".sa •t-w:s: r 5+.aN'A•�"aeirt,.. L '�{°.� "7�'•9 o, ore 4 OQp mf� (5� itybusi scfaysafte b�di'openng,exc[usnreof bid open ng,,date,v�nl[result lthe tai :ingrcans�dered�.non,Rrespons(ye to;.bid,specifications-; �� � ��� �� ::.� �- ,��' ��:��'. uMY"d'�"��.a;iia..+rc�'d�tG�'�u�.urs-y�,;,;�y'�+c� �'t>to;:�,t{s.., +�s3"S�.r�t?•��'"7:y `x""-5�."'',�... "t. t,'s, r"`*a.., ,, ��z'��.. "'h4+r2>�,�r.'�"er",� ie� -dersig ti dder�agree o titer�ntta a forn aC agreements+nth the MBE and/o WBE firmsrfor work I�sted;i ;tiedutecond�tonedupo exe utioncontract,�withttie,Cty .ofEotUYorth The'nmtenti�onaltiancl o�r�knowtng' Is'p„ ese�nta�t,�o offactsrt�s= rounds:.for-.consld�'e oxn�ofii�squatification�anttd witl.resutt�nith'e bid eing:cons�de�e�none .+.wY.#•.rYe ,v.-s- .. „J -t:w.N±. .. a y � ....:cting� Spe/.ifyrAll items j. ompan/Name,t''"o"ntact-Name - Cect�fied�. � Specify All Contra �, to be * �Dollar`Amouiit• 'h'47aL,3�7F b .c 't 1 C.-?- yz ♦ m,e .. ,. !i a N4 ..c:K ,,.w.^:r .R Address'"`; 'dg'Fele hone Nory '� #�` � ' 3cope'of�Vllork ` �' � �- Supplied,("}`�; ;; r -- �•�'• ,s `➢::�^Pzl.` �, Y.y ,.„'.°N,�i '5'y}�tsR `:a'S t'rit�'�. N.�,!�`"F-;� ..di�rY�w^. �✓'_._ Am t�kwwtc [All FP 00 �, _ is W) ,-3t .�ew..,� ..-.,_. :..° _. .+:' ... ..t.... ........ .. MMBEs'must be[orated in the.9(nine}"county marketplace or currently'do�ng business in.he marketplace at the„t me,of,bid: .,. pec;its all areas;in whidi MWBE sane to'be utilized and/oritems r .1 ,.,.;xsive .....rr±,n. ,. �.«. .,.;».,»„>. pp ..,:,, ,} � bi�rn,� sY„pr Al W. .C¢mplete listing of.items to be supplied is required�in.order to eece►ve�creditto'ward th"e'MM/BEgoal�. :,,. eanpec:MsthetevelofsubcontracUngbelowtheprimecontractodconsultant,`ie adirect `F'�' � .payment � ,fiP .,ti from-the prime contractor toa subcontracto�(s considerela- d 1-tier;a'�a�mertt bya:subcoritracto Y.e°,a"'�m'� �•¢" , 3n x. '.'.e”' �..r,+? 4,.Ysa 'RPM v s.s ,a.° n.k. to its supplier is considered.2"a tier.> s i1S F RM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev. 6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department Rev.612198 1 Ct l r r�"T'TAvW " ' 1A r99 DEC � Ca`g'e of 2 CITY OF FORT WORTH Y MBE and WBE UTILIZATION FORM P(7 2 X13 s -, -Ike, talc3� Prime Company Name Bid Date 66va,i► -&O r h 576_u+ 0.5. Project Name !CO. Project Number The undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE fines for work listed In this schedule,conditioned upon execution of a contract with the City of Fort Worth. The willful misrepresentation of facts is grounds for consideration of disqualification and will result In the bid being considered non-responsive to specifications. w- VL.EI���ydTdT���Ei�LG'FlA.'�,.""""'i'� L.+: - idii.'.�d'.''.�T.• '.�.''�" U(AnkrcS t * 1 gS,D00 .00 2d 00r1k .1Z j gn - 5'(00 -304 (h Acceptable certifying agencies,please specify: (NCTRCA)North Central Texas Regional Certification Agency CrADOT)Texas Department'of Transportation (")Only first and second tier acceptable_ Mont THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 pm, FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING Rev.316196 UNIT 1 Attachment 1A Page 2 of 2 City of Fort Worth Minority and Women Business Enterprise Specifications MBEIWBE UTILIZATION 'Coinpan$ ame„�Contac"t"ttame Certified $pecrtjAl[Con'tract�rigSpecifj( If Ctemsto'bern �'1iDollar Amount'” A�"ddre" and�Tele hone;Nod ;�� i.e bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding tual work performed by all subcontractors, including MBE(s)and/or WBE(s)arrangements submitted with this bid e'bidderalso agrees to allow an audit and/or examination of any books, records and files held by their company tha 1 substantiate the actual work performed by the MBE(s)and/or WBE(s)on this contract, by an authorized officer or ip/oyee of the City. Any intentional and/or misrepresentation of facts will be grounds for terminating the contrac debarment from City work for a period of not less than three(3)years and for initiating action under Federal,State Local laws concerning false statements.Any failure to comply with this ordinance and creates a material breach of ntract may res tin a determination of an irresponsible offer and barred from participating in City work for a period time not less tha a (1)year. A s a WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD uthorized Signature Printed Signature iY1Tr P S i ( o r't� itle" Contact Name and Title (if different) A- 1_1 _`1 - �Oimany Name Telephone Number(s) & CSS-� I �DY I2t��Gti� � � `ELI - -7'2 72-o ddeess Fax Number i_tY/State/Zip Code Date I$ ,FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5) CITY BUSINESS DAYS AFTER BI e- Raw- 61919! ATTACHMENT 9A Page 2 of 2 MBE and WBE UTILIZATION FORM sw Qtr3 < a; aig can ;�•C.�+ '� :Fiw^^rfiCya• A. C. YORCwMtm v..� :v-Yw.:?,D $$Y ♦"w..::-v vlt4".`, ACL ,': tiCl'n {v K �+.. ^. \..,..:."� �:>?•5:."' � � Xr�aav;,S a:v ar: ' •-�«...J- �,.ve•"'ur':�!�n�::aY6 �'"."' ;n ..,.:4�: r• �.. wS'»iws' The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors,including MBE(s)and/or WBE(s)on this contract,the payment thereforeand any proposed changes to the original MBE(s)and/or WBE(s)arrangements submitted with this bid. The bidder also agrees to aQow an audit and/or examination of any books,records and files field by their company that will substantiate the actual work performed by the MSE(s)and/or WBE(s)on this contract, by an authorized officer or employee of the City. Any willful misrepresentation will be grounds for terminating the contract or debarment from City work for a period of not less than three(3)years and for initiating action under Federal,State or Local laws concerning false statements. LL MBEs and MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD Authorized Signature Company Name Title Date Rev.316196 SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C - GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Page C3-3 (1), should be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or 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. C. C3-3.7 BONDS: Page 0-3 (3), the paragraph after subparagraph d. Change the paragraph to read as follows: "No sureties will be accepted by the owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and the surety shall be acceptable to the owner. In order for a surety to be acceptable to the City, (1) the name of the surety shall _ be included on the current U.S. Treasury List of Acceptable Sureties (Circular 870), or (2) the surety must have capital and surplus equal to ten times the amount of the bond. The surety must be licensed to business in the state of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth (1/10) of the total capital and surplus. If reinsurance is required, the company writing the reinsurance must be authorized, accredited or trusteed to do business in Texas." D. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the I Oth day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such Revised Pg, 1 6/04/99 dft r materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than$400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of$400,000 or more at the time of execution, retainage shall be five percent (5%). �. Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the d„ work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Ma Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. E. C3-3.11 INSURANCE: Page CM (5): Delete subparagraph "a. COMPENSATION INSURANCE" F. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" G. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 go (8), should be deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of or alleged to arise out of,the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniurp, damage or death is caused, in whole or in Part, by the negligence or alleged negligence of Owner, its officers,servants, or employees Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries ,r to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part on by the negligence or alleged negligence of Owner, its officers, servants or employees,. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor Revised Pg. 2 "` 6/04/99 either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. PP W Revised Pg. 3 Mp 6/04/99 CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 1999 CLASSIFICATION HOURLY RATE AIR TOOL OPERATOR $9.00 ^, ASPHALT RAKER 9.55 ASPHALT SHOVELER 8.80 BATCHING PLANT WEIGHER 11.51 CARPENTER 10.30 CONCRETE FINISHER-PAVING 10.50 CONCRETE FINISHER-STRUCTURES 9.83 CONCRETE RUBBER 8.84 ELECTRICIAN 15.37 FLAGGER 7.55 FORM BUILDER-STRUCTURES 9.83 FORM LINER-PAVING&CURB 9.00 FORM SETTER-PAVING&CURB 9.24 FORM SETTER-STRUCTURES 9.09 LABORER-COMMON 7.32 LABORER-UTILITY 8.94 MECHANIC 12.68 r OILER 10.17 SERVICER 9.41 PAINTER-STRUCTURES 11.00 PIPE LAYER 8.98 BLASTER 11.50 ASPHALT DISTRIBUTOR OPERATOR 10.29 ASPHALT PAVING MACHINE 10.30 BROOM OR SWEEPER OPERATOR 8.72 BULLDOZER 10.74 CONCRETE CURING MACHINE 9.25 CONCRETE FINISHING MACHINE 11.13 CONCRETE PAVING JOINT MACHINE I0.42 CONCRETE PAVING JOINT SEALER 9.00 CONCRETE PAVING SAW 10.39 CONCRETE PAVING SPREADER 10.50 SLIPFORM MACHINE OPERATOR 9.92 CRANE,CLAMSHELL,BACKHOE,DERRICK,DRAGLINE,SHOVEL 11.04 FOUNDATION DRILL OPERATOR CRAWLER MOUNTED 10.00 FOUNDATION DRILL OPERATOR TRUCK MOUNTED 11.83 FRONT END LOADER 9.96 MILLING MACHINE OPERATOR 8.62 MDR I0.30 MOTOR GRADER OPERATOR FINE GRADE 11.97 MOTOR GRADER OPERATOR 10.96 PAVEMENT MARKING MACHINE 7.32 ROLLER,STEEL WHEEL PLANT-MIX PAVEMENTS 9.06 ROLLER,STEEL WHEEL OTHER FLATWHEEL OR TAMPING 8.59 ROLLER,PNEUMATIC,SELF-PROPELLED SCRAPER 8.48 p' SCRAPER 9.63 TRACTOR-CRAWLER TYPE 10.58 TRACTOR-PNEUMATIC 9.15 TRAVELING MIXER 8.83 J CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 1999 CLASSIFICATION HOURLY RATE WAGON-DRILL,BORING MACHINE 12.00 REINFORCING STEEL SETTER-PAVING 13.21 REINFORCING STEEL SETTER-STRUCTURES 13.31 STEEL WORKER-STRUCTURAL 14.80 SPREADER BOX OPERATOR 10.00 WORK ZONE BARRICADE 7.32 TRUCK DRIVER-SINGLE AXLE LIGHT 8.965 TRUCK DRIVER-SINGLE AXLE HEAVY 9.02 TRUCK DRIVER-TANDEM AXLE SEMI TRAILER 8.77 TRUCK DRIVER-LOWBOY/FLOAT 10.44 TRUCK DRIVER-TRANSIT MIX 9.47 TRUCK DRIVER-WINCH 9.00 VIBRATOR OPERATOR-HAND TYPE 7.32 WELDER 11.57 r r ps 15078 MISCELLANEOUS PIPING AND APPURTENANCES 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install miscellaneous piping, fittings, and appurtenances. 1.02 QUALITY ASSURANCE [Not Used] 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: 1. Shop drawings 1.04 STANDARDS [Not Used] 1.05 DELIVERY AND STORAGE [Not Used] 1.06 JOB CONDITIONS [Not Used] 1.07 OPTIONS [Not Used] 1.08 GUARANTEES [Not Used] 2.00 PRODUCTS 2.01 MATERIALS [Not Used] 2.02 MIXES [Not Used] 2.03 FABRICATIONS [Not Used] 2.04 MANUFACTURED PRODUCTS [Not Used] 2.05 COPPER PIPE AND FITTINGS A. Copper pipe for water service shall be Type "K" hard-drawn copper tubing. Connections shall be made using cast brass or copper sweat fittings and Sil-Fos or approved equal hard solder. Union adaptors shall be used at ends of copper lines and at connections to equipment so that piping can be disconnected without unsoldering the joints. B. Joints in copper piping shall be soldered with ANSI/ASME B32, Grade 95TA solder. Before making up joints,copper shall be cleaned to bright metal with emery cloth and. treated with nonacid type flux. Miscellaneous Piping and Appurtenances 15078-1 FTW99425 2.06 PIPE COUPLINGS A. Dresser style pipe couplings where shown on the Plans shall be Dresser Industries or approved equal, for same pressure rating as adjoining pipe. Couplings shall comprise a steel center band, steel gland rings, gaskets, and bolts. Provide thrust harness as detailed where shown on the Plans. 2.07 FLOOR DRAIN Floor drains shall be cast iron of the sizes indicated. Drain design shall allow height adjustment prior to concrete slab placement. Floor drains shall installed at the locations indicated on the _ drawings. Contractor shall install P-trap for connections to existing drain lines and sewer lines. 2.09 PIPE SUPPORTS Adjustable pipe supports under valves and piping shall be Grinnell Figure 264 or approved equal, comprising cast iron saddle,threaded nipple, and reducer assembly with extra strength steel pipe and floor flange. For special sizes and shapes of valves, saddle shall be fabricated steel to fit valve or piping being supported. rt 3.00 EXECUTION 3.01 PREPARATION [Not Used] 3.02 INSTALLATION Piping shall be carefully handled and installed to prevent damage to the pipes. Potable water lines shall be disinfected in accordance with Section 01656, DISINFECTION. 3.03 FIELD QUALITY CONTROL Lines shall be tested for leaks. Leaks and defects shall be repaired or replaced, and re-tested until no leaks or defects are discovered. 3.04 CLEAN AND ADJUST [Not Used] 3.05 SCHEDULES [Not Used] END OF SECTION P. Miscellaneous Piping and Appurtenances 15078-2 FTW99425 t T 15136 MISCELLANEOUS VALVES 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials,equipment and incidental necessary to install miscellaneous valves. 1.02 QUALITY ASSURANCE [Not Used] 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: 1. Shop drawings 2. Operation and Maintenance Manuals 1.04 STANDARDS [Not Used] 1.05 DELIVERY AND STORAGE [Not Used] 1.06 JOB CONDITIONS [Not Used] 1.07 OPTIONS [Not Used] 1.08 GUARANTEES [Not Used] 2.00 PRODUCTS 2.01 MATERIALS [Not Used] 2.02 MIXES [Not Used] 2.03 FABRICATIONS [Not Used] 2.04 MANUFACTURED PRODUCTS [Not Used] 2.05 FLAP VALVES A. Flap valves shall be circular flange framed, with machined back flange for attachment to flanged piping. Body and flap shall be cast iron,ASTM A-126-B. Resilient seat shall be neoprene or Buna-N bonded in a groove machined in the body. Hinge arms shall be high- tensile bronze,ASTM B-584-CA865 with two pivot points, an adjustable lower pivot with limited rotation and a threaded upper hinge post to adjust flap valve sensitivity. A lubrication fitting shall be supplied for each pivot. Hinge pins shall be silicon bronze, ASTM B-98-CA655 or Type 304 Stainless Steel. Miseellaneous Valves 15136-1 FTW99425 r B. Equip flap valve with a lever arm with an adjustable counter weight to securely seat flap in the closed posistion with the valve installed with the back flange facing in the vertical direction. Flap valve shall be designed to open when differential head across the flap is 0.3'or less. C. Flap valve shall be Rodney Hunt Series FV-AC,Waterman Equal Model, or equal. 3.00 EXECUTION 3.01 PREPARATION [Not Used] 3.02 INSTALLATION Carefully handle and install valves in a manner that prevents damage to any part of the valves. Install valves in accordance with the Manufacturer's instructions. 3.03 FIELD QUALITY CONTROL [Not Used] 3.04 CLEAN AND ADJUST [Not Used] 3.05 SCHEDULES [Not Used] END OF SECTION Miscellaneous Valves 15136-2 FTW99425 16111 CONDUITS 1.00 'GENERAL 1.01 WORK INCLUDED Furnish labor,materials, equipment and incidentals necessary to install a complete conduit system for each type of electrical system. Electrical work shall be in accordance with Section 16010, GENERAL ELECTRICAL REQUIREMENTS. 1.02 SUBMITTALS No submittals required. 1.03 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: ANSI C80.1 Rigid Steel Conduit,Zinc-Coated ANSUNEMA FB 1 Fittings and Supports for Conduits and Cable Assemblies NEMA RN 1 PVC Extemally-Coated Galvanized Rigid Steel Conduit and Electrical Metallic Tubing NEMA TC 3 PVC Fittings for Use with Rigid PVC Conduit and Tubing 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. RIGID ALUMINUM CONDUIT: Heavy wall, aluminum alloy 6063; low temper number,tube, free from defects and manufactured in accordance with ANSI C80.5 standards and U.L. listed. Acceptable manufacturers shall be Vaw, Western, and Alumax. B. PVC COATED RIGID STEEL: Meeting the requirements of rigid steel conduit; 40 mil PVC, exterior coating and 2 mil red urethane interior coating. Acceptable Manufacturers shall be Rob Roy Plastibond Red, Ocal and Perma-Cote. C. FLEXIBLE METAL CONDUIT: 1. FOR USE WITH GALVANIZED CONDUIT: Single strip,helically wound, interlocking,galvanized steel, in accordance with Fed. Spec. WW-C-566 and U.L. listed. Liquid tight conduit shall have an extruded, polyvinyl jacket over the Conduits 16111-1 FTW99425 r i flexible metal. Acceptable product shall be Anaconda Type U.A. D. RIGID NONMETALLIC CONDUIT: Schedule 40 and Schedule 80 high impact, polyvinylchloride, in accordance with Fed. Spec. W-C-1094 and U.L. listed. Acceptable manufacturers shall be Carlon, Cantex, and Certainteed. E. FITTINGS AND CONDUIT BODIES: 1. RIGID METAL CONDUIT: Threaded type material to match the conduit, in accordance with ANSUNEMA FBI and as manufactured by Appleton Form 35, Killark"O" Series, Crouse Hinds, OZ Gedney, or RACO. 2. FLEXIBLE AND LIQUID TIGHT FITTINGS: In accordance with ANSUNEMA FB 1; cadmium-plated,malleable iron body and nut; cadmium steel ferrule; insulated throat; integrally-cast, external ground lugs, as manufactured by Appleton "ST" series, Hubbel, OZ Gedney Type 4QL, or RACO. 3. PVC CONDUIT: Solvent-welded, slip-on joints, in accordance with NEMA TC3, as manufactured by Carlon, CertainTeed. F. ELBOW AND BENDS: Rigid,nonmetallic conduit system shall use PVC-coated rigid steel for conduits 2" and larger for all bends greater than 45 degrees. Other conduit systems shall use the same material as the conduit with which they are installed. G. BUSHINGS: High impact,thermosetting, phenolic insulation; 150 degrees C.; as manufactured by Appleton "BBUH", Blackburn, or OZ Gedney type A. H. GROUNDING BUSHINGS: Conduit grounding bushings shall consist of a malleable iron, insulated throat conduit bushing with an attached aluminum set screw lug. Grounding bushing shall comply with Fed. Spec. W-F-408b and W-W-C-581d, UL Standards 514B and 467, and shall be Crouse Hinds Lazy Lug or approved equal. I. LOCKNUTS: Zinc-plated or cadmium-plated,malleable iron, as manufactured by Appleton "BL", OZ Gedney, RACO, or Steel City. J. HUBS: STEEL CONDUIT: Cadmium-plated,malleable iron with tapered threads, a neoprene "O"ring and an insulated throat, as manufactured by Appleton "HUB", Myers type St., OZ Gedney,type CH-T. K. CONDUIT THROUGH-WALL AND FLOOR SEAL: Malleable iron body with oversized sleeves, sealing ring,pressure clamp and rings and sealing grommet; hex head cap screw, as manufactured by OZ Gedney,type FSK. L. SMOKE AND FIRE SEALS: Material shall be intumescent, one(1) part(requiring no mixing) and capable of expanding up to a minimum of eight(8)times. Material shall be U.L. classified with a fire rating equal to or greater than the penetrated number. Products Conduits 16111-2 FTW99425 t to be in caulk,putty,wrap strip,sheet, or access kit form and shall be 3M "Fire Barrier". M. END BELLS: Hot-dipped, galvanized,threaded,malleable iron, as manufactured by OZ Gedney type TNS. N. EXPANSION FITTINGS: Hot-dipped,galvanized,malleable iron with bonding jumpers. Linear expansion fittings shall be OZ Gedney Zx for rigid, metal conduit or Appleton "XY series. Combination linear and deflection expansion fittings shall be OZ Gedney type AXDX. O. THREADED NIPPLES: As manufactured by Allied, Triangle or Steel Duct. Conduit nipples shall have two(2) independent sets of threads. Running threads shall not be used. Utilize the conduit union when joining two (2) fixed conduits in a continuous run. P. ESCUTCHEONS: Chrome-plated, sectional floor and ceiling plates, as manufactured by Crane No. 10. Q. ACCESSORIES: Reducers,washers, etc., shall be cadmium-plated,malleable iron. PP R. IDENTIFYING TAPE FOR BURIED CONDUITS: 6" wide,polyethylene with continuous printing along the length of the tape, as manufactured by Brady "Identoline" or Sentry Lin "Terra Tape". Use red with black letters for buried electrical power ,. conduits. Use green with black letters for buried electric instrumentation and communication conduits. S. WEATHERHEADS: Weatherheads shall be threaded aluminum for threaded rigid conduit application and shall not be clamp type. Weatherheads shall be Crouse Hinds series F, O-Z type 17 or Appleton Series F. T. CONDUIT DRAINS: Conduit drains shall be Crouse Hinds ECD Universal, or approved equal. U. BURIED CONDUIT: PVC Schedule 40 or PVC coated rigid steel. V. ABOVE GRADE CONDUIT: Rigid Aluminum, unless noted otherwise. W. ALUMINUM CONDUIT IN CONCRETE: Aluminum conduit shall not be used in concrete. X. Conduit in concrete shall be Rigid Steel or PVC-coated Rigid Steel. Conduits 16111-3 FTW99425 go tc 3.00 EXECUTION 3.01 INSTALLATION A. Size conduits as required by the NEC for the number and sizes of wires to be drawn into the conduit. Conduits less than 3/4" shall not be used unless specified otherwise. B. Install the conduit at elevations which maintain headroom and at locations which avoid interference with other work requiring grading of pipe,the structure, finished ceiling, walls, etc. Avoid crossing other work. Do not place the conduits in close proximity to equipment, systems and service lines, such as the hot water supply and return lines or steam pipes which could be detrimental to the conduit and its contents. Maintain a minimum of 3" separation, except in crossing,which shall be a minimum of 1". C. Prevent displacement by securely supporting the conduit which is to be concealed and installed in advance of other work. Carefully layout all conduit installed within the structure, such as in floors,beams and walls to avoid densities excessive for the construction. D. Cut the conduit square with a saw. Ream, deburr and swab the inside of the conduit before installing the conductors. Make bends and offsets in 1" and smaller conduit with approved bending devices. Use a hydraulic, one-shot conduit bender or factory elbows for bends in conduit larger than 1". Use conduit bodies to make sharp changes in direction around ground beams. Install no more than four(4) 90 degree bends between boxes. E. Where space conditions prohibit the use of standard elbows, use cast ferrous alloy fittings to match the conduit construction. "Condulet" type fittings shall not be used on ' conduit containing#4 or larger wire. F. Make conduit joints mechanically tight and electrically continuous. Pitch the conduit in areas where moisture may be present to avoid creating moisture traps. Where indicated or necessary to prevent accumulation of water in the conduit,provide a junction box with 3 a drain fitting at the conduit system's low point. G. Group the conduit in parallel runs where practical and use a conduit rack constructed of steel channels with conduit straps or clamps. Prove space for an additional 25% conduit. Route conduit inside building extents parallel to building lines. H. Route and suspend conduit crossing expansion or Seismic joints to permit expansion, contraction, and deflection utilizing approved fittings to prevent damage to the structure, conduit, and supporting devices. Combination expansion/deflection fittings shall be installed on conduits which are concealed when they cross expansion joints. Route conduit through roof openings for piping and ductwork where possible; otherwise,route through the roof with pitch pocket. Do not allow conduit to penetrate duct work. Do not install conduit exposed on the roof without prior permission from the Engineer. Conduits 161114 FTW99425 a4' I. Connect motors, equipment containing motors, equipment mounted on isolated foundations, light fixtures and other equipment and devices which are subject to vibration and which require adjustment with a liquid-tight, flexible metallic conduit from the device to the conduit serving it. The maximum length of the flexible conduit shall be 3011,unless specifically instructed otherwise by the Engineer in writing. J. Install escutcheons on exposed conduits passing through interior floors,walls and ceiling. Install fire seals on conduit passing through fire-rated partitions, floors and ceilings. Install through-wall seals on conduit passing through exterior walls, or use standard, galvanized steel pipe sleeves with diameters 1/2" greater than the outside diameter of the sleeved conduit. Fill the annular space with oakum and the ends of the sleeve with fire-resistant compound. K. Install a sleeve for the conduit passing through the interior floors and insulated throat grounding bushings on conduit which is stubbed through slabs and foundations into electrical enclosures. #' L. Provide grounding for conduit, fittings and accessories. M. Use PVC coated,rigid steel,factory elbows for bends in PVC conduit runs which are longer than 100', or in PVC runs which have more that two bends, regardless of their length. N. Use double locknut construction on conduit which terminates at electrical enclosures, pull boxes, motor terminal enclosures, etc., with an approved bushing over the conduit. Increase the length of the conduit threads at outlets and junction boxes wherever necessary to accommodate double locknuts and bushings. Seat all bushings fully against the end of the conduit. l O. Generally, conduit runs shall not be installed in concrete slabs,but shall be installed in cushion sand below slabs. Where specifically indicated to be cast into concrete, conduits shall be rigid steel and shall be located in the middle between top and bottom reinforcing. Maintain a minimum of 1-1/2" concrete cover at all locations. The maximum size of conduit permitted to be embedded in slabs is 1". Do not route conduit in a manner to cross each other. Conduit shall have a minimum spacing of 1-1/2" apart. Unless specifically indicated, conduits shall not be placed in slabs on grade. P. Use PVC coated,rigid metal conduit for all conduits penetrating slabs. Where PVC coated,rigid steel or aluminum conduit joins a dissimilar conduit,the fittings shall also be PVC coated. PVC conduit in slabs shall be protected from mechanical damage by extending PVC coated rigid metal conduit a minimum of 12" into the concrete at the transition. Q. Use suitable conduit caps to protect installed conduit against entry of dirt and moisture. Conduits 16111-5 FTW99425 an V dR. Install empty conduits in or below slabs so that a threaded fitting with PVC plug is placed on each conduit and is flush with the concrete or finished floor surface. 3.02 UNDERGROUND DUCT BANK INSTALLATION A. Install top of duct bank minimum of 18" below finished grade. B. Install conduit with minimum grade of 4" per 100'. C. Terminate conduit in end bell at manhole entries. dk D. Stagger conduit joints in concrete encasement a minimum of 6" vertically. E. Use suitable separators and chairs installed not greater than 4' on centers. Band conduit together with suitable banding devices. Securely anchor conduit to prevent movement during concrete placement. F. Provide a minimum of 3" concrete cover at bottom,top, and sides of duct bank. G. Provide two No. 4 steel reinforcing bars in top of bank under paved areas. H. Color of concrete encasement shall be red. I. Duct bank trench shall be backfilled with material free from large rocks,paving material, or large angular substance. END OF SECTION Conduits 16111-6 FTW99425 PART C GENERAL CONDITIONS f PART C GENERAL CONDITIONS PART C - GENBRAL 'CONDITIONS . -. TABLE OF CONTENTS' NOVEMBER, 1, 1987 TABLE OF CONT?NTS Cl-1 DEFINITIONS C1-1.1 Definition of Terms C1-1 (1) C1-1.2• Contract Documents C1-1 (1) C1-1.3 Notice to Bidders Cl-1 (2) C1-1. 4 Proposal C1-1 (2) C1-1.5 Bidder C1-1 (2) C1-1. 6 General Conditions C1-1 (2) CI-1.7 Special Conditions C1-3. (2) C1-1. 8 Snecifications C1-1 (2) C1-1. 9 Bond C1-1 (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 C1-1 (3 ) C1-1.14 Mayor C1-1 (3 ) C1-1.15 City Manager C1-1 (3 ) C1-1.16 City Attorney C1-1 (3 ) C1-1.17 Director of ?ublic Works Cl-1 (4) C1-1.18 Director, City Water Department C1-1 (4 ) n C1-1.19 Engineer C1-1 ( 4) C1-1.20 Contractor C1-1 ( 4 ) C1-1.21 Sureties C1-1 (4 ) C1-1.22 The Work or Project C1-1 ( 4) C1-1.23 Working Day Cl-1 (4 ) C1-1.24 Calendar Day Cl-1 (4 ) C1-1. 23 Legal Holiday C1-1 ( 4 ) C1-1.20' Abbreviations Cl-1 (5 ) C1-1. 27 Change Order C1-1 ( 6 ) C1-1.28 Paved Streets and Alleys C1-1 ( 6 ) C1-1. 29 ' Unpaved Streets and Alleys - C1-1 ( 6 ) C1-1. 30 City Streets C1-1 ( 6 ) C1-1.31 Roadway C1-1 ( 6 ) C1-1.32 Gravel Street C1-1 ( 6 ) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL. ' C2-2.1 Proposal Form C2-2 (1) C2-2.2 . Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site C2-2' (2) C2-2. 4 Submitting of Proposal C2-2 (3 ) C2-2.5 Rejection of Proposals . C2-2 (3 ) C2-2. 6 Bid Security C2-2. (3 ) t C6-6 L.- =.L RELATIONS AND PUBLIC RES PONS I3ILITY g C6=6.1 Laws to be Observed C6-6 (1) C6-6. 2 ?ermits and Licenses C6-6 (1) C6-6 .3 ?-tented Devices , Materials and Processes C6-6 (1) Co'-6 .4 Sanitary Provisions C6-6 (2) C6-6.5 ?ublic Safety and Convenience CS-6 (2) ?rivileyes of Contractor in Streets, a Alleys, and 'might-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) CS-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 CS-6 (8) C6-6.13 Contractor' s Claim for Damages C6-6• (10) Co'-6.14 Adjust.-"eht of Relocation of Public Utilities, etc. C5-6 (10 ) C0'-6.13 Temporary Sewer Drain Connections CS-6 (10 ) Co'-6 .16 Arrangement and Charges of Water Furnished by City C6-6 (11) C6-6 .17 Use of a Section of ?ortion 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) Co'-6. 21 State Sales Tax C5-6 (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 Ti=e 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 Sus-zersion of Abandonment of the Work and Annulment of Contract C7-7 (7) v 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 CS-8 (1) C8-8 .2 Unit Prices C8-8 (1) (3) ` '• PART C - GENERAL CONDITIONS C1-1 DEFINITIONS SECTION CI-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following teras 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 sp ecifications , 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 gove=n all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (Sample) wait= PART 3 - PROPOSAL (Sample.) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS El-Whits E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White • PART G - CONTRACT (Sam7D le) White b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a suDDlement 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 PA.RT E - SPECIFICATIONS PER_KITS/ZASEMENTS PART F - BONDS PART G - CONTRACT PART H — PLANS (Usually bound separately) Y C1-1 (1) faithful -zerformance of the contract and include the following: a. Performance Bond (see paragraph C3-3 .7 ) b. ?ayment Bond (see paragraph C3-3 .7) C. Maintenance Bond (see paragrach C3-3.7 ) d. ?roposal or Bid Security (se: 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 c overing" 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 reproduceions 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. • =4 .•� I C1-1 . 12 CITY: The City of Fort north, 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 or Contracts involving the City of Fort North 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. a 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 reoresentative. 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 ) 1. New Year' s Day January 1 2. M. L. Ring," Jr . Birthday Third Monday in January 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Fourth Friday in November Be 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 i; 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 definsi herein aooear in Contract Documents , the intent and meaning shall be as follows: - _ AASHTO - American Association of MGD - Million Gallons Per State 3ighway 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 3 - Percentam Association R - Radius ASA - American Standards Association I.D. - Inside Diameter r : HI - Hydraulic Institute O. D . - Outside I Diameter Asph. - Asphalt Elev.- Elevation Ave.. - Avenue F - Fahrenheit Blvd. - Boulev=ard C - Centigrade CI - Cast iron In. - Inch CL. - Center Line Ft. - Foot GI - Galvanized Iron St. - Street ` Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. _ Yard i MH Manhole SY Square Yard Max. - Maximum L.P. - Linear Foot D.I. -.Ductile Iron C1-1 (5 ) r SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION ALND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PRC�PCSAL C2-2.1 PROPOSp.L FOR.14: The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid pri:as are requested. The Proposal form will state the Bidder ' s general understanding of the project to be completed, provide a space for furnishing the amount of bid security , and state the basis for entering into a'- formal contract. The Owner will* furnish forms for the Bidder ' s "Experience Record, " "Equipment Schedule , " and "Financial - Statement," all of which must be properly executed and filed with the Director of the City water Department one week prior to the hour for opening of bids. - The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so Dr eDared as to reflect the current financial status . This S tatement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10%) percent of the estimated project cost will be required. For an . exper.ience record to be considered to be acceptable for a given project , it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been on projects completed not more than five (5 ) years, prior to the date on which are tb be received . The Director of the Water department shall be -sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective kidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may a listed in 'the proposal .R • C2-2(1) h t Owner nor the engineer guarantee that the e daLa shown is raprasenta iva of conditions which actually exist. C2-2 . 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his .Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the fora shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes to do the work contemplated or furnishe the materials t required. All such .prices shall be written legibly. In case of discrepancy between the price written in words and the price writtan in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must Se signed by him (h=r) or his (her) duly authorized agent. If a proposal is submitted by a firm , association , or partnership, the name and address of each member must be given , and the proposal must be signed by a member of the firm, association , or partnership , or by a person duly authorized . If a proposal is sulmmitted by a company or corporation , the company or corporate name and business address m2st be given , and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and -'' submitted with the proposal. .r C2-2 . 5 REJECTION OF PROPOSALS : Proposals may be rejected if they show any alteration of words or figures , additions not called for , conditional or uncalled for alternate bids , incomplete bids, erasures , or irregularities of any kind, or contain unbalance value of any items . Proposal tandered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 . 6 310 SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to- Bidders " and the "Proposal. " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids. 1` C2-2(3 ) Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2 -2 . 12 DISQUALIFICATION OF BIDDERS : Bidders may be z disqualified an their proposals not considered for any of , but not limited to, the following reason: a. Reasons for believing that collusion exists among bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract ` or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement , experience record, equipment schedule , and such inquiries as the Owner may see f it to make. g. Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder. not filing with the Owner, one week in ` advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration , which have been successfully completed by the Bidder. - 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer , is disqualified under the requirements stated herein, shall be set- aside and not opened. C2-2(5) PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION 0_ DOCUMENTS SECTION C3-3 Aw'-RD AND EXECUTION Or DOCUkENTS: C3-3 .1 CONSIDERATION Or PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the •Contract Documents. ". The total obtained by taking the sum of the products of =unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the commieted project will be considered as the amount of rthe bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and f Waive technicalities, to re-advertise or new proposals , or to proceed with the work in any :Wanner as maybe considered for the best interest of the Owner. f�.• C3 -3 . 2 MINORITY BUSINESS ENTSR?RISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner , upon request , complete and accurate information regarding actual work performed by a Minority Business Lnterpr is e (MBE) and or a a Woman-owned Business Enterprise (WBE ) on the contract and -the payment therefor. Contractor further agrees , t upon requesby Owner , to allow and audit and/or an examination or any books , records, or files in the possession of Contractor that will substantiate the actual work performed r by the MBE or Way. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements ; further , any such misrepresentation may be grounds for disqualification of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six ( 6 ) months. C3-3 . 3 EQUAL EMPLOYMENT PROVISIONS: The Contractor s:.all ' comply with Current City Ordinance prohibiting discrimination in employment practices. r r C3-3 (1) hond shall guarantee the payment for all labor, materials , equipment, supplies , and services used in the construction of the work , and shall remain . in full force and effect until provisions as above stipulated are accomplished and final payment is ,wade oa the project by the City. b. MAINTENANCE BOND : A good and suf f icient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt , full and faithful performance of the general guaranty which - is set forth iri•paragraph C8-8 .10. C. 3AYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent- of the amount of the contract', - as evidenced by the proposal tabulation or otherwise , guaranteeing the. prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes Of Texas , • 19 25 , as amended by House Bill- 344 Acts 55th Legislature, Regular Session , 195.9 , effective %pril 27 , 1959 , and/or the latest version thereof, �u�plying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications . Payment Bond shall remain in fore_ until all payments as above stipulated are made. d. OTHER BONDS : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner . All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas , and which is acceptable to the owner . In order to be acceptable, the name of the surety shall be included on the current O. S . Treasury list of acceptable sureties , and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a a C3-3 (3 ) certificate of insurance for aporoval. The crime contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors . It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. ° a. COMPENSATION INSURANCE : The Contractor shall maintain ,- during the life of this contract , Workers ' • Compensation . Insurance on all of his employees to be engaged in work on th e project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work bh the •p'roject under this contract ' is not erotected under the Workers ' Compensation statute, the Contractor shall provide adequate employer ' s general liability insurance for the protection of such of his employees not so. protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor ' s Comprehensive General Liability Insurance (Public Liability and • Property Damage Insurance) in an amount not less than $ 500 , 000 covering each occurrence on account of bodily injury, including PM death , and in an amount not less than $ 500 , 000 covering each occurrence on account of property damage with $2, 000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies; and in the a:aount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability ( covers General Contractor ' s. Liability for acts of sub-contractors) . 2. Blasting, prior to any blasting being done, 4 3 . Collapse of buildings or structures adjacent to excavation ( if excavations -are to be performed adiacent to same) . 4 . Damage to underground utilities for $500,000. C3-3 (5 ) ^b City of Fort Worth , Tarrant County, Texas . Each such agent shall be a duly qualified, one upon whom service of process may be had , and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort north , or any other claimant, any claims that the City of Fort `Worth or other claimant or any property owner who has been damaged , may have against the Contractor , insurance , and/or bonding company . If the local insurance representative is not so empowered by the insurance or bonding companies , then such authority must be vested - in a local agent or claims officer residing in the Metroplex, the Fort worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of _ insurance. C3-3 .12 CONTRACTOR' S 0BLIGATIONS : Under the Contract, the Contractor shall pay for all materials , labor and services when due. C3-3 . 13 EEXLY PAYROLL : A certified copy of each payroll covering payment bf wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner' s rapresentative within seven ( 7 ) days after the close = of each payroll period. A copy or copies or the appli`able minimum wage rates as set forth in the Contract Docux.eats shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract . Copies of the wage rates will be furnished the Contractor, by the .Owner; however, posting and protection of the wag= rates shall be th..e responsibility of the Contractor. C3-3 . 14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person , persons , partnership , company , firm , association , corporation or other who is aporoved `to do business with and enters into a contract with the City for construc.ion of water and/or sanitary sewer facilities, will =. have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area . The Contractor shall charge, delegate, or assign this. office (or he may delegate his Project Superintendent ) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other m C3-3 (7) �. PART C - GENM LU CONDITIONS C4-4 SCOPE Or WOR3 SECTION C4-4 SCOP? Or WORM tM C4-4 . 1 INTENT Or CONTRACT DOCUM:NTS : It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish ; all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or -' special work as Way be considered by the Owner as necessary to compl=ete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents , furnish all labor, tools, materials , machinery, equipment , special services , and incidentals necessary to the prosecution and completion of the project. C4-4 , 2 SPECIAL PROVISIONS : Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated , or should there be any additional proposed work which is not covered by these Contract Documents, then "Special Provisions" covering all such Work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special 2rovisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4 . 3 I?vC3BASBD OR DECREASED QUPNTITIBES: The Owner reserves the right to alter the quantities of the work to be perormed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices . Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items . women such changes increase or decrease the original quantity of any item or items of work to be don_ or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal ; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work. " No allowance will be made for any changes in anticipated profits nor shall such changes be considered as J - C4-4 (1) suggested by the Owner and shall give the Owner access to all accounts , bills , vouchers , and records relating to the Extra Work. -No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. N o claim for Extra work of any kind will be allowed unless ordered in writing by the Owner . In case any orders or instructions , either oral or written, appear to the Contractor to involve Sxtra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work , prior to beginning such work. Should a difference arise as to what does or does not 4 constitute Extra work, or as to the payment thereof , and the Engineer insists upon its performance , the Contractor shall proceed with the work after making written request for written orders and shall keep in accurate account of the actual reasonable cost thereof as provided under ,uethod ( Item C ) . Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five ( 5 ) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expanded upon the said Extra work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be' necessary to enable the Owner to prepare for mermanant record a corrected set of plans showing the actual installation. The compensation agreed upon for ' extra work' whether or not iniitiated by a 'change order ' shall be a full , complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost , or any other effect on changed or unchanged work as a result or the change or extra work. C4-4. 6 SCHEDULE OP OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive th-e Owner ' s approval thereof, a "Schedule of Operations, " showing by a straight line method the date of commencing and finishing each of the major elements of the contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There ry _ C4-4 (3 ) C. Durations shall be in calendar days and normal hcli=ays and weather conditions over the duration contract shall accounted for within the W duration of each activity. d. one critical path shall. ,be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. =1oat time is not for the exclusive use or benefit of either the Contractor or the owner. - f. Thirty days shall be used for submittal review unle_s otherwise speciied. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Soecifications and each general category shall be broken down into activities in enough detail to achieve activities of approxitiately fourteen (14 ) days duration. For each general category, the construction sch..=dule shall '.= identify all trades or subcontracts whose work is represented by activities that follow the guidelines or this Section. For each of t::e trades or subcontracts , the construction schedule shall indicate the following procurements , construction and preacceptance activities and events in their logical Sequence_ for equipment and materials. 1. Preparation and transmittal of submittals. 2 . Submittal review periods . 3 . Shoo fabrication and delivery. 4 . Erection or installation. 5 . Transmittal of manufacturer ' s operation and maintenance instructions . S . Installed equipment and materials testing. 7. owner's o_erator instruction (if applicable) . 8 . Final ins action. C4-4 (5) PART C - GENERAL CONDITIONS C5-5 CONTROL Or WORK AND biATBRI ALS SECTION C5-5 CONTROL Or WORK A14-D WXTERIP�L_S C5-5 .1. AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the engineer and in strict compliance with the Contract Documen6s . He shall decide all questions which arise as to the quality and acceptability of materials furnished , work performed, rate of progress of the work, overall sequence of the construction, interpretation 'of the Contract Documents•', acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents , supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor ' s means , methods , techniques , sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor ' s failure to perform the work in accordance with the contract documents. He shall determine the amount and quality of the work completed and materials furnished , and his decisiohs and estimates shall be final . His estimates in such _vent s:-.all be a condition to ,the right of the Contractor to receive money du= him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out Promptly. In the event of any dispute between the Engineer and Contractor over the decision of the _Engineer on any such matters , the Engineer ;gust, within a reasonable time , upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. _. C5-5 . 2 CONFORMITY WITH PLANS : The finished project in all cases shall conform with lines , grades , cross-sections , finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents . Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be _ determined by the Engineer and authorized by the Owner by Change Order. CS-5 (l) adequately provide for the safety or convenience of the traveling public or the owners of property _cross which the project extends or the safety of property contiguous to the project routi3. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5 . 5 EMERGENCY AND/OR RECTIFICATION WORK: When , in the opinion of the Owner or Engineer , a condition of -emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative ,:, shall respond with dispatch to i verbal request mad= by the Owner or Engineer to alfeviate the emergency condition . Such a response shall occur day or night, whether the project is scheduled on a calendar-day or on a working-day basis . Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies , omissions , or T corrections necessary to conform with the requirements of the project specifications or plans , the Engineer shall give the Contractor written notice that such work or changes are to be A performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition . in the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action , within 24 hours , the City may take such remedial action with City forces or by contract. The- City shall then deduct an amount equal to the entire costs for such remedial action, plus 25% , from any funds due the Contractor orr the project. C5-5 . 6 FIELD OFFICE: The Contractor shall provide , at no extra compensation , an adequate field office for use of the Engineer , if specifically called for. The field office shall be not less than 10 by 14 feet in floor area , substantially constructed , wel-1 heated , air conditioned , lighted, and weather-proof , so that documents will not be damaged by the elements. C5-5 .7 CONSTRUCTION STARES: The City, through its Engineer, will furnish the Contractor with all lines , grades , and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents , and lines , grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. ,ems¢ C5-5 (3 ) C5-5 . 9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the. requirements •a! the Contract Documents . If the Engineer so requests , the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. Alter examination , the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable , the uncovering or removing and replacing of the covering or raking good of the parts removed shall be paid for as extra work, but should be work-so -exp.osed or examined prove' to be ` unacceptable , the uncovering or removing and the replacing of all adjacent defective or damaged parts `shall be at the Contractor ' s exoense. No work shall be done or materials used - without suitable supervision or inspection. C5-5 .10 REMOVAL OF DEr CTIVE AND UNAUTHORIZED WORK: All work, materials , or equipment which has been rejected shall be remedied or removed and reolaced in an acceptable manner by the Contractor at his own expense. Work don_ beyond the lines and grades given or as shown on the plans , except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner . Work so done may be ordered removed at the Contractor ' s expense . Upon the failure on the part of the Contractor to comply with any order of the Engineer mad_ under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money 'due or to become due to the Contractor . Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. C5 -5 . 11 SUBSTITUTE MATERIALS OR EQUIPMENT : If the Specifications , law, ordinance, codes or regulations permit - Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute , he shall , prior to the preconstruction conference , make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as . that specified; and identifying all variations of the proposed • CS-5 (5) ground, and shall be Placed under cover when directed. Stored materials shall be placed and located so as to f acilitate prompt ins_action: ' *' CS-5 .14 EXISTING STRUCTURES AND UTILITIES : The location and dimensions shown on the Plans relative .to existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains , water mains , conduits , sewer lines and service lines for all utilities , etc . , is unknown to the Owner , and tae Owner assumes no responsibility for failare to show any .r all such structu=res and, utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the may cuantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not rade in the Contract Documents , in which case the provision in these Contract Docualen_s for extra Work shall apply. -` It shall be the Contractors r_spansibility to verify locations of ad4?c�nt and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances . The Contractor shall tae= all necessary precautions in order to protect all existing utilities , structures and service lines . Verification of existing utilities, structures and service lines shall include notification of all utility companies at least forty eight ( 48 ) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment shall be considered as. subsidi-ary work. CS-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosectuion of work where the interruption of service is necessary, the Contractor , at least 24 hours in advance, shall be required to: 1. Notify the Water Department ' s Distribution Division as to location , time , and schedule of service interruption. CS-5 (7) unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the _cels of such direct action , plus 25% of such costs , shall be deducted from monies du= or to become due to the Contract-cr. Upon the completion of the project as a whole as covered by these Contract Documents , and before final acceptance and final payment will be made , the Contractor shall cl=an and T remove prom the .sit= of the project all surplus and discarded materials , temporary structures, and debris of every kind. == shall l=ave the site of all work in a neat and orderly condition equal to' that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean , polished and new appearing condition . No extra comp=ensation will be made to the Contractor for any clean-up required on the project. C5-5 . 18 FINAL INSPECTION: whenever the work provided for in and contemplated ander the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made . Such inspection will be .made within 10 days after such notification . After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council . No time charge will be made against the Contractor between said date of notification of the Engineer and the data of f in:l inspection of the work. C5-5 (9) PAST C GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC r1-4 SPONS IBILITY - C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe *and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations , and shall observe and comply with all orders, laws, ordinances and regulations 'Which exist or which may be enacted later by bodies having jurisdiction or authority for such anactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers , agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6 . 2 PERMITS AND LICENSES: The Contractor shall _procure all permits and licenses , pay all charges , costs and fees , and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6 . 3 P ATENTED DEVICES , MATERIALS AND PROCESSES : If the Contractor is required or desires to use any design , device , material; or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee -or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from patents , trade-marks, and copy rights in any way involved in the work. The Contractor and his. sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such patented design , device , material or process , or any trade-nark or copy right in connection with th; work agreed to be performed under these Contract Documents , and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the• work, provided, however, that the Owner will assume the responsibility• to defend any and all suits brought for the infringement of any patent claimed to be infringed upon by the design , type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner , and to hold the Contractor harmless on account of such suits. 1 C6-6 (1) gas valves , or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which*may come to its attention , after twenty-four hours notice is writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice , and in either case, the cost of such work done or materials furnished by the Owner or by the City shall be deducted from monies due or to become _du_ to the Contractor. The Contractor , after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer , and Police Department , when any street or alley is requested to- be closed or obstructed or any fire hydrant is to be made inaccessible , and, when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets , alleys, or hydrants are again placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams , his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. , . The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6 . 6 PRIVILEGES OF CONTRACTOR IN STREETS , ALLEYS , AND RIGHT-OF-WAY: For the performance of the contract , the - Contractor will be permitted to use and occupy such portions of the public streets and alleys , or other public places or other rights-of-way as provided for iri the ordinances of the City , as shown in the Contract Documents , or as may be specifically authorized in writing by the Engineer . A reasonable amount of tools , materials , and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations . Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railway tracks, the work shall be - J C6-6 (3) The Contractor will not remove any regulatory sign , instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that . a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public works department , Signs and Markings Division ( phone number 8780'-9075 ) , to remove the sign . In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced 'manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are met-: When construction work is completed to the extent that the permanent sign can be r=_-installed, the Contractor shall =gain contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is comglet_d. The Contractor will be held responsible for all damage to the work or the public du= to failure of barricades , signs , fences , lights , or watchmen to protect them . Whenever evidence is found of such damage to the work the Engineer «ay order the damaged portion im--fedi ately removed and replaced by the Contractor at the Contractor ' s own expense . The v Contractor ' s responsibility for the maintenance of barricades, signs, :_nces and lights , and. for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner, No compensation , except as specifically provided in these Contract Documents , will be paid to the Contractor for the work and materials involved in the constructing , providing, and maintaining of barricades , signs , fences , *and lights or for salaries of watchmen , for the subsequent removal and disposal of such barricades , signs , or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is corrsidered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. PW C6-6 . 9 USE OF EXPLOSIVES , DRO? WEIGHT , ETC. : Should the Contractor elect to use explosives, drop weight, etc . , in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property . The Contractor shall notify the proper representative of any public service corporation , any company , individual , or utility, and the Owner, not less than twenty-four hours in C6-6 (5) a every precau=ion to prevent da.uage to all trees , shrubbery, plants , lawns, fences, culverts, curbing , and all other types Of structures or- improvements , to all water , Sewer, and gas lines, to all conduits, overhead pole lines , or appurtenances thereof, including the construction of temporary fences, and to all other public or private property e along adjacent to the work. The Contractor shall notify the proper representatives of owners or occumants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least 43 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies- or any corporation, company, individtial, or other, either as owners or occupants , whose land or interest in land might affected by the work. The Contractor shall be responsible for all damage or injury to prooerty 'of any character resulting from any act , a omission , neglect., or misconduct in the manner or method or execution of the work'. or at any time due to defective work, material, or equipment. -k When and where any direct or indirect or injury is done to public or private property on account of any act , omission , neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof on the Dart of the Contractor , he shall restore or have restored at his own cost and expense such property to a condition at least equal to ` that existing before such da'zage or injury was done , by repairing, rebuilding, or otherwise replacing and restoring. as may be directed by the Owner , or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a bettar than original condition upon completion of this project.` When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is c*.:t . Should additional' f ence cuts be necessary, the Contractor shall provide cross braced posts at point of the propos ed- cut in, addition to the cross braced posts provided at the. permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the `various items bid in the project C6-6 (7) in whole or in part , by alleged negligence of officers , agents , servants ,. employees , contractors , subcontractors , - . license=s or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries ,loss or damages to property of the Owner during- the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in part , any and all alleged acts or omissions of officers , agents, servants , employees , contractors , subcontractors , licenses, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the water Department , as evidenced by a final inspection, final payment to the Contractor shall not be recommended by the ,Director of the "dater Department for a period of 30 days after. the date of such final inspection, unless the Contractor 'shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claim concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, 'such semi-final payment to be in an amount equal to the total dollar amount then du= less the dollar value of any written claims pending against the Contractor arising out of the performance of such worts, and such s mi-final payment may then be recommended by the Director. The Director shall not recommend final• payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the wort performed unless the Contractor submits evidence in writing satisfactory to the Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims , and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. if condition (2 ) above - is met at any time within the six month period, the Director may recommend that the final payment to the Contractor be mad=_. At the C6-6 (9)