Loading...
HomeMy WebLinkAboutContract 25821 i SPECIFICATIONS AND CONTRACT r DocuMENTs FOR Main 195AR Drainage Area Sanitary Sewer Systellf Rehabilitation and Improvements CITY SECRETARY (Group 7, Contract 4) Part 6CITY SECRETARY /� l D.O.E. FILE CONTRACT JV0. CONTRACTOR'S BOND, e'PPiect No. PS58— 070580410080 CONSTRUCTION'S CLIENT DEPARTME01't 3 - `.1: .E. No. 2702 , in the City of Fort Worth, Texas 1999 Bob TERREL.L KENNETH BARR City Manager Mayor LEC C. BRADLEY,JR., P.E. vp Director Water Department HUGo A. MALANGA, P.E. A. DOUGLAS RADEMAKER, P.E. Director of Director rTransportation and Public Works Department cf Engineering WHITE White Rock Consultants BY: N� ROCK 5501 Bridge Street Suits 301 FIN_A! CONSULTANTS Fort Worth, Texas 76112 1 WITH: RJN Group, Inc. Consulting Engineers 7524 Mosier View Court, Suite 110 U, 1124 1111,0 Fort Worth,Texas 76118-712'1 WITH: Garcia & Associates Engineering, Inc. ������� ��C��@ R 6850 Manhattan Blvd, Suit:)301 Fort Worth,Texas 76`120 (!GFjM0�111 City of Fort Worth, Texas "agog and Council Communication DATE REFERENCE NUMBER LOG NAMEPAGE 3/28/00 **C-17949 30FULLER 1 of 3 SUBJECT AWARD OF CONTRACT TO HALL-ALBERT CONSTRUCTION COMPANY FOR MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS GROUP 7, CONTRACT 4 PART 6, UNIT 3 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Hall- Albert Construction Company in the amount of $249,239.25 for Main 195AR Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 7, Contract 4) Part 6, Unit 3. DISCUSSION: On August 12, 1997 (M&C C-16216), the City Council authorized the City Manager to execute an engineering agreement with White Rock Consultants to prepare plans and specifications for the reduction of inflow/infiltration in the sanitary sewer Main 195AR drainage area. This project is part of the City's Integrated Wet Weather Wastewater Management Program to comply with an administrative order from the U.S. Environmental Protection Agency to eliminate sewer overflows from the City's wastewater collection system. The project consists of the replacement of the following sanitary sewer laterals: • L-4090 Beginning from a point located 100 feet west of the Fuller Avenue/Ryan Avenue intersection, southwesterly 650 feet, then southerly 1,450 feet; and • L-4097 Beginning from a point located 200 feet west of the Stanley Avenue/Fuller Avenue intersection, westerly 400 feet, then northerly 600 feet to Spurgeon Avenue in the alley located between Townsend Drive and Gordon Avenue. The proposed improvements consist of the replacement of approximately 2,500 of primarily 8-inch sewer pipe. The project is located in COUNCIL DISTRICTS 3 and 9, Mapsco 90L and R. The project was advertised for bid on December 30, 1999 and January 6, 2000. On January 27, 2000, the following bids were received: City of Fort Worth, Texas "agar and coundl Communication DATE REFERENCE NUMBER LOG NAME PAGE 3/28/00 **C-17949 30FULLER 2 of 3 SUBJECT AWARD OF CONTRACT TO HALL-ALBERT CONSTRUCTION COMPANY FOR MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS GROUP 7, CONTRACT 4 PART 6, UNIT 3 BIDDER AMOUNT TIME OF COMPLETION Rhino Utility Construction, Inc.* $243,413.75 90 Calendar Days Hall-Albert Construction Company 249,239.25 Conatser Construction Company 272,191.25 Larrett Construction, Inc. 290,930.60 Cleburne Utility Construction, Inc. 292,936.60 Stocker Enterprises, Inc. 304,062.00 Marjami Inc., d/b/a Lemar Construction 314,365.25 Mid-State Utilities, Inc. 322,795.00 Kebo Services, Inc. 351,104.35 William J. Schultz, Inc., d/b/a Circle "C" 363,104.35 Construction Company Whizcon Utilities, Inc. 363,690.00 Burleson Utilities, Inc. 384,321.90 *Rhino Utility Construction, Inc. was determined to be in non-compliance with the contract requirements because the company did not submit the required M/WBE specifications. In addition to the contract cost, $18,000.00 is required for inspection and survey and $13,000.00 is provided for project contingencies. Hall-Albert Construction Company is in compliance with the City's M/WBE Ordinance by committing to 8% M/WBE participation and documenting good faith effort. Hall-Albert Construction Company identified several subcontracting and supplier opportunities. However, the M/WBEs contacted in the areas identified did not respond or did not submit the lowest bids. The City's goal on this project is 15%. City of Fort Worth, Texas 4velljor and Council Communication DATE REFERENCENUMBER LOG NAME PAGE 3/28/00 **C-17949 1 30FULLER 3 of 3 SUBJECT AWARD OF CONTRACT TO HALL-ALBERT CONSTRUCTION COMPANY FOR MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS GROUP 7, CONTRACT 4 PART 6, UNIT 3 FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the State Revolving Fund - Sewer. MG:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) 'Mike Groomer 6140 r (�APPROVED Originating Department Head: CITY COUNCIL A.Douglas Rademaker 6157 (from) VA 2'8 PE42 541200 070420417890 $249,239.25 Additional Information Contact: �W.�04""lj City Secretary of the A.Douglas Rademaker 6157 City of Forl wain.Taxa 400Qi pCZ9 ON XH/%Z] L5'=fT (lam 00/9Z/T0 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 1 to the Construction Plans for Main 19SAR Drainage Area Sanitary Sewer System Rehabilitation & Improvements, (Group 7, Contract 4), Part 6 Sewer Project No. PS58-070580410080 Unit 1 -D.O.E. No. 2609 Unit 2-D.O.E. No. 2701 Unit 3- D.O.E. No. 2702 Unit 4- D.O.E. No. 2703 Bid Submittal Due Date: January 27, 2000 0 1:30PM Addendum No. 1 Issued: December 30, 1999 Prospective Bidders are hereby notrfied of revisions noted below. CONSTRUCTION PLANS The following plan sheets require the following revisions: 1. Sheet No. 1 (Overall Project Cover Sheet) - Index of Drawings Current Sheet No. Revised Sheet No. 9 11 10 12 11 9 12 10 2. Sheet No. 4 (Unit 1 Cover Sheet) - Index of Drawings Current Sheet No. Revised Sheet No. 9 11 10 12 11 9 12 10 3. Sheet No. 6 (Unit 1 Location Map) - Sheet Number Location Current Sheet No. Revised Sheet No. 9 11 10 12 11 9 12 10 Z "d SLES S6S LLS SVX31 HIdOM 12103 NFb HObA WdES°ZL OOOZ-9Z-L Soo [T£Z8 ON SH/%Zl LG-CT aam 00/9Z/TO Failure to acknowledge the receipt of this Addendum No. 1 could cause the subject bidder to be considered"NONRESPONSIVE", resulting in disqualification. REC€iP i ACKNOWLEDGED: A. Douglas Rademaker, P.E. Director, Dept. of Engine ri g By: -- �u Title: By: on S Address: t N,E 241-4, k Rick Trice, P.E. &'rLLIL M 76 Manager, Consultant Services Telephone: 8)7-&zq-f f S/ � 'd SLEE S6S LLS SVX31 H1aOM 1x03 Nra WOdJ WdES'ZL 0002-9�-1 January 3, 1999 ADDENDUM NO. 2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS for MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITAION AND IMPROVEMENTS PART 6 (GROUP 7, CONTRACT 4) SEWER PROJECT NO. PS58-070580410080 in the CITY OF FORT WORTH, TEXAS UNIT 1 DOE NO. 2609 UNIT 3 DOE NO. 2702 UNIT 2 DOE NO. 2701 UNIT 4 DOE NO. 2703 (Bids to be received no later than 1:30 p.m. on January 27, 2000) This Addendum forms a part of the Contract Documents referenced above and modifies The Original Contract Documents and Plans. Acknowledge receipt of this Addendum on the space provided below, on page B-12 of your proposal, and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualification. 1. PART D — SPECIAL CONDITIONS Add the following paragraphs with Item D-2 "Submission of Contract Documents, Construction Start Time and Pre-Construction Submittals" on page SC-3, as follows: Additional special conditions pertaining to work on Federal Property: The contractor shall comply with all terms and conditions on the attached "Revocable License for Non-Federal Use of Real Property" (Federal Permit). All costs for complying with the terms end conditions of the Federal Permit shall be considered subsidiary to the contract cost and no extra compensation shall be made. A copy of the fully executed permit shall be delivered to the successful contractor after it is signed by all parties. CITY OF FORT WORTH, TEXAS DEPARTMENT OF EN7N ERING Mr. Rick Trice, P.E., Manager Consultant Services ReceiptAcknowl , ' 'd: �. Compa By: I i M1 Date: 06' r I REVOCABLE LICENSE FOR NON-FEDERAL USE OF REAL PROPERTY 1. Llc NSE N0. 7 /ll5-ao00—� A revocable license affecting the property described and for the purpose designated below is hereby granted to the licensee herein named,subject to all of the conditions,special and general,hereinafter enumerated. 2 NAME OF LICENSEE 3. ADDRESS City of Fort Worth 1000 Throckmorton Street Fort Worth,TX 76102 4, PROJECT DESIGNATION AND ADDRESS 5. MAXIMUM PERIOD COVERED See Exhibit A,attached hereto and made a part hereof FROM December 1, 1999 TO November 30,2000 6. CONSIDERATION Use of the premises for the construction,installation,repair and maintenance of sanitary sewer lines,as specified in Exhibit A.attached 7. DESCRIPTION OF PROPERTY AFFECTED (As shown on Exhibit A,attached hereto and made a part hereof) I 8. PURPOSE OF LICENSE For construction,installation,repair and maintenance of sanitary sewer lines,as specified in Exhibit A,attached. ■ 9. By the acceptance of this license, the licensee agrees to abide and be bound by the following conditions: r _ 1. SPECIAL CONDITIONS 10.The licensee herein agrees to coordinate all activities hereunder,prior to taking any action and subject to approval by Patricia Cummings,Fort Worth Federal Center,Building 52,501 W. Felix Street, Fort Worth,TX 76115, (817)334-5521. The licensee also agrees herein to execute and be bound by the terms and conditions of any easement to be prepared by the General Services Administration(hereinafter referred to as the GSA)for use of the property referenced herein,following execution of this license. t This license shall be considered mutually terminated upon execution of an easement as specified above. (continued) That condition(s) No.(s) was(were)deleted before the execution of this license. GENERAL SERVICES ADMINISTRATION LICENSOR LICENSEE DATE44 ACCEPTED THIS 7 DAY OF 1_991 19 THIS DAY OF 19 BY (Signature) BY (Signature) TITLE TITLE �J rTITLE TITLE If Licensee is a Corporation, the following Certificate of Licensee must be executed: P CERTIFICATE OF CORPORATE LICENSEE certify that I am the of the City of Fort Worth, named as licensee herein; that who signed said license on behalf of the licensee was then n of said city; and that said license was duly signed for and in behalf of said city by authority of its governing body, and is within the scope of its corporate or municipal powers. PF (CITY SEAL ) (Signature) GENERAL SERVICES ADMINISTRATION (See Reverse) GSA FORM 1582(7-68) SPECIAL CONDITIONS CONTINUED LICENSE NO. 11. The licensee herein agrees to prepare, at its own cost, a survey of the property referenced herein (the premises) , for use in the easement referenced above. 12. All notices and correspondence to be given pursuant to this license shall be addressed, if to the licensee, to The City of Fort Worth, 1000 Throckmorton St . , Fort Worth, TX 76102, and, if to the United States, to the GSA, Public Building Service, Site Acquisition and Relocation Center of Expertise, 819 Taylor St. , Fort Worth, TX 76102, or as may from time to time otherwise be directed by the parties. Notice shall be deemed to have been duly given if and when enclosed in a properly sealed envelope addressed as aforeseaid and deposited, postage prepaid, in a post office regularly maintained by the United States Postal Service. 13. The exercise of the privileges granted herein shall be as follows: a. without cost or expense to the United States; b. subject to the right of the United States to improve, use or maintain the premises; c. subject to other outgrants of the United States on the premises; d. personal to the licensee, and this license, or any interest therein, may not be transferred or assigned. 14 . The licensee acknowledges that it has inspected the premises, knows its condition, and understands that the same is granted without any representation or warranties whatsoever and without any obligation on the part of the United States. 15. The licensee shall pay the cost, as determined by the GSA, of producing and/or supplying any utilities and other services furnished by the United States Government, or through Federal Government-owned facilities for the use of the licensee, including the licensee' s proportionate share of the cost of operation and maintenance of the Federal Government-owned facilities by which such utilities or services are produced or supplied. The Federal Government shall be under no obligation to furnish utilities or services. Payment shall be made in the manner prescribed by the GSA. 16. The licensee shall keep the premises in good order and r in a clean, safe condition by and at the expense of the licensee. The licensee shall be responsible for any damage that may be caused to property of the United States by the activities of the licensee under this license, and shall exercise due diligence in the protection of all property located on the premises against fire or damage from any and all other causes . Any property of the United States damaged or destroyed by the licensee incident to the exercise of the privileges herein granted shall be promptly repaired or replaced by the grantee to a condition satisfactory to the GSA, or replaced by the licensee to a condition satisfactory to the GSA, or at the election of the GSA, reimbursement made therefor by the licensee in an amount necessary to restore or replace the property to a condition satisfactory to the GSA. 17. a. Within the limits of their respective powers, the parties hereto shall protect the premises against pollution of its air, ground and water. The licensee shall comply with any laws, regulations, conditions, or in->+--ructions affecting the activity hereby authorized if and when issued by the Environmental Protection Agency, or any Federal, state, interstate or local governmental agency having jurisdiction to abate or prevent pollution. The disposal of any toxic or hazardous materials within the premises is specifically prohibited. Such regulations, conditions, or instructions in effect or prescribed by said Environmental Protection Agency, or any Federal, state, interstate or local governmental agency are hereby made a condition of this license. The licensee shall not discharge waste or effluent in such a manner that the discharge will contaminate streams or other bodies of water or otherwise become a public nuisance. b. The licensee will use all reasonable means available to protect the environment and natural resources, and where damage nonetheless occurs from the licensee' s activities, the licensee shall be liable to restore the damaged resources . 18 . The licensee shall not remove or disturb, or cause or permit to be removed or disturbed, any historical, archaeological, architectural or other cultural artifacts, relics, remains or objects of antiquity. In the event such items are discovered on the premises, the licensee shall immediately notify the GSA and protect the site and the material from further disturbance until the GSA gives clearance to proceed. 19. This license is effective only insofar as the rights of the United States in the premises are concerned; and the licensee shall obtain any permit or license which may be required by Federal, state, or local statute in connection with the use of the premises . It is understood that the granting of this license does not preclude the necessity of obtaining other relevant permits. 20. This license is revocable at will by the GSA. m , II. GENERAL CONDITIONS a. COMPLIANCE. Any use made of property affected by the of persons or property,or causing justifiable public criticism. license,and any construction,maintenance,repair,or other work ' performed thereon by the licensee, including the installation and i. NOTICE. Any property of the licensee installed or located on removal of any article or thing, shall be accomplished in a manner the property affected by this license shall be removed upon 30 satisfactory to the General Services Administration, hereinafter days'written notice from GSA. referred to as GSA. j. GUARANTEE DEPOSIT. Any deposit which may be require to b. STRUCTURES. The licensee shall not place or construct guarantee compliance with the terms and conditions of this license upon, over or under the property any installation or structure of shall be in the form of a certified check,cashier's check or postal any kind or character,except such as are specifically authorized money order in the amount designated above, payable to GSA. herein. k. BOND. Any bond required by this license shall be in the c. LAWS AND ORDINANCES. In the exercise of any privilege amount designated above,executed in manner and form and with granted by this license,licensee shall comply with all applicable sureties satisfactory to GSA. State,municipal and local laws, and the rules, orders, regulations and requirements of Federal Government departments and I. EXPENSE. Any cost,expense or liability connected with or in bureaus. any manner incident to the granting,exercise,enjoyment,or relinquishment of this license shall be assumed and discharged by „ d. SANITARY CONDITIONS. If this license gives possession of the licensee. United States property,the licensee shall at all times keep the premises in a sanitary condition satisfactory to GSA. m. FUTURE REQUIREMENTS. The licensee shall promptly comply with such further conditions and requirements as GSA may e. DAMAGE. Except as may be otherwise provided by the Spe- hereafter prescribe. cial Conditions above, no United States property shall be destroyed,displaced or damaged by the licensee in the exercise n. ATTEMPTED VARIATIONS. There shall be no variation or of the privilege granted by the license without the prior written departure from the terms of this license without prior written consent of GSA and the express agreement of the licensee consent of GSA. promptly to replace,return,repair and restore any such property to a condition satisfactory to GSA upon demand. o. NONDISCRIMINATION. The licensee agrees that no person will be discriminated against in connection with the use made by f. INDEMNIFICATION. The licensee shall indemnify and save the licensee of the property on the ground of race,color or national harmless the United States,its agents and employees against any origin,nor will any person be denied the benefits of or be subjected and all loss,damage,claim,or liability whatsoever,due to to discrimination under any program or activity held,conducted or personal injury or death,or damage to property of others directly sponsored by the licensee in that any activity,program or use or indirectly due to the exercise by the licensee of the privilege made of the property by the licensee will be in compliance with granted by this license, or any other act or omission of licensee, provisions of Title VI of the Civil Rights Act of 1964(78 Stat.238, including failure to comply with the obligations of said license. 252;42 U.S.C.2000d)and the applicable regulations of GSA(41 CFR Subpart 101-6.2) g. STORAGE. Any United States property which must be removed to permit exercise of the privilege granted by this license The licensee will obtain from each person or firm,who through shall be stored,relocated or removed from the site,and returned contractual or other arrangements with the licensee,provides to its original location upon termination of this license, at the sole services,benefits or performs work on the property,a written cost and expense of the licensee, as directed by GSA. agreement whereby the person or firm agrees to assume the same obligations with respect to nondiscrimination as those imposed h. OPERATION. The licensee shall confine activities on the upon the licensee bylaw and will furnish a copy of such agreement property strictly to those necessary for the enjoyment of the to the licensor. privilege hereby licensed.and shall refrain from marring or impairing the appearance of said property, obstructing access The breach by the licensee of conditions relating to nondis- thereto,interfering with the transaction Government business crimination shall constitute sufficient cause for cancellation and and the convenience of the public, or jeopardizing the safety revocation of the license. GSA FORM 1582 BACK (7-68) January 11, 2000 ADDENDUM NO. 3 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS for MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITAION AND IMPROVEMENTS PART 6 (GROUP 7, CONTRACT 4) SEWER PROJECT NO. PS58-070580410080 in the CITY OF FORT WORTH, TEXAS UNIT 1 DOE NO. 2609 UNIT 3 DOE NO. 2702 UNIT 2 DOE NO. 2701 UNIT 4 DOE NO. 2703 (Bids to be received no later than 1:30 p.m. on January 27, 2000) This Addendum forms a part of the Contract Documents referenced above and modifies The Original Contract Documents and Plans. Acknowledge receipt of this Addendum on the space provided below, on page B-12 of your proposal, and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualification. , 1. PART D — SPECIAL CONDITIONS Add the following Item: D-87 "PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCUTION" Prior to beginning construction on any block in the project, the contractor shall, on a block k by block basis, prepare and deliver two notices or flyers of the pending construction to the front door of each residence or business that will be impacted by construction. The 4• two notices shall be prepared as follows: 1. Two Week Pre-Construction Notification Flyer. The first notification shall be posted two (2) weeks prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), anticipated construction time within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the `two week pre-construction notification' flyer is attached. 2. Three Day Pre-Construction Notification Flyer. The second notification shall be posted three (3) days prior to beginning actual construction on each block in the project area. This flyer will also be printed on the Contractor's letterhead and shall basically serve as a follow-up letter to the two week notification flyer and shall inform residents of the actual construction notification flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, copies of both flyers shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until both flyers are delivered to all residents of the block. Electronic versions of the sample flyers can be obtained from the Wet Weather office at 817-332-5474. All work involved with the pre-construction notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. w 2. PART DA —ADDITIONAL SPECIAL CONDITIONS Paragraph 1.d on Page ASC-5, Part DA-2 PIPE ENLARGEMENT SYSTEM, SECTION B is hereby to be replaced by the following paragraph: "d. Pipe supplied under this specification shall have a nominal DIP (Ductile Iron Pipe) size inside diameter of the size shown on the proposal. The Dimension Ratio (DR) and minimum pressure rating of the pipe shall be DR 21 — 80 psi. Pipe shall be Phillips 66 Driscopipe® 4000 series or City of Fort worth Department of Engineering Approved Equal." CITY OF FORT WORTH, TEXAS - DEPARTMENT OF ENGI E RING By: SOA C,7 'A 41 1 C Mr. Mk Trice, P.E., Manager Consultant Services Receipt AcknowlpcL4edjL , J Compan By: Date: (To be printed on Contractor's Letterhead) Date: DOE No: CXCXC PROJECT NAME: MAPSCO LOCATION: <XXE> LIMITS OF CONST.: <Alpha St. between Beta Street and Gamma Ln.) Estimated Duration of Construction on your Street : <XX>days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL CONSTRUCT OR REPLACE SEWER LINES ON OR AROUND YOUR PROPERTY. YOU WILL RECEIVE A SECOND NOTICE IN ABOUT TEN DAYS SHORTLY BEFORE CONSTRUCTION ACTUALLY BEGINS. IF YOU HAVE ANY QUESTIONS, PLEASE CALL Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. (To be printed on Contractor's Letterhead) Date:_ DOE No:xxxxx PROJECT NAME: MAPSCO LOCATXON: <XXE> LZUTS OF CONST.: <Alpha St between Beta Street and Gamma Ln.) Estimated Duration of Construction on your Street:<XX>days "NOTICE a W**' DEAR RESIDENT,. AS A FOLLOW UP TO OUR PREVIOUS FLYER DATED , THIS IS TO INFORM YOU THAT CONSTRUCTION ON THE ABOVE MENTIONED PROJECT IN YOUR NEIGHBORHOOD WILL BEGIN IN THREE DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL IMMEDIATELY: Mr. <CONTRACTOR'S SUPERINTENDENT> AT<TELEPHONE NO.> OR, Mr. <CXTY INBPECTOR>AT<rELEPHONE NO? PLEASE KEEL THIS EL ZU HANDY WHEN YOU CALL. Z.d 5!RF ciF;q / t R Rb'X-A I w 1 xnAA 1>in 4 mrm wnm J Z001n 1%T8 ON YH/XJl TZ=ZT MON 00/6Z/TO January 21, 2000 ADDENDUM NO. 4 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS for MAIN 196AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITAION AND IMPROVEMENTS PART 6 (GROUP 7, CONTRACT 4) SEWER PROJECT NO. PS68-070580410080 in the CITY OF FORT WORTH, TEXAS UNIT 1 DOE NO. 2609 UNIT 3 DOE NO. 2702 UNIT 2 DOE NO. 2701 UNIT 4 DOE NO. 2703 (Bids to be received no later than 1:30 p.m. on January 27, 2000) This Addendum forms a part of the Contract Documents referenced above and modifies The Original Contract Documents and Plans_ Acknowledge receipt of this Addendum on the space provided below, on page 132 -15 of your proposal, and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualification. 1. REVISE THE FOLLOWING IN PART 132 — PROPOSAL Pay Item 17, on Page 132 - 7 DESCRIPTION OF ITEMS: from—"Watertight Manhole"to "Watertight Insert" CITY OF FORT WORTH, TEXAS DEPARTMENT O ENGINEERING B u Mr. Rick Trice, P.E_, Manager Consultant Services Receipt Acknowledge Compa By: W Date: Z _d SLEE S6S LIS SVX31 HIdOM IdOd Nrd NOd3 NV9l ' Ll OOOe-VZ-1 t CONTRACT DOCUMENTS MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS PART 6 SEWER PROJECT NO. PS58-070580410080 Unit 1 D.O.E. No. 2609 Unit 2 D.O.E. No. 2701 Unit 3 D.O.E. No. 2702 Unit 4 D.O.E. No. 2703 CITY OF FORT WORTH TARRANT COUNTY, TEXAS December 1999 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the State of Texas . `tE OF T�zt .. •F4 ���•s-�ti�9�; .. .gyp.,•... . ,•.r t P�EOF * . ;. RICHARD R. AILLET O MD SHAMSUL ASDL=;+° t' � 00 ++,o:.......83033.......:...r 0,0 83857ICEN F.y 0t��� N /Z -2 - 77 MD SHAMSUL AREFIN Richard R. Aillet Date «'I L 8 �q� Date /2 .Z8- 77 Registration No. 83867 Registration No. 83033 Contractor Street Address City & State Telephone Contact Person CONTRACT DOCUMENTS MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS PART 6 SEWER PROJECT NO. PS58-070580410080 Unit 1 D.O.E. No. 2609 Unit 2 D.O.E. No. 2701 Unit 3 D.O.E. No. 2702 Unit 4 D.O.E. No. 2703 CITY OF FORT WORTH TARRANT COUNTY, TEXAS BY: WHITE ROCK CONSULTANTS WITH: GARCIA & ASSOCIATES ENGINEERING, INC. WITH: RJN GROUP, INC. CONSULTING ENGINEERS FORT WORTH, TEXAS December 1999 TABLE OF CONTENTS PART 6 Part A - Notice to Bidders Detailed Notice to Bidders Special Instructions to Bidders Part B - Proposal and M/WBE Section Part B1 Proposal - Unit 1: M/WBE Specifications - Unit 1 Part B2 Proposal - Unit 2 : M/WBE Specifications - Unit 2 Part B3 Proposal - Unit 3 : I M/WBE Specifications - Unit 3 Part B4 Proposal - Unit 4 : M/WBE Specifications - Unit 4 Part C - General Conditions Part C1 - Supplementary Conditions Part D - Special Conditions Part DA - Additional Special Conditions Standard Details Part E - General Specifications for Water Department Projects (Not Bound Herein) Part F - a. Certificate of Insurance b. Contractor Compliance with Worker' s Compensation Law C . Payment Bond d. Performance Bond e. Maintenance Bond Part G - Contract APPENDIX A - SRF Documents PART A NOTICE TO BIDDERS Sealed proposals for the following: FOR: MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS PART 6 SEWER PROJECT NO. PS58-070580410080 UNIT 1 -DOE NO. 2609 UNIT 2 -DOE NO. 2701 UNIT 3 - DOE NO. 2702 UNIT 4-DOE NO. 2703 Unit 1 - 305 LF of 8" DI Sewer Pipe by Open Cut, 1594 LF of 8" PVC Sewer Pipe by Open Cut, 6299 LF of 6"to 8" I.D. HDPE (SDR21, DIP SIZE) by Pipe Enlargement, 995 LF of 8" I.D. to 8" HDPE (SDR21, DIP SIZE) by Pipe Enlargement, 55 LF of 8" I.D. HDPE (SDR 21, DIP SIZE) Sewer Pipe by Open Cut, 40 manholes, Unit 2 - 250 LF of 8" DI Sewer Pipe by Open Cut, 947 LF of 8" PVC Sewer Pipe by Open Cut, 5888 LF of 6"to 8" I.D. HDPE (SDR 21, DIP SIZE) by Pipe Enlargement, 31 Manholes, Unit 3 - 326 LF of 8" D.I. Sewer with 18" Steel Casing by other than Open Cut, 278 LF of 8" D.I. Sewer by Open Cut, 925 LF of 8" PVC Sewer Pipe by Open Cut, 923 LF of 6" to 8" I.D. (SDR 21, DIP SIZE) HDPE by Pipe Enlargement, 25 LF of 8" I.D. HDPE (SDR 21, DIP SIZE) Open Cut, 8 Manholes, Unit 4 - 502 LF of 15" PVC Sewer by Open Cut, 162 LF of 12" D.I. Sewer Pipe by Open Cut, 795 LF of 10" PVC Sewer by Open Cut, 211 LF of 8" D.I. Sewer by Open Cut, 2066 LF of 8" PVC Sewer PVC Sewer by Open Cut, 164 LF of 6" D.I. Sewer by other than Open cut, 24 Manholes, Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m., January 27, 2000, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of Plans and Documents will be provided for the deposit of Fifty Dollars ($50.00). A pre-bid conference will not be held. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Bidders must complete the proposal sections and submit the complete specifications book or face rejection of bid as non-responsive. NTS �1� For additional information concerning this project, please contact Mr. MD Shamsul Arefm, P.E. RJN Group, Inc., at (817) 595-2199 or Mr. Rakesh Chauby, P.E., Project Manager, at (817) 332-5474, ext. 40. Advertising Dates: December 30, 1999 January 6, 1999 Fort Worth, Texas NT (2) DETAILED NOTICE TO BIDDERS Sealed proposals for the following: FOR: MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS PART 6 SEWER PROJECT NO. PS58-070580410080 UNIT 1 -DOE NO. 2609 UNIT 2-DOE NO. 2701 UNIT 3 -DOE NO. 2702 UNIT 4-DOE NO. 2703 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received 1 at the Purchasing Office until 1:30 P.M., January 27. 2000, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of documents will be provided to prospective bidders for a deposit of Fifty Dollars ($50.00). All bidders will be required to comply with Provisions 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400, prohibiting discrimination in employment practices. - A pre-bid conference will not be held . " Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major items of work on the above project are: Unit 1 - 305 LF of 8" DI Sewer Pipe by Open Cut, 1594 LF of 8" PVC Sewer Pipe by Open Cut, 6299 LF of 6"to 8" I.D. HDPE (SDiZ2I, DIP SIZE) by Pipe Enlargement, 995 LF of 8" I.D. to 8" HDPE (SDR21, DIP SIZE) by Pipe Enlargement, 55 LF of 8" I.D. HDPE (SDR 21, DIP SIZE) Sewer Pipe by Open Cut, 40 manholes, Unit 2 - 250 LF of 8" DI Sewer Pipe by Open Cut, 947 LF of 8" PVC Sewer Pipe by Open Cut, 5888 LF of 6"to 8" I.D. HDPE (SDR 21, DIP SIZE) by Pipe Enlargement, 31 Manholes, Unit 3 - 326 LF of 8" D.I. Sewer with 18" Steel Casing by other than Open Cut, 278 LF of 8" D.I. Sewer by Open Cut, 925 LF of 8"PVC Sewer Pipe by Open Cut, 923 LF of 6" to 8" I.D. (SDR 21, DIP SIZE) HDPE by Pipe Enlargement, 25 LF of 8" I.D. HDPE (SDR 21, DIP SIZE) Open Cut, 8 Manholes, Unit 4 - 502 LF of 15" PVC Sewer by Open Cut, 162 LF of 12" D.I. Sewer Pipe by Open Cut, 795 LF of 10" PVC Sewer by Open Cut, 211 LF of 8"D.I. Sewer by Open Cut, 2066 LF of 8" PVC Sewer PVC Sewer by Open Cut, 164 LF of 6"D.I. Sewer by other than Open cut, 24 Manholes, DNTB (1) DETAILED NOTICE TO BIDDERS Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of Contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. This document is designed as four (4) separate contract documents and proposals and shall not be construed as being a package. The Proposal Sections are designed as four (4) separate proposals and are arranged in Units to be awarded to the responsive low bidder for each Unit. If the Contract or submits a bid on one proposal and is the lowest proposed price total, the Contractor will be the apparent successful bidder for the individual proposal Unit. Contractors may bid on any or all the Units. Time on all Units awarded will run concurrently. If the Contractor is low bidder on more than one unit, his time for all Units awarded to him will be the longest time allowed for any single Unit awarded to him. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging -. receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 871-7910. "Any Contract or Contracts awarded under this Detailed Notice to Bidders is expected to be funded in part by loan from the Texas Water Development Board. This Contract is contingent upon release of funds from the Texas Water Development Board. Neither the State of Texas nor any of its departments, agencies, or employees is or will be a part to this Detailed Notice to Bidders in any resulting contract." Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non-responsive. In accordance with City of Fort Worth Ordinance No. 13471, as amended by Ordinance No. 13781 the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation"), as appropriate. The documentation must be received by the contracting department no later than 5:00 P.M. five (5) business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the contracting department to whom the delivery was made. Such receipt shall be evidence that the Documentation was received by the City. DNTB (2) DETAILED NOTICE TO BIDDERS The Managing Department for this project is the Department of Engineering. For additional information, please contact Mr. MD Shamsul Arefm, P.E., RJN Group, Inc. at (817)595-2199 or Mr.Rakesh Chauby, P.E., Project Manager at (817)332-5474, Ext. 40. BOB TERRELL CITY MANAGER GLORIA PEARSON CITY SECRETARY A. Douglas Rademaker, P.E., Director DEPARTMENT OFI EGINEERING Y By: A / u(� L1 Rick Trice, P.E. Manager, Consultant Services k r ADVERTISING DATES December 30, 1999 January 6. 1999 Fort Worth, Texas DNTB (3) SPECIAL INSTRUCTION TO BIDDERS (WATER DEPARTMENT) 1. PREQUAL IFI CATION REQUIREMENT: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven(7)calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City, in it's sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check or acceptable bidder's bond payable to the City of Fort Worth in an amount of not less than five percent (5%) of the largest possible total of the bid submitted must accompany the bid. and is subject to forfeiture in the 1 event the successful bidder fails to execute the Contract Documents within (10) days after the contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety shall be included on the current U.S. Treasury, or (2) the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth (I 110) the total capital and surplus. 3. BONDS: A performance bond, a payment bond and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 4. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas and as set forth in the contract documents must be paid on this project. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. Y 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the State in which the nonresident's principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in the State of Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in the State of Texas. This provision does not apply if this contract involves Federal Funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the contract amount is $25,000 or less, the contract amount shall be paid within forty-five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it, not any of its officers, members, agents, employees, program participants or subcontractors while engaged in performing this contract. shall, in connection with the employment, advancement or discharge of employees in connection with the terms, conditions or privileges of their �I' employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan, or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on; the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with the ADFA's provisions and any other applicable Federal, State and Local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning ale discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accordance with the City of Fort Worth Ordinance, No. 13471, as amended by Ordinance No. 13781, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FROM and/or the GOOD FAITH EFFORT FORM ("Documentation') as appropriate. The documentation must be received no later than 5:00 PM, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid nonresponsive. Upon request. Contractor agrees to provide the Owner complete and accurate information regarding; actual work performed by a Minority Business Enterprise (MBE) and/or a Women Business Enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work 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 i federal state or local laws or ordinances relating to false statements. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 4 ATTACHMENT 'A +■ City of Fort Worth Page 1 c=2 Minority and Women Business Enter seP�rpI Aifications . EN INEE•RINO/CFW MBE/WBE UTILIZ u8ON m ©lam 9 56 w PRIME COMPANY NAME BID DATE /F?- /9S.9rZ 07-L, 0,v,7-3 Do F Z 74'Z PROJECT NAME PROJECT NUMBER CITY'S MAYQE PROJECT GOAL: D1/WBE PERCENTAGE ACHIEVED: Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the did being considered non-responsive to bid specifications. The undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in t:-,:s schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or.know;.'--.Ig !misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being consider=d non-responsive to specifications. Company Name, Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amour,: Address, and Telephone No. Scope of Work(`) Supplied(`) O S d o a� Z 1106 i.c.lc�,�c�r-K�•-mss__._ �,f� 5'``"�� c'1��„� _J9/g U,S ZS_7. SincsS �!%, �av, c_,F-� Z✓" c _ _ . Vic. '- Cod 3 1, . Y M/WBEs must be located in the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid. (') Specify all areas in which MWBE's are to be utilized and/or items to be supplied: (') A complete listing of items to be supplied is required in order to receive credit toward the M/WBE goal. (")Identity each Tier level. Tier:Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct paymee c from the prime contractor to a subcontractor is considered 1"tier,a payment by a subcontractor tc its supplier is considered 2n°tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.6i_'9E Pages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 1A Page 2 of 2 Cit of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. Scope of Work(•) Supplied(*) Zz U 00 0 �j U X N F- Z ~S The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1)year. ALL MBEs and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD Authorized Signature Printed Signature Title Contact Name and Title (if different) A1 - 817- 6,ZV-1.391 Company Name Telephone Number(s) zv/ 4<e- 292:3�' 5-7- 817-6z5=Z944) Address Fax Number /A City/State/Zip Code Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5)CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.612198 Pages 1 and 2 of Attachment 1A must be received by the Managing Department PART B3 - PROPOSAL UNIT 3 CONSTRUCTION (This proposal must not be removed from this book of Contract Documents.) TO: Bob Terrell City Manager Fort Worth, Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of various sanitary sewer improvements, including replacement and construction of sanitary sewer, manhole and sewer rehabilitation and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: MAIN 195AR DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS Part 6, Unit 3 SEWER PROJECT NO. PS58-070580410080 D.O.E. #2702 The major work on this project shall consist of: Unit 3 - 326 LF of 8" D.I. Sewer with 18" Steel Casing by other than Open Cut, 278 LF of 8" D.I. Sewer by Open Cut, 925 LF of 8" PVC Sewer Pipe by Open Cut, 923 LF of 6" to 8" I.D. (SDR 21, DIP SIZE) HDPE by Pipe Enlargement, 25 LF of 8" I.D. HDPE (SDR 21, DIP SIZE) Open Cut, 8 Manholes, r and all necessary appurtenances and incidental work to provide a complete and serviceable project. PL Pursuant to the foregoing "Notice to Bidders," the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering the City of Fort Worth, Texas; and binds -� himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: B3-1 PART 6 UNIT 3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1 278 LF 8"D. I. Sewer Pipe(All Depths) By Open Cut T.✓ie ry^/i�/E' Dollars & Cents per LF $ 3 9 $ 10 2 925 LF *8" PVC Sewer Pipe (All Depths) By Open Cut Dollars & _ A/0 Cents per LF 3 923 LF **Rehabilitation of Existing 6" Sewer to 8" I.D. HDPE (SDR-21, DIP SIZE) By Pipe Enlargement Method Dollars & 00 $ � $ 3z�<3a5' Cents per LF * Contractor must complete City Approved Product Form ** Contractor must complete City Approved Method Form B3 -2 PART 6 UNIT 3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 4 20 LF 8" I.D. HDPE (SDR-21, DIP SIZE) Sewer Pipe(All Depths) By Open Cut Two Dollars & $ i✓� Cents per LF 5 326 LF 8" D.I. Sewer Pipe with 18" Steel Casing Installed by Other Than Open Cut �w o Dollars & A10 Cents per LF $ 2-32-C.X7 23LC.X7 $ 7S 3 z�D 6 132 LF *4"PVC Sewer Service Pipe Dollars & Qo 00 f //0 Cents per LF * Contractor must complete City Approved Product Form +� 133 -3 PART 6 UNIT 3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 7 80 LF *4"PVC Sewer Service Pipe Installed on Private Property 1Cy�2— Dollars& Cents per LF $ 5�5� $ 3�0 —r- 8 100 LF 4" DI Sewer Service Pipe r-1 Fy Owe` Dollars& �l o Cents per LF 9 24 EA 4" Sewer Tap on PVC Pipe Dollars& �b Cents per EA o_ o, $ Z ro $ ,?4/v * Contractor must complete City Approved Product Form B3 -4 F r PART 6 1 UNIT 3 VP PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 10 3 EA 4" Service Tap on HDPE Pipe Dollars& A/0 Cents per EA $ S7.fr $ !7zs 11 80 LF Sag Adjustment for Pipe Enlargement r O.Alr Dollars & R` 1/0 Cents per LF $ -3 12 1282 LF Pre-Construction Cleaning and TV r Inspection Dollars& Cents per LF $ Z B3 - 5 F r r PART 6 UNIT 3 ow PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 13 2477 LF Post Construction TV Inspection Dollars & F"v'-'-Cents per LF $ / $ 3 096 14 8 EA 48" Diameter Standard Manhole, 0' - 6' Deep 0,A/e- r/c✓r f�ig/p�z�U Dollars & Aly Cents per EA $� 15 11 VF 48 Diameter Standard Manhole, Additional Depth D.JE �✓n/O�� Ti1ie Dollars& o0 Ala Cents per VF $ B3 -6 PART 6 UNIT 3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 16 3 EA Install Cleanout on Relocated Services, (on private property) Dollars & Cents per EA $ /�� $ 3 p 17 8 EA Watertight Insert F Dollars & pv A/o Cents per EA 18 8 EA Vacuum Test Manhole �-cru v L1�rtovE� - Dollars & .410 Cents per EA $ AP M B3 -7 PART 6 UNIT 3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 19 7 EA Remove Existing Manhole Fl Dollars & 0 Ala Cents per EA 20 1 EA Abandon Existing Manhole �i Dollars & Cents per EA $ 3 5l $ 3S0 w 21 8 EA Concrete Manhole Collar Per Detail Dollars & ,410 Cents per EA $ z7� $ Z� Zoog B3 - 8 PART 6 UNIT 3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 22 45 LF Concrete Curb and Gutter Replacement S-x7aW---✓ Dollars & _a �a Al° Cents per LF $ $ 7 zo 23 15 SY Concrete Driveway Replacement Dollars & N Cents per SY $ �� $ 7 Sc" 24 515 LF Asphalt Pavement Repair, Per Fig. 4 Dollars & o� tLo ° Cents per LF $ -� $ B3 - 9 PART 6 UNIT 3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 25 40 LF Concrete Encasement ;v,Grr fiV e-- Dollars & y Cents per LF 26 1335 LF Trench Safety System, Depth> 5' cmlzL Dollars & o� o, A10 Cents per LF $ $_j/3 3S 27 265 LF Hydro-Mulch Seeding Complete In Place Dollars & A10 Cents per LF $ — B3 - 10 PART 6 UNIT 3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 28 110 LF Bermuda Grass Sodding q Complete In Place Dollars & �® Cents per LF $ 29 160 SY 6" Topsoil Dollars& A,,)o Cents per SY 30 2 EA Exploratory Excavation(D-Hole) ONS 771A'5-td D 7M--J'r? L1✓,4,pe-eV Dollars& A--70 Cents per EA B3 - 11 PART 6 UNIT 3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 31 550 LF Gravel Alley Repair Dollars& �O U Cents per LF $ 32 88 CY Rock Rip-Rap Per Detail Dollars& 1-70 Cents per CY $ y7 $ 41� /�L 33 178 SY Geotextile/Filter Fabric Dollars& o0 Cents per SY �4/zVoo B3 - 12 PART 6 UNIT 3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 34 178 SY Grout for Rip—Rap Dollars& iv 0 Cents per SY $ 3 $ 35 20 LF *6"PVC Sewer Service Pipe T��L Ei�<1i Dollars& Ny Cents per LF $ 3r3� $ 7Go b 36 1 EA 6" Service Tap on PVC IP Dollars& ^1° Cents per EA $ ��r $ F * Contractor must complete City Approved Product Form B3 - 13 r PART 6 UNIT 3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 37 0.5 TON DIP Fittings tzfZ Dollars & �y Cents per TON $ 3' 3 $ /d. 75- 38 '38 10 SY Concrete Sidewalk Replacement Dollars & Ny Cents per SY $ 3% $ 390 TOTAL AMOUNT BID (UNIT 3) $ Z f/9. z 3 9 z,s' (In Writing) NOTE: A BID MAY BE SUBMITTED ON EITHER UNIT 1 OR UNIT 2 OR UNIT 3 OR UNIT 4 OR ALL UNITS, AT THE CONTRACTOR'S OPTION. 133 - 14 PART 6 UNIT 3 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID BIDDER MUST COMPLETE DOCUMENT ON PAGES B3-14, B3-16, B3-17 and B-Summary It is understood and agreed by the undersigned that the Owner reserves the unrestricted privilege to reject any or all the foregoing unit prices in this paragraph which it may consider excessive or unreasonable, or to accept any or all of them as unit prices applicable in the event additions to or deduction from the work to be performed on this project are ordered by the Owner. Rejection at any time of such Unit Prices for Construction changes shall not otherwise affect the balance of the Bid or Construction Contract. The selection of the lowest responsive bid shall be based on the total amount bid. 133 - 15 CITY APPROVED PRODUCT * AND APPROVED METHOD** FORM * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD SPEC. SPEC. NO. ✓ E1-31 4"thru 30" E1-25 4"thru 15" E1-27 4"thru 15" E1-28 18"thru 27" E100-2 18" thru 48" Consult the"City of Fort Worth,Texas Standard Product List". ** CONTRACTOR SHALL SELECT PIPE ENLARGEMENT METHOD TO BE USED AND PROVIDE NAME OF SUBCONTRRACTOR FOR INSTALLATION: PIM Method Name of Subcontractor if Applacable T.R.S. System Name of Subcontractor if Applacable McConnell Method Name of Subcontractor if Applacable Expanded System Name of Subcontractor if Applacable Failure to provide the information required above may result in rejection of bid as non- responsive. Only products or methods listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. 133 - 16 PART B m PROPOSAL Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the Specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statue is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under house Bill 11, enacted August 15, 1992. The successful Bidder shall be required to complete the attached Statement of Materials and Other Charges contractor at the time of executing the contract. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within: PART 6, Unit 3 - Ninety (90) calendar days after the beginning of construction as set forth in the written order to be furnished by the Owner. This project is included in the Administrative Order issued by the U.S. Environmental Protection Agency, and contract completion within the above stipulated contract time will be strictly enforced. I (we) acknowledged receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (initials)'1; Respectively itted, o Addendum No. 2 (Initials)II Initials) , I Addendum No. 3 (Initials) Addendum No. 4 (Initials)A9 By: Title: Address: (SEAL) Date: ,2 'v0 Telephone: �2�,( q3 f ' B3-17 PART B - PROPOSAL (cont.) BID SUMMARY MAIN 195AR, PART 6 00 UNIT 1 CONSTRUCTION $ 9cz5- 0 UNIT 2 CONSTRUCTION Z,S UNIT 3 CONSTRUCTION $ z Z 1 UNIT 4 CONSTRUCTION $ /Jo ,Flz2 B-Summary PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS 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 C1-1 (2) C1-1. 4 Proposal C1-1 (2 ) C1-1. 5 Bidder C1-1 (2 ) C1-1.6 General Conditions C1-1 (2 ) C1-1. 7 Special Conditions C1-1 (2) C1-1.8 Specifications C1-1 (2 ) C1-1.9 Bond C1-1 (2) C1-1.10 Contract C1-1 (3) C1-1.11 Plans C1-1 (3 ) C1-1.12 City C1-1 (3 ) C1-1.13 City Council C1-1 (3) C1-1.14 Mayor C1-1 (3) y C1-1.15 City Manager C1-1 (3) C1-1.16 City Attorney C1-1 (3) C1-1.17 Director of Public Works C1-1 (4 ) C1-1.18 Director, City Water Department C1-1 (4) C1-1.19 Engineer C1-1 (4 ) C1-1.20 Contractor C1-1 (4) y C1-1.21 Sureties C1-1 (4 ) C1-1.22 The Work or Project C1-1 (4)' C1-1.23 Working Day C1=1 (4 ) C1-1. 24 Calendar Day C1-1 (4 ) C1-1. 25 Legal Holiday C1-1 (4) C1-1.26 Abbreviations C1-1 (5) C1-1.27 Change Order C1-1 (6 ) C1-1.28 Paved Streets and Alleys C1-1 (6 ) C1-1.29 Unpaved Streets and Alleys C1-1 (6 ) C1-1. 30 City Streets C1-1 (6 ) C1-1.31 Roadway ' 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 ) (1) C2-2.7 Delivery of Proposal C2-2 (4 ) C2-2.8 Withdrawing Proposals C2-2 (4 ) C2-2.9 Telegraphic Modification of Proposals C2-2 (4) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (5) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3. 1 Consideration of Proposals C3-3 (1) C3-3 .2 Minority Business Enterpise Women-Owned Business Enterprise compliance C3-3 (1) C3-3 . 3 Equal Employment Provisions C3-3 (1) C3-3. 4 Withdrawal of Proposals C3-3 (2) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (4 ) C3-3.9 Failure to Execute Contract C3-3 (4) C3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 (4) C3-3.12 Contractor 's Obligations C3-3 (7) C3-3.13 Weekly Payroll C3-3 (7) C3-3.14 Contractor's Contract Administration C3-3 (7) C3-3.15 Venue C3-3 (8) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4. 3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Schedule of Operations C4-4 (3) C4-4.7 • Progress Schedules for Water and Sewer Plant Facilities C4-4 (4) C5-5 CONTROL OF WORK AND MATERIALS CS-5.1 Authority of Engineer CS-5 (1) C5-5. 2 Conformity with Plans C5-5 (1) C5-5. 3 Coordination of Contract Documents C5-5 (2) C5-5. 4 Cooperation of Contractor CS-5 (2) CS-5.5 Emergency and/or Rectification Work C5-5 (3 ) C5-5. 6 Field Office C5-5 (3 ) C5-5.7 Construction Stakes C5-5 (3 ) CS-5.8 Authority and Duties of Inspectors C5-5 (4 ) C5-5.9 Inspection C5-5 (5) C5-5 .10 Removal of Defective and Unauthorized Work C5-5 (5 ) C5-5.11 Substitute Materials or Equipment C5-5 (5 ) C5-5 .12 Samples and Tests of Materials CS-5 (6) C5-5.13 Storage of Materials C5-5 (6 ) C5-5.14 Existing Structures and Utilities C5-5 (7) C5-5. 15 interruption of Service C5-5 (7) C5-5 . 16 Mutual Responsibility of Contractors C5-5 (8 ) C5-5.17 Cleanup C5-5 (8 ) C5-5. 18 Final Inspection C5-5 (9) (2 ) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6. 2 Permits and Licenses C6-6 (1) C6-6. 3 Patented Devices, Materials and Processes C6-6 (1) C6-6. 4 Sanitary Provisions C6-6 (2) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6 .6 Privileges of Contractor in Streets, " Alleys , and Right-of-Way C6-6 (3 ) C6-6.7 Railway Crossings C6-6 (4) C6-6. 8 Barricades, Warnings and Watchmen C6-6 (4) C6-6. 9 Use of Explosives, Drop Weight, etc. C6-6 (5) C6-6.10 Work Within Easements C6-6 (6 ) C6-6.11 Independent Contractor C6-6 (8 ) C6-6. 12 Contractor' s Responsibility for Damage Claims C6-6 (8 ) C6-6.13 Contractor's Claim for Damages C6-6 (10) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10) C6-6.15 Temporary Sewer Drain Connections C6-6 (10) C6-6.16 Arrangemert and Charges of Water Furnished .,iy City C6-6 (11) C6-6.17 Use of a Se:tion of Portion of the Work C6-6 (11) C6-6.18 Contractor 's Responsibility for Work C6-6 (11) - C6-6.19 No Waiver of Legal Rights C6-6 (12) C6-6. 20 Personal Liability of Public Officials C6-6 (12) C6-6.21 State Sales Tax C6-6 (12) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7. 2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of the Work C7-7 (1) C7-7. 4 Limitations of Operations C7-7 (2) C7-7.5 Character of Workman and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3) C7-7.7 Time of Commencement and Completion C7-7 (4) C7-7. 8 Extension of time of Completion C7-7 (4) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (5 ) C7-7.11 Suspension by Court Order C7-7 (6) C7-7.12 Temporary Suspension C7-7 (6 ) C7-7.13 Termination of Contract due to National Emergency C7-7 (7) C7-7. 14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7) C7-7.15 Fulfillment of Contract C7-7 ( 9 ) " C7-7. 16 Termination for Convenience of the Onwer C7-7 ( 10) C7-7. 17 Safety Methods and Practices C7-7 (13 ) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8 ( 1 ) C8-8 . 2 Unit Prices C8-8 ( 1) (3 ) 1 C8-8. 3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-6 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3 ) C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.9 Adquacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4 ) C8-8.11 Subsidiary Work C8-8 (5 ) C8-8.12 Miscellaneous Placement of Material C8-8 (5 ) C8-8.13 Record Documents C8-8 (5 ) 1 l r I l (4) I - PART C - GENERAL CONDITIONS �. Cl-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the f3ilowing terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: C1-1. 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents , such as. specifications , . bonds , addenda , plans , etc . , which govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract b Documents govern all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 (1) C1-1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. f"! C1-1 . 4 PROPOSAL: The completed written and signed offer or l tender of a bidder to perform the work which the Owner desires to have done , together with the bid security, constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1 . 5 BIDDER : Any person , persons , firm, partnership , company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder. f C1-1 . 6 GENERAL CONDITIONS: The General Conditions are the `+ usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statuteo , t and requirements of the City of Fort Worth ' s charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1-1 . 7 SPECIAL CONDITIONS : Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. I C1-1 . 8 SPECIFICATIONS: The Specifications is that section or l part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, I workmanship , equipment and services in order to render a completed and useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes , etc . , such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1 . 9 BOND: The bond or bonds are the written guarantee or i security 7urnished by the Contractor for the prompt and ` C1-1 (2 ) faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3 .7 ) b. Payment Bond (see paragraph C3-3. 7 ) C. Maintenance Bond (see paragraph C3-3 .7 ) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6 ) C1-1. 10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1 . 11 PLANS : The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location , dimension and position of the various elements of the project , including such profiles , typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from othar parts of the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein. C1-1 . 12 CITY : The City of Fort Worth, Texas , a municipal corporation, authorized and chartered under the Texas State Statutes , acting by and through its governing body or its City Manger , each of which is required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager . The terms City and Owner are synonymous. C1-1 , 13 CITY COUNCIL : The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1 . 14 MAYOR : The officially elected Mayor , or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1 . 15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth , Texas , or his duly authorized representative. C1-1 . 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort worth, Texas , or his duly authorized representative. C1-1 ( 3 ) C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1 . 18 DIRECTOR CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant, or agents . C1-1 . 19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , or superintendents , acting within the scope of the particular duties entrusted to them. C1 -1 . 20 CONTRACTOR : The person , persons , partnership , company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project. C1-1. 21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for t-he Contractor . The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1 . 22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents , including but not limited to the furnishing of all labor, materials , tools , equipment, and incidentals necessary to produce a completed and serviceable project. C1-1 . 23 WORKING DAY: A working day is defined as a calendar ay, not including Saturdays, Sundays , and legal holidays , in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven ( 7 ) hours between 7 : 00 a . m, and 6 : 00 p.m. , with exceptions as permitted in paragraph C7-7. 6 . C1-1 . 24 CALENDAR DAYS : A calendar day is any day of the week or month, no days being excepted. C1-1 . 25 LEGAL HOLIDAYS : Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: C1-1 (4 ) 1. New Year 's Day January 1 2. M. L. King, Jr. Birthday. Third Monday in January 3. Memorial Day Last Monday in May 4 . Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Fourth Friday in November 8 . Christmas Day December 25 9 . Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those 'employees working on working day operations . Employees working calendar day operations will consider the calendar holiday as the holiday. C1-1. 26 ABBREVIATIONS : Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: AASHTO - American Association of MGD - Million Gallons Per State Highway Transportation Day Officials ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second LAW - In Accordance With ASTM - American Society of Min. - Minimum Testing Materials Mono.- Monolithic AWWA - American Water Works % - Percentum Association R - Radius ASA - American Standards Association I.D. - Inside Diameter HI - Hydraulic Institute O. D . - Outside Diameter Asph. - Asphalt Elev.- Elevation Ave. - Avenue F - Fahrenheit Blvd. - Boulevard C - Centigrade CI - Cast Iron In. - Inch CL - Center Line Ft. - Foot GI - Galvanized Iron St. - Street Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Square Yard Max. - Maximum L.F. - Linear Foot D.I . - Ductile Iron C1-1 (5) I C1-1 . 27 CHANGE ORDER : A " Change Order " is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is - more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor. C1-1 . 28 PAVED STREETS AND ALLEYS: A paved street or alley shall be de i,ned as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without I separate base material. 2. Any type of asphalt surface treatment , not including an oiled surface , with or without I separate base material. 3 . Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. t C1-1. 29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined t above for "Paved Streets and Alleys. " C1-1. 30 CITY STREETS: A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1 . 31 ROADWAY: The roadway is defined as the area between parallel lines two ( 21 ) feet back of the curb lines or four ( 41 ) feet back of the average edge of pavement where no curb exists. C1-1 . 32 GRAVEL STREET: A gravel street is any unpaved street to which has been -added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. L C1-1 (6 ) ti SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. 1 PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemized list of the M items of work to be done or materials to be furnished and upon which b d prices are requested. The Proposal form will state the Bidder ' s general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder ' s "Experience Record, " "Equipment Schedule, " and "Financial Statement, " all of which must be properly executed and filed y with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status . This statement must be current and not more than one ( 1 ) year old . 4 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 7 of ten ( 10% ) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project , it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received , and such experience must have been on projects completed not more than five ( 5 ) years prior to the date on which are to be received . The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the 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 be listed in the proposal C2-2(1) forms or other parts of the Contract Documents will be considered as ap2roximate only and will be used for the purpose of comparing bids on a uniform basis . Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided , without in any way invalidating the unit prices bid or any other requirements of i the Contract Documents. C2-2. 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to the filing of proposal, to read and become familiar with the Contract Documents , to visit the site of the project and examine carefully all local conditions , to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project . They must judge for themselves the I difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an I intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates , investigation , research, tests, explorations, and other data which are necessary for full and complete information upon } which the proposal is to be based. It is mutually agreed that l the submission of a proposal is prima-facie evidence that the bidder has made the investigations , examinations and tests f herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct . Neither the 4 C2-2( 2 ) I Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2 . 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes to do the work contemplated or furnishe the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association , or partnership, the name and address of each member must be given , and the proposal must be signed by a member of the firm, association , or partnership , or by a person duly authorized . If a proposal is submitted by a company or corporation, the company or corporate name and busine=s address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and - submitted with the proposal. C2-2. 5 REJECTION OF PROPOSALS: Proposals may be rejected if t ey show any alteration of words or figures , additions not called for , conditional or uncalled for alternate bids , incomplete bids, erasures, or irregularities of any kind, or contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 . 6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal . " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2 ( 3 ) s C2-2. 7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered , accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders . " It is the Bidder ' s sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL, " and the name or description of the project as designated in the "Notice to Bidders. " The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2 . 8 WITHDRAWING PROPOSALS : Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing , addressed to the City Manager , and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2 . 9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic commun cation at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48 ) hours after the proposal opening time , no further consideration will be given to the proposal. C2-2 . 10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders . " All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2 . 11 IRREGULAR PROPOSALS: Proposals shall be considered as Bing "Irregular" if they show any omissions , alterations of form, additions , or conditions not called for , unauthorized alternate bids, or irregularities of any kind . However , the C2-2 ( 4 ) l 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 disqualified and 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 fit to make. g. Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner, one week in ' advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration , which have been successfully completed by the Bidder. 3 . An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer , is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(5) 1 PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS i SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3 . 1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal , and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. C3-3 . 2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner , upon request , complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE ) and or a a Woman-owned Business Enterprise (WBE ) on the contract and the payment therefor. Contractor further agrees , upon request by Owner , to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any ,. nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements ; further , 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 shall comply with Current City Ordinance prohibiting discrimination in employment practices . C3-3 (1) The Contractor shall post the required notice to that effect on the project site , and, at his request , will be provided assistance by the City of Fort North ' s Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3 . 4 WITHDRAWAL OF PROPOSALS : After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five ( 45 ) days after the date on which the proposals were opened. C3-3 . 5 AWARD OF CONTRACT: The Owner reserves the right to withholdfinal action on the proposals for a reasonable time, not to exceed forty-five ( 45 ) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. . The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the - Owner has notified the Contractor in writing of such award. I C3-3 . 6 RETURN OF PROPOSAL SECURITIES : As soon as proposed j price totals have been determined for comparison of bids , the Owner may, at its discretion, return the proposal security which accompanied the proposals which , in its judgment , would not be considered for the award . All other proposal s securities, usually those of the three lowest bidders , will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise l disposed of the bids, after which they will be returned by the City Secretary. C3-3 . 7 BONDS : With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND : A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor , or improper execution of the work or the use of inferior materials . This performance C3-3 (2 )