Loading...
HomeMy WebLinkAboutContract 25825 CITY SECRETARY PROJECT MANUAL D.O.E. FILE SPECIFICATIONS CITY SECRETARY CONTRACTOR'S BONDING CO. and CONTRACT NO. CONSTRUCTION'S COPCONTRACT DOCUMENTS COPY CLIENT DEPARTMENT for r STREAM CF-5 CHANNEL IMPROVEMENTS PHASE TWO: UNIT 1 AND UNIT 2 rSTREAM CF-5 CHANNEL WEST OF BRYANT IRVIN ROAD AND SOUTHWEST BOULEVARD CULVERT r TPW PROJECT NO.GC13-030131362380 pm DEPARTMENT OF ENGINEERING PROJECT NO. 1817& 1818 THE CITY OF FORT WORTH,TEXAS FILE NO. SD-10 r KENNETH L.BARR HUGO A. MALANGA,P.E. BOB TERRELL MAYOR DIRECTOR OF TRANSPORTATION CITY MANAGER AND PUBLIC WORKS �. DALE FISSELER,P.E. DIRECTOR OF WATER DEPARTMENT A.DOUGLAS RADEMAKER,P.E. DIRECTOR OF ENGINEERING DEPARTMENT PREPARED BY: OFFICIAL HCORDCff 1 Halff Associates,Inc. Engineers• Scientists• Surveyors 4000 Fossil Creek Boulevard ��•cP�•••• ••: ��s Fort Worth,Texas 76137 s .• .%• l� '•. ... .. 2000 LOUIS B. HUND III i �r.......... . A 77U30: AVO 16052 �'�FcIs a!i1 /`2-G o0 t City of Fort Worth, Texas qV01601f and Council communication DATE REFERENCE NUMBERLOG NAME PAGE 4/25/00 **C-17987 30STREAM 1 of 2 SUBJECT AWARD OF CONTRACT TO SOUTHLAND CONTRACTING, INC. FOR STREAM CF-5 CHANNEL IMPROVEMENTS PHASE II WEST OF BRYANT IRVIN ROAD AND SOUTHWEST BOULEVARD CULVERT RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Southland Contracting, Inc. in the amount of $2,534,648.37 for stream CF-5 channel improvements Phase II west of Bryant Irvin Road and Southwest Boulevard Culvert. DISCUSSION: The 1998 Capital Improvement Program includes funds for stream CF-5 channel improvements Phase II west of Bryant Irvin Road and Southwest Boulevard Culvert. This project is necessary in order to prevent flooding of existing developed property from increased run- off due to the development of Ryan Southwest Addition and the surrounding area. A previous drainage study conducted by the City's consultant determined that the existing downstream drainage facilities need to be upgraded in order to adequately handle anticipated increased run-off from new development. The project was advertised for bid on January 27, 2000 and February 3, 2000. On March 2, 2000, the following bids were received: BIDDERS AMOUNT BID COMPLETION TIME Southland Contracting, Inc. $2,534,648.37 320 Calendar Days S. J. Louis Construction, Inc. $2,665,982.00 Orval Hall Excavating Company $2,672,930.35 Texas-Sterling Construction Company $2,696,084.00 Humphrey & Morton Construction Company $2,797,489.87 Southland Contracting Inc. is in compliance with the City's M/WBE Ordinance by committing to 25% MMBE participation. The City's goal on this project is 21%. The contingency for possible change order is $76,039.45 I City of Fort Worth, Texas 4velljor And Council Communication , DATE REFERENCE NUMBER LOG NAME PAGE 4/25/00 **C-17987 30STREAM 2 of 2 SUBJECT AWARD OF CONTRACT TO SOUTHLAND CONTRACTING, INC. FOR STREAM CF-5 CHANNEL IMPROVEMENTS PHASE II WEST OF BRYANT IRVIN ROAD AND SOUTHWEST BOULEVARD CULVERT FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. MG:k IM Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office.by: (to) Mike Groomer 6140 (� MWO tV IF D Originating Department Head: CITY COUNCIL A.Douglas Rademaker 6157 (from) APR 25 2000 GS21 541200 020211362320 $ 60,382.55 Additional Inforination Contact: GS29 541200 020291362320 $ 739,105.45 ��'j►`�„► w�a/ C115 541200 020115028912 $1,735,160.37 city Secretary of flea A.Douglas Rademaker 6157 city of Fort Worth,Texas Feb 23 00 11 : 49a HRLFF ASSOCIATES 817 2329784 p. 3 Feb 22 00 10: 32a HALFF RSSaC1HTES 817 2329784 p,Z CITY OF FORT WORTH,TFXAS DEPARTMENT OF ENGINEERING ADDENDUM NO. i (Page A 1) for STREAM CF-5 CHAXNEL IMPROVEMENTS PHASE TWO:UNIT 1 AND 2 STREAINI CF-5 CHANNEL WEST OF BRYANT C?VIN ROAD AND SOUTHWEST BOULEVARD CULVERT "TPW PROJECT NO.GC 13-030131362380 DEPARTivfENT OF ENGINEERING PROJECT NO. 1817&:318 FILE NO. SD-10 Bid Receipt Date February 24,2000 (Revised Bid Receirt Date—March 2,2000) Date Addendwii Issued—February 21,2000 The Contract Dcc•.rmer s for the subject project are 1=*,v amended as fellows: A. Notice to Bidders/Comprehensive Notice to Bidders Modif cations/Additions: 1. Page NTB-1 rued NTB-2: C%ange the date bids will be received from "1:30 p.m., Thursday, February 2s, 'Y=fiO"to"1:30 p.m.,Thursday,Ma:::,2,2000." All other provisions of the plans,specifications; and contract documents for the project which are not expressly a-aw-nded herein shall remain in full force and. effect. Please aeknow::dge receipt of this addendum by placing a signed copy of sainc into your proposal at the time of bidding. Failure to return a signed copy of the addendum.with this proposal shall be groturds for rendering the bid nonresponsive. Dcpartmcnt of Engineering Rick Trice,PE Receipt AeknovVedged: Amager,Cowulting Services By By: ArP&k nee A-t CITY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING f j ADDENDUM NO. 2 ?3Y,- 2000 (Pages A 1-A5) for STREAM CF-5 CHANNEL IMPROVEMENTS PHASE TWO: UNIT 1 AND 2 STREAM CF-5 CHANNEL WEST OF BRYANT IRVIN ROAD AND SOUTHWEST BOULEVARD CULVERT TPW PROJECT NO. GC13-030131362380 DEPARTMENT OF ENGINEERING PROJECT NO. 1817&1818 FILE NO. SD-10 Bid Receipt Date—March 2,2000 Date Addendum Issued—February 24,2000 The Contract Documents for the subject project are hereby amended as follows: A. Minority/Women Business Enterprise Information and Certification Modifications/Additions: 1. Special Instructions for Bidders Page: Change the City's MBE/WBE minimum goal on this project from "14%" of total dollar value of the contract to"21%"of total dollar value of the contract. B. Proposal Modifications/Additions: 1. Proposal Page B-6 Change Item 23 to read"Remove 10"oak tree near Bryant Irvin Road". 2. Proposal Page B-11 Change Item 46 to read"Remove 6' wood fence". A-1 3. Proposal Page B-16 Delete Item 70(30"steel casing by open cut) 4. Proposal Page B-16 Delete Item 71 (30"steel casing by bore) 5. Proposal Page B-17 Item 72 (10"DIP waterline relocation) Change the quantity from"37 LF to"18 LF 6. Proposal Page B-27,Paragraph 4 Change the time allowed to complete the contract (both units) from "240" calendar days to"320"calendar days. C. Special Provisions Modifications/Additions: 1. Special Provision Page 5-42 Temporary Fencing (Non-Pay Item No. 7) - add the following paragraph to the end of the item: Temporary fencing that is non-movable in nature, may be erected as follows: County Day Place Office Condominiums: along existing firelane striping. Firelanes must remain open. Only brief encroachments during construction shall be permitted. Firelanes shall be maintained unobstructed during all periods when construction activities are not occurring in the immediate vicinity. Parking spaces along channel that are located in the temporary construction easement shall be not be used for parking by the owners during construction. Contractor shall contact Condominium owner(s) a minimum of seven (7) days in advance of installing any temporary fencing and shall obtain written acknowledgement of same from owner(s). Stonehenge Apartments: non-movable temporary fencing may be located along the temporary easement line except from Sta. 51+50 to Sta. 52+00. From Sta. 47+80 to Sta. 51+50 a 20' temporary firelane shall be striped adjacent to the temporary fencing. The encroached parking shall be temporarily striped as parallel parking. Parking spaces from Sta. 52+50 to 54+50 that are in the temporary easement will not be used for parking by the owner. In the vicinity of the playground, temporary fencing may be install along the temporary easement. Contractor shall remove and store playground equipment and shall remove and store playground fence as required. After construction,contractor shall reinstall playground equipment and playground fence. Playground equipment legs and playground fence A-2 posts shall be set in concrete. Contractor shall contact Apartment manager a minimum of seven (7) days in advance of installing any temporary fencing and shall obtain written acknowledgement of same from the manger. All temporary striping and re-striping, moving and storage of playground, playground fence, and replacement of playground and fence, shall be included in this non-pay item. Contractor shall make every effort to restore all parking as soon as possible. 2. Special Provision Page S-53 Remove and Replace 10" Oak Tree near Bryant Irvin Road (Pay Item No. 23) — revise as follows: Remove existing tree in its entirety and dispose of in an approve manner. The tree will not be replaced. New tree replacement will NOT be required. 3. Special Provision Page S-tit Remove 6' Wood Fence with Brick Columns(Pay Item No. 46)—revise as follows: The brick columns no longer exist. Their foundations may exist. Removal of foundations if existing will still be included. 4. Special Provision Page S-65 1 MAC Permanent Pavement Replacement at Stonehenge Apartments (Pay Item No. 58) and Reinforced Concrete Pavement Replacement at Stonehenge Apartments and at Country Day Place Office Condominiums (Pay Item No. 59) — include the following: Removal of temporary striping and installation of new permanent striping of firelanes and parking spaces shall be included in this item. 5. Special Provision Page S-69 16"DIP Waterline Relocation(Pay Item No. 69)—include the following: The existing shopping center sign shall be moved by others. The sign foundation shall not be removed by others. Contractor shall include in this pay item all cost associated with removal of foundation as required for installation of waterline. Information supplied by the sign installer indicates the foundation consists of two 36"diameter piers,twelve(12')feet deep. 6. Special Provision Page 5-69 30" Steel Casing by Open Cut(Pay Item No. 70) and 30" Steel Casing by Bore(Pay Item No. 71)—Delete. A-3 7. Special Provision Page 5-72 Construct 150"Tunnel Liner by Open Cut(Pay Item No. 80)—revise as follows: Change the reference in paragraph two of the pay item from "Pay Item No. 77" to "Pay Item No. 81." 8. Special Provision Page S-73 Construct 150" Tunnel under Southwest Boulevard (Pay Item No. 81) — revise as follows: Contractor shall submit the specific experience information required in the first paragraph with the bid. Failure to include the specific experience information with the bid shall result in rejection of bid as non-responsive. 9. Include the attached "City of Fort Worth, Highway Construction, Prevailing Wage Rate for 2000." D. Easements: 1. Include the attached Temporary Construction Easements for Parcels Number 4, 5, and 6. IE. Plans: 1. Remove Plan sheet 22 (16"Waterline adjustment F-407)entirely. Replace with attached revised sheet 22. A-4 Feb 25 00 05: 30a HRLFF RSSOCIATFS A17 2328784 p.e CITY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING ADDENDUM NO.2 (Pages At-A5) for STREAM CF-5 CHANNEL IMPROVEMENTS All other Provisions of the plans, speciticatioru,and contract documents for the p-aject which we not expressly anreuded he-rein shall remain in full force and effect. Please acknowledge receipt of this addendum by placing a signed copy of sante into your proposal at the time of bidding. Failure to return a signed copy of the addendum with this proposed shall he grokln&for rendering the bid nortreVonsive. Department of Engineering Rick Trioe,PE Receipt Acknowledged: Manager,Consulting Services By 4By: A Mr Rick T ce ar« A-5 7 �t:Al ilA I iA nu rHa I1QiA��Ui��fa I t�R M '.1 WH 7G'fl1 Ixa fill-G7-Qua CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CL.", OIF;CATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter(Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper(Paving) $9.70 Concrete Finisher-Structures $13.44 Flagger . $7.00 Form Builder-Structures $13.44 Form Setter-Paving&Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel(< 1 1/2 CY) $10.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel(> 1 1/2 CY) $11.52 Front End Loader(21/2 CY&less) $9.94 Front End Loader(over 21/2 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator(Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter(Paving) $9.75 Truck Driver-Single Axle(Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver Winch $9.80 Stream CF-5 Channel Improvements PARCEL#4 DOE# 1817 4255 Bryant Irvin Road Country Day Place Office Condominium Addition TEMPORARY CONSTRUCTION EASEMENT THAT VWE,Salma C. and Inayat I. Lalani,Tilley Sr. Family Trust C, Charles Schneider, and Michael D.Dry, hereinafter referred to as "Grantor"for and in consideration of One Dollar ($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County,Texas receipt of which is hereby acknowledged,do grant,bargain and convey, unto said City, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, in accordance with the plat hereto attached,to-wit: SEE ATTACHED EXHIBIT A It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction, maintenance and repair of a STORM DRAINAGE CHANNEL. An ingress and egress easement shall be granted in order that access may be gained to the above described Temporary Construction Easement. TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. And I/we do hereby bind myself/ourselves, my/our heirs, successors, and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain,construct and repair the above described improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said premises. The City of Fort Worth agrees that in the event any of the existing improvements located with the described Temporary Construction Easement, are damaged by the City construction crew or by the contractor responsible for the Stream CF-5 Channel Improvements contract, the City will repair the damage to a condition comparable to when construction began. IN WITNESS WHEREOF, Grantors have caused this instrument to be executed on this the day of t 19�. Inayat I. alani ner Units 101-103) Salma C.Lalani (Owner Units 101-103) Charles Schneider(Owner Units 114-116) Michae201-205) Tilley Sr. Fa y Trust C (Owner Units 104-113, 206-212) 052-tce2.doc AKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, ,the undersigned authority,on this i day personally appeared , known to me, or proved to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. BEFORE ME, ,the undersigned authority,on this day personally appeared , known to me, or proved to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. 1b. Ir BEFORE ME, ,the undersigned authority,on this day personally appeared , known to me, or proved to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein :L expressed. BEFORE ME, ,the undersigned authority,on this 0 day personally appeared , known to me, or proved to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. BEFORE ME, ,the undersigned authority,on this day personally appeared , known to me, or proved to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the day of , 19 Notary Public,State of Texas My Commission expires on the day of ' 19 16 + H } cal / ---- / 411 ! - pillaw- -01 it — pRp1�AG� 6•�A'E 390 `��"�` 5' / ---------- %3t�j�YtEp so. 15' TEMPORARY / CONSTRUCTION EASEMENT w� ico • ��a SE-� j a OWNER yQ 3R SEE TABLE i BELOW 25' TEMPORARY COUNTRY DAY PLACE OFFICE CONSTRUCTION CONDOMINIUM OWNERSHIP EASEMENT UNITS 101, 102,103 SALMA C.& INAYAT L LALANI VOLUME 10952,PAGE 1438,D.R.T.C.T. BRYANT 1RVIN ROAD (120' R.O.W.) TILILEYISR.IFAMILOY TRUST C VOLUME 12436,PAGE 642,O.R.T.C.T. UNITS 114,115,116 ------- —_ _—__— _—_-- CHARLES SCHNEIDER VOLUME 12068,PAGE 109,O.R.T.C.T. UNITS 201-205 MICHAEL D.DRY VOLUME 11990,PAGE 926.D.R.T.C.T. NOTE: BEARING & DISTANCES FROM PLAT EXHIBIT "A" TEMPORARY CONSTRUCTION EASEMENT COUNTRY DAY PLACE OFFICE CONDOMINIUM an addition to the Z CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 24, PAGE 6 CONDOMINIUM RECORDS OF TARRANT COUNTY, TEXAS o 40 ea SCALE IN FEET STREAM CF-5 CHANNEL IMPROVEMENTS PHASE TWO - STREAM CF-5 CHANNEL AVO: 16052 SCALE: 1' = 80' T/PW NO.:GC13-030131362380 : : HalffAssociates DATE: MAR 26, 1998 1 EXH4TCE.DGN O.O.E. 01817 PARCEL 4-TCE a �•�..�R*..�..,,_.. Stream CF-5 Channel Improvements PARCEL#5 DOE# 1817 4259 Bryant Irvin Road Lot 4-R,Block D, Country Day Park Addition TEMPORARY,CONSTRUCTION EASEMENT THAT YWE, D.R. Stepp, hereinafter referred to as "Grantor" for and in consideration of One Dollar ($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County,Texas receipt of which is hereby acknowledged, do grant, bargain and convey unto said City, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County,Texas, in accordance with the plat hereto attached, to-wit: SEE ATTACHED EXHIBIT A It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction, maintenance and repair of a STORM DRAINAGE CHANNEL. An ingress and egress easement shall be granted in order that access may be gained to the above described Temporary Construction Easement. TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. And Uwe do hereby bind myself/ourselves, my/our heirs, successors, and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain, construct and repair the above described improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said premises. The City of Fort Worth agrees that in the event any of the existing improvements located with the described Temporary Construction Easement, are damaged by the City construction crew or by the contractor responsible for the Stream CF-5 Channel Improvements contract, the City will repair the damage to a condition comparable to when construction began. IN WITNESS WHEREO , Grantors have caused this instrument to be executed on this the c_day ofy v.' Owner(s) VA Owner(s) 052-tce.doc AKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, ,the undersigned authority, on this day personally appeared , known to me, or proved to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. BEFORE ME, ,the undersigned authority, on this day personally appeared . known to me, or proved to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE,this the day of , 19 Notary Public, State of Texas My Commission expires on the day of , 19 Stream CF-5 Channel Improvements PARCEL#6 DOE# 1817 4250 County Day Lane Lot 1,Block D, Country Day Park Addition 7j TEMPORARY CONSTRUCTION EASEMENT THAT 1/WE, Ate+ itmn in ,oma+rrmut 0 icy hereinafter referred to as "Grantor" for and in consideration of One Dollar($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas receipt of which is hereby acknowledged, do grant, bargain and convey unto said City, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County,Texas, in accordance with the plat hereto attached, to-wit: SEE ATTACHED EXHIBIT A It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction, maintenance and repair of a STORM DRAINAGE CHANNEL. An ingress and egress easement shall be granted in order that access may be gained to the above described Temporary Construction Easement. TO HAVE AND TO HOLD the above described premises, together with,-all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. And Uwe do hereby bind myself/ourselves, my/our heirs, successors, and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain, construct and repair the above described improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said premises. The City of Fort Worth agrees that in the event any of the existing improvements located with the described Temporary Construction Easement, are damaged by the City construction crew or by the contractor responsible for the Stream CF-5 Channel Improvements contract, the City will repair the damage to a condition comparable to when construction began. IN WITNESS WHEREOF, Grantors have caused this in trument to be executed on this the I_day of . 04KneriF Owner(s) 052-tce.doc �- WEST UNION INVESTMENT COMPANY. L.P. -� Q44( �o VOLUME 6507. PAGE 479 D.R.T.C.T. 10 CONSTRUCTION EASEMENT 15''NTSEMPORARY CONSTRUCTION EASEMENT N7'35'E / 70.0' r N27'20'W 127.5' `:y ut"`ty 7 st4t 3q,6q 4R / Try a�a1NA ,::,i;,,,- •/° i° COUNTRY DAY PLACE i OFFICE CONDOMINIUM -/--------------- - _ - -------�-- -----------------------�. BRYANT IRVIN ROAD (120'R.O.W.) NOTE: BEARING & DISTANCES FROM PLAT EXHIBIT 'A" TEMPORARY CONSTRUCTION EASEMENT LOT 1. BLOCK D COUNTRY DAY PARK an addition to the Z CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 388-45, PAGE 45 PLAT RECORDS OF TARRANT COUNTY, TEXAS ° so 100 SCALE IN FEET STREAM CF-5 CHANNEL IMPROVEMENTS PHASE TWO - STREAM CF-5 CHANNEL AVO: 16052 SCALE: V = 100' T/PW NO.:GC13-030131362380 now Halff Associates DATE: MAR 26, 1998 1 EXH6TCE.0GN D.O.E. 81817 PARCEL 6-TCE 171 �.�...�.�n. •�.�....� TABLE OF CONTENTS 1. Part Al - Notice to Bidders Part A2 - Comprehensive Notice to Bidders 2. Special Instructions to Bidders(SI-1 to SI-6) 3. Minority/Women Business Enterprise Information and Certification 4. Part B -Proposal (B 1-B28) 5. Part E- Specifications 6. Special Provisions(S 1-S82) 7. Certificate of Insurance 8. Part F-Bonds Performance Bond(F 1-F2) Payment Bond(F3-F4) Maintenance Bond (F5-F6) 9. Part G-City of Fort Worth Contract(G1-G5) 10. Appendices Appendix A-Geotechnical Investigation Report Appendix B -TxDOT Permit 1 1 1 NOTICE TO BIDDERS Sealed proposals for the following: STREAM CF-5 CHANNEL IMPROVEMENTS -PHASE TWO: UNIT 1 AND UNIT 2 Stream CF-5 Channel West of Bryant Irvin Road and Southwest Boulevard Culvert T/PW PROJECT NO. GC13-030131362380 D.O.E. NO. 1817& 1818 Reconstruction of 850 linear feet of existing reinforced concrete trapezoidal channel having a 30 foot bottom, 1% to 1 side slopes for 9 feet depth,and a 3 foot retaining wall. Construction of two 150 inch tunnels, each 280 linear feet, under Southwest Boulevard, and installation of 132"storm drain carrier pipe within each tunnel. Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m., Thursday, February 24, 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. A$40.00 deposit is required for the first set of documents. Additional sets may be purchased on a non-refundable basis for forty ($40.00)dollars for each set. A pre-bid conference will be held on Tuesday, February 15, 2000 beginning at 9:00 a.m. in the Department of Engineering Conference Room 255A. Bidders are encouraged to review the project plans and specifications prior to the pre-bid conference and be prepared to actively participate in the conference. Bidders questions will be answered at the pre-bid conference. For additional information concerning this project, please contact Ms. Dena Johnson, P.E., Project Manager, City of Fort Worth at(817)871-7866,or Halff Associates, Inc., Louis Hund, P.E. at(817)847-1422. Advertising Dates: January 27, 2000 February 3,2000 NTB-1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: STREAM CF-5 CHANNEL IMPROVEMENTS -PHASE TWO: UNIT 1 AND UNIT 2 Stream CF-0 Channel West of Bryant Irvin Road and Southwest Boulevard Culvert TIPW PROJECT NO.GC13-030131362380 D.O.E. NO.1817& 1818 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 p.m., Thursday, February 24, 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, Texa s. A$40.00 deposit is required for the first set of documents; such deposit will be refunded if the documents are returned in good condition within 10 days after bids are opened. Additional sets may be purchased on a non-refundable basis for forty($40.00)dollars for each set. All bidders will be required to comply with provision 5159 of"Vernon's Annotated Civil Statues"of the Sate of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-a-29), prohibiting discrimination in employment practices. Bid security is required in accordance with the Special Instruction to Bidders. The major work on the project shall consist of the following: Reconstruction of 850 linear feet of existing reinforced concrete trapezoidal channel having a 30 foot bottom, 1'/z to 1 side slopes for 9 feet depth, and a 3 foot retaining wall. Construction of two 150 inch tunnels, each 280 linear feet, under Southwest Boulevard, and installation of 132"storm drain carrier pipe within each tunnel. Included in the above will be all other items of construction as outlined in the Plans and Specifications. A pre-bid conference will be held on Tuesday, February 15, 2000, beginning at 9:00 a.m. in the Department of Engineering Conference Room 255A, 2nd Floor, City Municipal Building, 1000 Throckmorton Street, Fort Worth,Texas. Bidders are encouraged to review the project plans and specifications prior to the pre-bid conference and be prepared to actively participate in the conference. Bidders questions will be answered at the pre-bid conference. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49)days from the date the M/ BE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is received by the City. The award of the contract, if made, will be within forty-nine (49) days NTB-2 after this documentation is received, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of 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. Bidders shall not separate, detach, or remove any portion, segment(s), or sheets from the contract documents at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of bid as non-responsive. In accord 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 Disadvantaged Enterprise in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the M/ BE 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 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. The Contracting Department for this project is the Engineering Department. For additional information concerning this project, please contact Ms. Dena Johnson, P.E., Project Manager, City of Fort Worth at(817) 871-7866, or Halff Associates, Inc., Louis Hund, P.E.at(817)847-1422 BOB TERRELL CITY MANAGER ALICE CHURCH CITY SECRETARY Department of Engineering A. Douglas Rademaker, Director Advertising Dates: IF January 27, 2000 y: .4440 A 44�� Rick L.Trio , P.E. L February 3, 2000 Manager, Consultant Services NTB-3 on lop SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five(5%)per cent of the total of the bid submitted must accompany the bid,and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten(10)days after the contract has been awarded. To be an acceptable surety on the bond,(1)the name of the surety shall be included on the current U.S.Treasury,or(2)the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth(1/10)the total capital and surplus. 2. PAYMENT BOND AND PERFORMANCE BOND: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection,the successful bidder shall be required to furnish a performance bond as well as payment bond,both a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Article 5160 of the Revised Civil Statures of Texas,as amended. In order for a surety to be acceptable to the City,(1)the name of the surety shall be included on the current U.S.Treasury List of Acceptable Sureties(Circular 870),or(2)the surety must have capital R and surplus equal to ten times the amount of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth(1/10)of the total capital and surplus. If reinsurance is required,the company writing the reinsurance must be authorized,accredited or trusteed to do business in Texas. No sureties will be accepted by the City which are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined 1' unsatisfactory at any time by the City,notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of$25,000,a Payment Bond shall be executed,in the amount of the contract,solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000,a Performance Bond shall be executed,in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications,and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1,Item 8,paragraph 8.6,of the"General Provisions"of the Standard Specifications for Construction of the City of Fort Worth, Texas,concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. f 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No.7278 as amended by City Ordinance No. 7400(Fort Worth City Code Section 13-A-21 through 13-a-29)prohibiting discrimination in employment practices. r SI-1 d 6. WAGE RATES: All bidders will be required to comply with provision 5159a of"Vernons Annotated Ir Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth,Texas and set forth in Contract Documents for this project. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if required.for use by the CITY OF FORT WORTH in determining the successful bidder. This statement,if required,is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten(10)days of receipt of notice of award of contract,the Contractor must provide,along with executed contract documents and appropriate bonds,proof of insurance for Worker's Compensation and Comprehensive General Liability(Bodily Injury-$250,000 each person, $500,000 each occurrence;Property Damage-$300,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. NONRESIDENT BIDDERS: Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. P, "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder"means a bidder whose principal place of business is in this state,and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 10. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 13471,as amended by Ordinance No. 13781,the City of Fort Worth has goals for the participation of Disadvantaged Enterprise in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the 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)City business days after 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. Failure to comply shall render the bid non-responsive. Upon request,Contractor agrees to provide to owner complete and accurate information regarding actual work performed by Minority Business Enterprise(WBE)on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiation action under appropriate federal,state or local laws or ordinances relating to false statement;further,any such misrepresentation(other than a negligent misrepresentation)and/or commission of fraud will result in SI-2 the Contractor being determined to be irresponsible and barred from participation in City work for a period of time of not less than three(3)years. ■ 11. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")as appropriate is received by the City. The award of contract, if made,will be within forty-nine(49)days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 12. PAYMENT: The Contractor will receive full payment(minus 5%retain age)from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. r 13. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contracting the Department of Engineering Construction Division at (817)871-7910. Bids that so not acknowledge all applicable addenda maybe rejected as non- responsive. 14. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. Definitions: Certain of coverage("certificate"). A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC-81, TWCC-82,TWCC-83,or TWCC-84),showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in(406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes,without limitation, independent contractors,subcontractors,leasing companies,motor carriers,owner-operators, employees of any such entity,or employees of any entity which furnishes persons to provide services on the project. "Services"include,without limitation,providing,hauling,or delivering equipment or materials,or providing labor,transportation,or toner services related to a project. "Services"does not include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. b. The contractor shall provide coverage,based on proper reporting of classification codes and �► payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011 (44)or all employees of the contractor providing services on the project,for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. S1-3 N i d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project,the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project,and provide to the governmental entity: (1) a certificate of coverage,prior to that person beginning work on the project,so the governmental entity will have on file certificates of coverage showing coverage for all ,�. persons providing services on the project;and (2) no later than seven days after receipt by the contractor,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,within ten(10)days after the contractor knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project. h. The contractor shall post on each project site a notice,in the text,form and manner prescribed by the Texas Worker's Compensation Commission,informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. i. The contractor shall contractually require each person with whom it contracts to provide services on a project,to: (1) provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011 (44)for all of its employees providing services on the project,for the duration of the project; (2) provide to the contractor,prior to that person beginning work on the project,a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; ' (3) provide the contractor,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts,and provide to the contractor: (a) a certificate of coverage,prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage,prior to the end of the J� coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the project; SI-4 (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery,within ten (10)days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and s (7) contractually require each person with whom it contracts,to perform as required by paragraphs(1)-(7),with the certificates of coverage to be provided to the person for h whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate of coverage,the contractor is representing to the governmental entity that all employees of the contractor who b will provide services on the project will be covered by worker's compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative,criminal,civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from s the governmental entity. x B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's ps Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type,and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this I construction project must be covered by worker"compensation insurance. This includes persons providing,hauling or delivering equipment or materials,or providing labor or transportation or other service related to the project,regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on PF the legal requirement for coverage,to verify whether your employer has provided the required coverage,or to report an employer's failure to provide coverage". 15. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex,race,religion,color,or national origin and shall comply with the provisions of City Ordinance 7278,as amended by City Ordinance 7400(Fort Worth City Code Sections 13A-21 through 13A-29),prohibiting discrimination in employment practices. 16. AGE DISCRIMINATION: In accordance with the policy("Policy")of the Executive Branch of the federal government,contractor covenants that neither it nor any of its officers,members,agents,or employees,will engage in performing this contract,shall,in connection with the employment, a advancement or discharge of employees or in connection with the terms,conditions or privileges of SI-5 their employment,discriminate against person because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers,members,agents,or employees,or person acting on their behalf,shall specify,in solicitations or advertisements for employees to work on this *' Contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. r+ 17. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990("ADA"),Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. Revised March 15, 1996 �r June 22, 1999(eliminated affidavit statement in Item 10) 9 January 26,2000(updated ordinance no. in Item 10) M SI-6 � I C City of Fort Worth Minority and Women business Enterprise Specifications ! SPECIAL INSTRUCTIONS FOR BIDDERS _ APPLICATION OF POLICY N the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. H the total dollar value of the contract is less than$25,000,the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority/Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of M/WBE firms to a level comparable to the availability of M/WBEs that provide goods and services directly or indirectly to the City. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is A4 21 %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance ` by either of the following: 1. Meet or exceed the above stated M/WBE goal,or; 2. Good Faith Effort documentation,or; y I 3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION IThe applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. I 1. M/WBE Utilization Form: received by 5:00 p.m.,five(5)City business days after the bid opening date,exclusive of the bid opening date. 2. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5)City business days after the bid opening date,exclusive of the bid opening date. ` 3. Good Faith Effort Form: received by 5:00 p.m.,five(5)City business days after the bid opening date,exclusive of the bid opening date. � f FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. Any questions,please contact the M/WBE Office at(817)871-6104. ATTACHMENT 1A City of Fort Worth Page 1 of 2 �. Minority and Women Business Enterprise SpecificatiormPT of MBE/WBE UTILIZATION AC NEEKINC/6 FV SOUTHLAND CONTRACTING, INC. THURSDAY.!!>E o �11 2 17 )RIME COMPANY NAME BID DATE ;TREAM CF-5 CHANNEL IMPROVEMENTS-PHASE TWO GC13-030131362380 'ROJECT NAME PROJECT NUMBER CITY'S M/WBE PROJECT GOAL: " 21% M/WBE PERCENTAGE ACHIEVED: *allure to complete this form, in its entirety with supporting documentation, and received by the Managing Department m or before 5:00 p.m.five(5) City business days after bid opening, exclusive of bid opening date, will result in the bid eing considered non-responsive to bid specifications. he undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this chedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing lisrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered on-responsive to specifications. Company Name,Contact Name, I Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. Scope of Work(•) Supplied(') a + N C TxDOT Cr T (" I (..) R DN) 1 C y A HAYDEN CAPITOL CORP. X X CONCRETE CHANNEL 1 585,756.30 P.O. Box 8369 FORT WORTH, TEXAS 76124 M/WBEs must be located In the 9(nine)county marketplace or currently doing business In the marketplace at the time of bid. Specify ell 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 MNVBE goal. dentify each Tier level. Tier.Means the level of subcontracting below the prime contractor/consultant,I.e.,a direct payment from the prime contractor to a subcontractor Is considered 1 't tier,a payment by a subcontractor to Its supplier is considered 2 nd tier. CHIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.6/2/98 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 MBEMBE UTILIZATION n Name Contact Name Certified Specify All Contracting Specify All Items to be Dollar Amount Company P fY_ 9 pec fy_ Address,and Telephone No. Scope of Work(') Supplied(') v N • • C Tx00T r T 04WY (") R Div) f c r A f� f The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding Lactual 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 I 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. A L MBEs a id Es ST CERTIFIED BY THE CITY BEFORE CONTRACT AWARD Martha L. Griffith' t Aut orize ignature Printed Signature President Title Contact Name and Title(if different) Southland Contracting, Inc. 817-293-4263 .,,Company Name Telephone Number(s) P.O. Box 40664 817-293-5065 Address Fax Number FORT WORTH, TEXAS 76140 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.6/2M8 Pages 1 and 2 of Attachment 1A must be received by the Managing Department PART B - PROPOSAL TO: BOB TERRELL CITY MANAGER FORT WORTH, TEXAS FOR: CONSTRUCTION OF STREAM CF-5 CHANNEL IMPROVEMENTS PHASE TWO: UNIT 1 AND UNIT 2 STREAM CF-5 CHANNEL WEST OF BRYANT IRVIN ROAD AND SOUTHWEST BOULEVARD CULVERT DOE PROJECT NO. 1817 & 1818 TPW PROJECT NO. GC13-030131362380 Pursuant to the foregoing "Notice to Bidders", the undersigned Bidder, having thoroughly examined the Contract Documents, including Plans, Special Contract Documents, the General Contract Documents, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material, except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents, and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums, to wit: B-1 ,rx�oo fts Stream CF-5 Channel Improvements - Phase Two DOE # 1817 & 1818 DescriptionPay Spec Approx. Item Item QUarifity Unit Bid Prices Written in Words Price T (Furnish and install,including all appurtenant work,Complete in place,the following items) UNIT 1 - STREAM CF-5 CHANNEL WEST OFBRYANT IRVIN ROAD r1 1 SP 2 EA Project designation sign $ 169. 00 $ S 3 b-0y Complete in Place for One— r�" r Dollars& D Cents per Each A15 . 00 n 2 SP 93 LF 24"DIP sanitarysewer replacement(M-286) $ A 15 . 0 Q $ 06 Complete in Place for W Dollars& /V Cents per Linear Foot 3 SP 241 LF 12"PVC sanitarysewer E Ja5, Q $ 0i 95.pel Complete in Z1. Dollars& Ny Cents per Linear Foot 4 SP 81 LF Remove and dispose existing 12"sanitary sewer line $ 10 - 00 $ Complete in Place for /rAl Dollars& /01 Cents per Each 5 SP 2 EA Standard 5'dia.sanitary sewer manhole $ 0 a (� OD.OCS Complete in Place o 0 ���� �"°'".Dollars 8 per Each B-2 „26100 k Stream CF-5 Channel Improvements - Phase Two DOE # 181781818 Approx.Pay Spec WordsItem Item Qi1allilly Unit Bid Prices Written in (Fumish and install,including all appurtenant work,complete in place,the following items) 6 SP 3 EA Manhole insert and concrete collar $ 1 0 0 0 $ 13 w, a Complete in Place for `/' ,(,/ N�' y`".1.c.._, Dollars& NO Cents per each 7 SP 12 LF Additional depth for sanitary sewer manhole over 6' $ noo, 00 $ 400.00 Complete in Place for /!� Dollars& O —Cents per Linear Foot # 1 . 00 8 SP I 333 LF Post-construction TV inspection for sanitary sewer $ . 0 0 s 333.DD Complete in Place for Ae� Dollars& fV C2 Cents per Linear Foot 9 SP 2 EA Vaccum test for sanitary sewer manhole $ 1 Q Q. Q o $ 200,0c Complete in Place for nu ��� Dollars a o Cents i per Each 10 SP 1 LS Protect existing transformer box and concrete pad s 5 45 . 0 d s5 , od Complete in Pla for ! � �� d� �� � � I✓a Dollars 8 Cents per Lump Sum B-3 1x26= Stream CF-5 Channel Improvements - Phase Two DOE # 1817 & 1818 Pay Spec Approx. Description Item Item Quantity Unit Bid Prices Written in Words (Furnish and install,including all appurtenant work,complete in place,the following items) 11 SP 60 LF Concrete piers for transformer pad support $ a(o. $ 110 to 00 Complete in Place for �I G&-, t,1L DoDem& �0 Cents per Linear Foot Oj �/�p�f�,0 a 12 452 1 LS Remove existing wingwalls and footings at Bryant Irvin O� r $ D� / 520 Road culvert Complete in Place for AuJAJ ✓ Dollars& A) Cents per Lump Sum �[ 13 452 1 LS Remove existing wingwalls and footings at $ `20.00 $ 520 Southwest Boulevard culvert(north end) Complete in Place for ( ( r i" - '�"�'k'�'�"'�*'�e'r`" '7 Dollars& .a- Cents per Lump Sum 14 104 522 LF Remove exist.curb&24"gutter at Bryan Henderson Rd. $ T•SAO $ j Y,, 520 and exist.curb&24"gutter at Stonehenge Apartments Complete in Place for F* K/z— Dollars& s 0 G O Cents I per Linear Foot ?/ / 15 SP 1 LS Remove and replace exist.wheel stops at Stonehenge $ ��Jy�• y $ J 2,3b a• Apartments and at Country Day Place Office Condominiums Complete in Place for 1 -I44r '^• 1�/klke� .�'r[ S��4 Dollars& Ag Cents per Lump Sum B-4 1r26= Stream CF-5 Channel Improvements - Phase Two DOE # 1817 & 1818 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words Bid (Fumish and install,including all appurtenant work,complete in place,the following items) 16 105 42 LF Remove exist.concrete curb at Country Day Place s 5. s .2 S 520 Office Condominiums Complete in Place for F / ✓ Dollars& —Cents per Linear Foot 17 104 219 SY Remove exist. HMAC pavement at Bryan Henderson Rd. $ /•�SI s ?r bD 3, gr 520 and at Stonehenge Apartments Complete in Place for Dollars& Cents per Square Yard Z t 18 104 451 SY Remove exist.concrete pavement at Stonehenge $ �• Y $ 5-14 520 Apartments and at Country Day Place Office Condominiums Complete in Place for ff J Dollars& cents per Square Yard �7 19 104 500 LF Remove exist.concrete retaining wall at Country Day $ L/.sem s5 . 520 Place Office Condominiums Complete in Place for Dollars& /�G cents per Linear Foot / .�` 20 104 5,904 SY Remove existing concrete riprap channel $ `oy s✓ 0 77 520 Complete in Place for Dollars& T/ Cents per Square Yard B-5 V26M Stream CF-5 Channel Improvements - Phase Two DOE # 181781818 Pay Spec Approx. DescriptionItem Item Quantity Unit Bid Prices Written in . . (Fumish and install,including all appurtenant work,complete in place,the following items) 21 104 312 SF Remove existing concrete sidewalk $ 7,50 $ 7` `• �O 520 Complete in Place for Donars 8 3° �o a Cents per Square Foot 22 SP 90 LF Remove,salvage,and replace existing guardrail $ 5,2 $ Complete in Place for 1 ! t/-C Dollars& �°y Cents per Linear Foot $-77, 23 SP 1 EA Remove and-raptace 10"oak tree near Bryant Irvin Road $ $ Complete in Place for �!✓g w""'���O .7 �7. 1 Dollars& per Each /to, b S/ 70o, Y0 24 110 10,713 CY Unclassified channel excavation $ Complete in Place for / G All Dollars& Cents per Cubic Yard 25 SP 660 LF Underdrain system for concrete trapezoidal channel $ 3 d $ DD (Sta.46+43 to Sta.53+03) Complete in Pla for ;�VlVt/ r^— Dollars& Cents per Linear Foot B-6 MAM Stream CF-5 Channel Improvements - Phase Two DOE # 1817 & 1818 Approx.Pay Spec Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) Q 26 SP 55 LF Underdrain system for half conc.trapezoidal channel $ S $ 8 6(o, (Sta.53+03 to Sta.53+58) Complete in Place for F &g2n) Dollars& 7—d'_1 O Cents per Linear Foot 27 SP 410 LF Underdrain system for concrete vertical channel wall $ g. 0-444.Q 0 (Sta.45+96 to Sta.46+43,Sta.53+58 to Sta.54+38 Rt.,) (Sta.53+03 to Sta.54+78 Lt.) Complete in Place f Dollars& O 0 Cents per Linear Foot 4 0 t0.Op 5 28 SP 1,171 LF Drainage system for trapezodial channel retaining wall $ 3�5 $ (Sta.47+90 to Sta.53+03 Lt.,Sta.47+00 to Sta.53+58 Rt.,) Complete in Place for Dollars& 3s ° Cents per Linear Foot 29 410 147 SY 14"reinf.conc.combination channel floor and wall $ $ 400 footings(Sta.45+96 to Sta.46+43) �Complete in Place for v'K C d,JL Dollars& Cents per Square Yard ��11 30 410 442 SY 12"reinf.conc.combination channel floor and wall footings $ 1, _ $ 400 (Sta.53+03 to Sta.54+78 Lt.,Sta.53+58 to Sta. 54+38 Rt.,) Complete in Place for 0kc..X 14� X t 4« Dollars& -SV �D o Cents per Square Yard B-7 1r26= we Stream CF-5 Channel Improvements - Phase Two DOE # 981781818 Pay Spec Approx. Description Item Item Quantity Unit Bid Prices Written in Words Price Bid (Fumish and install,including all appurtenant work,complete in place,the following items) 31 410 66 CY 14"reinf.conc.channel walls(Sta.45+96 to Sta.46+43) $ L+c)! . o $ 400 Complete in Place for C Bim. �� CnQ Dollars& Cents per Cubic Yard 32 410 130 CY 12"reinf.conc.channel walls $ 42-100 3 .1; .510-00 400 (Sta.53+03 to Sta.54+78 Lt.,Sta. 53+58 to Sta.54+38 Rt.,) Complete in P''lalIce--for F014A- V.1.—"ei j!n6 Dollars& GOV Cents per Cubic Yard 33 410 556 SY 8"reinf.concrete channel floor between wall footings $ -7• 0 Q $ ` -0 0 400 (Sta.45+96 to Sta.46+43,Sta.53+03 to Sta. 54+78 Lt.,Sta. 53+58 to Sta.54+38 Rt.) Complete in P ce for -e aew� Dollars& 110 Cents per Square Yard 34 SP 122 SY Reinf.conc.riprap infill at vertical walls for transition $ $ to trapezodial channel(Sta.45+96 to Sta.46+43,) (Sta.53+03 to Sta.53+17 Lt.,Sta.53+58 to Sta. 53+96 Rt.,) Complete in Place for NG 4 N Dollars& �0 O Cents per Square Yard / I ' 35 410 2,292 SY 8"reinf.conc.trapezodial channel floor $ 57•D� S �4 .00 400 (Sta.46+43 to Sta. 53+03,Sta.53+03 to Sta.53+58 Rt.,) Complete in lace for Dollars& C. Cents per Square Yard B-8 1QW00 Stream CF-5 Channel Improvements - Phase Two DOE # 1817 & 1818 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words Price Bid (Fumish and install,including all appurtenant work,complete in place,the following items) 36 410 2,724 SY 6"reinf.conc.trapezodial channel sloped banks $ Lj J $ .00 400 (Sta.46+43 to Sta.53+03,Sta.53+03 to Sta.53+58 Rt.,) Complete in Place for c/pl" Dollars& Cents per Square Yard nn 37 410 141 CY Trapezoidal channel 10"reinf.conc.retaining wall $ 0 $ 50�, ,70 400 (Sta.46+43 to Sta.53+03,Sta.53+03 to Sta.53+58 Rt.,) Complete in Place for , • eje T1�1,///►dollars& Cents per Cubic Yard 38 410 252 SY 8"reinforced concrete ramp with side slopes and apron $ 400 Complete in Place for Dollars& O Cents per Square Yard /� 39 410 37 CY Extend existing headwall at Southwest Boulevard $ Q $ 9 400 westbound Frontage Road Complete in Place for Dollars& Z' °o Cents per Cubic Yard 40 SP 3,469 CY Select material for fill $ 7. 1-5 $c {4, 903.35 Complete in Place for Dollars& tye Cents D per Cubic Yard B-9 I/Moo Stream CF-5 Channel Improvements - Phase Two DOE # 181781818 Approx.Pay Spec Item Item Quantity Unit Bid Prices Written in Words Price Bid (Fumish and install,including all appurtenant work,complete in place,the following items) 41 SP 1 LS Reconstruct storm drain outfall"A" $ D 0 S 0'0 0 Complete in Place for Dollars& Cents per Lump Sum C 42 SP 1 LS Reconstruct storm drain outfall"B" $ 095%., 5%.Q0 $ •d Complete in Place for � Oki. 4wacj/yk.')e �� n' of arks& N 6 Cep per Lump Sum C 43 525 15 LF Trench safety system for storm drain s A 5 �J Complete in Place for T ' �C Dollars 8, Z� �ofl Cents per Linear Foot 44 402 20 CY Trench excavation and backfill for storm drain s $ X05, Complete in Placefor r J g 7 Dollars& Cents per Cubic Yard p 45 SP 526 LF Remove 4'wood fence on top of retaining wall $ Complete in Place for Dollars& vy v Cents per Linear Foot B-10 „�,� Stream CF-5 Channel Improvements - Phase Two DOE # 1817 & 1818 Approx.Pay Spec Item Item Quantity Unit Bid Prices Written in Words Price .. (Fumish and install,including all appurtenant work,complete in place,the following items) 46 SP 577 LF Remove 6'wood fence wi K*Aek-se{umas $ (� 35 $ Complete in Place for Dollars& 3Yo v Cents per Linear Foot /-� 47 SP 103 LF Remove 6'chain link fence $ 1 $ 757 05 Complete in Place for Dollars& �s Cents per Linear Foot ��11 1� � 48 SP 1,202 LF Install new 6'wood fence on top of channel wall $ a1y, (ao $ 9.4.4744- 9-0 /!4I-9-h v Complete in Place for L� Dollars& 1,00 o Cents per Linear Foot 49 SP 511 LF Install new 6'chain link fence on top of channel wall $ )0, Q $_ 5 5�_ SAO Complete in Place for l Dollars& ga Cents per Linear Foot 50 SP 48 LF Install new 6'chain link fence on top of existing $ $ 3 Bryant Irvin Road headwall Complete in Place for �rI` Dollars& Cents per Linear Foot B-11 1/26M Stream CF-5 Channel Improvements - Phase Two DOE # 181781818 Pay ,. Approx. Description Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 51 SP 103 LF Install new 6'chain link fence behind Southwest $ 1 Q' an — $ 1 01 1 LLD Boulevard headwall and other locations Complete in Place for DoNars& o Cents per Linear Foot i 52 SP 1 EA Install new double 5'wide,6'chain link fence gate $ $ 0 Complete in Place for ig4id G -7 ty Dollars& l D Cents per Each 53 TxDOT 152 LF Install new metal beam guard fence at Southwest $ a 3. $ 0 Boulevard westbound Frontage Road Complete in Place for kf'--e C Dollars& 711V10 Cents per Linear Foot 54 502 60 LF Reinf.conc. 7"curb&24"gutter at Bryan Henderson Road $ $ Complete in Place for Dollars& N O Cents per Linear Foot 55 502 587 LF Reinf.conc.7"curb&24"gutter at Stonehenge Apartments $ 1. 00 $ CA 3g--I, 0 Complete in Place for �� 7w / " Dollars& /tip Cents per Linear Foot B-12 ,MM Stream CF-5 Channel Improvements - Phase Two DOE # 1817 & 1818 Pay -Spec Approx. —Descr—iption of Items with Unit Amount Item Item Quantity (Furnish and install,including all appurtenant work,complete in place,the following items) Q 56 502 60 LF Reinf.conc.6"curb at Country Day Place $ 1p. $ 918,00 o ,0Q Office Condominiums Complete `iin'Placefor J 1A Dollars& 7/ �d� Cents per Linear Foot 57 312 97 SY HMAC permanent pavement replacement at $ 105- 00 $ 11.00 Bryan Henderson Rd.(figure 4) Complete in Place for !X �� Dollars& �O Cents per Square Yard 58 312 497 SY HMAC permanent pavement replacement at $ �p. t/ $ Stonehenge Apartments(6"min.-see detail sheet 14) Complete in Place for S �✓ Dollars& �Da Cents per Square Yard 59 314 845 SY Reinf.conc.pavement replacement at Stonehenge Apt's s 3 a and at County Day Place Office Condominiums (6"min.-see detail sheet 14) Com ete in Place for —TAr `7 I v� Dollars& Cents per Square Yard 60 504 312 SF 4"reinf.conc.sidewalk replacement $ - Q Complete in Place for o t't'r Dollars& z� Cents per Square Foot B-13 1/26100 Stream CF-5 Channel Improvements - Phase Two DOE # 1817 & 1818 Pay Spec Approx. Description of Items with Unit Amount Item Rem Quanlity Utitt Bid Prices Written in Words Price Bid (Fumish and install,including all appurtenant work,complete in place,the following items) 61 314 40 SY 6"reinf.conc.pavement access drive $ Complete in Place for,�1 r ` / Dollars& T 0 0 Cents per Square Yard 62 SP 1,156 LF Silicone joint sealing $ Complete in Place for Dollars& l Cents per Linear Foot 63 116 260 CY 6"topsoil $9.00 $2,340.00 Complete in Place for Nine Dollars& No Cents per Cubic Yard 64 SP 1,559 SY Bermuda grass solid block sodding $ 3.7D J. 0 Complete in Place for 1 f G if Dollars& �10 Cents per Square Yard 65 SP 1 LS Landscape restoration $1,000.00 $1,000.00 Complete in Place for One thousand Dollars& No Cents per Lump Sum B-14 ,nsioo Stream CF-5 Channel Improvements - Phase Two DOE # 181781818 Approx.Pay Spec Item Item Quantity Unit Bid Prices Written in Words (Furnish and install,including all appurtenant work,complete in place,the following items) 66 SP 1 LS Utility Adjustment $5,000.00 $5,000.00 Complete in Place for Five thousand Dollars& No Cents per Lump Sum Unit 1 - Stream CF-5 Channel West — /(� of Bryant Irvin Road Subtotal / 10 S �! / �02—, (transfer subtotal to page B-25) B-15 Irmoo Stream CF-5 Channel Improvements - Phase Two DOE # 1817 & 1818 Pay Spec Approx. Description Item Item Quantity (Fumish and install,including all appurtenant work,complete in place,the following items) UNIT 2 - SOUTHWEST BOULEVARD CULVERT 67 SP 1 EA Project designation sign $ N8 0 $ Complete in Place forNk / _ _r t-.0 ' C .ctlg Dollars& N' Cents per Each 11 68 SP 1 LS 6"waterline protection $ ! $ J 500 -00 Complete in lace for 4", ",I—Dollars& O Cents per Lump Sum ?� 69 SP 180 LF 16"DIP waterline relocation $ D�a •Q $ 3_J�] , (p Q01 0® Complete in Place for "I)�"4 Dollars& /lir Cents per Linear Foot r 70 SP 92 LF 30"steel casing by open cut with casing spacers $ 0•(9 Complete in Place for Dollars& Cents per Linear Foot p, o SP 6,6, 01)20 LF 30"steel casing by bore with casing spacers S $ Complete in Place for Dollars& Cents per Linear Foot B-16 1/2600 Stream CF-5 Channel Improvements - Phase Two DOE # 181781818 Pay Spec Approx. rAmount Itern Item Quantity (Furnish and install,including all appurtenant work,complete in place,the following items) l""�Sd^" I o.o0 72 SP LF 10"DIP waterline relocation $ ,O Q $ }Complete in Place for (F z Dollars& O Cents per Linear Foot 73 SP 1 EA 6"blow-off and sump manhole(figure 18) s4.3oo, 00 $ 3wzo Complete in Place for {/�,.__ �'�--�Laj4z,eG! 6*s,,(/, i-Dollars& 4"d Cents per Each 74 SP 1 LS 2"temporary service line $ L000,0o $ Complete in P)ace for At�z Dollars& A)00 Cents per Lump Sum ��� fjs•�D O ��� y�,�. !J 75 TxDOT 1 LS Remove existing wingwalls and apron at Southwest Boulevard culvert(south end) lo"oo'o11:::'0'.111000"'t Complete in Place r ^ /Dotlas& Cents per Lump Sum s'r 7 SJ 5-JU. St 76 TxDOT 102 LF Remove exist.concrete curb&gutter at Southwest $ $ Boulevard Frontage Roads Complete in Place for �i� tJf Dollars& Cents per Linear Foot B-17 ,rzcvoo fir. Stream CF-5 Channel Improvements - Phase Two DOE # 1817 & 1818 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words WP (Furnish and install,including all appurtenant work,complete in place,the following items) of�� l� 0U Z/ 00 77 TxDOT 187 SY Remove exist. HMAC pavement at Southwest $ + $ Boulevard Frontage Roads Complete in Place for Dollars& N� Cents per Square Yards /h� 78 TxDOT 1 EA Remove exist.storm drain manhole at Southwest $ 315, 00 $ 3 15,0V Boulevard Frontage Roads Complete in Place for f<< Lje( i `l Dollars& Cents per Each C 79 TxDOT 1 EA Remove exist.curb inlet at Southwest Boulevard $ 5 Q 0 $ Sys igo Frontage Roads Complete in Place for / Dollars& ' � Cents per Each 80 TxDOT 60 LF Construct 150"tunnel liner by open cut $ 0, $ Complete in Place for Dollars& Cents per Linear Foot 81 TxDOT 469 LF Construct 150"tunnel under Southwest Boulevard Complete in Place for /—Dollars& it o�- "" (-) Cents per Linear Foot B-18 „�,� Stream CF-5 Channel Improvements - Phase Two DOE # 1817818'18 Approx.Pay Spec Description of Items ivithAmount Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the N19wirlp items) 00 3 5i Zoo,ea �� as 82 SP 560 LF Install 132"storm drain carrier pipe in tunnel Complete in Place for Fi Ne i "'� Dollars& N - Cents per Linear Foot n Q 83 TxDOT 53 CY Extend exist.headwall at Southwest Boulevard s ,5� s eastbound Frontage Road Complete in Place for ''__�II Jif a � Z J'+ Dollars& Csnts per Cubic Yard 84 TxDOT 72 CY Reinforced concrete wingwalls with footings $ 5 $ 0 between headwalls Complete in Place for J Dollars& T—I�T _cents per Cubic Yard 85 TxDOT 181 SY 8"reinforced concrete apron with 2'training walls $ ,�5 �L 1 Complete in Place for )�-A /Le Dollars& 6fJ /ielp Cents per Square Yard nn 86 SP 44 LF Install 33.7 degree bevel above existing Southwest $ ,� $ Q •of V Boulevard culvert entrance Complete in Place for Dollars& Cents per Linear Foot B-19 IrAw Stream CF-5 Channel Improvements - Phase Two DOE # 1817 & 1818 Pay Spec Approx. Description Item Item Quantity Unit Gid Prices Written In Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 87 TxDOT 1 EA 6'x6'TxDOT storm drain manhole $ Ailo o'QV s "00.00 Complete in Place for I .9 W ��D'�tc 44f �0)0 "�l� 1lars& /J 0 Cents per Each 88 TxDOT 1 EA 4'x4'TxDOT storm drain manhole $O� V $ Complete in Place for 4� Dollars& b� cents per Each C 89 TxDOT 1 EA TxDOT type"C"curb inlet w/extension type"E" s 5 •Do s ,Qo Complete in Place for Cents per Each 90 SP 1 LS Reconstruct storm drain outfall"C" S -! �� QO $ Complete in Place for l n(4-t � '�C Ilars& AO Cents per Lump Sum (�J� Qp .S 91 SP 1 LS Reconstruct storm drain outfall"D" J $ Complete in Place for Dollars& N o • Cents per Lump Sum B-20 Ilmoo Stream CF-5 Channel Improvements - Phase Two DOE # 1817 & 1818 Pay Spec Approx. Description of Items with Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 3,�• °d ,tea" 4'-t' 92 SP 1 LS Reconstruct storm drain outfall"E" E rmplete in P ace for ` (46t! Pum Li��Dollars& Cents per Lump Sum �M' 7- 93 —93 SP 1 LS Reconstruct storm drain outfall"F" $ C late in Place for ' � �G DoNars 8 A10 cera r�( f per Lump Sum g'��04 94 SP 1 LS Reconstruct storm drain outfall"G Q s Complete in Pla ce for Af AIC J11Dollars& /V 4 Cents per Lump Sum //�� 95 TxDOT 140 LF Trench safety system for storm drain s �-d5 5 s Complete in Place for FC Dollars& Cents per Linear Foot - 96 TxDOT 195 CY Trench excavation and backfill for storm drain E 7- :3 Ss fjvq�CompPlace for 'tDollars& /Ga Cents per Cubic Yards B-21 ,rzeoo Stream CF-5 Channel Improvements - Phase Two DOE # 1817 81818 Pay Spec Approx. Description of Items with Unit ount Item Item Quantity Unit Bid Prices Written in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 97 TxDOT 147 LF Remove chain link fence on top of headwallstwingwalls $ , 35 $ 1 Oso, -I Complete in Place for `�4'� Dollars& s_�'\l go Cents per Linear Foot II 98 TxDOT 213 LF Install new 6'chain link fence around headwalls and s b -80 s 4) wingwalls at Southwest Boulevard eastbound Frontage Road Complete in lace for SIX Dollars& g � Cents per Linear Foot rr� 99 TxDOT 165 LF Install new metal beam guard fence at Southwest $ �3. Q $ J ,SD Boulevard eastbound Frontage Road Complete in Place for lDollars& �b Cents per Linear P6ot 100 TxDOT 162 LF 6"conc.curb&24"gutter at Southwest Boulevard s 9 )•00 s .DO Frontage Roads Complete in Plaqe for At Dollars& Cents ri per Linear Foot G 101 TxDOT 392 SY 6"flexible base at Southwest Boulevard Frontage Roads s )6-80 s kI 58.J• O Complete in ce for �X Dopers& Cerks per Square Yard B-22 1r26100 Stream CF-5 Channel Improvements - Phase Two DOE # 1817 & 1818 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Written in Words Price Bid J (Fumish and install,including all appurtenant work,complete in place,the following items) 102 TxDOT 336 SY 6"concrete base at Southwest Boulevard Frontage Roads $ $ Compl a in Place for - n l/� C Dollars& qD o 0 Cents per Square Yard 103 TxDOT 336 SY 2"HMAC pavement replacement at Southwest $ Q S Boulevard Frontage Roads Complete in Place for Dollars& o Cents per Square>and 104 TxDOT 149 CY 6"topsoil $9.00 $1,341.00 Complete in Place for Nine Dollars& No Cents per Cubic Yard 105 TxDOT 896 SY Bermuda grass solid block sodding $ $ 5A.i o SP Complete/inn Place for Dollars& Cents per Square Yard B-23 M416M Stream CF-5 Channel Improvements - Phase Two DOE # 1817 & 1818 Pay Spec Approx. Description of Items with Unit Amount Item Item Quantity Unit Bid Prices Writ*n in Words Price Bid (Furnish and install,including all appurtenant work,complete in place,the following items) 106 SP 1 LS Utility Adjustment $5,000.00 $5,000.00 Complete in Place for Five thousand Dollars& No Cents b �65)"331 �- per Lump Sum l / Unit 2 - S.W. Blvd. Culvert Subtotal (transfer subtotal to page B-25) B-24 lassoo SUMMARY OF BIDS Stream CF-5 Channel Improvements — Phase Two DOE # 1817 & 1818 Unit 1 - Stream CF-5 Channel West / 7V, 0 Z of Bryant Irvin Road Subtotal Unit 2 - S.W. Blvd. Culvert Subtotal $ TOTAL BID $ B-25 irzsioo Contractor shall, if applicable, identify below the pre-qualified sub-contractor who shall install the water and/or sanitary sewer facilities. TUA SHE R (]0&15MUM Dn/ _ Pre-qualified sub-contractor for water and/or sanitary sewer installation. P a Failure to list a sub-contractor who is pre-qualified by the Water Department shall N result in the rejection of the bid as non-responsive. C B-26 1/26/00 PART B - PROPOSAL (Cont.) Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certifies that he has at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract (both units) within 240 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. Work will not be performed on Sundays or on legal holidays as prescribed by the City Council of the City of Fort Worth for observance by City employees. (Complete A or B below, as applicable:) [] A. The principal place of business of our company is in the State of Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. B-27 1/26/00 I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (initials) 1YIA P A Addendum No. 3 (initials) Addendum No. 2 (initials) Addendum No. 4 (initials) Respectfully submitted, 94 f,-3 4J Company Name (please print) By (please py t Signature: I^ � Title: S.t �► T' (please print) Street Address SEAL if Bidder is a Corporation 4(V City State Zip Date: 212,po L60 AL(Z6 Phone Number B-28 1/26/00 r r ' PART E - SPECIFICATIONS r s r r r r r SECTION E100- MATERIAL SPECIFICATIONS MATERIAL STANDARD E 100 JANUARY 1, 1978 (ADDED 5/13/90) WATER DEPARTMENT All materials, construction methods and procedures used in this project shall conform to Sections E1, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX E1 MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E3 GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: E1-2.4 Backfill: (Correct minimum compaction requirement to 95% Proctor density and correct P.I. values as follows:) a. Additional backfill requirements when approved for use in streets: 1. Type B Backfill (a) Maximum plastic index (PI) shall be 8 2. Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by jetting (b) Material meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2.11 Trench Backfill: (Correct minimum compaction requirement whenever it appears in this section to 95% Proctor density except for paragraph a.1. where the "95% modified Procter density"shall remain unchanged). 1 SECTION E100 - MATERIAL SPECIFICATIONS MATERIAL STANDARD E 100-4 JANUARY 1, 1978 (ADDED 5/13/90) E100-4 WATERTIGHT MANHOLE INSERTS E100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the Fort Worth sanitary sewer collection system. E100-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethylene that meets or exceeds the requirements of ASTM D1248, Category 5, Type III. b. The minimum thickness of the manhole insert shall be 1/8". C. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprene rubber and meet the requirement of ASTM D1056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made minimum 1" wide woven polypropylene or nylon webbing, with the ends treated to prevent unraveling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole frame shall be have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. D100-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. 2 TABLE OF CONTENTS SPECIAL PROVISIONS FOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT 1. Scope of Work...............................................«..................................................................S-1 2. Submission of Bids and Award of Contract.......................................................................S-1 3. Reconstruction Conference.......................................................................,.......................S-1 4. Abandonment of Project.....................................................................................................S-1 5. Specifications.......................................................................,...........................................S-1 6. Bid and Contract Documents/Non-Responsive Bids,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,S-2 7. Defective Workmanship....................... 8. Construction Staking............................. 9. Traffic Control ....................................................................................................................S-2 10. Payment...............................................................................................................................S-3 11. Delays..................................................................................................................................S-3 12. Detours................................................................................................................................S-3 13. Barricades and Warning Signs...................................w.......................................................S-3 14. Examination of Site„ 15. Parkways/Excess Excavation........ .. ................... .....................................S-4 16. Zoning Compliance/Storage of Equipment........................................................................S-4 17. Water for Construction.......................................................................................................S-4 18. Waste Material............................................... .....................................................................S-4 19. Cleanup for Final Acceptance.............................................................................................S-4 20. Property Access. . .......... ... . .............. .... ......... .................r................................................S-4 21. Protection of Existing Utilities and Improvements............................................................S-4 22. Construction Schedule,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,S-5 ...................................................................... 23. Safety Restriction Work Near High Voltage Lines............................................................S-5 24. Water&Sanitary Sewer Work...........................................................................................S-5 25. Construction Traffic over Pipelines............................ ,,,,,,,,,,,,.,,.S-5 ........................................ 26. Contractor's Responsibility for Damage Claims................................ S-6 ................................ 27. Test Borings........................................................................................................................S-7 28. Quality Control Testing......................................................................................................S-7 29. Cutting of Concrete.............................................................................................................S-8 30. Sanitary Facilities for Workmen.........................................................................................S-8 31. Subsidiary Work.................................................................................................................S-8 32. Legal Relations and Responsibilities to the Public............................................................S-8 33. Right to Audit.......... ...................... S-8 ..................................................................................... 34. Increase or Decrease in Quantities, S-9 35. Wage Rates..... ..................................................................................................................S-10 36. Coordination with Fort Worth Water Department,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,S-10 37. Equal Employment Provisions........................................................................................S-10 38. Disposal of Spoil/Fill Material ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,S-10 .......................................................... 39. Easements and Permits....................................................... ..........................................5-10 40. Ingress and Egress/Obstruction of Access to Drives........................................................S-11 41. Temporary Erosion, Sediment and Water Pollution Control,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,S-11 42. Omitted(Right-of-way ciearance For utility companies).......................................................................S-12 43. Contractor's Compliance with Worker's Compensation Law,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,..S-12 44. Minority and Womens Business Enterprise (M/WBE)Compliance...............................S-16 45. City Furnished Materials...................................................................................................S-17 46. Damage to Private Property..............................................................................................S-18 47. Crossing of Existing Utilities S-18 48. Existing Utilities and Improvements................................................................................S-18 49. Miscellaneous Placement of Material...........................:...................................................S-19 50. Type"C.'Backfill........ .................,..,....,.......,........,,.............,...,..,...,.................,.............5-19 51. Crushed Limestone Backfill..............................................,..,.....H................,..................5-19 52. 2:27 Concrete. 5-20 53. Trench Excavation,Backfill and Compaction for Water and Sanitary Sewer Lines,,,,,,5-20 54. Trench Safety System for Water and Sanitary Sewer Lines,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,S-21 55. Omitted(sanitary sewer Manholes)See#76-Pay Item 5.............................................................S-22 56. Sanitary Sewer Services........................................................... .....................................S-22 57. Water Services..................................................................................................................S-23 58. Removal, Salvage and Abandonment of Existing Facilities,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,S-24 59. Detectable Warning Tapes................................................................................................S-26 60. Pipe Cleaning....................................................................................................................S-26 61. Mechanics and Materialmen's Lein..................................................................................S-27 62. Substitutions......................................................................................................................S-27 63. Omitted(Preconstruction Television Inspection/sanitary sewer Lim)...........................................................S-27 64. Omitted(Vacuum Testing of sanitary sewa Manholes)See#76-Pay Item 8 .......................................S-27 65. Bypass Pumping................................................................. ..............................................S-27 66. Omitted(Post-Construction Television Inspection of sanitary sewers)See#76-Pay Item 7 ........................5-27 i 67. Protection of Trees,Plants and Soils,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,S-27 68. Site Restoration.................................................................................................................S-28 69. City of Fort Worth Standard Product List........................................................................S-28 70. Topsoil,Sodding and Seeding..........................................................................................5-28 71. Confined Space Entry Program. . ...................................................................................S-34 72. Concrete Encasement of Sewer Pipe................................................................................S-34 73. Installation of Water Facilities. ... . ...............................................................................5-34 73.1 Polyvinyal (Chloride PVC)Water Pipe............................................................................S-34 73.2 Blocking.......................................................................................................................S-34 .. 73.3 Type Of Casing Pipe....................................................................................................5-35 73.4 Tie-Ins...... e . ..... . ..... .. ...................................................................................S-35 73.5 Connection Of Existing Mains.....................................................................................S-35 73.6 Valve Cut-Ins...............................................................................................................5-36 73.7 Water Services........ .. .. ....... .... . ... ........................................................................S-36 73.8 Adjust Manholes And Vaults (Utility Cut),,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,S-38 73.9 Adjust Water Valve Boxes................. .......................................................................S-39 . ... 73.10 Purging And Sterilization Of Water Lines,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,5-39 73.11 Work Near Pressure Plane Boundaries 5-39 73.12 Water Sample Station ...............,..........................,............,........,.................................S-39 74. Sprinkling For Dust Control........................................................................................S-40 75. Dewatering......r.............................................,.....,,,..................................,..................S-40 76. Construction Items............................................................................................................S-41 _. s CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR: STEAM CF-5 CHANNEL IMPROVEMENTS-PHASE TWO:UNITS 1 &2 FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING PROJECT NO. 1817& 1818 TPW PROJECT NO. GC13-030131362380 1. SCOPE OF WORK: The work for this project consists of furnishing all materials, labor, equipment,tools and incidentals necessary to construct the following: Reconstruction of approximately 850 linear feet of existing reinforced concrete trapezoidal channel and construction of two 150 inch tunnels under Southwest Boulevard (Highway 183) and installation of 132 inch storm drain carrier pipe within each tunnel, including associated wingwalls, headwalls, aprons, toewalls, drainage systems, pavement repair, water and sewer line relocations, and all other appurtenances in accordance with the plans and specifications which are necessary to satisfactory complete the work. 2. SUBMISSION OF BIDS AND AWARD OF CONTRACT: Bidders shall submit a bid for the complete and total project and shall provide a bid bond for the total bid. Failure to submit a bid total that includes all items, or failure to submit bid bond, shall result in rejection of bid as non-responsive. The contract will be awarded to the responsive low bidder of units 1 and 2 combined. 3. PRECONSTRUCTION CONFERENCE: After the contract has been awarded, the General Contractor and representatives of all the subcontractors shall attend a Pre- Construction Conference. This meeting will include the review of the Contractor's proposed construction methods, Traffic Control Plan, and schedules in accordance with Item 8.2 of the General Provisions. 4. ABANDONMENT OF PROJECT: The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 5. SPECIFICATIONS: This contract and project are governed by the three following published specifications,except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS(NCTCOG) FORT WORTH WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS A copy of either of the first two specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 21 Floor, S-1 Municipal Building,Fort Worth,Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Additionally, subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with revisions through January 1, 1978, are made a part of the Contract Documents for this Project. The Plans, Special Conditions and Provisions Documents, and the rules regulations, requirements, instructions, drawings or details referred by the manufacturer's name, number or identifications included therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the Contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the Engineer shall generally, but not necessarily, follow the guidelines listed below: Plans Contract Documents General Contract Documents and General Specifications The Special Provisions herein shall be applicable to this Project and shall govern over any conflicts with the General Contract Documents under the provisions stated above. 6. BID AND CONTRACT DOCUIVMNTS/NON-RESPONSIVE BIDS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the City Engineer. 7. DEFECTIVE WORKMANSHIP: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years for all construction items, from date of final acceptance of this project by the City Council of the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. _ 8. CONSTRUCTION STAKING: Constructing stakes for line and grade will be provided by the City as outlined in Section 5.8, Standard Specifications for Construction, City of Fort Worth. 9. TRAFFIC CONTROL: The Contractor shall be responsible for providing traffic control — during the construction of this project consistent with the provisions set forth in the "1980 S-2 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways",codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30, and 31. The Contractor shall provide the Engineer with a Traffic Control Plan for this o'ect at the Pre-Construction Conference. The Contractor shall submit a Traffic Control Plan for the awarded project directly to the City Traffic Engineer for approval and provide two copies of the approved plan to the inspector prior to commencing with construction. Cost for the Traffic Control Plan shall be subsidiary to the project price. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (telephone number 817-870- 8075) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. 10. PAYMENT: The Contractor will receive full payment from the City for all work. 11. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and, if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work,or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however,be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 12. DETOURS: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. 13. BARRICADES AND WARNING SIGNS: Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs", Item 524, and/or as shown on the plans. Construction signing and barricades shall conform with 1980 Texas manual on Uniform Traffic Control Devices, Vol.No. 1". S-3 14. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examination and explorations as may be necessary to determine all conditions which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties,procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions which may give rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. 15. PARKWAYS/EXCESS EXCAVATION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. 16. ZONING COMPLIANCE/STORAGE OF EQUIPMENT: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 17. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 18. WASTE MATERIAL: All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street or railroad improvements or to abutting property. 19. CLEANUP FOR FINAL ACCEPTANCE: Final cleanup work shall be done for this project as soon as culvert, riprap, street reconstruction and sidewalks have been constructed. No more than fourteen calendar days shall elapse after completion of construction before the roadway, right-of-way, and drainage and utility easements are cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or ` concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. Final acceptance of the completed project work shall be given by the City of Fort Worth Department of Engineering. " 20. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 21. PROTECTION OF EXISTING UTII,PTIES AND RvIPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities which may be encountered. Any and all permanent structures such as parking lot surface,fencing and like structure shall be replaced at no cost to the City by material of equal value and quality as that damaged. S-4 The utility line and conduits shown on the plans are for information only and are not guaranteed by the City or the Engineer to be accurate as to extend, location and depth; they are shown on the plans as the best information available at the time of design from the owners of the utilities involved and from evidences found on the ground. 22. CONSTRUCTION SCHEDULE: It shall be the responsibility of the Contractor to furnish the Construction Engineer, prior to construction, a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time being allowed for cleanup. 23. SAFETY RESTRICTION WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: a) A warning sign not less than five inches by seven inches (5" x 7"), painted yellow with black letters that are legible at twelve (12) feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drive, hoisting equipment or similar apparatus. The wanting sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES" b) Equipment that may be operated within ten(10)feet of high voltage lines shall have an insulating cage type or guard about the boom or arm,except backhoes or dippers, and insulator links on the lift hook connections. C) When necessary to work within six (6) feet of high voltage electric lines, notification shall be given the power company (T.U. Electric Service Co.) who will erect temporary mechanical barriers, de-energize the line, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to T.U.Electric Service Company and shall record action taken in each case. d) The Contractor is required to make arrangements with the T.U. Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. e) No person shall work within six (6) feet of a high voltage line without protection having been taken as outlined in Paragraph (3). 24. WATER & SANITARY SEWER WORK: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. 25. CONSTRUCTION TRAFFIC OVER PIPELINES: It is apparent that certain construction vehicles could exceed the load bearing capacity of water, sanitary sewer, and other utility pipes under shallow bury conditions. It will be the responsibility of the Contractor to S-5