Loading...
HomeMy WebLinkAboutContract 25967 f ! • P A CITY SECRETgRy u CONTRACT DOCUMENTS # 38 �•o-E. FILE AND CITY SECRETARY CONTRACTOpS BOND► SPECIFICATIONS CONTRACT NO, CONSTRUCTION'S NG Co. FOR N S Cppy - CLIENT DEPART2000 MENT MAIN C1C4B DRAINAGE AREA SANITARY SEWER REHABILITATION • AND IMPROVEMENTS (GROUP 6, CONTRACT 2),PART 12,UNITS 1 2 PROJECT NO. PS46-070460410230 j D.O.E. PROJECT NO. 2518 & 2695 CITY OF FORT WORTH, TEXAS ` KENNETH BARR BOB TERRELL MAYOR CITY MANAGER DALE A. FISSELER, P.E. DIRECTOR, WATER DEPARTMENT HUGO A. MALANGA, P.E. DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, RE, DIRECTOR , DEPARTMENT OF ENGINEERING PREPARED BY [URDE 8-AS_SQ0IATFS,_1NC. FORT WORTH, TEXAS OF Q 2000 sc, •I ......6/ ou RICIQL RECON .� �t� �YctlUfl � 61 City of Fort Worth, Texas "Invole andC ounin'l Communication DATE REFERENCE NUMBER LOG NAME PAGE 5/23/00 **C-18021 3000LL 2 of 2 SUBJECT AWARD OF CONTRACT TO STOCKER ENTERPRISES, INC. FOR MAIN C1 C4B DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS GROUP 6, CONTRACT 2 PART 12, UNIT 2 In addition to the contract cost, $17,000.00 is required for inspection and survey and $12,000.00 is provided for project contingencies. Stocker Enterprises, Inc. is in compliance with the City's M/WBE Ordinance by committing to 17% M/WBE participation. The City's goal on this project is 17%. ` FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the State Revolving Fund - Sewer. MG:k Submitted for City Manager's FUND I ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) APPROVED Mike Groomer 6140 CITY COUNCIL Originating Department Head: 91 MAY 94 2000 A.Douglas Rademaker 6157 (from) PE42 1 541200 070420417980 $231,202.00 (L Additional Information Contact: City Secretary a(the City of Fort Worik.Tozas A.Douglas Rademaker 6157 4 ADDENDUM NO. 1 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF FORT WORTH PROJECT MAIN C1C4B DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS (GROUP 6, CONTRACT 2), PART 12, UNITS 1 & 2 SEWER PROJECT NO. PS46-070460410230 UNIT 1 - D.O.E. PROJECT NO. 2518 UNIT 2 - D.O.E. PROJECT NO. 2695 Prospective bidders are hereby notified of the following changes to the Project Construction Documents: 1. The Part B Proposal Pages Part 12— Unit 1 —(2) through (8) is replaced with Revised Pages Part 12 - Unit 1 — (2) through (8). See attached. 2. SHEET 11A Line A is added to the UNIT 1 CONSTRUCTION PLANS. See attached. 3. The Part G Unit 1 Contract is replaced with the Revised Part G Unit 1 Contract. See attached. 4. The Notice to Bidders and Detailed Notice to Bidders Unit 1 quantities have been revised. Construct 1,586 L.F. 8-Inch PVC Sanitary Sewer, 281 L.F. 8-Inch CL 51 DI Sanitary Sewer, 643 L.F. 12-Inch CL 51 DI Sanitary Sewer, 273 L.F. 8-Inch Sanitary Sewer By Short Bore, 100 L.F. 12-Inch Sanitary Sewer By Short Bore, 221 L.F. 8-Inch DR18 (C900) PVC Sanitary Sewer Pipe, 82 Sewer Service Connections, Construct 20 Manholes and related appurtenances. 5. All references to 6-Inch to 8-Inch I.D. HDPE Sanitary Sewer by Pipe Enlargement in the Contract Documents for Part 12, Unit 2 (Construction Plans and Part B Proposal) are to be based on ductile iron pipe sizes (DIP) sizes and utilize DR21 HDPE pipe. 6. Part DA Additional Special Conditions is to be replaced by Revised Part DA Additional Special Conditions. See attached. 7. The City of Fort Worth Construction Prevailing Wage Rate for 1995 Schedule in Part D- Special Conditions Item D-16 Wage Rates has been replaced by the new wage rate schedule City of Fort Worth Highway (Heavy) Construction Prevailing Wage Rates for 2000. See attached. This addendum forms a part of the Contract Documents and modifies the original Notice to Bidders. A signed copy of this addendum shall be attached to the proposal at the time of bid submittal. Bidders shall also acknowledge receipt of the Addendum in the space provided in the Bid Form. Failure to acknowledge receipt of the Addendum may subject bidder to disqualification. Page 1 02/21/00 SCHEDULED BID DATE: February 24, 2000 DATE ADDENDUM ISSUED: February 21, 2000 RECEIPT ACKNOWLEDGED: DEPARTMENT OF ENGINEERING By: fo(—Rick Trice, P.E. Manager, Consultant Services Page 2 02/21/00 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 PIPELINE REHABILITATION CURED-IN-PLACE PIPE ..............................................OMITTED DA-2 PIPELINE REHABILITATION PIPE ENLARGEMENT SYSTEM .......................................ASC-3 DA-3 PIPELINE REHABILITATION FOLD AND FORM PIPE .............................................. OMITTED DA-4 SLIPLINING.................................................................................................................. OMITTED DA-5 PIPE INSTALLED BY OTHER THAN OPEN CUT........................................................... ASC-10 DA-6 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR ................................................ ASC-13 DA-7 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION.................. OMITTED DA-8 MANHOLE REHABILITATION ITEMS ........................................................................ OMITTED DA-9 SURFACE PREPARATION FOR MANHOLE REHABILITATION................................ OMITTED DA-10 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM................. OMITTED DA-11 INTERIOR MANHOLE COATING - QUADEX SYSTEM.............................................. OMITTED DA-12 INTERIOR MANHOLE COATING - SPRAYWALL SYSTEM ...................................... OMITTED DA-13 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM ................................... OMITTED DA-14 INTERIOR MANHOLE COATING - PERMACAST SYSTEM WITH EPDXY LINER.... OMITTED DA-15 INTERIOR MANHOLE COATING-STRONG-SEAL SYSTEM ......................................OMITTED DA-16 RIGID FIBERGLASS MANHOLE LINERS................................................................... OMITTED DA-17 PVC LINED CONCRETE WALL RECONSTRUCTION................................................ OMITTED DA-18 PRESSURE GROUTING ............................................................................................. OMITTED DA-19 VACUUM TESTING OF REHABILITATED MANHOLES............................................. OMITTED DA-20 FIBERGLASS MANHOLES.......................................................................................... OMITTED DA-21 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES......................... ASC-17 DA-22 REPLACEMENT OF CONCRETE CURB AND GUTTER................................................ ASC-17 DA-23 REPLACEMENT OF 6" CONCRETE DRIVEWAYS......................................................... ASC-18 DA-24 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE................................................. ASC-18 DA-25 GRADED CRUSHED STONES ....................................................................................... ASC-19 DA-26 WEDGE MILLING 2"TO 0" DEPTH 5.0' WIDE............................................................ OMITTED ASC-1 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-27 BUTT JOINTS - MILLED.............................................................................................. OMITTED DA-28 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ..................................................... OMITTED DA-29 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER............................................. OMITTED DA-30 NEW -P' CONCRETE VALLEY GUTTER ..................................................................... OMITTED DA-31 NEW 4" STANDARD WHEELCHAIR RAMP................................................................ OMITTED DA-32 8" PAVEMENT PULVERIZATION................................................................................ OMITTED DA-33 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ......................... OMITTED DA-34 RAISED PAVEMENT MARKERS ................................................................................ OMITTED DA-35 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ................. OMITTED DA-36 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ........ OMITTED DA-37 ROCK RIPRAP - GROUT- FILTER FABRIC .................................................................OMITTED DA-38 CONCRETE PIPE FITTINGS AND SPECIALS ............................................................OMITTED DA-39 PIPE INSTALLED BY SHORT BORE ..............................................................................ASC-19 DA-40 SANITARY SEWER POINT REPAIR ...............................................................................ASC-21 ASC-2 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 PIPELINE REHABILITATION CURED-IN-PLACE PIPE: OMITTED DA-2 PIPE ENLARGEMENT SYSTEM: A. GENERAL: 1. Description: This specification includes requirements to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing). This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections. 2. Methods: This section specifies the approved system method or process to include all labor, materials, tools, equipment and incidentals necessary to provide for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe Bursting/Crushing systems. Approved methods include: the PIM Corporation (PIM System), Piscata Way, New Jersey; McLat Construction (McConnell System for Pipe Crushing), Houston, Texas; and Trenchless Replacement Systems, (TRS System), Calgary, Canada. Refer to Part D - SPECIAL CONDITIONS D-61 SIBSTITUTIONS for information regarding pre-approval procedures for alternative processes. 3. Definition: The Pipe Bursting/Crushing system is defined as the reconstruction of gravity sewer pipe by installing an approved pipe material, by means of one of the pre-approved methods set forth in Section A.2 of this specification. The process involves the use of a static, hydraulic or pneumatic hammer "moling" device, suitably sized to break out the old pipe or using modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe. Forward progress of the "mole" or the "knife" may be aided by the use of hydraulic equipment or other apparatus, as specified in the approved methods. The replacement pipe is either pulled or pushed into the bore. The method allows for replacement of pipe sizes from 8" through 21" and/or upsizing in varying increments up to 21". This specification is based on the precedent that the Pipe Bursting/Crushing system used has been pre-approved by the City of Fort Worth Department of Engineering, and Fort Worth Water Department. 4. Quality Assurance: The Contractor shall be certified by the particular Pipe Bursting/Crushing system manufacturer that such firm is a licensed installer of their system. No other Pipe Bursting/Crushing system other than those listed in Section A.2. of these specifications is acceptable. a. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. b. Personnel directly involved with installing the new pipe shall receive training in the proper methods for joint fusing, handling, and installing the ASC-3 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS polyethylene pipe. Training shall be performed by a qualified representative as determined by the pipe manufacturer. 5. Submittals: Submit for review and acceptance, the following Contractor's Work Plan and Drawings to the Department of Engineering (DOE): a. Shop drawings, catalog data, and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of new pipe and fittings. Include manufacturer's recommendation for handling, storage, and repair of pipe and fittings if damaged. b. Location and number of insertion or access pits shall be planned by Contractor and submitted in writing prior to excavation for approval by DOE. C. Method of construction and restoration of existing sewer service connections. This shall include: 1) Detail drawings and written description of the entire construction procedure to install pipe, bypass sewage flow and reconnection of sewer service connections. 2) Working drawings for information only showing sewage flow bypass, and maintenance of traffic. Contractor shall provide for continuous sewerage flow. Dewatering shall be the Contractor's responsibility. 3) Certification of workmen training for installing pipe. 4) Television inspection reports and video tapes made after new pipe installation. 6. Delivery, Storage, and Handling: a. Transport, handle, and store pipe and fittings as recommended by manufacturer. b. If new pipe and fittings become damaged before or during installation, it shall be repaired as recommended by the manufacturer or replaced as required by the Project Manager at the Contractor's expense, before proceeding further. C. Deliver, store and handle other materials as required to prevent damage. B. MATERIALS: 1. Polyethylene Piping Material: The pipe and fitting material shall be high density, extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM D1248, Type III, Class C, Category 5, Grade P34, and have a PPI (Plastic Pipe Institute) recommended designation of PE3408 and cell classification 345434C per ASTM D3350. The molecular weight category shall be extra high (250,000 to ASC-4 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS 1,500,000) as per the Gel Permeation Chromatography determination procedure with a typical value of 330,000. a. The interior of the pipe shall be a light reflective color to facilitate closed circuit television inspection. b. The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI TR-4. The pipe material shall have as hydrostatic design basis of 1600 psi at 73 F and 800 psi at 140 F. C. The manufacturer's certification shall state that the pipe was manufactured from one specific resin and shall state the resin used and its source. All pipe shall be made of virgin material. No rework, except that obtained from the manufacturer's own production of the same formulation, shall be used. d. Pipe supplied under this specification shall have a nominal DIP (Ductile Iron Pipe) size inside diameter of the size shown on the proposal. The Dimension Ratio (DR) and minimum pressure ratina of the pipe shall be DR-21 — 80 psi. Pipe shall be Phillips 66 Driscopipe® 4000 series or City of Fort Worth Department of Engineering Approved Equal. 2. Tests: The Contractor shall be required to send submittals to the City of Fort Worth on the production material. a. The pipe manufacturer shall provide certification that samples of the production product meets these specifications. The certification will state that production product has been tested in accordance with ASTM D2837, and validated in accordance with the latest revision of PPI TR-3. b. The pipe manufacturer shall provide certification that stress regression testing has been performed on the specific product. Certification shall include a stress life curve per ASTM D2837 and testing shall have been performed in accordance with ASTM D2837. C. Rejection: Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification. C. SEWER SERVICE CONNECTIONS: 1. Sewer Service Connections: Sewer service connections shall be connected to the new pipe by mechanical or fusion methods. Once the saddle is secured, a hole shall be drilled in the pipe the full inside diameter of saddle outlet. 2. Pipe Saddles: Mechanical saddles shall be made of polyethylene pipe compound that meets the requirements of ASTM D1248, Class C, have stainless steel straps and fasteners, neoprene gasket and backup plate. Mechanical caddies shall be Strap-on-Saddle Type as manufactured by Driscopipe or Tapping Saddle manufactured by DuPont, or approved equal. Fusion saddles shall be electrofusion branch saddles as manufactured by Central Plastics Company, or approved equal. ASC-5 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS 3. Connection to Existing Service: Connections to the existing sewer service connections pipe shall be made using flexible couplings. All flexible couplings shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer Co., DFW Plastics, Inc. or approved equal. Backfill at service connections shall be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches above the service lateral to trench intersection and shall be in accordance with these specifications. The Contractor shall, upon request, permit the Engineer to take elevations on both the existing and new portions of the service connection pole to determine final grade and invert elevations. Elevation changes greater than 0.10 feet from the house lateral piping and shall be reconnected as directed by the Engineer. 4. Service Interruptions: Service interruptions to homes shall not exceed 18 hours. ® D. PREPARATION: 1. Bypassing Sewage: a. The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. b. The Contractor shall be responsible for continuity of sanitary sewer service to each facility connected to the section of sewer during the execution of the work. If sewage backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage costs and claims. 2. Line Obstructions: If pre-installation (TV) inspection reveals an obstruction in the existing sewer (heavy solids, dropped joints, protruding service taps or collapsed pipe) which will prevent completion of the pipe bursting/crushing process, and cannot be removed by conventional sewer cleaning equipment, then an obstruction removal shall be made by the Contractor, with the approval of the Engineer. �► 3. Sags in Sewer Line: ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre- construction television inspection reveals a sag in the sewer line, the Contractor shall be responsible for bringing the proposed sewer pipe to an acceptable grade without a sag. A sag is defined as any sewer line segment more than 3 feet in length which ponds water in the absence of sewage flow. The contractor shall take the necessary measures to eliminate the sag by the method of: pipe replacement, digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform grade in line with the existing pipe invert or by other measures that shall be acceptable to the Engineer and the City. ASC-6 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS a. Identification of Sags: Sags shall be identified by television inspection in the absence of sewage flow. If available, the Contractor shall be furnished television tapes from the City identifying the sag location. Flow shall be blocked at an upstream manhole and diverted to another sewer line or downstream manhole below the segment of pipe to be inspected. TV inspection shall be performed in accordance with television inspection of sanitary sewer lines. Video tapes shall be submitted to the Department of Engineering for review. b. Correction of Sags: Sags shall be corrected by open cut and by adding additional bedding material to bring the sag back to grade where access is available. For pipe enlargement methods, all sags identified on the pre- construction video tapes shall be corrected prior to commencing with pipe enlargement. In instances where sags are located under existing structures, the existing sewer line may be relocated using open cut or boring methods. The Department of Engineering shall specifically review potential relocation's and evaluate the constructability, economics and engineering feasibility prior to construction work. C. Measurement and Payment: Measurement and payment to correct sags shall be per linear foot of pipe construction to correct the sag. For pipe bursting methods, open-cut or bore construction, the applicable bid prices in the proposal section shall apply. 4. Television Inspection: Inspection of the pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit color television. Television inspection shall be in accordance with the specifications contained herewith for "Pre- and Post- Construction Television Inspection of Sanitary Sewer Lines". E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION: 1. Site Organization: a. Insertion or access pits shall be located such that their total number shall be minimized and the length of replacement pipe installed in a single pull shall be maximized. b. Existing manholes shall be utilized wherever practical. Manhole inverts and bottoms may be removed to permit access for installation equipment. C. Equipment used to perform the work shall be located away from buildings so as not to create a noise impact. Provide silencers or other devises to reduce machine noise as needed to meet requirements. 2. Finished Pipe: The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall thickness, pipe separation, other deformities. Replacement ASC-7 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS pipe with gashes, nicks, abrasions, or any such physical damage which may have occurred during storage and/or handling, which are larger/deeper than 10% of the wall thickness shall not be used and shall be removed from the construction site. The replacement pipe passing through or terminating in a manhole shall be carefully cut out in a shape and manner approved by the Engineer. The invert and benches shall be streamlined and improved for smooth flow. The installed pipe shall meet the leakage requirements of the pressure test specified later. 3. Pipe Jointing: a. Sections of polyethylene replacement pipe shall be assembled and joined on the job site above the ground. Jointing shall be accomplished by the heating and butt-fusion system in strict conformance with the manufacturer's printed instructions. b. The butt-fusion system for pipe jointing shall be carried out in the field by operators with prior experience in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure, and alignment. It shall be the sole responsibility of the Contractor to provide an acceptable butt-fusion joint. All joints shall be made available for inspection by the Engineer before insertion. The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. C. For situations where the replacement pipe is not pulled all the way to the manhole or if it is impossible to pull the missle all the way through, the following shall apply: At the direction of the Engineer, a 12"-18" full circle steel clamp shall be utilized to connect segments of the HDPE pipe. 4. New Pipe Installation: a. Thread winch cable or chain and associated lines through sewer section to be rehabilitated. Keep lines away from pedestrian and vehicular traffic. b. Existing manholes may be used for launch and receiving access. Remove manhole invert and bottom as required. Pull winch chain through sewer section and attach to cutter and machine head. Lower into launching manhole, apply winch tension pulling the cutter and head into the sewer until the rear of the machine is flush with the manhole wall. Attach steel starter pipe and advance assembly until the rear of the steel starter pipe is flush with the manhole wall. Lower hydraulic jack into the manhole and align. Insert new pipe by simultaneous operation of the jack and winching the cutter and head forward. 5. Anchoring New Pipe and Sealing Manholes: a. After the new pipe has been installed in the entire length of the sewer section, anchor the pipe at manholes. The new pipe shall protrude in the manholes for enough distance to allow sealing and trimming. ASC-8 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS b. Sealing the new pipe at manholes shall not begin for a minimum of ten (10) hours after installation. Provide a flexible gasket connector in the manhole wall at the end of the new pipe, centered in the existing manhole wall. Grout flexible connector in the manhole, filling all voids the full thickness of the manhole wall. C. Restore manhole bottom and invert. 6. Field Testing: a. Low Pressure Air Test of Replacement Pipe: After a manhole-to-manhole section of sanitary sewer main has been pipe burst/crushed and prior to any service lines being connected to the replacement pipe, the pipe shall be plugged at each manhole with pneumatic plugs. The design of the plugs shall be such that they will hold against the test pressure without requiring external blocking or bracing. One of the plugs shall have three air hose connections; one for the inflation of the plug, one for reading the air pressure in the sealed line, and one for introducing air into the sealed line. Low pressure air shall then be introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average back pressure resulting from any ground water that may be over the pipe. At least two minutes shall elapse to allow the pressure to stabilize. The time required for the internal pressure to decrease from 3.5 to 2.5 psig greater than the average back pressure resulting from arty ground water that may be over the pipe, shall not be less than the time shown for a given pipe diameter in the following table: Carrier Pipe Minimum Elapsed Diameter inches Time minutes 8 4 10 5 12 6 15 7 b. Post-Construction Television Inspection of New Pipe: Refer to Special Condition for Post-Construction Television Inspection of Sanitary Sewer. F. MEASUREMENT AND PAYMENT: 1. Pipe Installation: Pipe installation will be measured for payment by the linear foot of pipe actually installed in the various diameters of sewers measured along the centerline of the sewer from centerline to centerline of manholes. Payment will be made for the quantities measured at the unit price per linear foot for the various sewer diameters listed. 2. Service Reconnections: Installation of sewer service connections will be measured for payment by each actually reconnected to the installed pipe. Payment will be made for the quantities measured at the unit price per each listed. Payment shall include required excavation and backfill, saddles, flexible connections, and all other incidentals necessary to successfully reconnect sewer service lines to the ASC-9 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS rehabilitated sewer. Payment shall not include pavement replacement, which if required, shall be paid separately. 3. Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic jet cleaning shall be performed by bucket machines. The payment for such cleaning shall be included in the bid item for Pre-Construction Television Inspection of Sanitary Sewer Lines. 4. By-pass Pumping: The Contractor shall provide diversion for the flow of sewage around the section or sections of pipe designated for rehabilitation. The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. All costs for by-pass pumping required during installation of the pipe shall be subsidiary to pipe enlargement. 5. Subsidiary Work: Any damage to utilities and property, resulting repairs, temporary service costs, etc. shall be borne by Contractor. Repair and/or replacement of fences, sprinkler system piping and other such restoration work resulting from Contractor activities shall be considered subsidiary to the cost of the project and no additional payment will be allowed. 6. Testing: All cost for testing the replacement pipe by a pressure method will be incidental to pipe installation. DA-3 FOLD AND FORM PIPE: OMITTED DA-4 SLIPLINING: OMITTED DA-5 PIPE INSTALLED BY OTHER THAN OPEN CUT: A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.10 and the following: a. Field Strength: 35,000 psi minimum. b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). o C. Diameter: As shown on the drawings (minimum size requirements). ASC-10 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS d. Joints: Continuous circumferential weld in accordance with AWS D1.1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. C. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to ASC-11 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. 4. Installation of Carrier Pipe in Casing: a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. C. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings, the contractor shall Y provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. C. Bore and jack in accordance with paragraph C.3. above. ASC-12 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the -. proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. C. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, F backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. DA-6 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR s A. GENERAL: The work covered by this item consists of furnishing all labor, material, equipment, supervision, etc. necessary to construct a point repair on the portion of a service line located within a utility easement, street right-of-way or on private property. Point repairs on private property shall only be addressed after the Contractor has received written permission from the Property owner to do the work. A blank Right-of-Entry Agreement form to be completed by the Contractor and the individual property owners is included at the end of this section. The Contractor shall keep a record copy of all Right- of-Entry forms obtained and have it on hand at all times during construction. The street addresses and approximate location of service line repairs are shown in Table_ and the Field Survey Forms in Attachment . It shall be the Contractors responsibility to accurately field locate the exact point of repair. ASC-13 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS B. MATERIALS: The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM D- 3034, SDR 26) and have a minimum cell classification of 12454 A or B as defined in ASTM D-1784. Installation shall be in strict compliance with the manufacturer, recommendations and the Uni-Bell Plastic Pipe Association. The method of jointing the ends of the replaced pipe with the existing pipe shall be water tight. C. EXECUTION: 1. After the location of the point repair is determined, the Contractor shall excavate and remove the damaged pipe and replace with new pipe. The minimum length of pipe replaced shall be three (3) feet. All work shall be performed by a licensed Plumber. Determine whether additional lengths of line beyond "minimum length" criteria need replacement. Report need for additional replacement to City and obtain approval before proceeding. 2. The Contractor shall excavate, shape the bottom of the trench and place the required pipe bedding so that the grade of the replaced pipe matches the existing service line grade. 3. Numerous service line point repairs along with lateral line point repairs and obstruction removals are located in areas which in many instances will require the removal of existing landscaping, structures, sidewalks, driveways, etc. Items removed or disturbed shall replaced or restored to original conditions or better. 4. Removal of Debris: Excess excavated material and debris are to be removed from the work site daily. Cost of hauling excess excavation and debris is to be included in the price bid for"Service Line Point Repair". 5. Roof and Yard Drains: At the locations indicated in Table _ of the Attachments. The Contractor shall disconnect roof and yard drains from the sanitary sewer service line. For yard drains, the Contractor shall excavate and remove the drain from the yard and plug the line at the property line. For roof drains, the Contractor shall remove the downspout from the drain line and plug the line to prevent inflow. In addition, the Contractor shall install an elbow fitting at the bottom of the downspout to direct runoff, away from the building, and a concrete splash pad to prevent erosion. 6. Disconnected Service Lines: At the locations indicated in Table_ of Attachments to the Special Contract Documents, the Contractor shall remove the service line no longer in use by excavating at the property line and plugging the service line. 7. Abandonment of Point Repair: If a pipe is exposed and found in good condition, not requiring a point repair, notify City Engineer who will record abandonment of point repair. Backfill the excavation, replace pavement or sidewalk and repair and seed or sod unpaved areas. ASC-14 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS 8. Cleanout Repair: The Contractor shall make appropriate repairs to cleanouts as indicated in Table _ and as shown on the PLANS. All cleanout repair work shall be performed by a licensed plumber. a. General This special condition describes the repair of sanitary sewer cleanouts located on private property as designated on the III Elimination Repair plans. Repair of the cleanouts shall consist of replacing defective cleanout caps or installing new caps where none exist, such that inflow is eliminated. There will be no repairs made to the existing cleanouts that require excavation, other than what is required to expose the top of the cleanout so that the new caps can be installed. b. Materials Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas Specialty & Mfg. Company, or equal. The rubber caps are held down by stainless steel clamps. C. Excavation 1) The Contractor shall submit shop drawings on all materials and equipment to be installed. 2) The Contractor is responsible for obtaining right of entry from the property owners prior to performing any work. Property owners should be notified 48 hours in advance of any work on their property. 3) The Contractor shall restore any disturbed surface to its original or better condition at no separate pay. D. MEASUREMENT AND PAYMENT: 1. Payment for service line point repair shall be on a unit price basis for each repair performed on all sizes of service lines for the respective depths. The minimum length of service line point repair shall be three (3) feet. No separate pay if the work is done within the limits of a service line reconnect as defined in Special Condition, D-53, "Sanitary Sewer Services". 2. Measurements for extra length repair is on a linear foot basis for repairs in excess of the minimum 3 foot replacement length. 3. All pipe fittings, adapters, concrete collars, bedding, and removal and replacements of grass sodding required shall be considered incidental to service line point repair. 4. If no pay item is included for any work required to properly complete a service line point repair as specified, the cost to perform said work, including any required removal and replacement of materials, shall be considered incidental to the service line point repair. ASC-15 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS 5. Depth of Bury is to be measured from Natural Ground Level to the Flow Line of the Sanitary Sewer Service Line at the Point of Replacement. The minimum trench width shall be 3'-0". 6. All excavation, backfill, removal and replacement of grass sodding and landscaping, plugs, fittings, and splash pads shall be considered incidental to removal of yard drains, disconnecting roof drains and plugging disconnected service lines. 7. No separate payment will be made for the Contractor to obtain written permission to enter private property. 8. Payment will be made for Abandonment of Point Repairs at the Contract Unit Price for Excavation and Backfill Abandoned Point Repairs. 9. Payment shall be made at the Contract Unit Price for each sanitary sewer cleanout successfully repaired. Payment shall be full compensation for all materials, equipment, and labor required to perform the work. DA-7 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION: OMITTED DA-8 MANHOLE REHABILITATION: OMITTED DA-9 SURFACE PREPARATION FOR MANHOLE REHABILITATION: OMITTED DA-10 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM: OMITTED DA-11 INTERIOR MANHOLE COATING -QUADEX SYSTEM: OMITTED DA-12 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM: OMITTED DA-13 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM: OMITTED DA-14 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER: OMITTED DA-15 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM: OMITTED DA-16 RIGID FIBERGLASS MANHOLE LINERS : OMITTED DA- 17 PVC LINED CONCRETE WALL RECONSTRUCTION: OMITTED DA-18 PRESSURE GROUTING: OMITTED DA-19 VACUUM TESTING OF REHABILITATED MANHOLES: OMITTED DA-20 FIBERGLASS MANHOLES: OMITTED ASC-16 ADDENDUM NO. 1 PART DA - ADDITIONAL SPSCIAL CONDITIONS DA-21 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number Contact Person Southwestern Bell Telephone 338-6275 "Hot Line" Texas Utilities 336-9411 Mr. Roy Kruger Ext. 2121 Lone Star 336-8381 Mr. Jim Bennett Ext. 6982 City of Fort Worth, 871-8100 Mr. Jim Bob Wakefield Street Light and Signal Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-22 REPLACEMENT OF CONCRETE CURB AND GUTTER: Contractor shall replace all damaged existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications. Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. Included, and figured subsidiary to this unit price, will be the required excavation into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix and compacted to standard City densities and top soil, if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. ASC-17 ADDENDUM NO. 1 PART IDA - ADDITIONAL SPECIAL CONDITIONS Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. if the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-23 REPLACEMENT OF 6" CONCRETE DRIVEWAYS: This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. DA-24 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE: The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. ASC-18 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-25 GRADED CRUSHED STONES: This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-26 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE: OMITTED DA-27 BUTT JOINTS - MILLED: OMITTED DA-28 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX): OMITTED DA-29 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER: OMITTED DA-30 NEW 7" CONCRETE VALLEY GUTTER: OMITTED DA-31 NEW 4" STANDARD WHEELCHAIR RAMP: OMITTED DA-32 8" PAVEMENT PULVERIZATION: OMITTED DA-33 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT): OMITTED DA-34 RAISED PAVEMENT MARKERS: OMITTED DA-35 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING: OMITTED DA-36 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL: OMITTED DA-37 ROCK RIPRAP-GROUT- FILTER FABRIC: OMITTED DA-38 CONCRETE PIPE FITTINGS AND SPECIALS: OMITTED DA-39 PIPE INSTALLED BY SHORT BORE: A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, as applicable. ASC-19 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS B. MATERIALS: 1. Carrier Pipe: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 2. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 1. Where sewer pipe is required to be installed across the root system of a tree (drip line) by short bore, construction shall be performed in such a manner so as to minimize damage to the tree. During construction operations, barricades to safeguard pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. The minimum length of pipe to be replaced by short bore shall be twenty (20) feet. Additional lengths of sewer line installed by short bore beyond "minimum length" criteria will be determined by the Contractor and extended to the appropriate limits. This extension must be approved by the City prior to proceeding with construction. 3. Pits and Trenches: a. Suitable pits or trenches shall be excavated for the purpose of conducting the short bore operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. C. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the carrier pipe installation has been completed. d. The space between the carrier pipe and the limits of excavation shall be pressure grouted or mud-jacked. 4. Carrier Pipe Installation: The carrier pipe shall be installed by boring/excavating a hole with the earth auger and simultaneously jacking pipe into place. a. The short bore process shall proceed from a pit provided for the auger and jacking equipment and workmen. The Contractor must minimize excessive over-excavation during augering operations and maintain proper sewer alignment and grade. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. ASC-20 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS b. All voids between the carrier pipe and the limits of excavation shall be pressure grouted or mud-jacked. 5. Installation of Carrier Pipe: a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. C. The Contractor shall prevent over-belling the pipe while installing it through the augered hole. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all short bore installations, the annular space between the carrier pipe and the limits of excavation shall be filled with grout or mud jacked. Care must be taken that not too much water is forced into the voids so as not to float the pipe. e. Closure of the short bore after the carrier pipe has been installed shall be - plugged at the ends as shown on the drawings or as required by the Engineer. D. MEASUREMENT AND PAYMENT: Installation of pipe by short bore will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Short Bore of the size specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. DA-40 SANITARY SEWER POINT REPAIR A. GENERAL: Sanitary sewer point repairs include all labor and materials necessary to remove and replace defective sections of existing sewer lines. Repair work may be required at joints, service connections, and on short segments of damaged pipe. A point repair is considered to be 10 feet in length. Point repair footage required that is greater than 10 feet is considered extra length and will be paid for on a price per linear foot of extra length installed. The contractor shall seek City approval for extra length point repairs before proceeding with construction. i It shall be the Contractors responsibility to accurately locate the exact limits of the point of repair, since the point repair locations indicated on the plans are based on previously ASC-21 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS performed television inspections. The exact location of the point repairs will be determined by the Contractor through pre-construction internal television inspection prior to excavation to determine the true extent of the repair. The Contractor shall note the location and limits of the point repairs using sanitary sewer stationing and street addresses. After the location of the point repair is determined, the Contractor shall excavate and remove the damaged pipe and replace with new pipe. Sanitary sewer point repairs include all labor and materials necessary to expose and correct the defects. The materials and construction methods used shall conform to the applicable specifications, including excavation and backfill, surface restoration, pipe installation, and sewer flow control. If noted on the plans or directed the City, the Contractor shall install clay dams at the downstream end of all point repairs. Clay dams shall be constructed from bentonite or approved equal material and installed in accordance with Specifications included herein. B. MATERIALS: The sanitary sewer point repair pipe replacement material shall be consistent and compatible with the existing sanitary sewer line being repaired. Typically, the point repairs will be constructed with gasketed joint, gravity SDR 35 or 26 PVC or Class 51 DI sewer pipe. Installation shall be in strict compliance with manufacturer recommendations. The method of jointing the ends of the replaced pipe with the existing pipe shall be constructed with City-approved stainless steel rigid fittings encased in concrete to create a water-tight connection. All pipe material and construction methods utilized shall be in strict compliance and in accordance with all applicable specifications and regulations in effect in Fort Worth. C. EXECUTION: 1. Excavate repair pit and uncover the sewer line a minimum of 12 inches clearance all around the damaged section. The Contractor shall excavate, shape the bottom of the trench and place the required pipe bedding so that the grade of the replaced pipe matches the existing sewer line grade. 2. Remove defective pipe or fittings to the nearest joint or by cutting perpendicular to the pipe axis to leave a plain end. 3. Prepare a replacement section of like pipe material, or as otherwise approved by ENGINEER, to within one-fourth inch of required replacement pipe length. 4. Connect replacement section to existing pipe with appropriate size rigid coupling. 5. All service connections within the repair area shall be tested by CONTRACTOR to determine if they are active or inactive. Only active services shall be reconnected to the sewer system. Inactive services shall be plugged with hydraulic cement or non-shrink grout. Any liability associated with the plugging of active services shall be the CONTRACTOR's sole responsibility. 6. Where a service lateral reconnection cannot be made because of the poor condition of the existing service lateral pipe, the OWNER and ENGINEER must be notified. Additional ASC-22 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS work to replace the entire sanitary sewer service on private property may then be authorized. 7. Point repairs shall be visually inspected and measured by ENGINEER prior to backfilling. 8. Surface Restoration: Service and lateral pits, and other work areas shall be restored to condition as good as that before construction occurred. Disturbed grasses shall be sodded in accordance with the specifications contained herein. Pavements removed or damaged shall be replaced. Concrete embankment shall be replaced or installed at locations indicated in the Drawings and in accordance with these specifications. D. TESTING: 1. PROCEDURE: Sanitary sewer lines with point repairs shall be tested to determine the adequacy of each repair by televising the repaired area and ten (10) feet beyond each end of the repair. Video tapes of the repaired section shall be provided for ENGINEER and shall become property of OWNER. Visual observations, by ENGINEER, may be made where repairs can be observed by lamping the sewer line from the closest manhole, instead of television inspection. If the repair is found to be unsatisfactory by ENGINEER, CONTRACTOR shall repair the defect at no additional cost. 2. TESTING CRITERIA: A repair will be considered unsatisfactory if any one of the following are observed: a. Pipe joint not seated properly. b. Improperly connected lateral or service connection. C. Cracked or broken pipe. E. MEASUREMENT AND PAYMENT: 1. Pipeline Point Repairs shall be paid for at the Contract Unit Prices as follows: The unit price shall cover the entire cost of a 10-foot sewer repair. 2. Additional length of repair required will be paid for at the unit price bid for additional horizontal feet of repair, paid to the nearest 0.1 foot. 3. The prices shall be payment in full for performing and completing the work and for furnishing all labor and materials necessary including excavation and removal of existing structure, trench safety system, pipe repair materials, connectors, pipe sealing materials, labor, backfilling, surface restoration, testing, and all incidental costs. 4. Service reconnections within the point repair area shall be paid for separately at the unit price bid for service connection. i ASC-23 ADDENDUM NO. 1 PART DA - ADDITIONAL SPECIAL CONDITIONS 5. Surface restoration of Concrete embankment or riprap shall be paid for separately at the Contract Unit Price for Concrete Embankment actually installed. 6. Sanitary sewer point repairs along with lateral line point repairs and obstruction removals are located in areas which in many instances will require the removal of existing landscaping, structures, sidewalks, driveways, etc. Items removed or disturbed shall replaced or restored to original conditions or better. 7. Removal of Debris: Excess excavated material and debris are to be removed from the work site daily. Cost of hauling excess excavation and debris is to be included in the price bid for"Service Line Point Repair". 8. Disconnected Service Lines: At the locations where inactive services are discovered, the Contractor shall remove the service line no longer in use by excavating at the property line and plugging the service line. 9. Abandonment of Point Repair: If a pipe is exposed and found in good condition, not requiring a point repair, notify the Engineer who will record abandonment of point repair. Backfill the excavation, replace pavement or sidewalk and repair and seed or sod unpaved areas. ASC-24 "� ADDENDUM NO. 1 City of Fort Worth HIGHWAY (Heavy) CONSTRUCTION Prevailing Wag a Rates For 2000. *2000 CLASSIFICATIONS HOURLY S S 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, $ 11 .52 Shovel > 1 1/2 CY Front End Loader (2 1/2 CY & less) $ 9.94 Front End Loader (over 2 1/2 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 Addendum No. 1 Source is AGC of Texas (Hwy,Hvy,Utilities Industrial Branch) 02/21/2000 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 Addendum No. 1 Source is AGC of Texas (Hwy,Hvy,Utilities Industrial Branch) 02/21/2000 2 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 2000 MAIN C1C4B DRAINAGE AREA SANITARY SEWER REHABILITATION AND IMPROVEMENTS (GROUP 6, CONTRACT 2),PART 12, UNITS 1 & 2 PROJECT NO. PS46-070460410230 D.O.E. PROJECT NO. 2518 & 2695 CITY OF FORT WORTH, TEXAS KENNETH BARR BOB TERRELL MAYOR CITY MANAGER DALE A. FISSELER, P.E. DIRECTOR, WATER DEPARTMENT HUGO A. MALANGA, P.E. DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, RE, DIRECTOR , DEPARTMENT OF ENGINEERING PREPARED BY "] ROE &_ASS0aAMS,_l MC. FORT WORTH, TEXAS 2000 TABLE OF CONTENTS PART A Notice to Bidders Detailed Notice to Bidders Special Instructions to Bidders PART B City of Fort Worth Minority/Women Business Enterprise Specifications Proposal PART C General Conditions Supplementary Conditions PART D Special Conditions Additional Special Conditions State Revolving Fund (SRF) Requirements PART E Specifications Easements Permits PART F Certificate of Insurance Contractor Compliance with Worker's Compensation Law Bonds a. Payment Bond b. Performance Bond C. Maintenance Bond PART G Contract PART H Plans (Details) Figures r wp pw lop PW PART A - NOTICE TO BIDDERS DETAILED NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS NOTICE TO BIDDERS Sealed Proposals for the following: For: Main CIC4B Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6,Contract 2), Part 12, Units 1 &2 Project No. PS46-070460410230 DOE Project No. 2518 & 2695 Unit 1: Construct 1,586 L.F. 8-Inch PVC Sanitary Sewer, 261 L.F. 8-Inch CL 51 DI Sanitary Sewer,643 L.F. 12-Inch CL 51 DI Sanitary Sewer,273 L.F. 8-Inch Sanitary Sewer By Short Bore, 100 L.F. 12-Inch Sanitary Sewer By Short Bore, 80 Sewer Service Connections,Construct 17 Manholes and related appurtenances. Unit 2: Construct 1,206 L.F. 8-Inch PVC Sanitary Sewer, 166 L.F. 8-Inch CL 51 DI Sanitary Sewer, 245 L.F. 8-Inch Sanitary Sewer By Short Bore, 666 L.F. 10-Inch PVC Sanitary Sewer,20 L.F. 10-Inch CL 51 DI Sanitary Sewer, 172 L.F. 10-Inch Sanitary Sewer By Short Bore, 95 L.F.6-Inch to 8-Inch I.D. HDPE Sanitary Sewer By Pipe Enlargement, 87 Sewer Service Connections, 17 Manholes and related appurtenances. 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.,February 24,2000, and then publicly opened and read aloud at 2:00 p.m. in Council Chambers. Drawings, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,Texas. One set of plans and documents will be provided for a fifty dollar($50.00) deposit. These documents contain additional information for prospective bidders. A pre-bid conference will not be held. Bidders are encouraged to review the project plans and specifications prior to the mandatory pre- bid conference and be prepared to actively participate in the conference. All bidders' questions will be answered at the mandatory pre-bid conference. For additional information,contact Chris Brooks,P.E.,at the offices of Wade &Associates, Inc., (817) 335-2879 or John Boyer, Project Manager at the City of Fort Worth, (817) 332-5474. Advertising Dates: January 27, 2000 February 3, 2000 DETAILED NOTICE TO BIDDERS Sealed proposals for the following: For: Main CIC4B Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6,Contract 2),Part 12,Units 1 &2 Project No.PS46-070460410230 DOE Project No. 2518 &2695 Unit 1: Construct 1,586 L.F. 8-Inch PVC Sanitary Sewer,261 L.F. 8-Inch CL 51 DI Sanitary Sewer, 643 L.F. 12-Inch CL 51 DI Sanitary Sewer, 273 L.F. 8-Inch Sanitary Sewer By Short Bore, 100 L.F. 12-Inch Sanitary Sewer By Short Bore, 80 Sewer Service Connections, Construct 17 Manholes and related appurtenances. Unit 2: Construct 1,206 L.F. 8-Inch PVC Sanitary Sewer, 166 L.F. 8-Inch CL 51 DI Sanitary Sewer, 245 L.F. 8-Inch Sanitary Sewer By Short Bore, 666 L.F. 10-Inch PVC Sanitary Sewer, 20 L.F. 10-Inch CL 51 DI Sanitary Sewer, 172 L.F. 10-Inch Sanitary Sewer By Short Bore,95 L.F.6-Inch to 8-Inch I.D.HDPE Sanitary Sewer By Pipe Enlargement, 87 Sewer Service Connections, 17 Manholes and related appurtenances. Included in the above will be all other items of construction as outlined in the Drawings and Specifications. 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.,February 24,2000,and then publicly opened and read aloud at 2:00 p.m. Drawings, 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 fifty dollar($50.00)refundable deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for fifty dollars($50.00). These documents contain additional information for prospective bidders. All bidders will be required to comply with provision 5159 of "Vernon's Annotated Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278,as amended by City Ordinance No. 7400(Fort Worth City Code Sections 13-A-21 through 13-A-29),prohibiting discrimination in employment practices. A pre-bid conference will not be held. AWARD OF CONTRACT: 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 sixty(60)days from the date bids are opened. The award of the contract, if made,will be within sixty(60)days after the opening of bids, but in no case will the award be made until all necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. SUBMISSION OF BIDS: This document is designed as two(2)separate contract documents and shall not be construed as being a single contract. The proposal sections are provided as two(2) individual proposals with two(2)individual M/WBE specifications and are arranged in units to allow prospective bidders to submit bids on one unit,any or all units. Award of contract(s), if made, shall be to the responsive low bidder for each individual unit. If a contractor is the responsive low bidder on two or more units,then a set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance on each unit. I IR' Construction time on all will run concurrently. For situations involving approved contracts with multiple units,the total allowable construction time period for all the units shall be the same as the unit with the longest construction time period within such contracts. 1w, 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) 871-8100. Bidders shall not separate,detach or remove any portion,segment or sheets from the contract document at any time. Bidders shall submit the complete specifications book or risk rejection of bid. In accordance with City of Fort Worth Ordinance,No. 13471,as amended by Ordinance No. 13781,the City of Fort Worth has goals for the participation of 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 PM, 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. � Any contract or contracts awarded under this Notice to Bidders are expected to be funded in part by a loan from the Texas Water Development Board. This contract is contingent upon release of funds from the Texas Water Development Board. Neither the State of Texas nor any of its departments, agencies,or employees is or will be a party to this Detailed Notice to Bidders or any resulting contract. For additional information contact Chris E.Brooks, Wade&Associates,Inc.,at(817)335-2879, or Mr. John Boyer,DOE Project Manager,at(817)332-5474 ext. 37. Bob Terrell Gloria Pearson City Manager City Secretary Advertisement Dates: Department of Engineering January 27,2000 A.Douglas Rademaker,P Director February 3,2000 -- � By: �n y S�o �/C1 Rick Trice,P.E.,Manager Consultant Services Division Fort Worth,Texas SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPARTMENT) 1. PRE-QUALIFICATION REQUIREMENT: All contractors submitting bids are required to be pre- qualified by the Fort Worth Water prior to submitting bids. This pre-qualification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. (a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. (b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which the bids are to be received. (c) The Director of the Water Department shall be the sole judge as to the acceptability for qualification to bid on any Fort Worth Water Department project. (d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. (e) The City, in it's sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. (f) Any proposals submitted by a non-pre-qualified bidder shall be returned unopened,and if inadvertently opened,shall not be considered. (g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary pre-qualification. 2. BID SECURITY: A cashier's check or an acceptable bidder's bond payable to the City of Fort Worth in an amount of not less than five percent (5%) of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within 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. 3. BONDS: A performance bond and a payment bond each for one hundred percent (100%) of the contract price will be required,Reference C 3-3.7. 4. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth,Texas,and as set forth in the Contract Documents must be paid on this project. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. f� I 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDER: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in the State of Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in the State of Texas. This provision does not apply if this contract involves Federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the contract amount is$25,000 or less, the contract amount shall be paid within forty-five (45)calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents, employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the policy and will defend, indemnify, and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractors and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with,or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state, and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement, 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accordance with City of Fort Worth Ordinance, No. 13471, as amended by Ordinance No. 13781, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM, ("Documentation") as appropriate. The documentation must be received no later than 5:00 PM, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom deliverywas made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non- responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise(MBE)and/or a Women Business Enterprise(WBE)on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. 1 � s i� VP � A ' - { ATTACHMENT 1A Page 1 of 2 Q!y of Fort Worth Minority and Women Business Enterprise Spp M � i9f��W �N$,N . MBEIWBE UTILIZATION j �g P�1 1. 51 RIME COMPANY NAME BID DATE U)jqr- ugs PSS o7o�f60¢/op0 kM4jC-14:'--4-,6 NAME 5- y�o ni>/d/�{T Z PROJECT NUMBER me—, Z ti ,-L C "s MAYBE PROJECT GOAL: ® NIMBE PERCEKtAC)E ACHIEVED; 12 gailure to complete this form,in its entirety with supporting documentation,and received by the Managing Department on'or before 5:00 p.m.five (5) City business days after bid opening,exclusive of bid opening date, will result in the bid .being considered non-responsive to bid specifications. e undersigned bidder agrees to enter into a Formal agreement with the MBE andfor WBE firms for work listed in this chedule, conditioned upon execution of a contract.with the City of Fort Worth. TN intentional and/or knowing isrepresentation of facts isgrounds For consideration of disquar'�cation and will result in the bid being considered on-responsive to specifications . Company Name,Contact Name, Certified Specify ALl Contracting Specify All items to be Dollar Amount Address,and Telephone No. Scopc of Work r) suppfiedM 2Y,: T"_4J -o775 ARROW CONSTRUCTION JANICE SNOW as0 RR 3,4661 FM 1176 BROWNWOOD TX 76801 _ 915-646-9647 Phone X915-646-7355 Fax TOPS MH CONSTRUCTION. DESI GUTTENECT 5632 FM 428 AUBRY TX 76227 940-565-0837 Phone 940-382-0341 Fax C.R.I.S.&ASSOCIATES GILBERT YBERRA 900 MT VERNON DR RICHARDSON TX 75081 - 'r 972-680-8089 Phone - 972-680-8089 Fax WmEs must be located in the 8(nine)cagy markeyiace or cturently doing business in the marketplace at tfre time of bid. Spsaity al anm in which UVee's are to be utilized and/or items to be supplied. A cmpk to dating of 16 my to be supplied is required in order to receive credit toward the N MMBE goal. Identify each Tier level. ' Tier.Means the level of subcontrac tWq below the prime oorrtractorlconsu tent,i.e..a plrect payment. from the prune contractor to a subconVactgr is gwoldaW 1'tier.a payment by a subcontractor to its supplier is considered 21d tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.612198 Pages 1 and 2 of Attachment 1A must be received by the Managing Department • ATTACKMENT 1A Page 2 of 2 City of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Company Name,Contact Name, Certified Specify All Contracting SpeCify 6LI hms to be Dollar Amount ~ Address,and Telephone No. Scope of Work(1) Supplied(-)2-1 U IC C fD F Z �•s KAIROS CONSTRUCTION CO. ri DAVIDDRISKELL �/�� 2401 PLEASANT CIR.N. ARLINGTON,TX 76015 817-465-9479 Phone 817-419-6998 Fax BANDA TRUCKING - JUAN BANDA 4812 MAICIE ST FORT WORTH TX 76114 817-909-1862 Phone " 817-626-3358 Fax .y Rhe bidder further agrees to provide, directly to the City upon request, complete and accurate 'information mgartfim actual work performed by all subcontractors, including MBE(s) and/or WEE(S) arrangements submitted with this bid. It- 0 bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that 11 substantiate the actual work performed by the MBEs) and/or WBE(s) on this contract, by an authorized officer or employee of the City. Arry intentional and/or knowing misrepresentation of facts will be grounds for terminating the . Fte ct or debarment from City work for a period of not less than three(3)yearsand for Initiating action under Federal, or focal laws concerning false statements. Any failure to comply with this ordinance and creates a material of contract may result in a determination of an irresponsible offeror and barred from participating in City work or a period of time not less than one(1)year. `: h L Es and WBEs MUST BE CERTIFIED BY THE CITY B RE CONTRA AWARD = uthorQe Signa Printed Signature AL'fitk Contact Name and Tick(if different) `Yv parry Name Telephone Number(s) = adz tt Fax Number itytStatelip Code Date <a- THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5.00 p-m.,FIVE(S)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSNE OF THE BID OPENING DATE Rev,swu Pages 1 and 2 of Attachment 1A must be received by the Managing Department Part B PROPOSAL Unit 2 THIS PROPOSAL MUST NOT BE REMOVED FROM THIS BOOK OF CONTRACT DOCUMENTS. TO: Mr. Bob Terrell City Manager Fort Worth, Texas 1999 Main C1C413 Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 2), Part 12, Unit 2 Project No. PS46-070460410230 D.O.E. No. 2695 Pursuant to the foregoing "Notice to Bidders," the undersigned bidder has thoroughly examined the Contract Documents, including Plans, special Contract Documents, the General Contract Documents, and General Specifications for Water Department Projects, and the site of the project, understands the amount of work to be done, and hereby proposes to do all the work, furnish all labor, equipment and materials necessary to complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Engineering Department Director of the City of Fort Worth, Texas. The contractor must be pre-qualified in accordance with the Water Department of the City of Fort Worth requirements. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, approved by the City of Fort Worth for the performing and completing of said work within the time stated and for the following sums, to wit: 1P FPart 12 - Unit 2 - (1) Part 12 - Unit 2 Bid - Sanitary Sewer Pipeline Rehabilitation PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES TOTAL UNIT PRICE ITEM QUANTITY WRITTEN IN WORDS AMOUNT BID (Furnish and install complete in place, including all appurtenant work, the following items.) 1 1,206 L.F. *8-Inch PV anitary Sewer Pipe, All Depths ollars «o Cents $ $ d 2 166 L.F. 8-Inch DI Sanitary Sewer Pi e, All Depths t Dollars (00 Cents $ 3 245 L.F. 8-Inch Sanitary Sewer By Short Bore Dollars i Cents $ C/ $ L 4 666 L.F. *10-Inch PVC Sanitary er Se Pipe, All Depths f Dollars Cents $ $ 5 20 L.F. 10-Inch CL 51 DI Sanitary Sewer Pipe, All Depths V�u Dollars ` ✓� —'l Cents $ $ 3DB 6 172 L.F. 10-Inch Sanitary Sewer By Short Bore r � ( ►� ll� �^Do ars � 0 Cents $ S I1 �* * Contractor must complete City Approved Product Form on page PART 12 - UNIT 2 (9) 1P Part 12 - Unit 2 (2) PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE TOTAL ITEM QUANTITY WRITTEN IN WORDS AMOUNT BID (Furnish and install complete in place, including all appurtenant work, the following items.) 7 95 L.F. **6-Inch to 8-Inch I.D. HDPE Sanitary Sewer By Pipe Enlargement 1TiiL� 4� �� a Dollars 0 e (� Cents $ $ 8 40 L.F. Sag Adjustment for Pipe Enlargement Method -�` Dollars Cents $ $ -� 9 517 L.F. *4-Inch PVC Sanitary Sewer Service Pipe Dollars Cents $ $ ` 10 85 EA. 4-�h Se ervice Co nection r 1J Dollars Cents 11 40 L.F. *6/In'chhPPVC Sanitary Sewer Service Pipe Dollars -. =Zr Cents $ 12 2 EA. 6-Inch Sewer S rviceCoi�Dec 'o VW Tl�V Dollars Cents $ �o $ *, ** Contractor must complete City Approved Product Form on page PART 12 - UNIT 2 (9) Part 12 -Unit 2 (3) PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES TOTAL ITEM QUANTITY WRITTEN IN WORDS UNIT PRICE AMOUNT BID (Furnish and install complete in place, including all appurtenant work, the following items.) 13 13 EA. Construct Standard 4-Foot Diameter Manhole, 6' De 6 Y s i" J FJ Dollars Cents $ Q $ Zs� 14 9 V.F. Extra Depth, 4-Foot Diameter Manhole Dollars Cents $ $ 15 1 EA. Construct 4-Foot Diameter Drop Manure, 6' Dollars Cents $ $ 16 5 V.F. Extra Depth,4-Foot iameter Drop Manhole P liars no Cents $�e $ 17 3 EA. Construct 4-Foot eter Shallow Manhole Dollars Cents $ $ 18 17 EA. Install Wate 'Q t Ma h 1 nsert h o `ems Dollars Cents $ $ Part 12 - Unit 2 (4) PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES TOTAL ITEM QUANTITY WRITTEN IN WORDS UNIT PRICE AMOUNT BID (Furnish and install complete in place, including all appurtenant work, the following items.) 19 17 EA. Install Concrete Collar /L- LDo1� fr is —D Cents $ $ 20 17 EA. Manhole Vact esting Dole Cents $ $ 21 10 EA. Remove Existi Manhole bollars ^- Cents $ $ 22 3 EA. Cut & Plug Existing Sanitary Sewer Dollars Cents $ 23 2 EA. Install Sanitary Sew( Service Cleanout 0,t: '�V�b e—=cellars . 0✓- Cents $ � � 24 0.40 TON Ductile-Iron and C st-Iron Fittings r , T) agz7uars Cents Part 12 -Unit 2 (5) PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE TOTAL ITEM QUANTITY WRITTEN IN WORDS AMOUNT BID (Furnish and install complete in place, including all appurtenant work, the following items.) 25 1,805 L.F. Trench Safety ystem W � Dollars Cents $ $ 26 50 L.F. Concrete Encasement -p�✓�- Dollars Cents $ VJ $/ 27 45 L.F. Pavement Replacement, Per Fi ure 2 l " ollars Cents 28 148 L.F. Pavement Replacement, Per Figure 4 Dollars P10.� 51M Cents $ $ 29 82 L.F. Concrete walk nd Drivew Repair Dollars m0 `Cents $ 30 40 L.F. Concrete Curb and utter Re r Dollars GO Cents $ C $ ( O Part 12 - Unit 2 (6) PAY APPROX. DESCRIPTION OF=. .AS WITH BID PRICES TOTAL ITEM QUANTITY WRITTEN IN WORDS UNIT PRICE AMOUNT BID (Furnish and install complete in place, including all appurtenant work, the following items.) 31 345 L.F. Sodding 2/ Dollars O .— Cents $ $ 32 950 L.F. Hydromulch Dollars Cents $ $ 33 269 L.F. Gravel Alley Replacement(10'Alley) Dollars 60 r`– Cents $ $__6Y_ 34 1 EA. Point Repair, of Length, 6-Inch Diameter Dollars Cents $ $ C5) a 35 10 L.F. Point Repair, Extra Length, 6-Inch Diameter PVC Sanitary Sewer J Dollars Cents $ $ 90 36 1,024 L.F. Pre-Construction Cleaning and Television Inspection Dollars �— Cents $ $ Part 12 - Unit 2 (7) PAY APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT PRICE TOTAL ITEM QUANTITY WRITTEN IN WORDS AMOUNT BID (Furnish and install complete in place, including all appurtenant work, the following items.) 37 2,590 L.F. Post-Constru ' n Television Inspection Dollars Cents $ $ 38 1 EA. 8" Wate ine Ad'ustment Per Detail B vl� O Dollars d Cents $ $ { 39 1 EA. 4" Water Line Acriustment Per Detail A !c� ollars �l�_. � V Cents $ $ 40 110 L.F. Reroute 4" PVC Sanitary Sewer ervice and Install Cleanout (/l� Dollars ? cq'D Cents $ PART 12 - TOTAL AMOUNT BID UNIT 2: $ � [Transfer TOTAL BID - UNIT 2 to Part 12 Summary of Bids Sheet] .r Part 12 - Unit 2 (8) CITY APPROVED PRODUCT FOR * and ** as STANDARD SPEC NO. SIZE EI-31 4" thru 30" EI-25 4" thru 15" E1-27 4" thru 15" EI-28 18" thru 27" E100-2 18" thru 48" Consult the"City of Fort Worth Standard Product List"to obtain the Generic/Trade Name and the Manufacturer for the pipes listed above. ** CONTRACTOR SHALL SELECT PIPE ENLARGEMENT METHOD TO BE USED AND PROVIDE NAME OF CONTRACTOR FOR INSTALLATION: PIM Method Name of Subcontractor if Applicable T.R.S. System Name of Subcontractor if Applicable McConnell Method Name of Subcontractor if Applicable Expanded System Name of Subcontractor if Applicable Failure to provide the information required above may result in rejection of bid as non-responsive. Only products listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. Part 12 - Unit 2 - (9) Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithf performance of this Contract. The attached bid security in the amount of is to become the property of the City of Fort Worth, Texas, in the event the c ntr ct and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has obtained 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 the City Ordinance No. 7400. The Bidder agrees to begin construction within ten (10) calendar days after issue of the work order, and to complete the contract within One-hundred (100) calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Non-resident 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. Non-resident bidders in the State of , our principal place of DZB. e siness, are not required to underbid resident bidders. principal place of business of our company or our parent company or jority owner is in the State of Texas. Receipt is acknowledged of the 11 ing add Addendum No. 1 Addendum No. 2 Addendum No. 3 Part 12 - Unit 2 - (10) Resp fully submitted, By Title NJ Address (SEAL) If Bidder is Corporation Date: Part 12 - Unit 2 - (11) PART C - GENERAL CONDITIONS i i? PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1. 1 Definition of Terms C1-1 (1) C1-1.2 Contract Documents C1-1 (1) C1-1.3 Notice to Bidders C1-1 (2 ) C1-1.4 Proposal C1-1 (2 ) C1-1.5 Bidder C1-1 (2 ) C1-1.6 General Conditions C1-1 (2 ) C1-1.7 Special Conditions C1-1 ( 2) C1-1.8 Specifications C1-1 ( 2 ) C1-1.9 Bond C1-1 (2 ) C1-1.10 Contract C1-1 (3 ) C1-1.11 Plans C1-1 (3 ) C1-1.12 City C1-1 (3 ) C1-1.13 City Council C1-1 (3 ) C1-1.14 Mayor C1-1 (3 ) C1-1.15 City Manager C1-1 (3 ) C1-1.16 City Attorney C1-1 (3 ) C1-1.17 Director of Public Works C1-1 (4 ) C1-1.18 Director, City Water Department C1-1 (4 ) C1-1.19 Engineer C1-1 (4 ) C1-1.20 Contractor C1-1 (4 ) C1-1. 21 Sureties C1-1 (4 ) C1-1. 22 The Work or Project C1-1 (4 ) C1-1.23 Working Day C1-1 ( 4 ) C1-1.24 Calendar Day C1-1 (4 ) C1-1. 25 Legal Holiday C1-1 (4 ) C1-1.26 Abbreviations C1-1 (5) C1-1.27 Change Order C1-1 (6 ) C1-1. 28 Paved Streets and Alleys C1-1 (6 ) C1-1. 29 Unpaved Streets and Alleys C1-1 (6 ) C1-1.30 City Streets C1-1 (6 ) C1-1.31 Roadway C1-1 (6 ) C1-1.32 Gravel Street C1-1 (6 ) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2. 2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (3 ) C2-2.5 Rejection of Proposals C2-2 (3 ) C2-2.6 Bid Security C2-2 (3 ) (1) C2-2. 7 Delivery of Proposal C2-2 (4 ) C2-2. 8 Withdrawing Proposals C2-2 (4 ) C2-2. 9 Telegraphic Modification of Proposals C2-2 (4 ) C2-2.10 Public Opening of Proposal C2-2 (4 ) C2-2.11 Irregular Proposals C2-2 (4 ) C2-2.12 Disqualification of Bidders C2-2 (5) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3 .1 Consideration of Proposals C3-3 (1) C3-3 . 2 Minority Business Enterpise Women-Owned Business Enterprise compliance C3-3 (1) C3-3. 3 Equal Employment Provisions C3-3 (1) C3-3 . 4 Withdrawal of Proposals C3-3 (2) C3-3 .5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2 ) C3-3 .7 Bonds C3-3 (2) C3-3. 8 Execution of Contract C3-3 (4 ) C3-3.9 Failure to Execute Contract C3-3 (4 ) C3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 (4 ) _ C3-3.12 Contractor ' s Obligations C3-3 (7) C3-3.13 Weekly Payroll C3-3 (7 ) C3-3.14 Contractor ' s Contract Administration C3-3 (7 ) C3-3.15 Venue C3-3 (8 ) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) r C4-4. 2 Special Provisions C4-4 (1) C4-4. 3 Increased or Decreased Quantities C4-4 (1) C4-4. 4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4 .6 Schedule of Operations C4-4 (3) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4 ) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5. 2 Conformity with Plans C5-5 (1) C5-5. 3 Coordination of Contract Documents C5-5 (2) C5-5. 4 Cooperation of Contractor C5-5 (2) t C5-5.5 Emergency and/or Rectification Work C5-5 (3 ) C5-5. 6 Field Office C5-5 (3 ) C5-5.7 Construction Stakes C5-5 (3) C5-5.8 Authority and Duties of Inspectors C5-5 (4 ) C5-5.9 Inspection C5-5 (5) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (5) C5-5.11 Substitute Materials or Equipment C5-5 (5) C5-5.12 Samples and Tests of Materials C5-5 (6) C5-5.13 Storage of Materials C5-5 (6 ) C5-5.14 Existing Structures and Utilities C5-5 (7 ) C5-5. 15 interruption of Service C5-5 (7 ) C5-5.16 Mutual Responsibility of Contractors C5-5 (8 ) C5-5.17 Cleanup C5-5 (8) C5-5.18 Final Inspection C5-5 ( 9 ) (2) I C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) F' C6-6. 2 Permits and Licenses C6-6 (1) C6-6. 3 Patented Devices, Materials and Processes C6-6 (1) C6-6. 4 Sanitary Provisions C6-6 (2) �. C6-6. 5 Public Safety and Convenience C6-6 (2 ) C6-6. 6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6-6 (3 ) C6-6. 7 Railway Crossings C6-6 (4 ) C6-6. 8 Barricades, Warnings and Watchmen C6-6 (4 ) C6-6. 9 Use of Explosives, Drop Weight, etc. C6-6 (5 ) C6-6.10 Work Within Easements C6-6 (6 ) C6-6.11 Independent Contractor C6-6 (8 ) 1e, C6-6.12 Contractor ' s Responsibility for Damage Claims C6-6 (8 ) C6-6.13 Contractor ' s Claim for Damages C6-6 (10) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10) C6-6.15 Temporary Sewer Drain Connections C6-6 (10 ) C6-6.16 Arrangement and Charges of Water Furnished by City C6-6 (11 ) C6-6.17 Use of a Section of Portion of the Work C6-6 (11) IP C6-6.18 Contractor ' s Responsibility for Work C6-6 (11) C6-6. 19 No Waiver of Legal Rights C6-6 (12) C6-6. 20 Personal Liability of Public Officials C6-6 (12) C6-6.21 State Sales Tax C6-6 (12) x C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7. 2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of the Work C7-7 (1) C7-7.4 Limitations of Operations C7-7 (2 ) C7-7.5 Character of Workman and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3 ) C7-7. 7 Time of Commencement and Completion C7-7 (4 ) C7-7. 8 Extension of time of Completion. C7-7 (4 ) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (5) C7-7.11 Suspension by Court Order C7-7 (6 ) C7-7.12 Temporary Suspension C7-7 (6) C7-7.13 Termination of Contract due to National Emergency C7-7 (7) C7-7.14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7) C7-7.15 Fulfillment of Contract C7-7 (9) C7-7.16 Termination for Convenience of the Onwer C7-7 (10) C7-7.17 Safety Methods and Practices C7-7 (13 ) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8 (1) C8-8 . 2 Unit Prices C8-8 (1) (3 ) C8-8 . 3 Lump Sum C8-8 (1) C8-8. 4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8. 6 Withholding Payment C8-8 (3 ) C8-8. 7 Final Acceptance C8-8 (3 ) C8-8. 8 Final Payment C8-8 (3 ) C8-8.9 Adquacy of Design C8-8 (4) C8-8 .10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (5 ) C8-8.12 Miscellaneous Placement of Material C8-8 (5) C8-8.13 Record Documents C8-8 (5) m (4) PART C - GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: C1-1. 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents , such as specifications , bonds , addenda , plans , etc . , which govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green . PART E - SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above 'i PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 (1) C1-1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1 . 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done , together with the bid security, constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1 . 5 BIDDER: Any- person , persons , firm, partnership , u company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder. C1-1 . 6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes , and requirements of the City of Fort Worth ' s charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1 -1 . 7 SPECIAL CONDITIONS : Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions . When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1 . 8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to standard specifications, regulations, requirements , statutes , etc . , such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1 . 9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and C1-1 (2) faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3 .7 ) b. Payment Bond (see paragraph C3-3. 7) C. Maintenance Bond (see paragraph C3-3.7 ) d. Proposal or Bid Security (see Special Instructions " to Bidders, Part A and C2-2. 6) y C1-1 . 10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1 . 11 PLANS : The plans are the drawings or reproductions therefrom made by the Owner' s representative showing in detail the location , dimension and position of the various elements of the project , including such profiles , typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner . The plans are usually bound separately from other parts of the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein. C1-1 . 12 CITY : The City of Fort Worth, Texas , a municipal corporation, authorized and chartered under the Texas State Statutes , acting by and through its governing body or its City Manger , each of which is required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C1- 1 . 13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1 . 14 MAYOR: The officially elected Mayor , or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1 . 15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas , or his duly authorized representative. C1-1 . 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas , or his duly authorized representative. Cl-1 (3) C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1 . 18 DIRECTOR CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant`, or agents. C1-1 . 19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , or superintendents , acting within the scope of the particular duties entrusted to them. C1-1 . 20 CONTRACTOR: The person , persons , partnership , company, firm, association, or corporation , entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative . A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor , supplying labor and materials or only labor, for work at the site of the project. C1-1 . 21 SURETIES : The Corporate bodies which are bound by such bonds are required with and for the Contractor . The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1 . 22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents , including but not limited to the furnishing of all labor , materials , tools , equipment, and incidentals necessary to produce a completed and serviceable project. C1-1. 23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays , and legal holidays , in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven ( 7 ) hours between 7 : 00 a.m, and 6 : 00 p.m. , with exceptions as permitted in paragraph C7-7. 6 . C1-1 . 24 CALENDAR DAYS : A calendar day, is any day of the week r or month, no days being excepted. C1-1. 25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: Cl-1 (4) r 1. New Year ' s Day January 1 2. M. L. King, Jr. Birthday. Third Monday in January 3. Memorial Day Last Monday in' May 4 . Independence Day July 4 5 . Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Fourth Friday in November 8 . Christmas Day December 25 9. Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations . Employees working calendar day operations will consider the calendar holiday as the holiday. C1-1 . 26 ABBREVIATIONS : Wherever the abbreviations defined herein appear in Contract Documents , the intent and meaning shall be as follows: AASHTO - American Association of MGD - Million Gallons Per State Highway Transportation Day Officials ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second LAW - In Accordance With ASTM - American Society of Min. - Minimum Testing Materials Mono.- Monolithic AWWA - American Water Works % - Percentum Association R —Radius ASA - American Standards Association I.D. - Inside Diameter HI - Hydraulic Institute O . D . - Outside Diameter Asph. - Asphalt Elev.- Elevation Ave. - Avenue F - Fahrenheit Blvd. - Boulevard C - Centigrade CI - Cast Iron In. - Inch CL - Center Line Ft. - Foot GI - Galvanized Iron St. - Street Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Square Yard Max. - Maximum L.F. - Linear Foot D. I. - Ductile Iron C1-1 (5 ) C1- 1 . 27 CHANGE ORDER : A " Change Order " is a written v supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the LL scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor. C1-1. 28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined. as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: _ 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment , not { including an oiled surface , with or without separate base material. 3 . Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1. 29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys. " C1-1 . 30 CITY STREETS : A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1. 31 ROADWAY: The roadway is defined as the area between parallel lines two ( 2 ' ) feet back of the curb lines or four ( 4 ' ) feet back of the average edge of pavement where no curb exists. C1-1. 32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. C1-1 (6 ) SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL *� C2-2 . 1 PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder ' s general understanding of the project to be completed, provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder ' s "Experience Record, " "Equipment Schedule, " and "Financial Statement, " all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. v The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status . This statement must be current and not more than one ( 1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten ( 10% ) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project , it must reflect the experience of the firm seeking qualification in work of both the same natVre and magnitude as that of the project for which bids are to be received , and such experience must have been on projects • completed not more than five ( 5 ) years prior to the date on which are to be received . The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2 . 2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may Be listed in the proposal C2-2(1) forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided , without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 . 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. r Bidders are required, prior to the filing of proposal, to read and become familiar with the Contract Documents , to visit the site of the project and examine carefully all local conditions , to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project . They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time requited for its completion, and obtain all information required to make an intelligent proposal . No information given by the Owner or any representative of the Owner other than that contained in r the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates , investigation , research, tests , explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigations , examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct . Neither the C2-2(2) Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2. 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes to do the work contemplated or furnishe the materials required . All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association , or partnership, the name and address of each member must be given , and the proposal must be signed by a member of the ` irm, as ociation , or partnership , or by a person duly autaorizcd. If a proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2. 5 REJECTION OF PROPOSALS: Proposals may be rejected if tey show any alteration of words or figures , additions not called for , conditional or uncalled for alternate bids , incomplete bids, erasures , or irregularities of any kind, or contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 . 6 BID SECURITY_ : No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal . " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2 (3 ) C2-2 . 7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders . " It is the Bidder ' s sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. _ The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL, " and the name or description of the project as designated in the "Notice to Bidders. " The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2 . 8 WITHDRAWING PROPOSALS : Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing , addressed to the City Manager , and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner , be returned unopened. C2-2 . 9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time , - no further consideration will be given to the proposal. C2-2 . 10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and For which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders. " All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2 . 11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions , alterations of form, additions , or conditions not called for , unauthorized alternate bids, or irregularities of any kind. However , the C2-2(4) Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2 -2 . 12 DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their proposals not considered for any of , but not limited to, the following reason: a. Reasons for believing that collusion exists among bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement, experience record, equipment schedule , and such inquiries as the Owner may see fit to make. g. Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner , one week in advance of the hour of the opening of proposals the T following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2 . A current experience record showing especially the projects of a nature similar to the one under consideration , which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer , is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(5) PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3 . 1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal , and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner , the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in - any manner as maybe considered for the best interest of the Owner. C3-3 . 2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner , upon request , complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and or a a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees , upon request by Owner , to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements ; further , any such misrepresentation may be grounds for disqualification of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3 . 3 EQUAL EMPLOYMENT PROVISIONS : The Contractor shall comply with Current City Ordinance prohibiting discrimination - in employment practices. C3-3 (1)