Loading...
HomeMy WebLinkAboutContract 26015 CITY SECRETS J D.0,L FIE SPECIFICATIONS CONTRACTORS "MG Co' AND CONSTRUCT -S CoFV CITY SECRETARY CONTRACT DOCUMENTS QONTRACT IZ CLIENT iC EPARTI INT FOR MAIN 365, 166, 195AI & 195AH DRAINAGE AREA REHABILITATION AND SEWER SYSTEM IMPROVEMENTS (GROUP 3, CONTRACT 5) PART 4: UNITS 1, 2, 3, 4 & 5 uCn L-3472L-3473 L-3474 UNIT 5: L-3527, L-4067, L-4068, L-3534, L-3534 "A", L-3531, L-5435 & L-3530 D.O.E. PROJECT NOS. - UNIT 1: 1820, UNIT 2: 2482, UNIT 3: 2483, UNIT 4: 2484, UNIT 5: 2485 SEWER PROD. NO. PS46-070460410130 CITY OF FORT WORTH, TEXAS 2000 KENNETH BARR BOB TERRELL MAYOR CITY MANAGER DALE FISSELER, P.E. DIRECTOR, WATER DEPARTMENT HUGO A. MALANGA, P.E. DIRECTOR, TRANSPORTATION & PUBLIC WORKS DEPT. A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING �PZ�OF TE.,��1 PREPARED BY ; .TY NRTflN TEAGUE NALL AND PERKINS, INC. %-o 80209 . . r�r1O ' GISTS � SCJ•;. . a a' City of Fort Worth, Texas "rigor and Council communication DATE REFERENCE NUMBER LOG NAME PAGE 6/20/00 **C-18082 1 30FOARD 1 of 4 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO KEBO SERVICES, INC. FOR MAINS 36S, 166, 195AI AND 195AII DRAINAGE AREAS SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS (GROUP 3, CONTRACT 5) PART 4, UNITS 3 AND 5 RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to transfer $753,773.31 from the Water and Sewer Operating Fund to the Commercial Paper- Sewer Fund; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in Commercial Paper- Sewer Fund in the amount of$753,773.31 from available funds; and 3. Authorize the City Manager to execute a contract with Kebo Services, Inc. in the amount of $670,773.31 for Mains 36S, 166, 195AI and 195AII Drainage Areas Sanitary Sewer System Rehabilitation and Improvements (Group 3, Contract 5) Part 4, Units 3 and 5. DISCUSSION: On February 10, 1998 (M&C C-16583), the City Council authorized the City Manager to execute an engineering agreement with Teague Nall and Perkins, Inc. to prepare plans and specifications for the reduction of inflow/infiltration in the sanitary sewer Mains 36S, 166, 195AI and 195AII drainage areas. The project is part of the City's Integrated Wet Weather Wastewater Management Program to comply with an administrative order from the U.S. Environmental Protection Agency to eliminate sewer overflows from the City's wastewater collection system. The Unit 3 project consists primarily of the replacement of the following sanitary sewer laterals: L-3474/L-3473/L-3472 Beginning from the Foard Street/Howard Street intersection westerly 730 feet along Howard Street, northerly 1,050 feet along Wichita Street, westerly 205 feet to Mitchell Boulevard, northwesterly 640 feet along Mitchell Boulevard then northerly 180 feet. The project was advertised for bid January 20 and 27, 2000. On February 24, 2000, the following bids were received: City of Fort Worth, Texas "avoir and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 6/20/00 **C-18082 30FOARD 2 of 4 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO KEBO SERVICES, INC. FOR MAINS 36S, 166, 195AI AND 195AII DRAINAGE AREAS SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS (GROUP 3, CONTRACT 5) PART 4, UNITS 3 AND 5 UNIT 3 BIDDER AMOUNT TIME OF COMPLETION Kebo Services, Inc. $248,182.97 100 Calendar Days William J. Schultz, Inc. d/b/a Circle "C" Construction Company 264,553.00 Tri-Tech Construction, Inc. 269,560.00 Lemar Construction Company 270,235.75 Cleburne Utility Construction, Inc. 273,295.25 Conatser Construction, Inc. 287,863.50 Burleson Utilities, Inc. 288,002.20 B&H Utilities, Inc. 297,647.00 Whizcon Utilities, Inc. 314,509.00 Long Construction & Engineering, Inc. 337,496.00 Jackson Construction, Inc. 343,680.75 The Unit 5 project consists primarily of the replacement of the following sanitary sewer laterals: L-3527 Beginning from Alloway Drive/Glen Garden Avenue intersection, then northerly 1,400 feet; and L-4067 Beginning from a point located 150 feet east of the Old Mansfield Road/Annglen Drive intersection, then easterly 600 feet along Annglen Drive; and L-4068 Beginning from the Stephen Lee Drive/Glen Garden Avenue intersection, then westerly 500 feet along Stephen Lee Drive; and L-3531 Beginning from the Eastline Road/Fairway Drive intersection westerly 550 feet along Fairway Drive; and L-3534 Beginning from a point located 100 feet west of the Hunting Drive/Bratcher Street intersection southerly 150 feet, southwesterly 150 feet, then southeasterly 250 feet. The Unit 5 project was advertised for bid January 20 and 27, 2000. On February 24, 2000, the following bids were received: M w City of Fort Worth, Texas 4"CANOW and Council Communication --I DATE REFERENCE NUMBER LOG NAME PAGE 6/20/00 **C-18082 30FOARD 3 of 4 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO KEBO SERVICES, INC. FOR MAINS 36S, 166, 195AI AND 195AII DRAINAGE AREAS SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS (GROUP 3, CONTRACT 5) PART 4, UNITS 3 AND 5 UNIT 5 BIDDER AMOUNT TIME OF COMPLETION Kebo Services. Inc. $422,590.34 120 Calendar Days Stocker Enterprises, Inc. 432,872.00 William J. Schultz, Inc. d/b/a Circle"C° Construction Company 462,535.00 Cleburne Utility Construction, Inc. 471,287.00 M.E. Bums Construction, Inc. 485,408.25 B&H Utilities, Inc. 490,984.00 Whizcon Utilities, Inc. 497,158.00 Burleson Utilities, Inc. 497,771.35 Conatser Construction, Inc. 498,194.00 Tri-Tech Construction, Inc. 518,273.00 Long Construction & Engineering, Inc. 558,166.75 The proposed improvements consist of the replacement of 6,600 linear feet of primarily 8-inch sewer pipe. The project is located in COUNCIL DISTRICT 8, Mapsco 91 H and 92B and E. Since Kebo Services, Inc. is the low bidder on both units, construction of both units will begin simultaneously and the contractor shall be allowed a total of 120 calendar days to complete construction of both units as stipulated in the project contract documents. In addition to the contract cost, $48,000.00 (Unit 3: $18,000.00 and Unit 5: $30,000.00) is required for inspection and survey and $35,000.00 (Unit 3: $13,000.00 and Unit 5: $22,000.00) is required for project contingencies. Kebo Services, Inc. is in compliance with the City's M/WBE Ordinance by committing to 20% M/WBE participation on Unit 3 and 20% M/WBE participation on Unit 5. The City's goal on this project is 19% for Unit 3 and 20% for Unit 5. City of Fort Worth, Texas imanor and council co"I"munica0ion DATE REFERENCE NUMBER I LOG NAME PAGE 6/20/00 **C-18082 30FOARD 4 of 4 SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO KEBO SERVICES, INC. FOR MAINS 36S, 166, 195AI AND 195AII DRAINAGE AREAS SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS (GROUP 3, CONTRACT 5) PART 4, UNITS 3 AND 5 FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation one, and the adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Commercial Paper- Sewer Fund. MG:I Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) 1&2)PS46 472045 070460410130 $753,773.31 APPROVED Mike Groomer 6140 2)PS46 841200 070460410130 $705,773.31 CITY COUNCIL Originating Department Head: 2)PS46 531350 030460410130 $ 48,000.00 JUN 20 2(100 A.Douglas Rademaker 6157 (from) 3)PS46 541200 070460410130 $670,773.31 Additional Information Contact: 1)PE45 538070 0709020 $753,773.31 City secretary at is City of Fort WOK as A.Douglas Rademaker 6157 Adnvfed Ordrnala Nu. �Y6 l� City of Fort Worth Water Department Addendum No. 1 To The Specifications And Contract Documents for MAIN 36S, 166, 195AI & 195AII DRAINAGE AREA REHABILITATION AND SEWER SYSTEM IMPROVEMENTS (GROUP 3, CONTRACT 5) PART 4: UNITS 1, 2, 3, 4 & 5 D.O.E. PROJECT NOS. - UNIT 1: 1820, UNIT 2: 2482, UNIT 3: 2483, UNIT 4: 2484, UNIT 5: 2485 SEWER PROJECT NO. PS46-070460410130 Bid Receipt Date: February 17, 2000 Addendum Issue Date: February 9, 2000 The following information shall constitute Addendum No. 1 to the Contract Documents as identified above. This Addendum must be properly acknowledged by the Bidder by signing in the space provided in the proposal submitted for bid opening. Failure to indicate receipt of this Addendum shall be grounds for rendering the bid non-responsive. This Addendum is part of the Contract Documents and will be bound into the executed contracts. The following information shall supersede any and all conflicting written or verbal information previously provided: I. PART DA: Additional Special Conditions Additional Special Condition DA-2 Pipe Enlargement System is revised as follows: Delete paragraph B.1.a.iii which reads: "Pipe supplied under this specification shall have a nominal IPS (Iron Pipe Size) outside diameter. The Standard Dimension Ratio (SDR) and minimum pressure rating of the pipe shall be SDR 17 - 100 psi. Pipe with a lower SDR ratio and higher pressure rating may be used in lieu of the minimum specified. Replace the deleted paragraph with the following: iii. Pipe supplied under this specification shall be DR-21, Ductile Iron Pipe Size. Please acknowledge receipt of Addendum No. 1 by placing a signed copy of same into your proposal at the time of bidding. RECEIPT K OWLEDGED: A. Douglas Rade ker, Director Y• B On S�°(UlCi Y• � .5 Rick rice, Manager Consultant Services F FE=B-17-2000 08053 TEAGUE NALL AND PERKINS 8173362813 P.02i06 ADDENDUM NO. 2 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF FORT WORTH PROJECT MAIN 36S, 166, 195AI & 195AI1 DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS (GROUP 3, CONTRACT 5), PART 4, UNITS 1, 2, 3, 4 &5 SEWER PROJECT NO. PS46-070460410130 UNIT 1 -D.O.E. PROJECT NO. 1820 UNIT 2 -D.O.E. PROJECT NO. 2482 UNIT 3-D.O.E. PROJECT NO. 2483 UNIT 4 -Q.O.E. PROJECT NO. 2484 UNIT 5-D.O.E. PROJECT NO. 2485 Prospective bidders are hereby notified of the following changes to the Project Construction Documents., 1- The bid date for this project has been postponed from February 17, 2000 to February 24, 2000, 2. The City of Fort Worth Construction Prevailing Wage Rate for 1995 Schedule in Part D -Special Conditions Item 1x-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. ORIGINAL SCHEDULED BID DATE: February 17, 2000 DATE ADDENDUM ISSUED: February 16, 2000 I, RECEIPT ACKNOWLEDGED: DEPARTMENT OF ENGINEERING (LES eS00 �--1•v By: ! A o V A /:,9r Rick Trice, P.E. Manager, Consultant Services r Page t 02/16/00 FEB-17-2000 08:53 TEAGUE NALL AND PERKINS 8173362813 P.03/06 City of Fort Worth BUILDING & CONSTRUCTION TRADES Prevailing Wage Rates For 2000 *2000 CLASSIFICATIONS HOURLY RATES Air Conditioning Mechanic $ 15.98 ' Air Conditioning Mechanic Helper 10.75 Acoustic Ceiling Installer $ 14.02 Acoustic Ceiling Installer Helper 10.88 Asbestos Worker 10.50 Bricklayer/Stone Mason 17.21 Bricklayer/Stone Mason Helper $ 1016 a'—rpen-t,er-,--, -13.92 Carpenter Helper 10.38 ' Concrete Finisher 12.68 Concrete Finisher Helper $ 9.73 Concrete Form Builder 1.97 Concrete Form-guildei­k-�-I—pei $ 9.42 Drywall Taper _ _ - ) .1-- 1.33 Drywall Taper Helper $ 8.00 Electrician jou....r—neyman Electrician Helper __-__-- _ --- j._ $ 11.30 Electronic Technician $ 12.50 Electronic Technician Helper $ 8.50 Floor Layer (Carpeq_.._. $ 17.00 A66r Layer 16"00- Floor Layer a� Helper $ 13.50 Glazier $ 15-02 Glazier Helper Insulator $ 12.04 Insulator Helper 9.40 ,Lw6o- re' r 6—ommon 7.85.-- LaborerSkilled 0.35 Lather $ 14.00 1 'Source is Fort W"Chapter Associated Genera!Contractors FEB-17-2090 08 53 TEAGUE NALL AND PERKINS 8173362813 P.04/06 Lather Helper $ 11.00 Metal Building Assembler $ 10.00 Metal Building Assembler Helper Painter _ __. .. ._ _.. . -... -- $ 12.83 Painter Helper $ 8.35 Pipefitter $__ 17.80 Pipefitter Helper �$ _ 10.18 _. . ... ! — '16.00 Plasterer.—.�._.. ---®. _.. $ _. . Plasterer helper I $ 11.00 Plumber $ 16.91 Plumber Helper — - _ $ 9.75 Reinforcing Steel Setter 10.40 Roofer $ 11.87 Roofer Helper _ -- —_-- — _ . $ 8.33 Sheet Metal Worker $ 14.45 Sheet Metal Worker Helper _-- $ 9.57 Sheetrock Hanger I $ 12.45 Sheetrock Hanger Helper $ 9.64 Sprinkler System Installer $ 16.87 Sprinkler System Installer Helper $ 10.13 Steel Worker Structural $ 11.36 Steel Worker Structural Helper $ 8.80 Welder $ 14.70 Welder Helper —�$ -- 11.74 HEAVY EQUIPMENT OPERATORS Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel $ 12.50 Forklift Operator $ 9.63 Foundation Drill Operator $ 13.00 Front End Loader Operator $ 11.22 Truck Driver $ 10.31 "Source is Fort Worth Chapter Associated General Contractors 2116/2000 2 FEB-17-2000 0854 TEAGUE NALL AND PERKINS 8173362813 P.05i06 tIty of Fort Worth _ " HIGHWAY (Heavy) CONSTRUCTION - Prevailing Wage Rates For 2000 *2000 CLASSIFICATIONS HOURLY RATES Asphalt Raker $ 10.32 _. . . _ _ - $ 9.75 Asphalt Shoveler Batching Plant Weigher $ 9.55 Carpenter (Rough) 13.64 Concrete Finisher-Paving $ 10.15 Concrete Finisher Helper (Paving) $ 9.70 Concrete Firnsher-Structures : $ 13.44 Flagger $ 7.00 Form Builder-Structures �— 13.44 Form Setter-Paving & Curbs $ 10.25 Form Setter-Structures : $ 9.75 Laborer- mon $Com _ _ —.._... ..._.__—_ _ � 7.64 Laborer-Utility -- - $ — 8.64 Mechanic - $ -13.25 Servicer _ �$ __10.13 Pipe Layer.. —...... - �_T_....._. �p`_ 7.35 Pipe Layer Helper $ 6.75 Asphalt Distributor Operator _ _ $ 11.45 Asphalt Paving Machine Operator $ 11.09 Concrete Paving Saw $ 10.5_3 Crane, Clamsheil, Backhoe, Derrick, Dragline, .. Shovel e 1 112 CY $ 10.00 Crane, Clamshell, Backhoe, Derrick, Dragline, $ Shovel (> 1 112 CY1 ' 11.52 Front End Loader (2 1/2 CY & less) $ 9.94 -----.. . Front End Loader (over 2 112 CY) $ 9.32 Milling Machine Operator }i-$ _ 8.00 Mixer1..1.00 Motor Grader Operator (Fine Grade) $ 12,31 Motor Grader Operator + $ 13.75 Source is AGC of Texas (Hwy,Hvy, Utilltisa Industrial arancn) 2116/2000 1 FEB-17-2000 08:54 TEAGUE NALL AND PERKINS 8173362813 P.06/06 Pavement Marking Machine ; $ 11.00 Roller, Steel Wheel Plant-Mix Pavements ; $ 9.88 Roller, Steel Wheel Other Flatwheel or Tamping $ 12.12 Roller, Pneumatic, Self-Propelled Scrape_ r $ 8.02 Traveling Mixer Reinforcing Steel Setter (Paving) 9.75 _Truck Driver-Single Axle (Light) _ _ 1 $ 8.00 Truck Dile river-Tandem Axle Semi-Trar $ 10.22 Truck Driver-Lowboy/Float j $ 10.54 Truck Driver-Transit Mix j $ 10.63 - Truck Driver-Winch -- _-- _ $ 9.80 Source is AGC of Texas (HWY,Hvy. Utilities InduSMI Elmnch) 2/18/2000 2 TI"ITnn �� SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MAIN 36S, 166, 195AI & 195AII DRAINAGE AREA REHABILITATION AND SEWER SYSTEM IMPROVEMENTS (GROUP 3, CONTRACT 5) PART 4: UNITS 1, 2, 3, 4 & 5 UNIT 1: L-8748, 1-3526, L-3547, L-3547 "C" ' UNIT 2: M-166, M-168, L-2251, L-2252 UNIT 3: L-3472, L-3473, L-3474 L'NIT 4: L-4773, L-4773"A", L-7521 UNIT 5: L-3527, L-4067, L-4068, L-3534, L-3534 "A", L-3531, 1-5435 & L-3530 D.O.E. PROJECT NOS. - UNIT 1: 1820, UNIT 2: 2482, UNIT 3: 2483, UNIT 4: 2484, UNIT 5: 2485 SEWER PROD. NO. PS46-070460410130 CITY OF FORT WORTH, TEXAS 2000 KENNETH BARR BOB TERRELL MAYOR CITY MANAGER DALE FISSELER, P.E. DIRECTOR, WATER DEPARTMENT HUGO A. MALANGA, P.E. DIRECTOR, TRANSPORTATION & PUBLIC WORKS DEPT. A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING PREPARED BY TEAGUE NALL AND PERKINS, INC. TABLE OF CONTENTS PART A Notice to Bidders Comprehensive Notice to Bidders Special Instructions to Bidders PART B Proposal Unit 1 0 Minority and Women Business Enterprise Specifications 0 Proposal City Approved Product Form Unit 2 0 Minority and Women Business Enterprise Specifications 4 Proposal 0 City Approved Product and Method Form Unit 3 0 Minority and Women Business Enterprise Specifications • Proposal • City Approved Product Form Unit 4 0 Minority and Women Business Enterprise Specifications 0 Proposal 0 City Approved Product Form Unit 5 • Minority and Women Business Enterprise Specifications • Proposal • City Approved Product and Method Form Bid Summary PART C General Conditions PART C1 Supplementary Conditions PART D Special Conditions PART DA Additional Special Conditions Details PART E Specifications T I i R PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS F Notice to Bidders Sealed Proposals for the following: Main 36S, 166, 195AI & 195AR Drainage Area Rehabilitation and Sewer System Improvements (Group 3, Contract 5) Part 4: Unit 1, 2, 3, 4 & 5 D.O.E. Nos. 1820, 2482, 2483, 2484 & 2485 UNIT 1 30 L.F. 6" Sanitary Sewer Pipe by Open Cut 4,182 L.F. 8" Sanitary Sewer Pipe by Open Cut 110 L.F. 8" Ductile Iron Sanitary Sewer by Open Cut UNIT 2 1,604 L.F. 8" Sanitary Sewer Pipe by Open Cut 3,439 L.F. 8" Sanitary Sewer Pipe by Pipe Enlargement 730 L.F. 8" Ductile Iron Sanitary Sewer by Open Cut 174 L.F. 8" Ductile Iron Sanitary Sewer by Other than Open Cut 341 L.F. 10" Sanitary Sewer by Open Cut UNIT 3 2,628 L.F. 8" Sanitary Sewer Pipe by Open Cut 89 L.F. 8" Ductile Iron Sanitary Sewer by Open Cut UNIT 4 2,291 L.F. 8" Sanitary Sewer Pipe by Open Cut 47 L.F. 8" Ductile Iron Sanitary Sewer by Open Cut UNIT 5 195 L.F. 6" Sanitary Sewer Pipe by Open Cut 2,745 L.F. 8" Sanitary Sewer Pipe by Open Cut 494 L.F. 8" Ductile Iron Sanitary Sewer by Open Cut 637 L.F. 8" Sanitary Sewer by Pipe Enlargement r Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 P.M., Thursday, February 17, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throclanorton Street, Fort Worth, Texas. One set of plans and documents will be provided for a deposit of $50.00. A pre-bid conference will not be held. For additional information concerning this project, please contact Ty Hilton, P.E., at the offices of Teague Nall and Perkins, Inc., 336-5773 or John Boyer, Project Manager, at the City of Fort Worth, 332-5474. ' Department of Engineering A. Douglas Rademaker, Director Advertising Dates: January 20, 2000 January 27, 2000 1 Comprehensive Notice to Bidders Sealed Proposals for the following: Main 36S, 166, 195AI & 195AH Drainage Area Rehabilitation and Sewer System Improvements (Group 3, Contract 5) Part 4: Unit 1, 29 3, 4 & 5 D.O.E. Nos. 1820, 2482, 2483, 2484 & 2485 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 P.M., Thursday, February 17, and then publicly opened and read aloud at 2:00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. A fifty dollar ($50.00) deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for fifty ($50.00). These documents contain additional information for prospective bidders. All bidders will be required to comply with provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. No pre-bid conference will be held on this Project. it Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major work on the above project shall generally consist of the following: UNIT 1 30 L.F. 6" Sanitary Sewer Pipe by Open Cut 4,182 L.F. 8" Sanitary Sewer Pipe by Open Cut 110 L.F. 8" Ductile Iron Sanitary Sewer by Open Cut UNIT 2 1,604 L.F. 8" Sanitary Sewer Pipe by Open Cut 3,439 L.F. 8" Sanitary Sewer Pipe by Pipe Enlargement 730 L.F. 8" Ductile Iron Sanitary Sewer by Open Cut 174 L.F. 8" Ductile Iron Sanitary Sewer by Other than Open Cut 341 L.F. 10" Sanitary Sewer by Open Cut UNIT 3 2,628 L.F. 8" Sanitary Sewer Pipe by Open Cut 89 L.F. 8" Ductile Iron Sanitary Sewer by Open Cut UNIT 4 2,291 L.F. 8" Sanitary Sewer Pipe by Open Cut 47 L.F. 8" Ductile Iron Sanitary Sewer by Open Cut 2 UNIT 5 195 L.F. 6" Sanitary Sewer Pipe by Open Cut 2,745 L.F. 8" Sanitary Sewer Pipe by Open Cut 494 L.F. 8" Ductile Iron Sanitary Sewer by Open Cut 637 L.F. 8" Sanitary Sewer by Pipe Enlargement Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. Bidders shall not separate, detach, or remove any portion, segment, or sheets from the contract document at any time. Bidders must complete the proposal sections and submit the complete specifications book or face rejection of the bid as non-responsive. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. SUBMISSION OF BID(S) AND AWARD OF CONTRACT(S): This document is designed as Five (5) separate contract documents and shall not be construed as being a single contract. The proposal sections are provided as Five (5) individual proposals with Five (5) individual M/WBE specifications and are arranged in units to allow prospective bidders to submit bids on one unit, some of the units, or all of the 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 units or more, a single 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. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period. Bidders shall not Separate, Detach, Remove any portion, segment(s), or sheet from the Contract Documents at any time. Bidders must complete the proposal section(s) and submit the complete Specifications Book or face Rejection of Bid as Non-Responsive. In accordance with City of Fort Worth Ordinance No. 13471, as amended by Ordinance No. l� 13781, the City of Fort Worth has goals for the participation of Disadvantaged Enterprise in City contracts. Copies of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received no later than 5:00 p.m. five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be 3 evidence that the documentation was received by the City. Any contract or contracts awarded under the Notice to Bidders are expected to be funded in part by a loan from the Texas Water Development Board. Neither the State of Texas nor any of its departments, agencies or employees are, or will be, a party to this Notice to Bidders or any resulting contract. The contract or contracts are subject to regulations contained in 31 TAC, Chapter 363, in effect on the date this contract is executed. For additional information, contact Ty Hilton, P.E., at the offices of Teague Nall and Perkins, Inc., 336-5773 or John Boyer, Project Manager, at the City of Fort Worth, 332-5474. BOB TERRELL GLORIA PEARSON CITY MANAGER CITY SECRETARY Department of Engineering A. Douglas Ra dem e , Director Advertising Dates: —[0 January 20, 2000 / _ v January 27, 2000 fa- Rick Trice, P.E. Manager, Consultant Services 6' SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPARTMENT) 1. PREOUALIFICATION REQUIREMENT: All contractors submitting are required uired q to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. (a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency, and shall have been so prepared as to reflect the financial status of the submitting company. This p' 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. For an experience record to be considered to be acceptable for given project, it �) P P g P J must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. - (c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort worth Water Department project. (d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. (e) The City, in it's sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. (f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. (g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City �" 1 of Fort Worth, in an amount of not less than five(5%)percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents with 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, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 4. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas, and as set forth in the Contract Documents must be paid on this project. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the • Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g. Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. `Nonresident bidder' means a bidder whose principal place of business is not in the State of Texas,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in the State of Texas. This provision does not apply if this contract involves Federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the contract amount is $25,000 or less, the contract amount shall be paid within forty-five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy (`Policy') of the Executive Branch of the Federal Government,Contractor covenants that neither it, nor any of its officers,members,agents, 2 employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with.the Policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. a 10. DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all its subcontractors will not unlawfully discriminate on; the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with the 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 third parties or subcontractors against City arising out of contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accordance with the City of Fort Worth Ordinance No. 13471, as amended by the 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 P.M., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information b regarding actual work performed by a Minority Business Enterprise (MBE) and/or a 3 Women Business Enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its -� possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements. Further,any such misrepresentation(other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 4 PART B PROPOSAL Unit 1 • Minority and Women Business Enterprise Specifications • Proposal • City Approved Product Form Unit 2 • Minority and Women Business Enterprise Specifications • Proposal • City Approved Product and Method Form Unit 3 • Minority and Women Business Enterprise Specifications A.. Proposal • City Approved Product and Method Form Unit 4 • Minority and Women Business Enterprise Specifications • Proposal • City Approved Product Form Unit 5 • Minority and Women Business Enterprise Specifications • Proposal ' City Approved Product and Method Form Bid Summary NOTE M/WBE goals are different for Units 1 through 5. Individual M/WBE documentation must be completed with the proposal for each unit. r r r t r r r r r IIMT 3 r r r t UNIT 3 Attachment 1A Page 1 of 2 City of Fort WOOP,-T OF Minority and Women Business F M&UpriabAYdbifications MBE/WBE UTDJ7ATlON An 10 41 ,dr.4$4r )"E COMPANY NAME BID DATE VI ;S 166, 195AI& 195AII Part 4. Unit 3 PS46-070460410130 31 )JECT NAME PROJECT NUMBER %T)rS MNVBE PROJECT GOAL:19% iFU wBE PERCENTAGE ACHIEVED: Eailurer to compiete this�form,in its entirety with supporting documentation,,and recelved by the Managing t76ortmertt 0-1 or before 4;. p m..five(5}:.City-bt,tsiness days after bid opening,exclusil4e of hrd opening date,ew�i result irr the b>td .ing considered''non=responsive to bid specifications. ' ie undersigned bidderagrees taienter into a formal agreement with the:MBE and/or WBE firms for work listed intthis =�Y :hiWule, oonditic►nect4uporx'execution of a `contract with the City of Fort„Wdrth ';The, intentional-an&6i. knovring misrepresentation of facts" grounds for consideration of disqualification artdwiit iesuitin;the bid being considered nort- rasponsive to specifications % � -CQpmlpany 1►fi3thWtdntacf Came '; Certified, x Specify All Qq trLacting Specify'Atlp�Jtetns 1p be ' '° Doltar7ermmount Address, 'tan?Ca T1ehQn� � � �Qp�Qf 11 QrR�� � al uppl�ed 71 - • r aa.rx ��' i Se=`o. v.,,, k� -: x: :'n_,, t �.,s'x>�. `.-_. „ �> of S%ALL..no � 'L,Ne, -1k6 .76 Ativar iwi r4 * tj d reR✓, cir r �S --w oe 1-40Af lA-C nWs. 7ij--6r-3S . 'M,cP.r Co✓ reucfijV, 2 P hWj-C t �></4ti"•,�� r ,�,�c�,✓ l�nr 7Goi S' J /►t4rr�ti�1-�I /sr rf� 200 -T#Mmy deuwu4l. y49-- 9'Y w x WWBEs must tier'locatedin the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid.,N' `Uk v r ,.Specify all areas in which MWSE's are to be utliked andtor.1tems to be supplied; -i4 Complete listing of items to be supplied Is required in order to receive credit toward'the M/WBE goat." - .. )- Identify each[IeE level fl Tier Means the Ievef of subcontracting belovrthe'prlme conlKractorlcou(tants i e,a direct paytli�ent from the_piime coritractoFto a subcontractor is considered l tieE>a payment by a au6contractor t0 its Supplier IS considered 7. tier, 11S FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev. 6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department Rev.6/2/98 UNIT 3 Attachment 1A Page 2 of 2 City of Fort Worth DEPT IF Minority and Women Business Enig 8VeW ioations MBE/WBE UTILIZATIONS Aft 10 41 `�:om an Name;Contac Certified $ cf AII:Contractm S c� &1+Items to be";"" Dalt. "'Amount pe f}�- g pe fY` sC Address and`u eiho• r". `�Scope�f lNork •. ROO A. X a, 1 1 _ h%bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding c lal work performed by all subcontractors, including MBE(s)and/or WBE(s)arrangements submitted with this bid he bidder also agrees to allow an audit and/or examination of any books,records and files held by their company tha rill substantiate the actual work performed by the MBE(s)and/or WBE(s)on this contract, by an authorized officer or rr"R)Ioyee of the City. Any intentional and/or misrepresentation of facts will be grounds for terminating the contrac r _ebarment from City work for a period of not less than three (3)years and for initiating action under Federal, State r Local laws concerning false statements.Any failure to comply with this ordinance and creates a material breach of c—tract may result in a determination of an irresponsible offer and barred from participating in City work for a period f me not less than one(1)year. qL MBEs,and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD ,-001 Authorized ignature Printed Signature '..de Contact Name and Title(if different) f L' "mac'lG S T<, Sl-7 3-6®--200,6 impany Name Telephone Number(s) kddress KEESO ITE 101 Fax Number 8008 HWY�,,� FORT W 'jX 76116 amity/State/Zip Code Date HIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID Rev. 6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department PROPOSAL TO: Mr. Bob Terrell City Manager Fort Worth, Texas Main 36S, 166, 195AI & 195AH Drainage Area Rehabilitation and Sanitary Sewer System Improvements (Group 3, Contract 5) Part 4 rSEWER PROJ. NO. PS46-070460410130 UNIT 3 (D.O.E. No. 2483): L-3472, L-3473, L-3474 r 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, op understands the amount of work to be done, and hereby proposes to do all the work, furnish all labor, equipment and materials necessary to fully 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: UNIT 3 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 1. 2,645 L.F. * 8-inch Sanitary Sewer, All Depths; _ Ale Per Linear Foot , �L Dollars °— Alf Cents $ $ # * Contractor must complete City Approved Product form on Page B3-7. B3-1 UNIT 3 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 2. 92 L.F. 8" D.I. Pipe, C1.51, All Depths; Per Linear Foot F0 E0 — 'f Dollars Azo Cents $_5e $_ /W- Ape- 3. 70 L.F. 8" D.I. Pipe, C1.51, By Other than Open Cut (DA-5); Per Linear Foot QWC ibh✓b"6 F'i f� � Dollars yr ° 770 Cents 4. 40 L.F. Concrete Encasement for 8-inch Sanitary Sewer (D-77); Per Linear Foot TH R 6Y; Dollars 36 ,vo Cents $ $ 5. 10 EA. Standard Sewer MH, 48" 1.D., Per Figure M of the G.C.D. (D-52); Per Each 04 it,"YYAl 1,VA(6A.4e Dollars /ie MG Cents $ / $ ADO 6. 26 V.F. Extra Depth for 48" I.D. Standard Manhole (D-52); Per Vertical Foot D ' �iJ r miga fi/1 ri Dollars ZG O a� Alp Cents $ $ 7. 10 EA. Watertight Manhole Insert (D-52); Per Each - V AI C JUA O d d A Dollars 00 00 / AID Cents $L_ $ B3-2 UNIT 3 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 8. 10 EA. Concrete Manhole Collars Per Figure 121 of the G.C.D. (D-52); Per Each J"�v itg N e 2r d Firi"Y Dollars PO a^ AfD Cents $ 2Sv $ ZS0� 9. 10 EA. Vacuum Test Manhole (D-63); Per Each 40I LC l W&J n/LCD Dollars 40 W62 Cents S lob $ 10. 6 EA. Remove Existing Sewer Manhole (D-55); Per Each TIJ A ji'J'Id A 21 d A,07Y Dollars D 40 v� Ivo Cents $ ZS $ 11. 2 EA. Abandon Existing Sewer Manhole in Place (D-55); Per Each o 2 D *Lj i! o d" 9-i r4-Y Dollars f'O Cents $ Z�U $ 12. 148 L.F. 4" PVC Sewer Service Line (Public) (D-53); Per Linear Foot LT164-rhiLy Dollars P Cents $ $ r 13. 440 L.F. 4" PVC Sewer Service Line (Private) (D-53); Per Linear Foot Thi ew TY Dollars W&V Cents $ $ 14. 365 L.F. 4" D.I.P. Sewer Service Line (Public) (D-53); Per Linear ofGoo �✓� Dollars ,Ao�D Cents 01/ r� r B3-3 UNIT 3 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL I� ITEM QUANTITY PRICES WRIT'T'EN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 15. 14 EA. 4" PVC Sewer Service Taps (D-53);Each P ��� Per �rfic Np ad;, Dollars Att10 Cents $4 $ fiv 16. 8 EA. Sanitary Sewer Cleanout (D-53); Per Each �i ye- W b 0-4C /�A D �d6ollars v� At.9 Cents $ 17. 2,717 L.F. Trench Safety System for Sewer Trench Depth 5' and Greater (D-51); Per Linear Foot 'Z 4r2 0 Dollars O % 2 7 r or, A1� Cents $ $ r18. 2,154 L.F. Permanent Asphalt Pavement Repair Per Figure 4 (D-50); Per Linear Foot o o do 1—y— /"�o Dollars AZ c► Cents 19. 10 L.F. Repair Concrete Valley Gutter; (DA-28); Per Linear Fot*Aios' W r� Cents $ $ 20. 80 L.F. Concrete Curb and Gu- tter Replacement (DA-21); Per Linear Foot v fk2 nJloy— Fyy 9 DollarsZ/ Oi CZ4 A/ = d Cents $ $ 21. 26 L.F. Replace Concrete Sidewalk (D-44); Per Linear Foot 17V 1 R."'/ Dollars , 7SId Alp Cents $ $ B3-4 tUMT 3 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 22. 60 S.Y. Replace Concrete Driveway (D-44, DA-22); Per Square Yard ! FCytn l-Y- [%j✓iC Dollars /J.0 Cents 23. 2.0 TN Ductile Iron Fittings (D-80) Per Ton &$P Fh1N d 2t d Fir-I'll Dollars No Cents $ J $ 24. 924 L.F. Hydro Mulch Seeding (D-73); Per Linear Foot D°! /E Dollars / �, Z �. Al 10 Cents $ $ 25. 303 L.F. Grass Solid Sodding (D-73); Per Linear Foot Tiberr Dollarsmd'' A,Jy Cents $ $ / 26. 1,395 L.F. Pre-Construction TV Inspection of Sanitary Sewer Lines, All Sizes (D-62); Per Linear Foot L S ?s IV� Dollars ry-J1,1_1 Of, Cents $ $ Z�d 27. 2,717 L.F. Post-Construction TV Inspection of Sanitary Sewer Lines, All Sizes (D-65); Per Linear Foot _Der, Dollars `� Dy -C1y7`1• FA 4-C Cents $ $ 28. 8 EA. Exploratory Excavation (D-Hole), (D-79); Per Each a T!i O Atv�JJ�(!I FLr-i Dollars i D I✓O Cents B3-5 UNIT 3 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 29. 167 L.F. Repair Gravel Surface (D-50); Per Linear Foot 7"42r--J 7"Y Dollars ? yv Aj0 Cents $ $ 3J 9 TOTAL BID - UNIT 3 $ NOTE Forward Total to Bid Summary Sheet B3-6 UNIT 3 CITY APPROVED PRODUCT FOR * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD SPEC NO. SIZE E1-31 4" thru 30" E1-25 4" thru 15" E1-27 4" thru 15" E1-28 18" thru 27" E100-2 18" thru 48" Consult the "City of Fort Worth Standard Product List" to obtain the Generic/Trade Name and the Manufacturer for the pipes listed above. Failure to provide the information required above may result in rejection of bid as non-responsive. Only products or methods listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. B3-7 UNIT 3 Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this Contract. The attached bid security in the amount of_ 57o is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has 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 10 calendar days after issue of the work order, and to complete the contract within 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 Nonresident bidders in the State of , our principal place of business, are F required to be percent lower than resident bidders by state law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. QB2. Th;eprincipal place of business of our company or our parent company or majority owne the State of Texas. B3-8 I� UNIT 3 Receipt is acknowledged of the following addenda: Addendum No. 1 Addendum No. 2 Addendum No. 3 Respectfully submitted, Cop- By BJ s� Got�0)?q� ?AC St 6 rte! _ � SEAL '• _' Title ' = 8 too 8 laid y o l.J'c S •r t rrA) TY 7 4 /! � Address (SEAL) If Bidder is Corporation Date: - END OF UNIT 3 PROPOSAL - PM r 41 B3-9 UNIT 5 UNIT 5 Attachment 1A Page I of 2 City of Fort Wort� 71 , OF ,j# Minority and Women Business En Wort,, MBE/WBE UTILOM01k filn10 45 luu #rar4fA-oA%4-r 14 70-pv ORMOE COMPANY NAME BID DATE A3 , 166, 195AI&195AII Part 4, Unit 5 PS46-070460410130 DR JECT NAME PROJECT NUMBER C%YS MIWBE PROJECT GOAL:20% M/WBE PERCENTAGE ACHIEVED: 20 k 0 rtm6ht i46�lvec- naging,.. epai Fi6i�i�c6�ieii ihl��Joimjlxftentirety.with,supporting documetitatiork,;ind 1, tfiw Ma" or-6ibif6re 4:00 p.m.`-04(5)Cibusiness days after bid opening,excluslvi 6ffisc Uopening. date b ngconsidered-non-responWV#,,tobid.'soecMcAtions. T i'Wi,dersign4^bidderj agrees,r 'r i, a formal agreement with the MBE and lor,-W BE fin isted n,this' ,qpsj�qnte ' 06 i, � s contract with the City of Fort'.Worthu-,.,.. hi int4ntiortat,a6d/or knowing misrepresentation of facts,Is grounds forc6psideration ofdisqu'arif icatioriaind iqlltresult' ' ln the bid befi*cbniidere-id no'n' -"'- N!, " cponslv6tospeci ations.-�- 14 Compaht Narnei,Coritact'Name Specify All Contracting4-,�,u-Dduai Amvunt drawAW-�juele No Scope of W.Q* -' rIx "C�1 W p i,*r4ve srsW 4 A,+pv Aq owr 72t /Af S Lie 4re jej ce- 7- CW IV cc-rl- lfl !mac Z Vp I AL et RoL 6- +L 4, Zf J f V 7F 'y ri •M/WBEsmu;t e(orated Inth;9 nine) ouc *marketplace or currently doing business hi' mirketpliceatthitkneofbl ii": pecify all re to be and/or items to'be' uppifed:,:�,,' s [eta tilting items be'"L required 2 AQomp ms to supplied is, ired in order to receive credit toward 4 lideft Means the level otsubcontraWng belq�i#*pis ,'rtqw* t 1161ilall i: ns tank t el 0 e coiltiict6.�r,t6;a,,,s,ubcooftctor. ointhe prim T p* supplier is const ere ti TI S FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev. 6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department Rev.6/2198 UNIT 5 Attachment 1A Page 2 of 2 City of Fort Worth ;;��zz Minority and Women Business EnterplRFITCI1s MBE/WBE UTILIZATJQP,EB 25 Aft 10 45 onlftany Name,Contact Hames `:; iCertifiedr£ Specify.Att Contractinc, Specifylt items to be r� Dolls i4moant ; tliess, and Telephone N °� Scope of Work(*} u Old xx �' ,.,:� « �" � T��i '� • .{� $:p Q fix• t a ,� v; � „. ,,BN n&'.��� �y � " +w 4m The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding 3gPjal work performed by all subcontractors, including MBE(s)and/or WBE(s)arrangements submitted with this bid fk bidder also agrees to allow an audit and/or examination of any books,records and files held by their company tha Nill substantiate the actual work performed by the MBE(s)and/or WBE(s)on this contract, by an authorized officer or )rrA)loyee of the City. Any intentional and/or misrepresentation of facts will be grounds for terminating the contrac )r lebarment from City work for a period of not less than three (3)years and for initiating action under Federal, State )r Local laws concerning false statements.Any failure to comply with this ordinance and creates a material breach of :o,ptract may result in a determination of an irresponsible offer and barred from participating in City work for a period )f ime not less than one (1)year. L MBEs and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD Authors Signature Printed Signature _,� �CLtS/DONT .�Rsa?�s 1 :le Contact Name and Title(if different) r3o SEJf ee�s, T. 917-s&C9-yea Iempany Name Telephone Number(s) g!7 Sbo-F/// Address BO , INC. Fax Number 8008 HWY. 80 W., SUITE 101 �, , _ FORT WORTH,Tx Za11f =�� 44W City/State/Zip Code Date f1,.3 FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID Rev. 6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department PROPOSAL TO: Mr. Bob Terrell City Manager Fort Worth, Texas Main 36S, 166, 195AI & 195AII Drainage Area Rehabilitation and Sanitary Sewer System Improvements (Group 3, Contract 5) Part 4 SEWER PROJ. NO. PS46-070460410130 UNIT 5 (D.O.E. No. 2485): L-3527, L-4067, L-4068, L-3534, L-3534"A", L-3531, L-5435 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 fully 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: UNIT 5 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 1. 281 L.F. * 6-inch Sanitary Sewer, All Depths; Per Linear Foot d -34,—*v 1tr� y Dollars 41 4b f Cents $ $ Of * Contractor must complete City Approved Product form on Page B5-7. B5-1 UNIT 5 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 2. 2,669 L.F. * 8-inch Sanitary Sewer, All Depths; Per Linear Foot 9� 7 l014&. N v Cents $ $ 3. 657 L.F.** Furnish & Install 8" 1.D. HK- Sewer Sewer Pipe to Replace Existing 6" Line Using a Pipe Enlargement System, (DA-2); Per Linear Foot 77l lot/a PAW 7—W Dollars o rt/P Cents $ $ 4. 50 L.F. Sag Adjustment for Pipe Enlargement Method, (DA-2); Per Linear Foot TZt01 Dollars a `= A140 Cents $ $ S 5. 574 L.F. 8-inch D.I. Pipe, C1.51, All Depths; / efo Per Linear Foot / S/0C �- '26" 9 M4Y Dollars o�' �J D Cents $ $ f 6. 20 L.F. Concrete Encasement for 8-inch Sanitary Sewer (D-77); Per Linear Foot ' %,0--'-V Dollars Al 9 Cents $ 7. 21 EA. Standard Sewer MH, 48" I.D., Per Figure M of the G.C.D. (D-52); Per Each j>wA41Z c4_Dollars D �% ? w Cents $� $ 3 1 * Contractor must complete City Approved Product form on Page B5-7. ** Contractor must complete Pipe Enlargement Method form on Page B5-7. BS-2 UNIT 5 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 8. 36 V.F. Extra Depth for 48" 1.D. Std. Manhole (D-52); Per Vertical Foot D.vt Ma j IJ't 4^ Dollars 00' / 04. N 60Cents $ �� ' $. 36 60 9. 2 EA. Standard Double Drop Sewer Manhole 48" I.D., Per Fig. 107 of the G.C.D. (D-52); Per Each 42 73(-d 01*,WJ Dollars a� AJ'o Cents 10. 8 V.F. Extra Depth for 48" I.D.Double Drop Manhole (D-52); Per Vertical Foot Ode -✓A/4 Rl D FrTY Dollars o` po ND Cents $ /V $ 2� 11. 23 EA. Watertight Manhole Insert (D-52); Per Each D a c Ho"Jd/Ll h Dollars �' a o Cents $ J D!� $ Z.3O!' �✓ 12. 23 EA. Concrete Manhole Collars Per Fig. 121 of the G.C.D. (D-52); Per Each PCX 17V 0 MkW 44 40 Akftollars w' Cents $ 2.5-4 $ � '�� e 13. 23 EA. Vacuum Test Manhole (D-63); Per Each AyW 0A4f'! Dollars No Cents $ $ 2'34 d 14. 7 V.F. Interior Manhole Coating, (DA-12); Per Vertical Foot e o BN0' 11,0✓44dO C/1,71 Dollars �s-Q —' NJ7 Cents $ �.SD $ - B5-3 UNIT 5 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 15. 14 EA. Remove Existing Sewer Manhole (D-55); Per Each %L�a Il��e/ld• l�-jpi-Y Dollars ` o� 3ce� �= A/» Cents $ Z7 $ .7 16. 2 EA. Abandon Existing Sewer Manhole In Place (D-55); Per Each y 7p0 14-4 f/16 d o r-iy Dollars D. u Cents $ O $ Sy 17. 459 L.F. 4-inch PVC Sewer Service Line (Public) (D-53); Per Linear Foot o &W #-div Dollars D AID Cents $ 18. 836 L.F. 4-inch D.I.P. Sewer Service Line (Public) (D-53); Per Linear F� D°' 'rig Ito 90 Dollars �= Ivo Cents $ $ 19. 60 EA. 4-inch PVC Sewer Service Taps (D-53); �. Per Each h/t wAA"392EF Dollars Al a Cents 20. 15 EA. Reinstatement of Service Connection Within the Limits of the Pipe Enlargement System (DA-2); Per Each fl�llL' �©ilyd Dollars No - Cents $ $ y��0 21. 4 EA. Sanitary Sewer Cleanout (D-53); Per Each d /�r�qx a ��% �I)ot s / '06, �= N� $ / ZS Cents B5-4 UNIT 5 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 22. 3,434 L.F. Trench Safety System for Sewer Trench Depth 5' and Greater (D-51); Per Linear Foot o f 3 Y ZC�v Dollars J� 7 O fig— Cents $ v $ 23. 3,962 L.F. Permanent Asphalt Pavement Repair Per Figure 4 (D-50); Per Linear Foot r R - Tl•) o Dollars e� Z/ °- AIR Cents $ �Z $ 17P y 24. 418 L.F. Concrete Curb and Gutter Replacement (DA-21); Per Linear Foot 'Tl.�l ry- St y Dollars °'— i✓D Cents $ $ O 25. 70 S.Y. Replace Concrete Driveway (D-44, DA-22); Per Square Yard evL •T ' I✓� Dollars SZ�'d W D Cents $ 7 $ 26. 2.0 TON Ductile Iron Fittings (D-80); Per Ton _�,�.aJlitla Ag& Dollars A/D Cents 27. 125 L.F. Hydromulch Seeding (D-73); Per Linear Foot b Ar Dollars O, 4✓10 Cents 28. 736 L.F. Grass Solid Sodding (D-73); Per Linear Foot tw tr Dollars i Cents $ 3 $ Z 2 Og B5-5 UNIT 5 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 29. 3,588 L.F. Pre-Construction TV Inspection of Sanitary Sewer Lines, All Sizes (D-62); Per Linear Foot O,✓9' Dollars ( 2� q � St X TY-o-i?J41- Cents $ $ 30. 5,352 L.F. Post-Construction TV Inspection of Sanitary Sewer Lines, All Sizes (D-65); Per Linear Foot d &Av�' Dollars �9'3 4y-jc'i✓e- Cents 31. 11 EA. Exploratory Excavation (D-Hole), (D-79); Per Each o TW a ✓,y id er - i`Y Dollars /✓'O Cents $ $ � 3Y , . TOTAL BID - UNIT 5 $ NOTE Forward Total to Bid Summary Sheet i B5-6 a UNIT 5 CITY APPROVED METHOD AND APPROVED PRODUCT FOR * AND ** * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD SPEC NO. SIZE E1-31 4" thru 30" E1-25 4" thru 15" N E1-27 4" thru 15" E1-28 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 fName of Subcontractor if Applicable McConnell Method 1f tAAj,•J Co.v.si'X✓G���� Name of Subcontractor if Applicable rExpanded System Name of Subcontractor if Applicable Note: Only tee service connections will be allowed. Failure to provide the information required above may result in rejection of bid as non-responsive. iL Only products or methods listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. B5-7 UNIT 5 Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this Contract. The attached bid security in the amount of_ 5 7o is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has 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 10 calendar days after issue of the work order, and to complete the contract within 120 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 Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. N principal place of business of our company or our parent company or majority owner is in the State of Texas. B5-8 UNIT 5 Receipt is acknowledged of the following addenda: Addendum No. 1 k& Addendum No. 2 Addendum No. 3 Respectfully submitted, By � � �• SERV ICES ��:ooRq�,•��n-` ��c��Air✓/ G F Title :SEAL: - 8 Dot 16ki Y Fd w x L Address (SEAL) If Bidder is Corporation Date: Z-17-0 0 - END OF UNIT 5 PROPOSAL - B5-9 i� "Ii S�JNEWARY UNIT 1 D.O.E. No. 1820 $ 47 1, 398 o6 ,�7 UNIT 2 D.O.E. No. 2482 $�, � UNIT 3 D.O.E. No. 2483 $ UNIT 4 D.O.E. No. 2484 $ UNIT 5 D.O.E. No. 2485 $ 1 f i r r tPART GENERAL CONDITIONS r r i 1 t c PART C - GENERAL CONDITIONS y 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 Cl-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) r 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) r 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 ) y 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 ) 0& C2-2. 6 Bid Security C2-2 (3 ) (1 ) C2-2. 7 Delivery of Proposal C2-2 (4 ) C2-2. 8 Withdrawing Proposals C2-2 (4 ) C2-2. 9 Telegraphic Modification of Proposals C2-2 (4 ) C2-2. 10 Public Opening of Proposal C2-2 ( 4 ) C2-2. 11 Irregular Proposals C2-2 (4 ) C2-2. 12 Disqualification of Bidders C2-2 (5) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3. 1 Consideration of Proposals C3-3 (1) C3-3 . 2 Minority Business Enterpise Women-Owned Business Enterprise _ compliance C3-3 (1) C3-3 . 3 Equal Employment Provisions C3-3 (1) C3-3. 4 Withdrawal of Proposals C3-3 (2) - C3-3. 5 Award of Contract C3-3 (2) C3-3. 6 Return of Proposal Securities C3-3 (2) C3-3. 7 Bonds C3-3 (2) C3-3. 8 Execution of Contract C3-3 (4 ) C3-3. 9 Failure to Execute Contract C3-3 (4 ) C3-3. 10 Beginning Work C3-3 (4 ) C3-3. 11 Insurance C3-3 (4 ) C3-3. 12 Contractor ' s Obligations C3-3 (7) C3-3. 13 Weekly Payroll C3-3 (7) C3-3. 14 Contractor 's Contract Administration C3-3 (7) C3-3. 15 Venue C3-3 (8) C4-4 SCOPE OF WORK C4-4. 1 Intent of Contract Documents C4-4 (1) C4-4. 2 Special Provisions C4-4 (1) C4-4. 3 Increased or Decreased Quantities C4-4 (1) C4-4. 4 Alteration of Contract Documents C4-4 (2) C4-4. 5 Extra Work C4-4 (2) C4-4. 6 Schedule of Operations C4-4 (3) C4-4. 7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4 ) C5-5 CONTROL OF WORK AND MATERIALS 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) 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) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1 ) C6-6. 2 Permits and Licenses C6-6 (1 ) C6-6. 3 Patented Devices , Materials and Processes C6-6 (1 ) C6-6.4 Sanitary Provisions C6-6 (2 ) C6-6. 5 Public Safety and Convenience C6-6 (2 ) C6-6. 6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6-6 (3 ) C6-6. 7 Railway Crossings C6-6 (4 ) C6-6. 8 Barricades, Warnings and Watchmen C6-6 (4 ) C6-6.9 Use of Explosives, Drop Weight, etc. C6-6 (5 ) C6-6.10 Work Within Easements C6-6 (6 ) C6-6.11 Independent Contractor C6-6 (8 ) C6-6.12 Contractor ' s Responsibility for Damage Claims C6-6 (8 ) C6-6.13 Contractor 's Claim for- Damages C6-6 (10 ) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10 ) C6-6.15 Temporary Sewer Drain Connections C6-6 (10 ) C6-6 .16 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 ) C6-6.18 Contractor 's Responsibility for Wcrk C6-6 (11) C6-6.19 No Waiver of Legal Rights C6-6 (12) C6-6 . 20 Personal Liability of Public Officials C6-6 (12) C6-6. 21 State Sales Tax C6-6 (12) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1 ) C7-7. 2 Assignment of Contract C7-7 (1) C7-7. 3 Prosecution of the Work C7-7 (1 ) C7-7. 4 Limitations of Operations C7-7 (2 ) C7-7.5 Character of Workman and Equipment C7-7 (2 ) C7-7. 6 Work Schedule C7-7 (3 ) C7-7.7 Time of Commencement and Completion C7-7 ( 4 ) C7-7. 8 Extension of time of Completion C7-7 (4 ) C7-7. 9 Delays C7-7 (4 ) C7-7. 10 Time of Completion C7-7 (5 ) C7-7.11 Suspension by Court Order C7-7 (6 ) C7-7.12 Temporary Suspension C7-7 (6 ) C7-7.13 Termination of Contract due to National Emergency C7-7 (7) C7-7.14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7) !- C7-7.15 Fulfillment of Contract C7-7 ( 9 ) C7-7.16 Termination for Convenience of the Onwer C7-7 (10 ) C7-7.17 Safety Methods and Practices C7-7 (13 ) - C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8 (1 ) C8-8 . 2 Unit Prices C8-8 (1 ) (3 ) 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 CS-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 ) (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 : MM 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 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) Ci-1 (1) CI-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 , _ 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 . 5 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 Cl-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 ) WL C1-1 . 10 CONTRACT: The Contract is the formal signed agreement be-ween the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. ti 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. C1-1 (3 ) C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1 . 18 DIRECTOR , CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant, or agents . C1-1 . 19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , or superintendents , acting within the scope of the particular duties entrusted to them. C1-1 . 20- CONTRACTOR : The person , persons , partnership , company, firm, association , or corporation , entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative . A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project. C1-1 . 21 SURETIES: The Corporate bodies which are bound by such bonds are required with and for the Contractor . The i 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 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 : j C1-1 (4) dR 1W Vp 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 £olloiwing 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 d 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 Cl-1 (5 ) 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 Cl-1 (5 ) t� C1 -1 . 27 CHANGE ORDER : A " Change Order " is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor. C1-1 . 28 PAVED STREETS AND ALLEYS : A paved street or alley shall be 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 ( 21 ) feet back of the curb lines or four ( 41 ) feet back of the average edge of pavement where no curb exists. C1-1. 32 GRAVEL STREET: A gravel street is any unpaved street to which has been a ded 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 prcoosal . 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. 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 nature and magnitude as that of the project for which bids are to be received , and such experience must have been on projects completed not more than five ( 5 ) years prior to the date on which are to be received . The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2 . 2 INTERPRETATION OF QUANTITIES : The quantities of work and materials to be furnished as may be listed in the proposal C2-2 (1) forms or other parts of the Contract Documents will be considered as 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 . 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 required 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 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 =.e 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 w 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 firm, association , or partnership , or by a person duly authorized . If a proposal is submitted by a company or corporation , the company or corporate name and 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 they show any alteration of words or figures , additions not called for , conditional or uncalled for alternate bids, incomplete bids, erasures , or irregularities of any kind, or contain unbalance value of any items . Proposal 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 Mat 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 ) " r i 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 9 contemplated. C . The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged 'in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e . The bidder having performed a prior contract- in an unsatisfactory manner. f . Lack of competency as revealed by the financial statement , experience record, equipment schedule, and such inquiries as the Owner may see fit to make. g . Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h . The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the - following: - F 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 ) pft 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 ) GG The Contractor shall post the required notice to that effect on the project site , and , at his request , will be provided assistance by the City of Fort Worth ' s Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3 . 4 WITHDRAWAL OF PROPOSALS : After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five ( 45 ) days after the date on which the proposals were opened. C3-3 . 5 AWARD OF CONTRACT: The Owner reserves the right to withholdfinal action on the proposals for a reasonable time , not to exceed forty-five ( 45 ) days after the date of opening proposals , and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if an award is made, will be to the lcwest and best responsible bidder. , The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3 . 6 RETURN OF PROPOSAL SECURITIES : As soon as proposed price totals have been determined for comparison of bids , the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment , would not be considered for the award . All other proposal securities, usually those of the three lowest bidders , will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3 .7 BONDS : With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND : A good and sufficient performance bond IT an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor , or improper execution of the work or the use of inferior materials . This performance C3-3 (2) bond shall guarantee the payment for all labor , materials , equipment, supplies , and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND : A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt , full and faithful performance of the general guaranty which is set forth in paragraph C8-8. 10. C. PAYMENT BOND : A good and sufficient payment bond, in an amount not less than ° 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160 , Revised Civil Statutes of Texas , 1925 , as amended by House Bill 344 Acts 56th Legislature, Regular Session , 1959 , effective April 27 , 1959 , and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications . Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner . All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth , Texas , and which is acceptable to the owner . In order to be acceptable, the name of the surety shall be included on the current U . S . Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a C3-3 (3 ) new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3 . 8 EXECUTION OF CONTRACT: Within ten (10 ) days after the Owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. No contract shall be binding upon the owner until it has been attested by the City Secretary , approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3 -3 . 9 FAILURE TO EXECUTE CONTRACT : The failure of the - Awardee to execute the required bond or bonds or to sign the required contract within ten ( 10 ) days a-'ter the contract is awarded shall be considered by the Owner as an abandonment of his proposal , and the Owner may annul the Award. By reason of i the uncertainty of the market prices of material and labor , and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by reason of said awardee ' s failure to execute said bonds and contract within ten ( 10 ) days , the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3 . 10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner . Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order" , it is agreed that the Surety Company will , within ten ( 10 ) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3 . 11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents , and such insurance has been approved by the Owner . The prime Contractor shall be responsible for delivering to the Owner the sub-contractors ' C3-3 (4 ) -