HomeMy WebLinkAboutContract 27050 w
CITY SECRETARYV/
-� D.O.E. FILE ggpp cc
CONTRACAPFff fft"' S AND CONTRACT DOCUMENTS
FOR CITY SECRETARY
CONSTRUCTIONS COPY CONTRACT NO.
CLIENT DFPARTIvE CAPITAL IMPROVEMENTS PROJECTS
Foard Street, Hardeman Street, Howard Street West,
Knox Street West, and Nolan Street
Unit 1: Water & Sanitary Sewer Replacement
Unit I1: Paving Reconstruction
IN THE
CITY OF FORT WORTH, TEXAS
WATER PROJECT NO. PW 53-060530175460
SEWER PROJECT NO. PS 58-070580174600
TPW PROJECT NO.: C-115-020115040551
D.O.E. NO's:
2205— Foard Street
2208— Hardeman Street—West
2207 — Hardeman Street— East
2203— Howard Street—West
2202— Knox Street West
2210—Nolan Street
Dale A. Fisseler, P.E. A. Douglas Rademaker, P.E. Hugo Malanga, P.E.
Director Director Director
Water Department Department of Engineering T/PW Department
PREPARED BY
aw.rwoe»seaNw
DUNAWAY ASSOCIATES, INC. JAMES E. DEOTTEeN.
MMINwwwrwewreeNNelN
ENGINEERS a PLANNERS*SURVEYORS 66J0 e••( s
1501 Merrimac Circle,Suite 100 ® r01
Phone 817 3 5 Fort Worth,
2Texas
1 Fax 817..335.7437 �®aj".1a40.
Apr'1, 2001 30 A p v, 0 l
CAI No. 9809000
EOFFICIA
I�'"�l.
City of Fort Worth, Texas
"nuor And council communication
DATE REFERENCE NUMBERLOG NAME PAGE
8/14/01 **C-18712 30PAVE 1 of 2
SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO MCCLENDON
CONSTRUCTION COMPANY, INC. FOR PAVEMENT RECONSTRUCTION AND
WATER AND SANITARY SEWER REPLACEMENTS ON HOWARD STREET (TALLMAN
TO WICHITA), KNOX DRIVE (WICHITA TO ERATH), FOARD STREET (MARTIN TO
HARDEMAN), HARDEMAN STREET (FOARD TO WICHITA), HARDEMAN STREET
FOARD TO ERATH , AND NOLAN STREET AUGHN TO MARTIN
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the City Manager to transfer $356,694.00 from the Water and Sewer Operating Fund to
the Sewer Capital Project Fund; and
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Sewer Capital Project Fund in the amount of$356,694.00 from available funds; and
3. Authorize the City Manager to execute a contract with McClendon Construction Company, Inc. in
the amount of $3,177,149.16 for pavement reconstruction and water and sanitary sewer
replacements on Howard Street (Tallman to Wichita), Knox Drive (Wichita to Erath), Foard Street
(Martin to Hardeman), Hardeman Street (Foard to Wichita), Hardeman Street (Foard to Erath), and
Nolan Street (Vaughn to Martin).
DISCUSSION:
The 1998 Capital Improvement Program included funds for pavement reconstruction and water and
sanitary sewer replacements on Howard Street (Tallman to Wichita), Knox Drive (Wichita to Erath),
Foard Street (Martin to Hardeman), Hardeman Street (Foard to Wichita), Hardeman Street (Foard to
Erath), and Nolan Street (Vaughn to Martin).
The proposed improvements included the construction of standard concrete pavement, driveway
approaches, sidewalk and storm drain improvements, and water and sanitary sewer improvements.
Bids were received on two alternates: Alternate "A" is 6-inch concrete pavement over 6-inch lime
stabilized subgrade. Alternate "Bn is 5-inch HMAC (hot mix asphalt concrete) over 6-inch subgrade with
lime stabilization.
After review of all the bid proposals, staff recommends Alternate "A" (concrete) for construction since
the additional cost to construct the street in concrete will likely result in less long term maintenance
costs over the street's useful life. On June 14, 2001, the following bids were received:
ALTERNATE "A" ALTERNATE "B"
BIDDER CONCRETE PAVEMENT ASPHALT PAVEMENT
McClendon Construction Company, Inc. $3,177,149.16 $2,947,339.56
J. L. Bertram Construction Company $3,531,951.19 $3,116,714.23
Jackson Construction, Inc. $3,332,968.50 $3,126,828.90
Texas Sterling Construction, Inc. $4,165,111.80 $3,782,475.10
City of Fort Worth, Texas
41jelyor And Council Communication
DATE REFERENCE NUMBER LOG NAME PAGE
8/14/01 **C-18712 30PAVE 2 of 2
SUBJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TO MCCLENDON
CONSTRUCTION COMPANY, INC. FOR PAVEMENT RECONSTRUCTION AND
WATER AND SANITARY SEWER REPLACEMENTS ON HOWARD STREET (TALLMAN
TO WICHITA), KNOX DRIVE (WICHITA TO ERATH), FOARD STREET (MARTIN TO
HARDEMAN), HARDEMAN STREET (FOARD TO WICHITA), HARDEMAN STREET
(FOARD TO ERATH), AND NOLAN STREET VAUGHN TO MARTIN
Time of completion is 280 working days.
This project is located in COUNCIL DISTRICT 8, Mapsco 78X and Y, and 9713, C, F and G.
McClendon Construction Company, Inc. is in compliance with the City's M/WBE Ordinance by
committing to 7% M/WBE participation and documenting good faith effort. McClendon Construction
Company, Inc. identified several subcontracting and supplier opportunities. However, the M/WBEs
contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 42%.
Funding in the amount of $124,587.00 (Water: $93,570.00, Sewer: $31,017.00) is included for
associated water and sanitary sewer construction inspections and survey.
Contingency funds to cover change orders for water and sanitary sewer replacements total $62,294.00
(Water: $46,785.00, Sewer: $15,509.00). The contingency for possible change orders for pavement
construction is $57,939.00.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that upon completion of recommendation No. 1, and adoption of the
attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated,
of the Water and Sewer Capital Project Funds and the Street Improvements Funds.
MG:k
Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY
Office by: (to)
1&2)PS58 472045 070580174600 $ 356,694.00
Mike Groomer 6140 2)PS58 541200 070580174600 $ 325,677.00
Originating Department Head: 2)PS58 531350 030580174600 $ 31,017.00
Douglas Rademaker 6157 (from) APPROVED 8/14/01
ORDINANCE NO. 14750
1)PE45 538070 0709020 $ 356,694.00
Additional Information Contact: 3) PW53 541200 060530175460 $ 935,694.16
3)PS58 531350 070580174600 $ 310,168.00
DouglasRademaker 6157 3)C115 541200 020115040551 $1,931,287.00
1
CITY OF FORT WORTH, TEXAS
DEPARTMENT OF ENGINEERING
i
ADDENDUM NO.-I
TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
1998 CAPITAL IMPROVEMENTS PROJECTS
FOARD STREET, HARDEMAN STREET, HOWARD STREET WEST, KNOX STREET WEST,AND
NOLAN STREET
UNIT 1: WATER &SANITARY SEWER REPLACEMENT
UNIT Il: PAVING RECONSTRUCTION i
i
I
D.O.E. NO's:
2205—Foard Street
2208—Hardeman Street—West j
2207—Hardeman Street—East
2203—Howard Street—West
2202—Knox Street West
2210—Nolan Street
Water Project No. PW 53-060530175460
Sewer Project No. PS 58-070580174460
T/PW Project No. C115-020115040551
Addendum Issued: May 2,2001
Bids Received Until: May 24,2001, 1:30 p.m.
The Contract Documents for the subject project are hereby revised or amended as follows:
I. The Pre-Bid Conference is delayed 2 weeks from May 2 to May 16, 2001.
II. The Bid Opening date is delayed 3 weeks from May 10 to Max 31. 2001. i.
This Addendum forms a part of the Contract Documents referenced above and modifies the original
Contract Documents and plans. Acknowledge receipt of this Addendum on the space provided below
and your Bid Proposal and note on the outer envelope of your bid. Failure to acknowledge receipt of this
Addendum could subject bidder to disqualification.
RECEIPT KNOWLEDGED:
I
By: 1A By: 0 ItA
-ilick Trice, P.E. and Manager
Title: lta��! Cit, Consultant Services (DOE)
Address: MCCLENDON CONST. CO., INS,
Telephone:
BURLESON, TEXAS 76097
88000 Part1 Addandumt 050101 BSO.doc -1 -
.2 01 14: 13 8173357437 DUNAWAY ASSOC. PAGE 03/03
Y-3011 WED 1041 AM F, W. DUT, ENGINEERING FAX N0, 817 871 7854 ?,
CITY OF FORT WORTH, TEXAS
DEPARTMENT OF ENGINEERING
ADDENDUM NO. 2
TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
1998 CAPITAL_IMPROVEMENTS PROJECTS
FOARD STREET, HARDEMAN STREET,HOWARD STREET WEST, KNOX STREET WEST,AND
NOLAN STREET
UNIT 1: WATER & SANITARY SEWER REPLACEMENT
UNIT II: PAVING RECONSTRUCTION
D.O.E. NO's;
2205 Foerd Street
2208-Hardernan Street West
2207-Hardernan Street-East
2203-Howard Street--West
2202-Knox Street West
2210-Nolen Street
Waiter Project No.PW 53-060530175460
Sewer Project No. P&5&070580174460
TIPW Project No.C115-020115040551
Addendum Issued: May 29,2001
Bids Received Until: June 14,2001, 1:30 p,m,
The Contract Documents for the subject project are hereby revised or amended as follows:
The aid Opening date is delayed 2 weeks from May 31 to June 14, 200 ,.
This Addendum forms a part of the Contract Documents referenced above and modifies the original
Contract Documents and plans. Acknowledge receipt of this Addendum on the space provided below
and your Bid Proposal and note on the outer envelope of your bid. Failure to acknowledge receipt of this
Addendum could subject bidder to disqualification.
RCC17 _ ACKNOWLi DGi=D:
Ry: BY' -
Rici4 s , and Manager
4 Titley4� _ Consultant Services (DOE)
MCCLENDON CONST. CO., INC.
Address,
Telephone: BURLESON, Tl- ^'6087
,
9C:f0_Pt,f �JionJ+u+3 t}4 tY0 _Onq OoG
CITY OF FORT WORTH, TEXAS
DEPARTMENT OF ENGINEERING
ADDENDUM NO. 3
TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
1998 CAPITAL IMPROVEMENTS PROJECTS
FOARD STREET, HARDEMAN STREET, HOWARD STREET WEST, KNOX STREET WEST,AND
NOLAN STREET
UNIT 1: WATER &SANITARY SEWER REPLACEMENT
UNIT II: PAVING RECONSTRUCTION
D.O.E.NO's:
2205—Foard Street
r 2208—Hardeman Street—West
2207—Hardeman Street—East
2203—Howard Street—West
2202—Knox Street West
`- 2210—Nolan Street
Water Project No. PW 53-060530175460
_= Sewer Project No. PS 58-070580174460
T/PW Project No.C115-020115040551
Addendum Issued: June 7,2001
Bids Received Until: June 14,2001, 1:30 p.m.
The Contract Documents and Construction Plans for the subject project are hereby revised or amended
as follows:
I. SPECIFICATIONS
a. The Minority and Women Business Enterprises Specifications for the Concrete Alternate
were inadvertently left out of the contract documents. Enclosed are the Concrete Alternate
M/WBE specifications.
b. Bid Items were revised. Enclosed is the replacement Proposal section.
c. Disregard and remove Section 25 from the bid documents.
Bidders shall complete enclosed reo/acement pages and Include with the Contract Documents,
it. CONSTRUCTION PLANS
a. Profiles for the streets were modified. Enclosed are replacement sheets for Sheet 32 through
Sheet 62.
b. Two Way Service Cleanout: All sewer services to have two way service cleanouts installed
at the property line per enclosed detail.
Bidders shall use encased revised replacement sheets to base bid Item amounts.
88090_Pani Addendum3 080701 BSD.dm -1 -
CITY OF FORT WORTH, TEXAS
DEPARTMENT OF ENGINEERING
ADDENDUM NO. 3
This Addendum forms a part of the Contract Documents referenced above and modifies the original
Contract Documents and plans. Acknowledge receipt of this Addendum on the space provided below
and your Bid Proposal and note on the outer envelope of your bid. Failure to acknowledge receipt of this
Addendum could subject bidder to disqualification.
RECEIPT KNOWLEDGED:
By: By: Jdw4
is rice, P.E. and Manager
Title: ` � S t Consultant Services (DOE)
Address: PC> �l /l0 ph 7Co6 'F-7
c
Telephone: 2�1S���40
99080 Putt AddandUM3_06070t BSD.doe -2-
ke:Lvad: 6/12/01 9:02AM; 017 a71 7a54 -? OunawaY Associates, Inc. ; Faye 2
JUN-12-0! TUB 1007 Aril F, 1U. DEPT, ENGINEERING PAX NO. 817 871 7854 P,
06/12/2091 09:24 8174293959 DUN"Y ASSOCIATES PAGE 82
Oft
CITY OF FORT WORTH,TLXAs
OSPARTMENT OF EMOINEERING
1
TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS
MR
1100 CAPITAL IMPAOVEMENTS PROJECTS
FOARD 9TAE9T,HAADRMAN STRELIT,HOWARD MUM WEST,KNOX STREET WEST,AND
NOI.AN SIAM
UNIT 1: WATER S"NItARY SEWER REPLACEMENT
UNIT Il: PAVINQ FIIECON37RUCTION
P.O.E.NO'S
2205—FOW StW
2200 HWdemon$*1W—West
9207—Herdernul"Get—Rest
2203—Howerd ft*"—Weal
2202—Knox 5tr6et Weft
2210-Ndan Et Vat
Water PMJW No.PW 53.00MOI IM60
- Sewor"sot Na.PS Saoros 6174aa0
T/PW project No.C11s-=I15040881
Addetwum Mewed: June 11',2001
tilde Recetyed Urd; June 14,2001,1:30 p,m.
The Contract Documents for fhs fiUbject project are hereby revised or amended as follawa:
8PECiFICATIONS—PropovEii—Unit t,SeC1160 8-aid iters#20(Issued w/Addendum#3 dated 617/1):
The bid item shall recd" "in lieu of 100 EA Two-way Service 0181nout".
ThIS Addendum forms a pW1 0 the Contract Memento referenced above and modtfles the orlginal
Oorritect Ooouments and plans. Acknowledge receipt of this.Addendum on the space provided below
end your Bid Propotlel and note on the outer envelope of your,bid. Fnllure to acknowledge receipt of this
Addendum Couid subject blddor to disqualificagon.
RECEIP KNOWLE013Y!D:
By: -- ------ -- 6Y Rick UW,PA.,and Manager
Tile: Consunant SerAm(DOE)
MCCLEND
Address: D_o—BOXM.._._----,
Telephone;
BURLESON,TEXAS 76097
06010fNf1fd�nt+mt oel9et A6o.doa 1 ,
CO 39Vd 'JUSS17 AVMVNAG LCbLSCCLL8 Cb :qT
FINAL BID SUMMARY
Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract
and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents,
for the faithful performance of the Contract.
The undersigned bidder certified that he has been furnished at least one set of the General Contract
Documents and General Specifications for Water Department Project 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 terms of City Ordinance No. 7278 as
amended by City Ordinance No. 7400.
The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to
complete the contract within 280 working days after beginning construction as set forth in the written work
order to be furnished by the Owner.
Receipt is acknowledged of the following addenda:
\I
Addendum No. 1 n Respectfully submitted,
Addendum No. 2
0
Addendum No. 3 44 k 6- G� _T' C� c
(SEAL) If bidder is Corporation By:
din c c(e 6JC4 W /Vo � Name: 4
Title: .1Q IVE
d
Oki
�. lc
o
e g
42
(Address &Telephone Number)
_ y
ts
w
•,r
9809000 Specs 01-0430_PadB_Addendum3_01-0607 BSD.doc B-18 Addendum 3-June 7,2001
TABLE OF CONTENTS
1 NOTICE TO BIDDERS
2 COMPREHENSIVE NOTICE TO BIDDERS
3 PREVAILING WAGE RATES
4 SPECIAL INSTRUCTIONS TO BIDDERS (Water Department)
5 SPECIAL INSTRUCTIONS TO BIDDERS MPW Department)
6 MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS
7 PROPOSAL
8 GENERAL CONDITIONS (Water Department)
9 SPECIAL CONDITIONS (Water Department)
10 ADDITIONAL SPECIAL CONDITIONS (Water Department)
11 SPECIFICATIONS (Water Department)
12 DETAILS (Water Department)
12A PROJECT DESIGNATION SIGN (Water Department)
13 SPECIAL CONDITIONS MPW Department)
14 SILICONE JOINT SEALING SPECIFICATIONS
15 DETAILS MPW Department)
16 PROJECT DESIGNATION SIGN MPW Department)
17 VENDOR COMPLIANCE TO STATE LAW
18 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW
�. 19 CERTIFICATE OF INSURANCE
20 PERFORMANCE BOND
21 PAYMENT BOND
22 MAINTENANCE BOND
23 CITY CONTRACT
24 SOIL TEST
25 DRIVEWAY CONSTRUCTION COORDINATION
9809000_Specs 01.0430.doc
NOTICE TO BIDDERS
9B09000_Specs_01-0430.doc
NOTICE TO BIDDERS
Sealed Proposals for the following:
FOR: 1998 CAPITAL IMPROVEMENT PROJECTS
Foard Street, Hardeman Street, Howard Street West,
Knox Street West, and Nolan Street
D.O.E. No.: 2205— Foard Street
2208— Hardeman Street—West
2207— Hardeman Street— East
2203 — Howard Street—West
2202— Knox Street West
2210— Nolan Street
UNIT I: WATER & SANITARY SEWER REPLACEMENT
Water Project No.: PW 53-060530175460
-- Sewer Project No.: PS 58-070580174600
UNIT II: PAVING RECONSTRUCTION
TPW PROJECT NO.: C-115-020115040551
Addressed to Mr. Gary Jackson, City Manager of the City of Fort Worth, Texas, will be received at the
Purchasing Office until 1:30 p.m., May 31, 2001, and then publicly opened and read aloud at 2:00 p.m., in
the Council Chambers.
Plans, Specifications and Contract Documents for this project may be obtained at the office of the
Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One
set of plans and documents will be provided for a deposit of fifty dollars ($50.00).
= A Pre-Bid Conference will be held on May 16, 2001 at 9:00 a.m. in Room 255A of the Department of
Engineering conference room. All bidders are encouraged to attend.
The major work on the above-referenced project shall consist of the following:
Unit I: Water&Sanitary Sewer Replacement
= 206 LF 4-inch water line
180 LF 6-inch waterline
12,425 LF 8-inch water line
75 LF 16-inch water line
= 2,190 LF 24-inch water line
4,402 LF 8-inch sanitary sewer
46 LF 8-inch DIP sanitary sewer
360 LF 8-inch SDR 26 sanitary sewer
seoe000 specs_oi-oaao.aoc 1 (1)
NOTICE TO BIDDERS
Unit II: Paving Reconstruction
Asphalt Alternate:
43,538 SY 5-inch HMAC pavement
4 EA 10-foot curb inlet
1 EA 20-foot curb inlet
176 LF 24-inch RCP
Concrete Alternate:
42,654 SY 6-inch reinforced concrete pavement
884 SY 5-inch HMAC pavement for parking
4 EA 10-foot curb inlet
1 EA 20-foot curb inlet
176 LF 24-inch RCP
This project is a combined contract as defined in the Ordinance No. 13781. The offeror shall list all first
4 and second tier subcontracting and/or supplier opportunities. All other provisions of Attachment 1 of
Ordinance 13471 as amended by Ordinance 13781 apply to this contract.
For additional information, please contact Mr. James DeOtte, P.E. at (817) 335-1121, or Ms. Dena
Johnson, P.E. at (817) 871-7866.
Advertising Dates:
April 12, 2001
April 19, 2001
9809000 Specs_01-0430.doc 1 (2)
- 2 -
COMPREHENSIVE NOTICE TO BIDDERS
9809000_Specs_01-0430.doc
COMPREHENSIVE NOTICE TO BIDDERS
Sealed Proposals for the following:
FOR: 1998 CAPITAL IMPROVEMENT PROJECTS
Foard Street, Hardeman Street, Howard Street West,
Knox Street West, and Nolan Street
D.O.E. No.: 2205— Foard Street
2208 — Hardeman Street—West
2207— Hardeman Street— East
2203 — Howard Street—West
2202— Knox Street West
2210— Nolan Street
UNIT I: WATER &SANITARY SEWER REPLACEMENT
Water Project No.: PW 53-060530175460
-� Sewer Project No.: PS 58-070580174600
UNIT II: PAVING RECONSTRUCTION
TPW PROJECT NO.: C-1 15-020115040551
Addressed to Mr. Gary Jackson, City Manager of the City of Fort Worth, Texas, will be received at the
Purchasing Office until 1:30 p.m., Thursday, May 31, 2001, and then publicly opened and read aloud at
2:00 p.m. in the Council Chambers. Plans, Specifications and Contract Documents for this project may
be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton
Street, Fort Worth, Texas. A 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 dollars ($50.00) per set. These
documents contain additional information for prospective bidders.
A Pre-Bid Conference will be held on May 16, 2001 at 9:00 a.m. in Room 255A of the Department of
Engineering conference room. All bidders are encouraged to attend.
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. ,
Bid security is required in accordance with Paragraph 1 of the Special Instructions to Bidders.
The major work on the above-referenced project shall consist of the following:
Unit I: Water& Sanitary Sewer Replacement
206 LF 4-inch water line
180 LF 6-inch waterline
12,425 LF 8-inch water line
75 LF 16-inch water line
2,190 LF 24-inch water line
4,402 LF 8-inch sanitary sewer
46 LF 8-inch DIP sanitary sewer
360 LF 8-inch SDR 26 sanitary sewer
9809000_Specs_0I-0430.doc 2 (1)
COMPREHENSIVE NOTICE TO BIDDERS
Unit If: Paving Reconstruction
Asphalt Alternate::
43,538 SY 5-inch HMAC pavement
4 EA 10-foot curb inlet
1 EA 20-foot curb inlet
176 LF 24-inch RCP
Concrete Alternate:
42,654 SY 6-inch reinforced concrete pavement
884 SY 5-inch HMAC pavement for parking
4 EA 10-foot curb inlet
1 EA 20-foot curb inlet
176 LF 24-inch RCP
This project is a combined contract as defined in the Ordinance No. 13781. The offeror shall list all first
and second tier subcontracting and/or supplier opportunities. All other portions of Attachment 1 of
Ordinance 13471 as amended by Ordinance 13781 apply to this contract.
s Included in the above will be all other items of construction as outlined in the Plans and Specifications.
The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may
r be withdrawn until the expiration of forty-nine (49) days from the date the M/WBE UTILIZATION FORM,
PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as
appropriate is received by the City. The award of contract, if made, will be within forty-nine (49) days after
this documentation is received, but in no case will the award be made until all the responsibility of the
•t bidder to whom it is proposed to award the contract has been verified.
SUBMISSION OF BIDS: The proposal consists of Unit I (water and sewer) and Unit 11 (paving and storm
drain). The City reserves the right to award the contract to the responsive low bidder.
Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time
and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be
obtained by contacting the Department of Engineering at (817) 871-7910. Bids that do not acknowledge
all applicable addenda may be rejected as non-responsive.
In accord with the City of Fort Worth Ordinance No. 13471, as amended by Ordinance No. 13781, the
City of Fort Worth has goals for the participation of minority business enterprises and women business
enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City
Secretary. In addition, 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., within five (5) City business days after 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.
The Managing Department for this project is the Department of Engineering.
9809000 Specs_01-0430.doc 2 (2)
COMPREHENSIVE NOTICE TO BIDDERS
For additional information, please contact Mr. James DeOtte, P.E. at (817) 335-1121, or Ms. Dena
Johnson, P.E. at (817) 871-7866.
BOB TERRELL
CITY MANAGER
ALICE CHURCH
CITY SECRETARY
ADVERTISING DATES DEPARTMENT OF ENGINEERING
A. DOUGLAS RADEMAKER, P.E., DIRECTOR
April 12,2001
�. April 19, 2001 By:
Rick Trice, P.E.
Manager, Consulting Services
9809000_Spew_03-01.doc 2 (3)
- 3 -
PREVAILING WAGE RATES
!' 9809000_Specs_01-0430.doc
PREVAILING WAGE RATES
CITY OF FORT WORTH
PREVAILING WAGE RATES FOR 2000
Building&Construction Trade Classifications Hourly Rates Highway(Heavy)Construction Classifications Hourly Rates
Air Conditioning Mechanic $15.98 Asphalt Raker $10.32
Air Conditioning Mechanic Helper $10.75 Asphalt Shoveler $9.75
Acoustic Ceiling Installer $14.02 Batching Plant Weigher $9.65
Acoustic Ceiling Installer Helper $10.88 Carpenter(Rough) $13.64
Asbestos Worker $10.50 Concrete Finisher-Paving $10.16
Bricklayer/Stone Mason $17.21 Concrete Finisher Helper(Paving) $9.70
Bricklayer/Stone Mason Helper $10.16 Concrete Finisher-Structures $13.44
Carpenter $13.92 Flagger $7.00
Carpenter Helper $10.38 Form Builder-Structures $13.44
Concrete Finisher $12.68 Form Setter-Paving&Curbs $10.25
Concrete Finisher Helper $9.73 Form Setter-Structures $9.75
Concrete Form Builder $11.97 Laborer-Common $7.64
Concrete Form Builder Helper $9.42 Laborer-Utility $8.64
= Drywall Taper $11.33 Mechanic $13.25
Drywall Taper Helper $8.00 Servicer $10.13
Electrician Journeyman $17.46 Pipe Layer $7.35
Electrician Helper $11.30 Pipe Layer Helper $6.75
Electronic Technician $12.50 Asphalt Distributor Operator $11.45
Electronic Technician Helper $8.50 Asphalt Paving Machine Operator $11.09
Floor Layer(Carpet) $17.00 Concrete Paving Saw $10.53
Crane,Clamshell,Backhoe,Derrick,Dragline,Shovel $10.00
Floor Layer(Resilient) $16.00 (<1!12 CY)
Crane,Clamshell,Backhoe,Derrick,Dragline,Shovel $11.52
Floor Layer Helper $13.50 (>1%CY)
Glazier $15.02 Front End Loader(2%CY&less) $9.94
Glazier Helper $10.90 Front End Loader(over 2%CV? $9.32
Insulator $12.04 Milling Machine Operator $8.00
Insulator Helper $9.40 Mixer $11.00
Laborer Common $7.85 Motor Grader Operator(Fine Grade) $12.31
Laborer Skilled $10.35 Motor Grader Operator $13.75
Lather $14.00 Pavement Marking Machine $11.00
= Lather Helper $11.00 Roller,Steel Wheel Plant-Mix Pavements $9.88
Metal Building Assembler $10.00 Roller,Steel Wheel Other Flatwhee/or Tamping $12.12
Metal Building Assembler Helper $8.70 Roller,Pneumatic,Self-Propelled Scraper $8.02
Painter $12.83 Traveling Mixer $10.00
Painter Helper $8.35 Reinforcing Steel Setter(Paving) $9.75
Pipefitter $17.60 Truck Driver-Single Axle(Light) $8.00
Pipefitter Helper $10.18 Truck Driver-Tandem Axle Semi-Trailer $10.22
Plasterer $16.00 Truck Driver-Lowboy/Float $10.54
Plasterer helper $11.00 Truck Driver-Transit Mix $10.63
= Plumber $16.91 Truck Driver-Winch $9.80
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 $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
9809000 Spe(;4_01-0430.da 3 0)
- 4 -
SPECIAL INSTRUCTIONS TO BIDDERS
(WATER DEPARTMENT)
9809000 Specs_01-0430.doc
—
SPECIAL INSTRUCTIONS TO BIDDERS
(Water Department)
1. PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to
.. be pre-qualified by the Forth Worth Water Department prior to submitting bids. This pre-
qualification process will establish a bid limit based on a technical evaluation and
financial analysis of the contractor. It is the bidder's responsibility to submit the following
documentation: a current financial statement, an acceptable experience record, an
acceptable equipment schedule and any other documents the Department may deem
necessary, to the Director of the Water Department at least seven (7) calendar days
prior to the date of the opening of bids.
a. The financial statement required shall have been prepared by an independent
certified public accountant or an independent public accountant holding a valid
permit issued by an appropriate State licensing agency and shall have been so
prepared as to reflect the financial status of the submitting company. This
statement must be current and not more that one (1) year old. In the case that a
bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated by proper verification.
b. For an experience record to be considered to be acceptable for a given project, it
must reflect the experience of the firm seeking qualification in work of both the
same nature and technical level as that of the project for which bids are to be
received.
C. The Director of the Water Department shall be the sole judge as to the
acceptability for financial qualification to bid on any Fort Worth Water Department
project.
d. Bids received in excess of the bid limit shall be considered non-responsive and
will be rejected as such.
e. The City, in its sole discretion, may reject any bid for failure to demonstrate
experience and/or expertise.
f. Any proposals submitted by a non-pre-qualified bidder shall be returned
unopened, and if inadvertently opened, shall not be considered.
g. The City will attempt to notify prospective bidders whose qualifications (financial
or experience) are not deemed to be appropriate to the nature and/or magnitude
of the project on which bids are to be received. Failure to notify shall not be a
waiver of any necessary pre-qualification.
2. BID SECURITY: A cashier's check or acceptable bidder's bond payable to the City of
Fort Worth in an amount of not less than five percent (5%) of the largest possible total of
the bid submitted must accompany the bid, and is subject to forfeiture in the event the
successful bidder fails to execute the Contract Documents within (10) days after the
contract has been awarded. To be an acceptable surety o 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.
seos000_s
pea_01-01_DO_Speclnst(WD).doc 4 (l)
SPECIAL INSTRUCTIONS TO BIDDERS
•. (Water Department)
4. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort
Worth, Texas, and 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.
IBM
7. NONRESIDENT BIDDERS: Pursuant to Article 6018, 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 in not in the
State of Texas, but excludes a contractor whose ultimate parent company or majority
owner has its principal place of business in the State of Texas.
This provision does not apply if this contract involves Federal funds.
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in
order for the bid to meet specifications. The failure of a nonresident contractor to do so
_ will automatically disqualify that bidder.
8. PAYMENT: If the contract amount is $25,000 or less, the contract amount shall be paid
within forty-five (45) calendar days after completion and acceptance by the City.
9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal
Government, Contractor covenants that neither it, nor any of its officers, members,
agents, employees, program participants or subcontractors while engaged in performing
this contract, shall, in connection with the employment, advancement or discharge of
employees 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 requirements.
Contractor warrants it will fully comply with the policy and will defend, indemnify and hold
City harmless against any claims or allegations asserted by third parties or
subcontractors and/or its subcontractors' alleged failure to comply with the above
referenced policy concerning age discrimination in the performance of this agreement.
10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of
1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not
unlawfully discriminate on; the basis of disability in the provision of services to the
general public, nor in the availability, terms and/or conditions of employment for
saoa000 s of-0� Dos (W 4 (2)
_ pees_ _ pEefnst D.doe
SPECIAL INSTRUCTIONS TO BIDDERS
•• (Water Department)
applicants for employment with or employees of Contractor or any of its subcontractors.
.. Contractor warrants it will fully comply with the ADFA's provisions and any other
applicable Federal, State and local laws concerning disability and will defend, indemnify
and hold City harmless against any claims or allegations asserted by third parties or
subcontractors against City arising out of contractor's and/or its subcontractors; alleged
failure to comply with the above referenced Policy concerning age discrimination in the
performance of this agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accordance with the City of
Fort Worth Ordinance No. 13471, as amended by Ordinance No. 13781, the City of Fort
Worth has goals for the participation of minority business enterprises and women
-� business enterprises in City contracts. A copy of the Ordinance can be obtained from the
Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM,
PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM
-• ("Documentation") as appropriate. The documentation must be received no later that
5:00 PM, five (5) City business days after the bid opening date. The bidder shall obtain a
receipt from the appropriate employee of the managing department to whom delivery
was made. Such receipt shall be evidence that the documentation was received by the
City. Failure to comply shall render the bid non-responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate
information regarding actual work performed by a Minority Business Enterprise (MBE)
and/or a Women Business Enterprise (WBE) on the contract and payment 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.
Revised 9/24/97
9609000_Specs_01-01_DO_Speclnst(WD).doc 4 (3)
- 5 -
SPECIAL INSTRUCTIONS TO BIDDERS
(T/PW DEPARTMENT)
9809000_Specs_01-0430.doc
SPECIAL INSTRUCTIONS TO BIDDERS
-� (T/PW Department)
1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of
Fort Worth, in an amount of not less than five percent (5%) of the total of the bid
submitted must accompany the bid, and is subject to forfeit in the event the successful
bidder fails to execute the contract documents within ten (10) days after the contract has
., been awarded.
To be an acceptable surety on the bond, (1) the name of the surety shall be included on
the current U.S. Treasury, or (2) the surety must have capital and surplus equal to ten
(10) times the limit of the bond. The surety must be licensed to do business in the State
of Texas. The amount of the bond shall not exceed the amount shown on the treasury
list or one-tenth (1/10) the total capital and surplus.
2. PAYMENT BOND AND PERFORMANCE BOND: The successful bidder entering into a
contract for the work will be required to give the City surety in a sum equal to the amount
of the contract awarded. In this connection, the successful bidder shall be required to
furnish a performance bond, as well as a payment bond, both in a sum equal to the
amount of the contract awarded. The form of the bond shall be as herein provided and
the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the
requirements of Article 5160 of the Revised Civil Statutes of Texas, as amended.
In order for a surety to be acceptable to the City, (1) the name of the surety shall be
included on the current U.S. Treasury List of Acceptable Sureties (Circular 870), or (2)
the surety must have capital and surplus equal to ten (10) times the amount of the bond.
The surety must be licensed to do business in the State of Texas. The amount of the
® bond shall not exceed the amount shown on the Treasury List or one-tenth (1/10) of the
total capital and surplus. If reinsurance is required, the company writing the reinsurance
must be authorized, accredited, or trusted to do business in Texas.
No sureties will be accepted by the City which are at the time in default or delinquent on
any bonds or which are interested in any litigation against the City. Should any surety
on the contract be determined unsatisfactory at any time by the City, notice will be given
to the contractor to that effect and the contractor shall immediately provide a new surety
satisfactory to the City.
-� If the contract amount is in excess of$25,000, a Payment Bond shall be executed, in the
amount of the contract, solely for the protection of all claimants supplying labor and
materials in the prosecution of the work.
If the contract amount is in excess of$100,000, a Performance Bond shall be executed,
in the amount of the contract conditioned on the faithful performance of the work in
_ accordance with the plans, specifications, and contract documents. Said bond shall
solely be for the protection of the City of Fort Worth.
3. LIQUIDATED DAMAGES: The Contractor's attention is called in Part 1, Item 8,
Paragraph 8.6, of the "General Provisions" of the Standard Specifications for
Construction of the City of Fort Worth, Texas, concerning liquidated damages for late
completion of projects.
4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal,
the City reserves the right to adopt the most advantageous construction thereof to the
City or to reject the proposal.
O
9809000_Specs_Ot-01_a0_Speclnst(fPW).dx 5 (l)
SPECIAL INSTRUCTIONS TO BIDDERS
(T/PW Department)
5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as
•. amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through
13-A-29) prohibiting discrimination in employment practices.
6. WAGE RATES: 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 as established by the City of Fort Worth, Texas, and set forth in Contract
_ Documents for this project.
7. FINANCIAL STATEMENT: A current certified financial statement may be required by
the Department of Engineering if required for use by the CITY OF FORT WORTH in
determining the successful bidder. This statement, if required, is to be prepared by an
independent Public Accountant holding a valid permit issued by an appropriate State
Licensing Agency.
8. INSURANCE: Within ten (10) days of receipt of notice of award of contract, the
Contractor must provide, along with executed contract documents and appropriate
bonds, proof of insurance for Worker's Compensation and Comprehensive General
Liability (Bodily Injury - $250,000 each person, $500,00 each occurrence; Property
Damage - $300,000 each occurrence). The City reserves the right to request any other
insurance coverages as may be required by each individual project.
9. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the
City of Fort Worth will not award this contract to a 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 this state, but excludes a contractor whose ultimate parent
company or majority owner has its principal place of business in this
state.
.. "Texas resident bidder" means a bidder whose principal place of business
is in this state, and includes a contractor whose ultimate parent company
or majority owner has its principal place of business in this state.
This provision does not apply if this contract involves federal funds.
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in
order for its bid to meet specifications. The failure of a nonresident contractor to do so
will automatically disqualify that bidder.
10. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with the City of Fort
Worth Ordinance No. 13471, as amended by Ordinance 13781, the City of Fort Worth
has goals for the participation of minority business enterprises and women business
enterprises in City contracts. A copy of the Ordinance can be obtained from the office of
the City Secretary. In order for a bid to be considered responsive, the AFFIDAVIT
STATEMENT included within these bid documents must be completed and submitted
with the bid. Failure to submit the completed AFFIDAVIT STATEMENT shall render the
bid non-responsive. In addition, the bidder shall submit the MBE/WBE UTILIZATION
FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT
9809000 Specs_01-01 DO_Speclnst(TPW).doc 5 (2)
SPECIAL INSTRUCTIONS TO BIDDERS
•• (T/PW Department)
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 to Owner complete and accurate information
regarding actual work performed by a Minority Business Enterprise (MBE) on the
contract and payment therefore. Contractor further agrees to permit an audit and/or
examination of any books, records, or files in its possession that will substitute 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.
11. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder.
The City reserves the right to reject any and/or all bids and waive any and/or all
formalities. No bid may be withdrawn until the expiration of forty-nine (49) days from the
date bids are opened. The award of contract, if made, will be within forty-nine (49) 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.
12. PAYMENT: The Contractor will receive full payment (minus 5% retainage) from the City
.. for all work for each pay period. Payment of the remaining amount shall be made with
the final payment, and upon acceptance of the project.
13. ADDENDA: Bidders are responsible for obtaining all addenda to the contract
.. documents prior to the bid receipt time and acknowledging them at the time of bid
receipt. Information regarding the status of addenda may be obtained by contacting the
Department of Engineering Construction Division at (817) 871-7910. Bids that do not
acknowledge all applicable addenda may be rejected as non-responsive.
14. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
a. Workers Compensation Insurance Coverage:
1. Definitions:
Certification of coverage ("certificate"). A copy of a certificate of
insurance, a certificate of authority to self-insure issued by the
.. commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83,
or TWCC-84), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a
project, for the duration of the project.
Duration of the project includes the time from the beginning of the work
on the project until the contractor's/person's work on the project has been
completed and accepted by the governmental entity.
9809000_Specs_01.01_D0_Spec1nst(TPW).doc 5 (3)
SPECIAL INSTRUCTIONS TO BIDDERS
.. (T/PW Department)
Persons providing services on the project ("subcontractor' in §406.096)
.. includes all persons or entities performing all or part of the services the
contractor has undertaken to perform on the project, regardless of
whether that person contracted directly with the contractor and regardless
of whether that person has employees. This includes, without limitation,
independent contractors, subcontractors, leasing companies, motor
carriers, owner-operators, employees of any such entity, or employees of
any entity which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other
services related to a project. "Services" does not include activities
unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
•. 2. The contractor shall provide coverage, based on proper reporting of
classification codes and payroll amounts and filing of any coverage
agreements, which meets the statutory requirements of Texas Labor
,., Code, Section 401.011(44) or all employees of the contractor providing
services on the project, for the duration of the project.
3. The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract.
4. If the coverage period shown on the contractor's current certificate of
-• coverage ends during the duration of the project, the contractor must,
prior to the end of the coverage period, file a new certificate of coverage
with the governmental entity showing that coverage has been extended.
5. The contractor shall obtain from each person providing services on a
project, and provide to the governmental entity:
a) a certificate of coverage, prior to that person beginning work on
the project, so the governmental entity will have on file certificates
of coverage showing coverage for all persons providing services
�• on the project; and
b) no later than seven (7) days after receipt by the contractor, a new
certificate of coverage showing extension of coverage, if the
coverage period shown on the current certificate of coverage ends
during the duration of the project.
6. The contractor shall retain all required certificates of coverage for the
duration of the project and for one year thereafter.
.. 7. The contractor shall notify the governmental entity in writing by certified
mail or personal delivery, within ten (10) days after the contractor knew or
should have known, of any change that materially affects the provision of
coverage of any person providing services on the project.
8. The contractor shall post on each project site a notice, in the text, form,
and manner prescribed by the Texas Worker's Compensation
Commission, informing all persons providing services on the project that
9809000 Specs_01.01_DO_Speclnst(TPW).doc 5 (4)
SPECIAL INSTRUCTIONS TO BIDDERS
-� (T/PW Department)
they are required to be covered, and stating how a person may verify
�• coverage and report lack of coverage.
9. The contractor shall contractually require each person with whom it
contracts to provide services on a project, to:
a) provide coverage, based on proper reporting on classification
codes and payroll amounts and filing of any coverage
agreements, which meets the statutory requirements of Texas
Labor Code, Section 401.011(44) for all of its employees providing
services on the project, for the duration of the project;
b) provide to the contractor, prior to that person beginning work on
the project, a certificate of coverage showing that coverage is
being provided for all employees of the person providing services
on the project, for the duration of the project;
C) provide the contractor, prior to the end of the coverage period, a
new certificate of coverage showing extension of coverage, if the
coverage period shown on the current certificate of coverage ends
during the duration of the project;
d) obtain from each other person with whom it contracts, and provide
to the contractor:
-` (1) a certificate of coverage, prior to the other person
beginning work on the project; and
® (2) a new certificate of coverage showing extension of
coverage, prior to the end of the coverage period, if the
coverage period shown on the current certificate of
.. coverage ends during the duration of the project;
e) retain all required certificates of coverage on file for the duration of
!
the project and for one year thereafter.
f) notify the governmental entity in writing by certified mail or
personal delivery, within ten (10) days after the person knew or
! should have known, of any change that materially affects the
provision of coverage of any person providing services on the
project; and
g) contractually require each person with whom it contracts, to
perform as required by paragraphs (1) - (7), with the certificates of
coverage to be provided to the person for whom they are
providing services.
10. By signing this contract or providing or causing to be provided a certificate
of coverage, the contractor is representing to the governmental entity that
all employees of the contractor who will provide services on the project
will be covered by worker's compensation coverage for the duration of the
project, that the coverage will be based on proper reporting of
classification codes and payroll amounts, and that all coverage
O
980soo0_Specs_01-01 DO_Speclnst(TPW).doc 5 5
SPECIAL INSTRUCTIONS TO BIDDERS
•• (T/PW Department)
agreements will be filed with the appropriate insurance carrier or, in the
•. case of a self-insured, with the commission's Division of Self-Insurance
Regulation. Providing false or misleading information may subject the
contractor to administrative, criminal, civil penalties, or other civil actions.
11. The contractor's failure to comply with any of these provisions is a breach
of contract by the contractor which entitles the governmental entity to
declare the contract void if the contractor does not remedy the breach
within ten days after receipt of notice of breach from the governmental
entity.
.. b. The contractor shall post a notice on each project site informing all persons
providing services on the project that they are required to be covered, and stating
how a person may verify current coverage and report failure to provide coverage.
.. This notice does not satisfy other posting requirements imposed by the Texas
Worker's Compensation Act or other Texas Worker's Compensation Commission
rules. This notice must be printed with a title in at least 30 point bold type and
text in at least 19 point normal type, and shall be in both English and Spanish
and any other language common to the worker population. The text for the
notices shall be the following text, without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE"
"The law requires that each person working on this site or providing services
.. related to this construction project must be covered by workers' compensation
insurance. This includes persons providing, hauling, or delivering equipment or
materials, or providing labor or transportation or other service related to the
project, regardless of the identity of their employer or status as an employee."
"Call the Texas Worker's Compensation Commission at (512) 440-3789 to
receive information on the legal requirement for coverage, to verify whether your
® employer has provided the required coverage, or to report an employer's failure
to provide coverage."
15. NON DISCRIMINATION: The Contractor shall not discriminate against any person or
persons because of sex, race, religion, color, or national origin and shall comply with the
provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City
Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment
practices.
16. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive
Branch of the federal government, Contractor covenants that neither it nor any of its
.. officers, members, agents, or employees, will engage in performing this contract, shall,
in connection with the employment, advancement, or discharge of employees or in
connection with the terms, conditions, or privileges of their employment, discriminate
against persons because of their age except on the basis of a bona fide occupational
qualification, retirement plan, or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, or
employees, 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
9809000_Specs_01-01_DO—Speclnst(TPW).doc 5 (6)
—
SPECIAL INSTRUCTIONS TO BIDDERS
(T/PW Department)
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
r.
hold City harmless against any and all claims or allegations asserted by third parties
against City arising out of Contractor's alleged failure to comply with the above
referenced Policy concerning age discrimination in the performance of this Contract.
17. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the
Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not
unlawfully discriminate on the basis of disability in the provision of services to the
general public, nor in the availability, terms, and/or conditions of employment for
applicants for employment with, or current employees of Contractor. Contractor
warrants it will fully comply with ADA's provisions and any other applicable federal, state,
and local laws concerning disability and will defend, indemnify, and hold City harmless
against any claims or allegations asserted by third parties against City arising out of
Contractor's alleged failure to comply with the above-referenced laws concerning
disability discrimination in the performance of this Contract.
Revised March 15, 1996
—
9809M_Specs_01-01_DO_Smcinst(rPW).doc 5 (7)
- 6 -
MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS
ATTACHMENT 1A
Page I of 2
Revised 06/02/98
CITY OF FORT WORTH
MINORITY AND WOMEN BUSINESS ENTERPRISES SPECp
1;�ff r
L
,,
If
MBE/WBE UTILIZATION
oust LJ iiii J LJJ
Prime Company NameBid Date
1998 cip
A) eCl PS 58-070580174600, PW 53-060530175460
Project Name tProject Number
ICITY'S M/WBE PROJECT GOAL: 42% FM—IWBE PERCENTAGE ACHIEVED:
ientqtIdn,`-i received by the Managing De' par'tMiriit on
Failure to complete thisform, in its entirety with..
d afta,r b lid 11 o'p.eni ng,il excl.U.31,Ve. of"bid.opening. , date,will result In'the bid.being
or.before.5:00 P.M.;rxo.M. business City
ns1ve:it!!b
considered non-respo Id.speciff6itloh
The undersigned bidder.agrees'to'enter'ntoa fdrinaLagreement.With the. work listed In this
PE,�and or WBE firms.for
schedule, conditioned upon execution of a contract with,the Cit, ft I.Iful misrepresentation'dflicts is.
City FO, W6ftk
' .,
grounds for consideration of disqualification and will result Pthe bld"'b"a" ere ns o
c
ng I" "" Id d non-respon-sve, o specificAtions
V.,
............
:x
Contracting,
Dbllair.Aiibuint
Company nitacit'Narn' ii� Specify&1f , „,,., t
”'I lli�
C any Name,Co ?,,:S0ed NMI Items 0 �ii`l
'Address,and Telephone o.:�,. ",be 1114d
7 ork':(*) k11 101."r -9,11upp, .
jz.
w,
4%
zi
Vt
S
"";0r.
/bo
A
-
-7 L-,q,-
a 479 -2CS
21?ZC4rt(Lc.e(etsk
76(04 q,3 606 ao
Ile:. 0 1 PrzV e-C
C.=e(I
L f,
R,o
Fes- do
T�Q i 'log r
M/WBEsmust 2-
located
" n
�4 thwIecounty Ym 1:Macearcurren b shdss marketplace4i time of bli&'–'
–,
A
#
:
Specify areas In which'MIWEIEO�. r:to
d 'd; 4
-
(k) A complete,11sting' *f It t be li'd
r C
t . .....M' �,t,, 3
ft
.Un te
ov
Niii
I-)Identity Each Tier UV411,, ��
iTler Meats the levet subrcOrnractfng b41p a primo contraetOr/consultant,!e,a direct payrt�ent from
k # the prime
V
THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,
EXCLUSIVE OF THE BID OPENING DATE
Pages 1 and 2 of Attachment 1A must be received by the Managing Department
9809000_Specs_MWBE_04-10-01-concrete.doc 6 (2) Concrete Alternate
+.er
ATTACHMENT IA
Page 2 of 2
r 0 '7 Revised 06/02/98
CITY OF FORT WORTH
MINORITY AND WOMEN BUSINESS ENTERPRISES SPECwd NS
MBE and WBE UTILIZATIO14FORM
Company Name,Contacf Names Certified ;Specify 1 Contracting f�Specify [items to Dollar Amount
NOR Address,and TeiephoR@ No `, � Scope of Work("� ' � ���be Supplied
'✓B r'3 `i t4V Q A3 d J ^✓4 YMe2 ✓ X V �f
prc k { xy �a t qt
PZ
y .�' tk. Y �, y •
s4- LJ � `
,9 1
h
2 9 ie.�q� — co A`
'4 4 7. -
1 -
t
2 HG(t (O o�
o �rk �4 13td0a
l
The bidder further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, Including MBEs) and/or WBE(s) arrangements submitted
with this bid. The bidder also agrees to allow an audit and/or examination of any books, records, and files held
by their company that will substantiate the actual work performed by the MBEs) and/or WBE(s) on this contract,
by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will
be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years
and for initiating action under Federal, State, or Local laws concerning false statements. Any failure to comply
with this ordinance and creates a material breach of contract may result in a determination of an irresponsible
offeror and barred from participating in City work for a period of time not less than one (1) year.
ALL MBE(s) and WBE(s) MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD
Authorized Signature Printing Signature
Title Conta a and Title(if different)
Company Name Telephone Number(s)
Address Fax Number
City/State ode Date
THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OP ING,
EXCLUSIVE OF THE BID OPENING DATE
T Pages 1 and 2 of Attachment 1A must be received by the Managing Department
9809000 SpecsMWBE 04-10.01 concrete.doc 6 (3) Concrete Alternate
ATTACHMENT 1A
Page 2 of 2
Revised 06/02/98
CITY OF FORT WORTH
MINORITY AND WOMEN BUSINESS ENTERPRISES SPECIFIC
TIONS, /C r W
�'A';. .
MBE and WBE UTILIZATION FORM 31 Ju? 2 J fl11 C
>",l �aft U
`�k: � ,�.. x�.��'. V tr'�� ,, •"�a'�q E yep-s
Company Name,Contact Name, Certitled ; 'Specttyl_F Contracting S ecity Qi jl Items to L s: Dollar Amount
Address,and Tele one No max'=?Scope of Work(h Abe Supplied(*)
INN
p r
pDa r
s
hp I Alla
2. 1
rl
CL CA.
T
P6 At ruSlw,� Ole
a 1"77- 76 1
The bidder further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted
with this bid. The bidder also agrees to allow an audit and/or examination of any books, records, and files held
by their company that will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract,
by an authorized officer or employee of the City. Any Intentional and/or knowing misrepresentation of facts will
be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years
and for initiating action under Federal, State, or Local laws concerning false statements. Any failure to comply
with this ordinance and creates a material breach of contract may result In a determination of an irresponsible
t offeror and barred from participating in City work for a period of time not less than one (1) year.
ALL MBE(s) and WBE(s) MUST BE CERTIFIED BY THE CIT/YY BEFORE CO/(NTRACT AWARD
A (B,/- ),90 0— — — p
y C lel /AV`CC�
A iffhature Printing Signature
G L6 AA C C !
Title / Contact Name and Title(if different)
c � h rtlas Zk 8l ?- 25,s�-�d��
Com ny Name Telephone Number(s)
O (36x 4e( ?- 2_q15__ C 7FX/X
Addre Fax Number
City/State/Mp Code Date
THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,
EXCLUSIVE OF THE BID OPENING DATE
Pages 1 and 2 of Attachment 1A must be received by the Managing Department
9809000_specsMWBE 0a-10-0t concrete.doc 6 (3) Concrete Alternate
me
ATTACHMENT IC
Page I of 3
Revised 06/02/98
CITY OF FORT WORTH
MINORITY AND WOMEN BUSINESS ENTERPRISES SPECIFICATIONS
GOOD FAITH REPORT
,44d t J., _mss ,� ��� D
Prime Company(/� ///Name Old Date
g /( /f'7�,/ I/V�y Ps 58-070580174600, PM 53-060530115460
_
P ojec—fl ami /-79-b C=P , Project Number
any �t ,{'36'��,rz
n you have failed tc secure M/WBEwparticlpatton and you have subcontracting and/or suFpifer o�portunittes or if your
M/WBE participation is less than the C ty-s,project' oal s,yotr complete thla`tor[n�
If the bidder=s method of compliance with the M/WBE goals is based upon demonstration of a
Agood faith effort=, the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each Item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation of the facts or intentional discrimination by the bidder.
��
Fei{ure to complete thtsiortn;to its entirety with supporting documentation;and received by the Managing"pepartment
on or before 5:99 p.m five(5)Ctty business days after b1d,.opening exclusive of bId openlrsg date,will result!n the bid
„f being considered non responsive to bid spectftcations ` 3x' d a r
n ';.,,;? W,+.r §✓..�: '. W:� ,m! .,r, r` T s r3.�, iFYy,;°t.s '� ;v' �:" ,,•ry;,.
1. Please list each and every subcontracting and/or supplier opportunity (DO NOT LIST
NAMES OF FIRMS) which will be used in the completion of this project, regardless of
whether it is to be provided by a M/WBE or non-M/WBE.
(Use additional sheets, If necessary)
List of: Subcontracting Opportunities List of: Supplier Opportunities
X4 s4— o ul E t-bOup,lb (W( kz
J0 i u� S 120�-' �� G �rri C.a40- raoli tss
go C4 U c-
A-e, PAVIt i (_A 4- 14 A Ar Aq FUe,I
7:V. eLf oy, C2kk -'4 -Toe so11
Qo r�i�t c �1�t- ccnl�,l
L Mf- S 1-w�ry
IJ&A
.>nti TV
9809000 Sped MWBE 04-10-01 conerete.doc 6 (5) Concrete Alternate
ATTACHMENT IC
Page 2 of 3
Revised 06/02/96
2. Did you obtain a current list of M/WBE firms from the City=s M/WBE Office? The list is
const red in compliance, if it Is not more 3 months old from the date of bid opening.
YES Date of Listing 6-3 / �T /
NO
3. Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the
day the bids are opened?
f+' YES If yes, attach M/WBE mail listing to include name of firm and
NO address and a dated copy of letter mailed.
4. Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of
the day�the bids are opened?
7YES If yes, attach list to include name of M/WBE firm, ep rson contacted,
NO phone number and date and time of contact.
MIN .. .y�,.,o;.i Kx -r:r• ,"..:.,.yr a nvk� < , .< ."� z q '3 r.K¢vt ,, ✓:;
NATES A.facsimtle may pe used to comply with eitheor , �y�hot be used for bothit'a fe 1mAe is used;
attach the fax confirmation,which Is to pCovide-MNVBE` iamei date, time,fax�qumber,,and documegtavon
'•sya, r'rw•e �a f h✓.+''L y<y `' ja« ,a ,'• y ::
i
r' ': ''•R"S'�5' wk6 '. 'X,s-s `• ,.^. , ,," ., ,":•, s t:
NOTE If a SiC list of W/MBE ;den or less;the pdd$r t�nuo[Itac�the e�ntire.iist to be in pompilance wlttk_quesiitons 3
and 4 [f a SIC li t of)tA/1MIBE Is lore than Genf hem ddet� "at contact at least two-thirds of#fie""`list but t►ot
' .less than ten to be in compliaf�ce with„s uetons 3 ia�a!.y g s ;
S. Did you provide plans and specifications to potential M/WBEs or information regarding the location
of pla and specifications in order to assist the M/WBEs?
ES
NO
6. If M/WBE bids were received and rejected,you must:
1 List the M/WBE firms and the reasons) for rejection (I.e., quotation not commercially
reasonable,qualifications,etc.)and
2. Attach affidavit and/or documentation to support the reason(s) listed below (i.e., letters,
memos,bids,telephone calls,meetings,etc.)
(Please use additional sheets,If necessary,and attach)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
40 14 r 7 1Y77- y ����. tial W , t
ALxd im w S q72-735;-,0410 814 40� L104 Ams
qcT�(( or, �� 4,OL-
C� E ,,tro. 't3-4,82.32.1 it Zws ,L- /UoI.-4 3 iW
* arauc� c(Sm U04 C4 N4W �0/ o-� arlZcr��o�`
i s`-� 4 v,4 "0 T S U GO k� I G c t b p o t 7 U h/I-146 S.� /M-4 WS,n WO•k.
9809000_ pea MWBE 04-10.01 concrete.doc
6 / oncret Alternppte
# AkiNW- J cl ,c4eof (no(A�- ,S 6 6C-149(wo e k. W�t�c� G�c s Ino- �G� N*.i¢c-f- 0�
ATTACHMENT IC
Paye 3 of 3
Revised 06/02/98
ADDITIONAL INFORMATION
Please provide additional Information you feel will further explain your good and honest efforts to
obtain M/WBE participation on this project.
The bidder further agrees to provide, directly to the City upon request, complete and accurate
information regarding actual work performed on this contract, the payment therefore and any
proposed changes to the original arrangements submitted with this bid. The bidder also agrees to
allow an audit and/or examination of any books, records and files held by their company that will
substantiate the actual work performed on this contract, by an authorized officer or employee of
the City.
Any Intentional and/or knowing misrepresentation of facts will be grounds for terminating the
contract or debarment from City work for a period of not less than three (3) years and for initiating
action under Federal, State, or Local laws concerning false statements. Any failure to comply with
this ordinance and creates a material breach of contract may result in a determination of an
Irresponsible offeror and barred from participating in City work for a period of time not less than
one (1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed was/were
-- contacted in good faith. it is understood that any M/WBE(s) listed in Attachment 1C will be
c;: d and the reasons for not u g them will be verified by the City=s M/WBE Office.
A (�V J)0 h CCP
o ed S19-nature / Printed Signature
(WSl ' l� T"
Title Contact Name and Title(if different)
Company Name Telephone Number(s)
O (3o x cI rr _ 817 - 2.q S'- 40 7q(
Address Fax Number
�uf��cah . 7� 76(n Z OG
City/State/Zip Code Date
9809000_Specs MWBE 0a-10-01 eoncrete.doc 6 (7) Concrete Alternate
PROPOSAL
(This Proposal must not be removed from this book of Contract Documents)
TO: Mr. Gary Jackson
City Manager
Fort Worth, Texas
FOR: 1998 CAPITAL IMPROVEMENT PROJECTS
Foard Street, Hardeman Street, Howard Street West,
Knox Street West and Nolan Street
DOE NO.: 2205— Foard Street
2208— Hardeman Street—West
2207— Hardeman Street— East
2203— Howard Street—West
2202— Knox Street West
2210— Nolan Street
b
UNIT I: WATER & SANITARY SEWER REPLACEMENT
13
Water Project No.: PW 53-060530175460
Sewer Project No.: PS 58-070580174600 •�
0
UNIT II: PAVING RECONSTRUCTION IQ
TPW PROJECT NO.: C-115-020115040551
g
Pursuant to the foregoing "Notice to Bidders," the undersigned bidder, having thoroughly
examined the Contract Documents, including plans, special contract documents, and the
General Contract Documents and General Specifications for Water Department Projects, the q
site of the project and understanding the amount of work to be done, and the prevailing 2.
conditions, hereby proposes to do all the work, furnish all labor, equipment and material except .4
as specified to be furnished by the City, which is necessary to fully complete the work as
11
provided in the Plans and Contract Documents and subject to the inspection and approval of the
Department of Engineering, City of Fort Worth, Texas; and binds himself upon acceptance of
this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond,
Maintenance Bond, and such other bonds, if any, as may be required by the Contract y
Documents for the performing and completing of the said work. Contractor proposes to do the A,
work within the time stated and for the following sums:
9609000_Specs_01-0430_PartB Addendum3_0I-0607—BSD-doc B- 1 Addendum 3—June 7,2001
UNIT I, SECTION A-WATER IMPROVEMENTS
D.O.E.No.'s:2202,2203,2205,2207,2208,2210
Note: The Contractor shall Bid either the A or B Items where shown.
PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE
1. 1 LS Furnish and install 2"pipe and fittings for temporary water
service connection ' A O O O O
I 6
Dollars Vl
and V10 Cents $ $
2. 3 EA New 1-inch service,
Ones hyn,r[A Dollars loo
b^ o'
and n Cents per EA $ • $ 300
3. lace.1-inch domestic meter
Dollars
n Cents per EA $
4. 14 EA Relocate1-inch service
Ore h &-e f I7I Dollars
�1 ti
and /� Cents per EA $ 150 ° $ 2-100
5. 1 EA New 1-inch bull head service
J O
-TW O llui t Q,'e 9 Dollars oy It
and Cents per EA $ $ Z-00
ac
6. 6 EA Replacnch bull head service
/e -i ) R,
[ ud Ay!m kCO Dollars
and Cents per EA $ $ [ 20 U v
7. 2 EA Relocate 1-inch bull head service
Dollars J`
Iln0� / h00 r
and /9.1� Cents per EA $ 3�/ " $ 6
8. Replace 1%-inch domestic meter v
Dollars �
Cents per EA $
9. 72-inch domestic meter ylarsan �fc�enper EA $ QQ
10. 1 EA Relocate 3-inch domestic meter vault and appurtenances
per Figure 33
ii9w //N zIre d Dollars 'l
and A U Cents per EA $ D D V $ YD V
11. 188 EA 1"Service Tap to Malin
! l V e- �gG". Dollars ``,,�'
and �y Cents per EA $ ��v $ /o,3q p ,
12. 1 EA 1-1/2"Service Tap to Main
QhPi 11A0//SA*iJ Dollars
and 0.0 Cents per EA $ /Do o r $ "`
9809000_Specs_01-0430_PartB_Addendun,3_01-0607_BSD.doc B-2 Addendum 3—June 7, 2001
UNIT I, SECTION A-WATER IMPROVEMENTS
D.O.E.No.'s:2202,2203,2205,2207,2208,2210
PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE
13. 1 EA 2"Service Tap to Main LL /
11,eySGtrl� t7�/d �r,ote�✓eb6ollars
and rW Cents per EA $ !ZW $ 12 00
14. 1 EA 4"Service Tap to Main
o lays
Cents per EA $
15. 180 EA Class"A"MMeeter Box
r/Ll Dollars
and >?0 Cents per EA $ �0 $
16. 2 EA Class"B"Meter Box/ �//
zo& A/ eft--C� Dollars
and /[u Cents per EA $ �(/!/ $
;ZS
17. 9 EA Class"C"Meter Box
C"c
J; y
Dollars
and Cents per EA $ (p(J $ D .O
18. 1,190 LF 3/,-in domestic Type"K"copper service replacement for p
single services
-7-100 Dollars00-
Q
- and (�7 Cents per LF $ 2 $ w Q
19. 4,000 LF 1-in water service replacement copper >;
o�
rdv�- Dollars ,V
010 Q
and ® Cents per LF $ $ Q i
20. 25 LF 1 ''/rin domestic Type"K"copper service replacement for
single service
T J 1�y Dollars
and /1 2 Cents per LF $ S� $
21. 25 LF 2-in domestic Type"K"copper service replacement for
single service y
e✓e✓l Dollars00
o+•i
and O Cents per LF $ 7 $ 7✓
22. 25 LF 4-in service replacement for single service
—Tt K Dollars
and 110 Cents per LF $ /090
$
23. 206 LF 4-In water piping ncluding removal
��CC Dollars
DD
and Cents per LF $ I $ 30 V
24. 180 LF 6-in water pipe with blocking(including removal of existing
waterline) LL /I __''
�Akren Dollars o
and iti(7 Cents per LF $ �I� $ V Q'
9809000_Specs_01-0430_PartB_Addendurr3 Ol-OW7_BSD.doc B-3 Addendum 3—June 7,2001
UNIT I, SECTION A-WATER IMPROVEMENTS
D.O.E.No.'s:2202,2203,2205,2207,2208,2210
PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE
25. 12,425 LF 8-in water pipe with blocking(including removal of existing
waterline)
Dollars
andy Cents per LF $ 2 q $
26A. 75 LF �46-in concrete water pipe with blocking(including
removal of existing waterline)`
Dollars
a d Cents per LF $ $
26B. 75 LF 16-)1 DIP water pipe with blocking(including removal
of e7isting terline.)"
i Dollars
and Cents per LF $ $ v
27A. 2,190 LF 24-in concrete water pipe(i duding removal of existing 'Zt
(waterline)" 1 �A
�D
( Dollars
and Cents per LF $ $ '
.bO
27B. 2,190 LF 24-1 DIP water pipe(including removal of existing
waterline)' 0
✓L,o Dollars
q
and J l�(' Cents per LF $ 75 $ 1 b LIZ5D 4
28. 1 EA 4-inch gate valve with/cast iron box and lid y
/P� /r Lin il"C 01 Dollars 300
0 3000-91
and �V Cents per EA $ $ t3�
29. 15 EA 6-in gate valve with cast iron box and lid I
h
Ji'1! d Dollars 2
/ '¢
- and H Od V Cents per EA $ $ ��U�
30. 41 EA 8-in gate valve with cast iron box and lid
F✓G Yl1iVlO/C Dollars
and n() Cents per EA $ 5000-0- $2(l/)
31. 2 EA 16-in gate valve with vault and ap urtenances r
P✓Pvl 4 ly✓lj ✓e- �Uo",lars
and 114-0 Cents per EA $ —150042� $ 15 00
32. 2 EA 24-in gate valve��wiit''h vault and appurtenances
F(ke-#1 T-KeVS001 d Dollars ?/) W/��
and no Cents per EA $ �7 000 a-1 $J 0, O
33. 15 EA Remove
��and salvage fire hydrant
yKL 1464490tal! fi? Dollars
°�
and �=� _ Cents per EA $ �5 a $ 2)-5001
" The contractor shall indicate the pipe material used in Bid:
[ ]AWWA C303
[ ] DIP, Class 51,wrapped in polyethylene
9809000_Specs_01-0430_PadEB_Addendurn3_01-0607_BSD.doc B-4 Addendum 3—June 7,2001
UNIT I, SECTION A-WATER IMPROVEMENTS
D.O.E.No.'s:2202,2203,2205,2207,2208,2210
PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE
34. 15 EA Standard fire hydrant assembly(3'-6"bury)
Ali! lkbVSGi�'/[b i'e✓G A,1117 Cihnd Dollars C/�
and Y10 Cents per EA $ /15000,0
1 v0 0,0 $ 22,500
35. 4 VF Barrel Extension thr tire hydrant/(over 3'-6"bury)
y/ eet Nr/H4f6'1rd Dollars
O
and ha Cents per VF $ bD f? $ 1n LOO oo
36. 1 EA 2-in combination air release and vacuum valve and vault 12LOO
hAUS Q'4-q Dollars
�
0� o
and hy Cents per EA $ L/000
l 000 f $ V vn 00
37. 2 EA Standard blow off into 4'diameter sEli
manhole per ie
Fig.18 VY ✓SQ n'-' Dollars 'b
and 40 Cents per EA $ g0oo $ `"-'" .p
38A. LS Concrete pressure pipe fittings and specials for Ct
concrete pipe,furnish and Install,complete in place,
with concrete blocking and stainless steel bolts'' •�
Dollars
k and Cents per TN $ $
tic
386.1. 6 f ' TN Ductile iron or cast iron fittings greater than 16"for
ductile iron pipe,furnish and install,complete in place,
with concrete block n//g and stainless steel bolts' y
�Qv✓ f/I dV�G K Dollars ou
and O Cents per TN $ l X j $ z-1 wo •"
9Y
386.2. 7 TN Ductile iron or cast iron fittings smaller than 16"for i
ductile iron pipe,furnish and install,complete in place, 42
with concrete blocking and stainless steel bolts' I"
Dollars "'15
and K 1) Cents per TN $ 2000 c� $ l7,060®1 a
39. 18,516 LF Trench safety system(>5-ft.depth) 't
Dollars (�
and oil e, Cents per LF $ 0101 $ /F!51�• /6 b
r
w
The contractor shall indicate the pipe material used in Bid:
[ ]AW WA C303
[ ] DIP, Class 51,wrapped in polyethylene
See concrete pressure pipe page following this section
9809000_Spece_01-0430_PartB_Addendum3_01-0607_BSD.doc B—5 Addendum 3—June 7,2001
UNIT I, SECTION A-WATER IMPROVEMENTS
D.O.E.No.'s:2202,2203,2205,2207,2208,2210
PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE
40. 18,516 LF Temporary HCMAC pavement repair per Figure"A"
J i K Dollars
and Cents per LF $ 0- $
41. 102 LF Permanent asphalt repair per Figure 4
! vV' 0 "' ALI~ Dollars / �j
and A0 Cents per LF $ 7 q $
42. 50 CY Class B(2500#)concrete for miscellaneous placement
and encasement,furnish and install complete In place
Dn� Dollars 00 .y
ou /� N
and no Cents per CY $ $ 5 V
R
43. 50 CY Class E(1500#)concrete for miscellaneous placement
and encasement furnish and install complete in place
&1 e" Dollars //��
and Cents per CY $ $
SUBTOTAL UNIT I,SECTION A—WATER IMPROVEMENTS $ 5
G _I r 4 " ' / .�
ti 0
4
obi
o�
v
.2
v
ti
9809000_Spea 01-0430_PaRB_Addendum3_01-0607_BSD.doc B—6 Addendum 3—June 7,2001
UNIT I, SECTION B-SANITARY SEWER IMPROVEMENTS
D.O.E.No.'s:2202,2203,2205,2210
PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE
1. 2 EA Storm drain pre-construction D-hole
Q✓!f� Sq 4 !i Dollars /�j�
and /'W Cents per EA $ /& f $ Z00099 4
2. 4,402 LF 8-inch sanitary sewer pipe(all depths)
Dollars 2 n
and /� Cents per LF $ ✓v $
3. 46 LF 8-inch DIP sanitary sewer pipe(all depths)
-11-411174 P la k-�k Dollars
and n Cents per LF $ 3$0" $ 17 7 9
4. 360 LF 8-inch SDR 26 sanitary sewer pipe(all depths)
7h'fes! 01'IG Dollars e
and f10 Cents per LF $ �j d $ 1116011
5. 360 LF Concrete encasement "O
Dollars ao r
oo .�
and Cents per LF $ $ Q WOO i
O
6. 18 EA Standard 4-foot diameter sanitary sewer manhole(to 6-foot p
depth) ,, ff
�n L i'V(1 Sai►d L'✓G l2y»d rP jj Dollars p0 4
and Ito Cents per EA $ !.5061 $ 27000 �
7. 2 EA Standard 4-foot diameter drop sanitary sewer manhole(to
6-foot depth) u
//7ff G O d&4J, Dollars // q
and n0 Cents per EA $
3000e, $ a f✓ ®
•,r
8. 8 VF 4-foot diameter extra depth sanitary sewer manhole
ND Dollars
and 1A I) Cents per VF $ �d $ 7Z DO
ti
9. 8 VF 4-foot/diameter extra depth/drop sanitary sewer manhole �
y,4 d ey Ci Dollars
/ n oo y
and Cents per VF $ G ofJ $ 000
10. 1 EA Standard 4'foot�s"hallow cone sanitary sewer manhole Iy�
[JV/e 1r/®uSpael VL f7U44✓JDollars
and 160 Cents per EA $ /5000-5 $ 1500 00
11. 21 EA Watertight
�a hole insert for sanitary sewer manhole
Dollars // qy
and Y7® Cents per EA $ ` $ ROW
12. 21 EA Vacuum test sanitary sewer manhole
Kic- GW,442✓rd Dollars
and /w Cents per EA $ l00 00 $ Z/Uv
9609000_Specs_01-0430_PartB Addendum3_01-0607_BSD.doc B—7 Addendum 3—June 7, 2001
UNIT I, SECTION B —SANITARY SEWER IMPROVEMENTS
D.O.E.No.'s:2202,2203,2205,2210
PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE
13. 10 EA Remove existing sanitary sewer manhole
-710 0 h 1114 {- ,/ Dollars 'c
and Cents per EA $ 250' $ 2S00o0
14. 10 VF Sanitary sewer manhole corrosion resistant coating
�w O �/'`✓HC re,� Dollars ^
and ti 0 Cents per VF $ 200� $ 2DO019
15. 300 LF Pre-construction TV inspection of sanitary sewer line
6ut,- Dollars
IS-0 /� .r
and Y10 Cents per LF $ _ $ /w0
16. 4,808 LF Post construction TV inspection of sanitary sewer
1 One, Dollars adv
uQ p00 '�
and Cents per LF $ $ 7 0 06 b
17. 5,000 LF Trench safety system for trenches(depth>5')
NO
s I"O Dollarsf-0
r
and e!r( Cents per LF $ Mv '0.10 $ -
V 0
18. 100 EA 4-inch sanitary sewer service taps /� /+ o
&'A1 fired Ti�" Dollars b�q
and PLO Cents per EA $ ' 50" $ 3 5 o c, 4'
19. 2,618 LF 4-inch sanitary
-sewer service lines obi
'T.tal Dollars tI
and Cents per LF $ do $
20. 999- EA Two-way service cleanout
i
/4,0 42 h.M J� A*Kt ("M Dollars I
25 12,500 --
and A'V Cents per EA $ l $
21. 30 LF 6-inch water line adjustment
N t k vx crd leti Dollars
and xp Cents per LF $
//
0 DO s33000-0
i
22. 0.25 TN DIP fittings /I b
IP-Jo -Ng0Its a hdb
Dollars 04 0
and &2 Cents per TN $ 2(Jf�O $ 5o O
23. 4,738 LF Temporary asphalt pavement repair per Figure W
S ,X Dollars t�
and nq0 Cents per LF $ (p $ 2 O
24. 40 LF Permanent asphalt pave t repair Figure 4
Fo L/r �Y Dollars
'1y
o_0
and n 0 Cents per LF $ ` $176009
SUBTOTAL UNIT I,SECTION B-SANITARY SEWER IMPROVEMENTS $ 310, /GO
9809000_Specs_01-0430_PartB_Addendum3_01-0607_BSD.doc B-8 Addendum 3-June 7,2001
UNIT II, ASPHALT ALTERNATE - PAVING RECONSTRUCTION AND STORM DRAIN
IMPROVEMENTS
TPW No: C115-531200-020115040551
PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE
1. 12 EA Project designation sign ,� J /
4'r �— A uN e�� *� Dollars
and Cents per EA $ 0-0 $ 3600q"-
2.
600q"-2. 53,424 SY 6-inch lime stabilized subgrade
—7—W v Dollars �f1
and / ( Cents per SY $ $I3 3561
3. 43,740 SY 5-inch HMACpavement
All/14/ Dollars
and Cents per SY $ �� $ y/9 goy
4. 748 TN Lime @ 28 lbs./SY t
Ir-21014 r1h"q& Dollars /' Q
and 110 0 Cents per TN $
5. 400 SY HMAC transition pavement �
r,QdV'/ &4 Dollars 11 f l hp0 r
and P'y Cents per SY $ 6�[ oo $ [:J &V V iQ
O
6. 1 LS Utility adjustment p
Eighteen Thousand Five Hundred Dollars
and No Cents per LS $ 18,500.00 $ 18,500.00 4
7. 7,000 LF Remove existing curb and gutter
Owe-, Dollars Z
and Cents per LF $ / $ u Q
75 0
4
8. 2 EA Remove existing curb in et
two h v�,d�c d Tf'�T G1 Dollars
and /7y Cents per EA $ 0 ✓ $ so�
9. 82 SY Remove existing reinforced concrete pavement
Dollars
di •r
and Cents per SY $ $ q12 2 00—
10. 301 SF Remove brick driveway �
�h P/ Dollars
0� �
and /ZV Cents per SF $ $ 30/
11. 29,052 LF Standard 7-inch curb and 18-inch gutter
T t✓C Dollars 23
1190 g•y
and a Ve✓1•i: Cents per LF $ $
12. 176 SY Removal of 7-inch concrete valley gutter
51 X Dollars
0° / Oo
and /'!O Cents per SY 1 $
9809000_Specs 01-0430_PartB Addendum3_01-0607_BSD.doc B--9 Addendum 3—June 7,2001
UNIT II, ASPHALT ALTERNATE - PAVING RECONSTRUCTION AND STORM DRAIN
IMPROVEMENTS
TPW No: C115.531200-020115040551
PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE
13. 728 SY 7-in concrete valley
gutter
VITTy/ r✓� Dollars
and /lei Cents per SF $ /f $ 3a 760°°
14. 37,000 SF Remove existing concrete sidewalk,driveways,steps,
leadwalks,and wheel chair ramps
y Dollars 2-717500-0
and &_Ve 6 V"v Cents per SF $ a 75 $
15. 40,500 SF 6-inch reinforced concrete driveway
1
IV✓' Dollars DD
and 66 Cents per SF $ $ 18;y 250 1E
16. 21,000 SF 4-inch standard concre a sidewalk leadwalk and wheelchair p
ramp 'b
;Zt
h r�� Dollars •o
and / Cents per SF $ j $
73,50o
17. 30 SF Concrete steps .�
ffII.. O
1 k T CL Dollars 0
and fly Cents per SF $ $
18. 150 CY Concrete retaining wall w/sidewalk per CFW detail S-M13 4.
Seve&4 Dollars
and Cents per CY $ o� $
_. 19. 80 CY Concrete retaining wall per TX DOT detail RW 1 (L)C ,v
'/'leC� h•�tG�/'�d Dollars 2_gJ000 q
and �V Cents per CY $ 300° $
20. 46 EA Adjust water meter boxes u
Thirty-five Dollars
and No Cents per EA $ 35.00 $ 1,610.00
21. 58 EA Adjust existing water valve vault
Two Hundred Fifty Dollars
and No Cents per EA $ 250.00 $ 14,500.00
22. 45 EA Adjust existing manhole
Three Hundred Fifty Dollars
and No Cents per EA $ 350.00 $ 15,750.00
23. 1,350 CY Topsoil
Eleven Dollars
and No Cents per CY $ 11.00 $ 14,850.00
24. 16,000 CY Unclassified street excavation
r'-F,4 c n Dollars 2_q'0' o0o
and ti O Cents per CY $ I$ $
9609000_Specs 01-0430_PartB_Addendurn3_01-0607_BSD.doc B—10 Addendum 3—June 7,2001
UNIT II, ASPHALT ALTERNATE - PAVING RECONSTRUCTION AND STORM DRAIN
IMPROVEMENTS
TPW No: C115-531200-020115040551
PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE
25. 4 EA 10-foot stone drain inlet /
—rojo �-jJ✓5C4m j Aire- &,144 Dollars o
and ho Cents per EA $ 2 C)u a� $ 9 2 00"
26. 1 EA 20-foot storm drain inlet I-
F0W A"&4'1 d QYX k4/ft dizd'Dollars
and ✓Iy Cents per EA $ 100 $ 100°=
27. 176 LF 24-inch Class III RCP storm drain pipe
l G���� six
Dollars �&0' ��// y
and Cents per LF $ $ l0
28. 176 LF Trench safety system
Dollars v
p °� b
. and AD Cents per LF $ $ 1G
N
29. 190 CY Trench excavation and backfill for storm drain
/P e- Dollars 00 oo
and �(7 Cents per CY $ 3"� $ 7D
O
30. 176 LF Temporaryasphaltpavement repair per Figure"A"
J p
e✓<&i Dollars
eQ
and n Cents per LF $ 75 $ 1a3 p0 4'
31. 1 EA 4-foot square storm drain manhole d
t �
7h/YG �I�a&so i Dollars /,,1
and by Cents per EA $ 3000 $ VW y,
o�
32. 35 LF Replace wood retaining wall42
i
7,_ 1,�
N/LN7 �/ Dollars
00
and /70 Cents per LF $ Q $
33. 21 EA Concrete collars for sanitary sewer manhole
ts
hyH el.-Cd Dollars ::
DO �
and Cents per EA $ �a0 $ gZ40
34. 100 LF 6-inch subdraln per city detail S-S11
d
_T� Dollars 0,0 � pq
and ny Cents per LF $ lO $ 6 l�
SUBTOTAL UNIT II,ASPHALT ALTERNATE-PAVING $ O'c' ��, 1
(�
RECONSTRUCTION AND STORM DRAIN IMPROVEMENTS -1
9809000 Specs_01-0430_PartB Addendum3_01-06o7_BSD.doc B-11 Addendum 3-June 7, 2001
UNIT II, CONCRETE ALTERNATE - PAVING RECONSTRUCTION AND STORM DRAIN
IMPROVEMENTS
TPW No: C115-531200-020115040551
PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE
1. 12 EA Project designation sign
-
/ h f,eQi AI1/,1 C kr Dollars
T and IIAI Cents per EA $ 3W $ 3&000,0&OD0,0
2. 53,424 SY 6-inch lime stabilized subgrade
3 3 ao
G�JO Dollars S-�
and �/ Cents per SY $ $
3. 47,698 SY 6-inch concrete pavement
S-e(le k1keAf Dollars �lO��ro
n
and /7,0 Cents per SY $ 7 $
4. 748 TN Lime @ 28 lbs./SY
rc dq n i n r✓ Dollars W 0215 7 Z c
and �O Cents per TN $ ` l $
-r
_ 5. 884 5'HMAC pavement for parking •O
�
Dollars ~c✓e�� 00
and h 17 Cents per SY $ 2 $
6. 400 SY HMAC transition pavement
�i,�f GN f�i h I/'li✓ Dollars C� 11 6 pU oc
and P70 Cents per SY $ / 00
$ 4
7. 1 LS Utility adjustment y
Eiahteen Thousand Five Hundred Dollars
and No Cents per LS $ 18,500.00 $ 18,500.00 'v
4
8. 7,000 LF Remove existing curb and gutter
Dollars Zr
and P y& Cents per LF $ l f $ 975000
9. 2 EA Remove existing cu inlet
—LGUD / U41dl2d iA�4 lars M
D
and no $ 500
Cents per EA $ y
10. 82 SY Remove existing reinforced concrete pavement
I Dollars0-0
pq
and ny 6,0
Cents per SY $ �f $ 7 4�
11. 301 SF Remove brick driveway /
Oti le, Dollars
and ha Cents per SF $ $ 3
12. 29,052 LF Reinforced concrete curb
/'!L Dollars
3 so l
and i �� Cents per LF Is $
9609000_Spea_01-0430_PartB_Addendum3_01-0607 BSD.doc B—12 Addendum 3—June 7, 2001
UNIT II, CONCRETE ALTERNATE - PAVING RECONSTRUCTION AND STORM DRAIN
IMPROVEMENTS
TPW No: C115-531200-020115040551
PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE
13. 200 LF Standard Unch curb and 18-inch gutter
hc
G iii Dollars
7a Od
and n P7 Cents per LF $ la $ L o0
14. 176 SY Removal of concrete valley gutter
51 x Dollars
and Cents per SY $
15. in concrete valley gutter
Ilars
v
and Cents per SY �
16. 37,000 SF Remove existing concrete sidewalk,driveways,steps,
leadwalks,and wheel chair ramps /-� Od
ccAD Dollars /`� 70 269ao b
and 5-e Cents per SF $ CJ $
Z.
17. 40,500 SF 6-inch reinforcedconcreteeway
/" ✓�/ Dollars 2 d 7500 OL
ro
and n 0 Cents per SF $ 5 $ O
O
18. 21,000 SF 4-inch standard concrete sidewalk leadwalk and wheelchair y�
O
rampG
Dollarsp0 $ 000
and Cents per SF $ $
19. 30 LF Concrete stens
<</I Dollars O� 4
/� !/��!n Orb E
and Cents per LF $ 6 $ 7 p t/
20. 150 CY Concrete retaining wall w/sidewalk per CFW detail S-M13 391 v
T�LAdt,r d Dollars 00
and /SIO Cents per CY $ / $ Ct
21. 80 CY Concrete retaining
/_wall per TX DOT detail RW 1 (L)C
7; "c, rJNGf✓G Dollars Q�and �y Cents per CY $ 3co
$ b
V
22. 46 EA Adjust water meter boxes A�
Thirty-five Dollars
and No Cents per EA $ 35.00 $ 1,610.00
23. 58 EA Adjust existing water valve vault
Two Hundred Fifty Dollars
and No Cents per EA $ 250.00 $ 14,500.00
24. 45 EA Adjust existing manhole
Three Hundred Fifty Dollars
and No Cents per EA $ 350.00 $ 15,750.00
9609000_Specs_01-0430_PaRB_Addendum3_01-0607_BSD.dac B—13 Addendum 3—June 7,2001
UNIT II, CONCRETE ALTERNATE - PAVING RECONSTRUCTION AND STORM DRAIN
IMPROVEMENTS
TPW No: C115-531200.020115040551
PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL
ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE
25. 1,350 CY Topsoil
Eleven Dollars
and No Cents per CY $ 11.00 $ 14,850.00
26. 17,500 CY Unclassified street excavation h
61-e/fit Dollars ?�p 2500
and J0010 Cents per CY $ I $
27. 4 EA 10-foot storm drain inlet Lla
ollars00
ap
and �y Cents per EA $ 23W $ 9Z1��
4i
28. 1 EA 20-foot storm drain inlet
Dui 14 0y Son d 041C AVh4 o` Dollars
and it Cents per EA $ woo[�/oQ $ /QO
Y
29. 176 LF 24-inch Class III RCP storm drain pipe
Dollars v,s 0
16�-
and O Cents per LF $ $
30. 176 LF Trench safety system p
0 - Dollars l
and Cents per LF $ / $
31. 190 CY Trench excavation and backfill for storm drain
:716 rye el Dollars �
00
3 �j 7
and H V Cents per CY $ $ ✓ ! D qr
4i
32. 176 LF Temporary asphalt pavement repair per Figure W
Selllo�I Dollars ,
42
/a3� 00
and Cents per LF $ $
33. 1 EA 4-foot square storm
ldrain manhole
�/{L T AailfaNei/ Dollars nn
o� 000 oa
and Cents per EA $ 30D0 $ L
i
34. 35 LF Replace wood retaining wall 'tl
'7k t?.-7 fyI
Dollars
/?(� 2a 55 �� pq
and Cents per LF $ $
35. 55,000 LF Silicone joint sealing
h b Dollars 70
and kt/e47W Cents per LF $ D ' $ UU
36. 100 LF 6-Inch subdrain per city detail S-S11
Dollars II /,
00
and /��.a Cents per LF $ ( O $
SUBTOTAL UNIT II,CONCRETE ALTERNATE -PAVING
RECONSTRUCTION AND STORM DRAIN IMPROVEMENTS $ /73/ _,y7 —
0
9809000_Specs_01-0430_PaAB_Addendun,3_01-0607 BSD.doc B—14 Addendum 3—June 7, 2001
1-2001 WED 06:01 PM TRI-TECH FAX NO, 817 446 3044 P. 04
DUCTILE IRON FITTINGS
Number of Size of Fitting Type of Fitting Weight per Total Weight(lb)
Fittings Fitting (lb)
1 6" X 4" TEE �- f
** 1 6" X 6" TEE j g
15 8" X 6" TEE 1-f Q
8 8" x 8" TEE 5aZ 0 ktQ
2 16" X 8" TEE / 6 15 a-Q
1 24" X 8" TEE
1 24" X 24" TEE 1 -5 13
5 8" X 8" CROSS J '7
4 8" X 4" REDUCER
15 8" X 6" REDUCER p yQ +b
1 12"X 8" REDUCER Q ,
3 4" M, J, SLEEVE
a
14 6" M. J. SLEEVE 1359
4 8" M. J. SLEEVE "j 5 40 4
1 12" M. J. SLEEVE
2 16" M, J. SLEEVErA
S V 0
1 24" M. J. SLEEVE -76
1 4" CLEANING WYE 1 / 0. 110
9 8" CLEANING WYE
1 24" CLEANING WYE C7 5 nZ7� s
1 8" 450 BEND Q 0
4 24" 45° SEND0p
d
5 8" 22.50 SEND 0Q
1 4" PLUG
2 6" PLUG
0997
Total Weight lbs. /jr- w0,0- Tons)
Note: Contractor is responsible for the correct quantity totals of all fittings and specials.
-
R-15 Addendum 3—June 7, 2001
DUCTILE IRON FITTINGS
Number of Size of Fitting Type of Fitting Weight per Total Weight(lb)
Fittings Fitting (lb)
1 6"X 4" TEE
1 6"X 6" TEE
15 8"X 6" TEE
8 8"X 8" TEE
2 16"X 8" TEE
1 24"X 8" TEE
1 24" X 24" TEE
5 8"X 8" CROSS
v
4 8"X 4" REDUCER
15 8"X 6" REDUCER
1 12"X 8" REDUCER
,ro
3 4" M. ]. SLEEVE c
14 6" M. ]. SLEEVE
of
4 8" M. ]. SLEEVE
4
1 12" M. ]. SLEEVE
2 16" M. ]. SLEEVE
v
1 24" M. ]. SLEEVE
i
1 4" CLEANING WYE
9 8" CLEANING WYE
v
1 24" CLEANING WYE
1 8" 450 BEND
4 24" 450 BEND
ft
5 8" 22.50 BEND
1 4" PLUG
2 6" PLUG
Total Weight= lbs. Tons)
Note: Contractor is responsible for the correct quantity totals of all fittings and specials.
9809000_Specs_01-0430_PartB_Addendurn3_01-0607 BSD.doc B-15 Addendum 3—June 7,2001
CONCRETE PRESSURE PIPE
Size of Fitting Type of Fitting Cost
6"X 4" TEE
6"X 6" TEE
8"X 6" TEE
8"X 8" TEE
16"X 8" TEE
24"X 8" TEE
24"X 24" TEE d
I;
8" X 8" CROSS
0
8" X 4" REDUCER
•r
8" X 6" REDUCER
12"X 8" REDUCER
.yo
4" M. J. SLEEVE °
3
6" M. J. SLEEVE r
°
8" M. J. SLEEVE g
12" M. J. SLEEVE
m
16" M. J. SLEEVE
Q4
24" M. J. SLEEVE Z
•y
4" CLEANING WYE
8" CLEANING WYE
24" CLEANING WYE ,
°
8" 450 BEND y
24" 450 BEND
•r
8" 22.50 BEND
4" PLUG
6" PLUG
9809000_Specs_01-0430PartB_Addendum3_07-o6o7_BSD.doc B—16 Addendum 3—June 7, 2001
FINAL BID SUMMARY
UNIT I: WATER AND SANITARY SEWER IMPROVEMENTS
IN
DOE#2202:24"and 8"WATER LINES REHABILITATION,Knox Street—From Wichita Street to Erath Street
DOE#2203:8"WATER LINE REHABILITATION,Howard Street—From Wichita Street to Tallman Street
DOE#2205:8"WATERLINE REHABILITATION,Foard Street—From Childress Street to Martin Street
DOE#2207:8"WATERLINE REHABILITATION,Hardeman Street—From Wichita Street to Foard Street
DOE#2208:8"WATER LINE REHABILITATION,Hardeman Street—From Foard Street to Erath Street
DOE#2210:8"WATER LINE REHABILITATION,Nolan Street—From Martin Street to Vaughn Blvd.
WATER PROJECT#PW53-060530175460
DOE#2202:SANITARY SEWER REHABILITATION LATERALS:L-4048,L-5191 and L-4916
DOE#2203:SANITARY SEWER REHABILITATION LATERALS:L-3627 and L-3619
DOE#2205:SANITARY SEWER REHABILITATION LATERALS:L-3474
DOE#2210:SANITARY SEWER REHABILITATION LATERALS:L-3621,L-3620,L-3476 and L-2226
SEWER PROJECT#PS58-070580174600
d
0
UNIT II: PAVEMENT AND DRAINAGE IMPROVEMENTS
FOR
�v
DOE#2202:Knox Street—From Wichita Street to Erath Street '
DOE#2203:Howard Street—From Wichita Street to Tallman Street
DOE#2205:Foard Street—From Childress Street to Martin Street o
DOE#2207:Hardeman Street—From Wichita Street to Foard Street $
DOE#2208:Hardeman Street—From Foard Street to Erath Street d
DOE#2210:Nolan Street—From Martin Street to Vaughn Blvd.
4
TRANSPORTATION AND PUBLIC WORKS DEPT PROJECT#C115-020115040551
d
ASPHALT ALTERNATE .�
UNIT I: ��. i�
42
SECTION A-WATER IMPROVEMENTS $ qa (09
SECTION B-SANITARY SEWER IMPROVEMENTS $
UNIT II:
PAVING IMPROVEMENTS AND
STORM DRAIN IMPROVEMENTS-ASPHALT ALTERNATE $ 701,
CL , ?-7 y
TOTAL AMOUNT ASPHALT ALTERNATEAct
;tt
CONCRETE ALTERNATE
UNIT I: c
SECTION A-WATER IMPROVEMENTS $
SECTION B-SANITARY SEWER IMPROVEMENTS $ d-
UNIT II:
PAVING IMPROVEMENTS AND C
STORM DRAIN IMPROVEMENTS-CONCRETE ALTERNATE / 28
TOTAL AMOUNT CONCRETE ALTERNATE $ 3 i 1'22, SJam'
9809000_Specs_01-0430_PaRB_Addendum3_01-0607_BSD.doc B-17 Addendum 3-June 7, 2001
- 8 -
GENERAL CONDITIONS
(Water Department)
9809000_Specs_01-0430.doc
l
PART C - GENERAL CONDITIONS
TABLE OF CONTENTS
.� NOVEMBER, 1 , 1987
TABLE OF CONTENTS
C1-1 DEFINITIONS
® C1-1. 1 Definition of Terms C1-1 ( 1 )
C1-1 . 2 Contract Documents C1-1 ( 1 )
C1-1. 3 Notice to Bidders C1-1 ( 2 )
C1-1. 4 Proposal C1-1 ( 2 )
C1-1. 5 Bidder C1-1 ( 2 )
C1-1. 6 General •Conditions C1-1 ( 2 )
C1-1 . 7 Special Conditions C1-1 ( 2 )
C1-1.8 Specifications C1-1 ( 2 )
C1-1. 9 Bond C1-1 ( 2 )
C1-1. 10 Contract C1-1 ( 3 )
C1-1.11 Plans C1-1 ( 3 )
C1-1. 12 City C1-1 ( 3 )
C1-1.13 City Council C1-1 ( 3 )
C1-1 . 14 Mayor C1-1 ( 3 )
C1-1. 15 City Manager C1-1 ( 3 )
C1-1 . 16 City Attorney C1-1 ( 3 )
C1-1. 17 Director of Public Works C1-1 ( 4 )
C1-1. 18 Director, City Water Department C1-1 ( 4 )
C1-1. 19 Engineer C1-1 ( 4 )
C1-1 . 20 Contractor C1-1 ( 4 )
C1-1 . 21 Sureties C1-1 ( 4 )
C1-1. 22 The Work or Project C1-1 ( 4 )
C1-1. 23 Working Day C1-1 ( 4 )
C1-1. 24 Calendar Day C1-1 ( 4 )
C1-1. 25 Legal Holiday C1-1 ( 4 )
C1-1 . 26 Abbreviations C1-1 ( 5 )
C1-1. 27 Change Order C1-1 ( 6 )
® C1-1 . 28 Paved Streets and Alleys C1-1 ( 6 )
C1-1 . 29 Unpaved Streets and Alleys C1-1 ( 6 )
C1-1. 30 City Streets C1-1 ( 6 )
C1-1 . 31 Roadway C1-1 ( 6 )
C1-1 . 32 Gravel Street C1-1 ( 6 )
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
C2-2 . 1 Proposal Form C2-2 ( 1 )
C2-2 . 2 Interpretation of Quantities C2-2 ( 1 )
C2-2. 3 Examination of Contract Documents
and Site C2-2 ( 2 )
~ C2-2 . 4 Submitting of Proposal C2-2 ( 3 )
C2-2. 5 Rejection of Proposals C2-2 ( 3 )
C2-2 . 6 Bid Security C2-2 ( 3 )
(1 )
C2-2 . 7 Delivery of Proposal C2-2 ( 4 )
C2-2 . 8 Withdrawing Proposals C2-2 ( 4 )
C2-2 . 9 Telegraphic Modification of Proposals C22-2 ( 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 Conformitv 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 Offic= 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 Storace of Materials C5-5 ( 6 )
C5-5 . 14 Existina Structures and Utilities C5-5 ( 7 )
CS-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 Inscection 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 Work C6-6 ( 11 )
C6-6 . 19 No Waiver of Legal Rights C6-6 (12 )
C6-6 . 20 Personal Liability of Public Officials C6-6 (12 )
C6-6 . 21 State Sales Tax C6-6 ( 12 )
.� C7-7 PROSECUTION AND PROGRESS
C7-7 . 1 Subletting C7-7 ( 1 )
C7-7 . 2 Assignment of Contract C7-7 (1 )
C7-7 . 3 Prosecution of the Work C7-7 ( 1 )
C7-7 . 4 Limitations of Operations C7-7 ( 2 )
C7-7 . 5 Character of Workman and Equipment C7-7 ( 2 )
C7-7. 6 Work Schedule C7-7 (3 )
C7-7 . 7 Time of Commencement and Completion C7-7 ( 4 )
C7-7 . 8 Extension of time of Completion C7-7 ( 4 )
C7-7 . 9 Delays C7-7 ( 4 )
C7-7 . 10 Time of Completion C7-7 ( 5 )
C7-7 . 11 Suspension by Court Order C7-7 (6 )
C7-7 . 12 Temporary Suspension C7-7 ( 6 )
C7-7 . 13 Termination of Contract due to
National Emergency C7-7 ( 7 )
C7-7 . 14 Suspension of Abandonment of the
Work and Annulment of Contract C7-7 ( 7 )
C7-7 . 15 Fulfillment of Contract C7-7 ( 5 )
C7-7-. 16 Termination for Convenience of the Onwer C7-7 ( 10 )
C7-7 . 17 Safety Methods and Practices C7-7 ( 13 )
C8-8 MEASUREMENT AND PAYMENT
C8-8 . 1 Measurement of Quantities C8-8 ( 1 )
C8-8 . 2 unit Prices C8-8 ( 1 )
( 3 )
C8-8 . 3 Lump Sum C8-8 ( 1 )
C8-8 . 4 Scope of Payment C8-8 ( 1 )
C8-8 . 5 Partial Estimates and Retainage C8-8 ( 2 )
C8-8 . 6 Withholding Payment C8-8 ( 3 )
C8-8 . 7 Final Acceptance C8-8 ( 3 )
C8-8 . 8 Final Payment C8-8 ( 3 )
C8-8 . 9 Adquacy of Design C8-8 ( 4 )
C8-8 . 10 General Guaranty C8-8 ( 4 )
C8-8 . 11 Subsidiary Work C8-8 ( 5 )
C8-8 . 12 Miscellaneous Placement of Material C8-8 ( 5 )
C8-8 . 13 Record Documents C8-8 ( 5 )
r•
( A
A )
PART C - GENERAL CONDITIONS
C1-1 DEFINITIONS
SECTION C1-1 DEFINITIONS
C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract
Documents the following terms or pronouns in place of them are
used , the intent and meaning shall be understood and
interpreted as follows :
C1-1 . 2 CONTRACT DOCUMENTS: The Contract Documents are all of
the written and drawn documents , such as specifications ,
bonds , addenda , plans , etc . , which govern the terms and
performance of the contract . These are contained in the
® General Contract Documents and the Special Contract Documents .
a. GENERAL CONTRACT DOCUMENTS : The General Contract
Documents govern all Water Department Projects and
®` include the following items :
PART A - NOTICE ' TO BIDDERS ( Sample ) White
PART B - PROPOSAL (Sample) White
PART C - GENERAL CONDITIONS (CITY) Canary Yellow
( Developer) Brown
PART D - SPECIAL CONDITIONS Green
PART E - SPECIFICATIONS E1-White
E2-Golden Rod
E2A-White
PERMITS/EASEMENTS Blue
PART F - BONDS (Sample ) White
PART G - CONTRACT (Sample) White
b. SPECIAL CONTRACT DOCUMENTS : The Special Contract
Documents are prepared for each specific project as
., a supplement to the General Contract Documents and
include the following items :
PART A - NOTICE TO BIDDERS (Advertisement) Same as
above
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)
Cl-1 ( 1 )
C1-1 . 3 NOTICE TO BIDDERS : All of the legal publications
either actually published in public advertising mediums or
furnished direct to interested parties pertaining to the work
contemplated under the Contract Documents constitutes the
notice to bidders .
C1-1 . 4 PROPOSAL: The completed written and signed offer or
tender of a bidder to perform the work which the Owner desires
to have done , together with the bid security, constitutes the
Proposal , which becomes binding upon the Bidder when it is
officially received by the Owner, has been publicly opened and
read and not rejected by the Owner .
C1-1 . 5 BIDDER : Any person , persons , firm, partnership ,
company, association, corporation, acting directly or through
a duly authorized representative , submitting a proposal for
performing the work contemplated under the Contract Documents ,
constitutes a bidder .
C1-1 . 6 GENERAL CONDITIONS : The General Conditions are the
usual construction and contract requirements which govern the
performance of the work so that it will be carried on in
accordance with the customary procedure , the local statutes ,
and requirements of the City of Fort Worth ' s charter and
promulgated ordinances . —
Wherever there may be a conflict between the General
Conditions and Special Conditions , the latter shall take
precedence and shall govern .
C1 -1 . 7 SPECIAL CONDITIONS : Special conditions are the
specific requirements which are necessary for the particular
project covered by the Contract Documents and not specifically
covered in the General Conditions . When considered with the
General Conditions and other elements of the Contract
Documents they provide the information which the Contractor
and Owner should have in order to gain a thorough knowledge of
the project.
C1-1 . 8 SPECIFICATIONS : The Specifications is that section or
part of the Contract Documents which sets forth in detail the _
requirements which must be met by all materials , construction ,
workmanship , equipment and services in order to render a
completed and useful project . Whenever reference is made to
standard specifications , regulations , requirements , statutes , -
etc . , such referred to documents shall become a part of the
Contract Documents just as though they were e=mbodied therein .
C1-1 . 9 BOND : The bond or bonds are the wr:tten arantee or
security furnished by the Contractor for the prompt and
Cl-1 ( 2 )
faithful performance of the contract and include the
C
ollowing :
a. Performance -Bond ( see paragraph C3-3 . 7 )
b. Payment Bond ( see paragraph C3-3 . 7 )
C . Maintenance Bond ( see paragraph C3-3 . 7 )
d . Proposal or Bid Security (see Special Instructions
to Bidders, Part A and C2-2 . 6 )
C1-1 . 10 CONTRACT: The Contract is the formal signed agreement
between the Owner and the Contractor covering the mutual
understanding of -the two contracting parties about the project
to be completed under the Contract Documents .
C1-1 . 11 PLANS : The plans are the drawings or reproductions
therefrom made by the Owner ' s representative showing in detail
the location , dimension and position of the various elements
of the project , including such profiles , typical
cross-sections , layout diagrams, working drawings, preliminary
drawings and such supplemental drawings as the Owner may issue
to clarify other drawings or for the purpose of showing
changes in the work hereinafter authorized by the Owner . The
plans are usually bound 'separately from 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
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
prescribe; by the City Council of the City of Fort �iorth for
observance by City employees as follows :
Cl-1 ( )
1 . New Year ' s Day January 1
2 . M. L. King, Jr . Birthday Third Monday in January
3 . Memorial Day Last Monda-y--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
AW-v+A - American Water Works % - Percentum
Association R - Radius
ASA - American Standards Association I . D. - Inside Diameter
HI - Hydraulic Institute O . D . - Outside
Diameter
Asph. - Asphalt Elev. - Elevation
Ave. - Avenue F - Fahrenheit
Blvd. - Boulevard C - Centigrade
CI - Cast Iron In . - Inch
CL - Center Line Ft. - Foot
GI - Galvanized Iron St . - Street
Lin. - Linear or Lineal CY - Cubic Yard
lb. - Pound Yd . - Yard
MH - Manhole SY - Square Yard
Max. - Maximum L. F. - Linear Foot
D. I . - Ductile Iron
C1-1 ( 5 )
C1 - 1 . 27 CHANGE ORDER : A " Change Order " is a written _
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,
roa way or other surface is any area except those defined
above for "Paved Streets and Alleys . "
C1-1 . 30 CITY STREETS : A city street is defined as that area
between the right-of-way lines as the street is dedicated.
C1-1 . 31 ROADWAY : The roadway is defined as the area between
parallel lines two ( 2 ' ) feet back of the curb lines or four
( 4 ' ) feet back of the average edge of pavement where no curb
exists . ._
C1-1 . 32 GRAVEL STREET : A gravel street is any unpaved street
to which has been added one or more applications of gravel or
similar material other than the natural material found on the
street surface before any improvement was made .
C1-1 ( 6 )
SECTION C - GENERAL CONDITIONS
C2-2 INTERPRETATION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2 - 2 . 1 PROPOSAL FORM: The Owner will furnish bidders with
proposal form, which will contain an itemized list of the
items of work to be done or materials to be furnished and upon
which bid prices are requested. The Proposal form will state
the Bidder ' s general understanding of the project to be
completed, provide a space for furnishing the amount of bid
security , and state the basis for entering into a formal
contract . The Owner will furnish forms for the Bidder ' s
" Experience Record , " "Equipment Schedule , " and "Financial
Statement , " all of which must be properly executed and filed
with the Director of the City Water Department one week prior
to the hour for opening of bids .
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
expe-rience 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
MORO
and �::at==i als to b= furnishes as may b= listed .r. 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 requited for
its completion, and obtain all information required to make an
intelligent proposal . No information given by the Owner or
any representative of the Owner other than that contained in
the Contract Documents and officially promulgated addenda
thereto , shall be binding upon the Owner . Bidders shall rely
exclusively and solely upon their own estimates ,
investigation , research , tests , explorations , and other data —
which are necessary for full and complete information upon
which the proposal is to be based. It is mutually agreed that
the submission of a proposal is prima-facie evidence that the ..
bidder has made the investigations , examinations and tests
herein required . Claims for additional compensation due to
variations between conditions actually encountered in
construction and as indicated in the Contract Documents will
not be allowed .
The logs of Soil Borings , if any, showing on the plans are for
general information only and may not be correct , Neither the
C2-2 ( 2 )