Loading...
HomeMy WebLinkAboutContract 26221 1N3WMd301N3110 Ad0:) &NOIl3naiSN00 r • 00 9 10® SidOO�/21iN00 SPECIFICATIONS 3'U3 '3'aaD.O.E. KE AbVAND CO�,��pR'S BONDING CO. ��03S NTRACT DOCUMENTSOP'Y CCM�9'itRUC�'S C FOR CU06 WA MENT MAIN 183 AND 333 DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS (GROUP 6, CONTRACT 3) PART 4 CITY Ip CONTRACT NSECRETARY / LH- 8260 D.O.E. PROD. NO. - 2796 SEWER PROD. NO. PS46-070460410240 CITY OF FORT WORTH, TEXAS 2000 r KENNETH BARR BOB TERRELL MAYOR CITY MANAGER DALE A. FISSELER, P.E. DIRECTOR, WATER DEPARTMENT t HUGO A. MALANGA, P.E. DIRECTOR, TRANSPORTATION & PUBLIC WORKS DEPT_ . A. DOUGLAS RADEMAKER, P.E. ly DIRECTOR, DEPARTMENT OF ENGINEERING - '`• PREPARED BY OF T�dk of TY HILTON .vc: i#. . . . . . . . . . . . . . .% TEAGUE NALL AND PERKINS e/-'•. N ENGINEERS♦ SURVEYORS r+�Q'•9�cp;•' r MUNICIPAL CONSULTANTS QI37EP ssi..... 1r k"+ " 915 Florence Street Fort Worth,TX 76102 (817)336-5773 00 City of Fort Worth, Texas "avow andcoun"'! Communication DATE REFERENCE NUMBERG NAME PAGE LO 9/12/00 **C-18226 30PLANT 1 of 2 SUBJECT AWARD OF CONTRACT TO SOUTHERN PARADISE CONSTRUCTION, INC. FOR MAINS 183 AND 333 DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS GROUP 6, CONTRACT 3 PART 4 RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Southern Paradise Construction, Inc. in the amount of $122,026.00 for Mains 183 and 333 Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 3) Part 4. DISCUSSION: On January 26, 1999 (M&C C-17230), the City Council authorized the City Manager to execute an engineering agreement with Teague, Nall and Perkins, Inc. to prepare plans and specifications for the reduction of inflow/infiltration in the sanitary sewer Main 183 and 333 drainage area. This project is part of the City's Integrated Wet Weather Wastewater Management Program to comply with an administrative order from the U.S. Environmental Protection Agency to eliminate sewer overflows from the City's wastewater collection system. The project is located within TXU Electric's Handley power plant and is generally bound on the north by Rosedale Street, on the south by Lake Arlington, on the east by Arkansas Lane, and on the west by East Loop 820. The proposed improvements consist of the replacement of approximately 1,600 linear feet of primarily 8-inch diameter sewer pipe. The project is located in COUNCIL DISTRICT 5, Mapsco 79R and 80N. The project was advertised for bid on June 15, and 22, 2000. On July 20, 2000, the following bids were received: BIDDER AMOUNT TIME OF COMPLETION Southern Paradise Construction. Inc. $122,026.00 80 Calendar Days Bowles Construction Company 131,607.61 Rhino Utility Construction, Inc. 134,469.00 Long Construction & Engineering, Inc. 135,182.75 Stocker Enterprises, Inc. 137,354.00 Whizcon Utilities, Inc. 147,235.00 Cleburne Utility Construction Company 148,912.00 William J. Schultz, Inc. d/b/a Circle "C" Construction Company 149,705.00 Kebo Services, Inc. 157,395.89 Sherman Hudson Utility Construction 159,471.00 Davila Cmstruction, Inc. 159,690.50 City of Fort Worth, Texas "avow and Council Communication, DATE REFERENCE NUMBER LOG NAME TPAGE 9/12/00 **C-18226 30PLANT 2 of 2 SUBJECT AWARD OF CONTRACT TO SOUTHERN PARADISE CONSTRUCTION, INC. FOR MAINS 183 AND 333 DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS GROUP 6, CONTRACT 3 PART 4 In addition to the contract cost, $9,000.00 is required for inspection and survey and $6,000.00 is provided for project contingencies. Southern Paradise Construction, Inc. is in compliance with the City's M/WBE Ordinance by committing to 17% M/WBE participation. The City's goal on this project is 17%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the State Revolving Fund-Sewer. MG:j Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) APPROVED Mike Groomer 6140 CI'T'Y COUNCIL Originating Department Head: A.Douglas Rademaker 6157 (from) E'' 12 2000 PE42 541200 070420418230 $122,026.00 1' Additional Information Contact: F - 4 -. V11y SetOlery Of th& A.Douglas Rademaker 6157 city�'�Fort'forth,T6X , JUL-12-2000 16:15 TEAGUE NALL AND PERKINS 8173362813 P.02i07 City of Fort worth Water Department Addendum No. 1 To The Specifications And Contract Documents for MAIN 183 AND 333 DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS (GROUP 6, CONTRACT 3) PART 4 D.O.E. PROJECT NO. -2796 SEINER PROJECT NO. PS46-070460410240 Original Bid Receipt Date: July 13, 2000 Addendum Issue Date: July 12, 2000 The following information shall constitute Addendum No. 1 to the Contract Documents as identified above. This Addendum must be properly acknowledged by the Bidder by signing in the space provided in the proposal submitted for bid opening. Failure to indicate receipt of this Addendum shall be grounds for rendering the laid non-responsive. This Addendum is part of the Contract Documents and will be bound into the executed contracts. The following information shall supersede any and all conflicting written or verbal information previously provided: 1. PART A: Notice to Bidders The bid receipt date is postponed one week. The Notice to Bidders and Comprehensive Notice to Bidders is revised as follows: Sealed proposals for the project addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 P.M., Thursday, July 20, 2000, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. 2. PART C1: Supplementary Conditions to Part C—General Conditions Part C1 was inadvertently omitted from the specifications and contract documents originally issued. Part C1 Supplementary Conditions to Part C — General Conditions is attached. Paragraphs E and F refer to special insurance requirements for the project. Please acknowledge receipt of Addendum No. 1 by placing a signed copy of same into your proposal at the time of bidding. RECEIPT ACKNOWLEDGED: APPROVED: Ar Rick Trice, P.E. Manager of Consultant Services JUL-12-2000 16:15 TEAGUE NALL AND PERKINS 8173362813 P.03/07 • w PART Cl SUPPLEMENTARY CONDITIONS TO PART C w JUL-12-2000 16:16 TEAGUE NALL AND PERKINS 8173362e13 P.0410Y SECTION Cl: SUPPLEMENTARY CONDI'T'IONS TO PART C-GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C3-3.7 BONDS: Page C3-3 (3), the paragraph after subparagraph d. Change the paragraph to read as follows: "No sureties will be accepted by the owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and the surety shall be acceptable to the owner. 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 times the amount of the bond. The surety must be licensed to business in the state of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth (1/10) of the total capital and surplus. If reinsurance is required,the company writing the reinsurance must be authorized, accredited or trusteed to do business in Texas." C. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate,payment shall be based upon 85%of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of$400,000 or more at the time of execution, retainage shall be five percent(5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Revised Pg. 1 01/14/00 JUL-12-2000 16:16 TEAGUE NALL AND PERKINS 8173362813 P.05i07 Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. D. Part C - General Conditions: Paragraph 0-3.1 La of the General Conditions is deleted and replaced with D-12 of Part D- Special Conditions. E. Part C — General Conditions: Paragraph CMA Lb of the General Conditions is deleted and replaced with the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shell maintain during the life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $1,000,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $1,000,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. Texas Utilities Company ('TXU) shall be listed on the insurance certificate as additional insured. (Refer to attached summary) F. Part C — General Conditions: Paragraph C3-3.1 Ld of the General Conditions is deleted and replaced with the following: AUTOMOBILE INSURANCE—BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than$250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $1,000,000 on account of one accident, and automobile property damage insurance in an amount not less than$100,000. (Refer to attached summary) G. C3-3.11 INSURANCE: Page 0-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" H. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of,the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the nePlipence or allied mGx1iGnce of Owner, its officers, servantsor employees Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or Revised Pg. 2 01/14/00 JUL-12-2000 16:17 TEAGUE NALL AND PERKINS 8173362813 P.06/07 fi destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any sur,', injury or damage is caused in whole or in part by the neglijtence or alleged nggliFen'ce of Owner, its officers, sem-ants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either(a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b)provides Owner with a letter from Contractor's Iiability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. Revised Pg. 3 01/14/00 JUL-12-2000 16: 17 TEAGUE NALL AND PERKINS 8173362813 P.07/07 SUMMARY OF INCREASED INSURANCE REQUIREMENTS FOR 'WORK ON TX-U PROPr,ic V ■ Item TXU''s Minimum Insurance Requirements General Liability Insurance • $1,000,000 per occurrence on account of bodily injury, including death 1 $1,000,000 per occurrence on account of property damage • TXU shall be listed as additional insured on insurance certificate ' Automobile Insurance • $1,000,000 on account of one accident TOTAL P.07 JUL-19-2000 18:24 TEAGUE NALL AND PERKINS 8173362813 P.02iO3 City of Fort Worth Water Department Addendum No. 2 To The Specifications And Contract Documents for MAIN 183 AND 333 DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS (GROUP 6, CONTRACT 3) PART 4 D.O.E. PROJECT NO. - 2796 SEWER PROJECT NO. PS46-070460410240 Original Bid Receipt Date: July 20, 2000 Addendum Issue Date: July 19, 2000 The following information shall constitute Addendum No. 2 to the Contract Documents as identified above. This Addendum must be properly acknowledged by the Bidder by signing in the space provided in the proposal submitted for bid opening. Failure to indicate receipt of this Addendum shall be grounds for rendering the bid non-responsive. This Addendum is part of the Contract Documents and will be bound into the executed contracts. The following information shall supersede any and all conflicting written or verbal information previously provided: 1. PART B: Minority and Women Business Enterprise Specifications The City of Fort Worth has revised the Special Instructions For Bidders page of the M/WBE documents. Replace the Special Instructions For Bidders included in the bid documents with the attached, revised page. Please acknowledge receipt of Addendum No. 2 by placing a signed copy of same into your proposal at the time of bidding. RECEIPT ACKNOWLEDGED: APPROVED: _" 04 &_ Manager of Consultant Services ,"'L-19-2000 18:25 TEAGUE NALL AND PERKINS 8173362813 P.03/03 City of Fort Worth Minority and Women business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract Is $25,000 or more,the M/WBE goal Is applicable. If the total dollar value of the contract is less than$25,000,the MIVVBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minorlty/Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of M/WBE firms to a level comparable to the availability of M/WBEs that provide goods and services directly or indirectly to the City. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MBE/WBF=goal on this project is 17 %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WSE Ordinance by either of the following: 1. Meet or exceed the above stated MIWBE goal,or, 2. Good Faith Effort documentation,or, 3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. M/WBE Utilization Form, if goal received by 5:00 p.m.,five(5)City business days after the is met or exceeded: bid opening date,exclusive of the bid opening date. 2.Good Faith Effort Form and MIWBE received by 5:00 p.m.,five(5)City business days after the Utilization Fort,if participation is bid opening date,exclusive of the bid opening date. less than stated goal: 3. Good Faith Effort Form if no received by 5:00 p.m.,fire(5)City business days after the participation: bid opening date,exclusive of the bid opening date. 4.Prime Contractor Waiver Form: received by 5:00 p.m.,five(5)City business days after the bid opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'$MIWBF ORDINANCE,WILL RESULT IN.THE BID BEING CON$IOERED NON-RESPONSIVE TO SPECIFICATIONS, Any questions,please contact the M/WBE Office at(817)871-6104, Rev.5/17/00 TOTAL P.03 06/16/1996 08:04 3325478 FW WW PRGM YCH PAGE 01 City of Fort Worth Water Department Addendum No. 3 To The Specifications And Contract Documents for MAIN 21 DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS (GROUP 7, CONTRACT 3) PART 5 D.O.E. PROJECT NO. - 2490 SEWER PROJECT NO. P846-070480410310 Original Bid Receipt Date: July 20, 2000 Addendum Issue Date: July 19, 200..0A The following information shall constitute Addendum No. /lo'the Contract Documents as identified above. This Addendum must be properly acknowledged by the Bidder by signing in the space provided in the proposal submitted for bid opening. Failure to indicate receipt of this Addendum shall be grounds for rendering the bid non-responsive. This Addendum is part of the Contract Documents and will be bound into the executed contracts. The following information shall supersede any and all conflicting written or verbal information previously provided: 1. AR B: MiMM and omen Busin2ls Enterprise Snecifiggiiorm The City of Fort Worth has revised the Special Instructions For Bidders page of the M/WBE documents. Replace the Special Instructions For Bidders included in the bid documents with the attached, revised page. Please acknowledge receipt of Addendum No. 3 by placing a signed copy of same into your proposal at the time of bidding. RECEIPT ACKNOWLEDGED: APPROVED: Trice, . Manager of Co ultant rvices 06/16/1996 08:04 3325478 FW WW PRGM YCH PAGE 02 - City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICAT110N OF`POLICY. If the total dollar value of the contract is $25,000 or more; the.MfWSS,goal is applicable. if the total dollar value of:the contract is less than$25,000,the M/WSE oal is:not applicable. . POLICY STATEMENT it is-the policy of the City of"Fort Worth to ensure the full and equitable participation by MinorityNVomen Business Enterprises (MNV131r) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of M/WBE firms to a level comparable to the availability of M1WBEs that provide goods and services directl or indirect to the City ali..r Gement§man.tl'•reaul ffoiis stated in the Ci -s�cur tent triority�,,ay�`"n��ome�ss.�nterpnse:Or�'ryran e1�.rta:fi`ii5c1 ^ -- MIME PROJECT GOALS The City's MSEMIBE goat an this project is of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's MANSE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or; 2. Good Faith Effort documentation, or; 3. Waiver documentation. SUBMITTAL 0FREQUIRED DOCIIMENTATION The applicable'documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be,considered responsive to the specifications. �V1Za!t[1dC:QFA0received by 5:00 p.m.,five(5)City business days after the ISMbid opening date, exclusive of the bid opening date. 2s.o -tai Effi3rt�.�otrr ntf _E received by 5:00 p.m., five (5) City business days after the l)t �at►csrly orm pa fs bid opening date, exclusive of the bid opening date. rss ilia[ received by 66:00 p.m.,five(5) City business days after the saw i 'b bid opening date, exclusive of the bid opening date. � P 9 p 9 4. Prime Contractor Waiver Form- received by 5:00 P.m.,five(S)City business days after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE.CiTY`S MMISE ORDINANCE;WILL RESULT IN THE BID BEING CONSIDERED NOWRESPONSIVE.TO SPECIFICATIONS. Any,questions,please contact the M/WBE Office at(817)871-6104. Rev.5117100 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MAIN 183 AND 333 DRAINAGE AREA SANITARY SEWER SYSTEM REHABILITATION AND IMPROVEMENTS (GROUP 6, CONTRACT 3) PART 4 LH - 8260 D.O.E. PROJ. NO. -2796 SEWER PROJ. NO. PS46-070460410240 CITY OF FORT WORTH, TEXAS 2000 KENNETH BARR BOB TERRELL MAYOR CITY MANAGER DALE A. FISSELER, P.E. DIRECTOR, WATER DEPARTMENT HUGO A. MALANGA, P.E. DIRECTOR, TRANSPORTATION & PUBLIC WORKS DEPT. A. DOUGLAS RADEMAKER, P.E. DIRECTOR, DEPARTMENT OF ENGINEERING PREPARED BY TEAGUE NALL AND PERKINS ENGINEERS♦ SURVEYORS MUNICIPAL CONSULTANTS 915 Florence Street Fort Worth,TX 76102 (817)336-5773 TABLE OF CONTENTS PART A Notice to Bidders Comprehensive Notice to Bidders Special Instructions to Bidders PART B Proposal • Minority and Women Business Enterprise Specifications • Proposal • City Approved Product List PART C General Conditions PART C1 Supplementary Conditions to Part C—General Conditions PART D Special Conditions PART DA Additional Special Conditions Details PART E Specifications PART F Certificate of Insurance Contractor Compliance with Worker's Compensation Law Bonds 0 Performance Bond • Payment Bond • Maintenance Bond PART G Contract APPENDIX A SRF Requirements APPENDIX B TXU Authorization to Enter Handley Power Plant Property j r r r r PST A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS 1 1 Notice to Bidders Sealed Proposals for the following: Main 183 and 333 Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 3) Part 4 D.O.E. No. 2796 285 L.F. 6" Sanitary Sewer Pipe by Open Cut 1249 L.F. 8" Sanitary Sewer Pipe by Open Cut 68 L.F. 8" Sanitary Sewer by Other Than Open Cut Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 P.M., Thursday, July 13, 2000, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents will be provided for a deposit of $35.00. A pre-bid conference will not be held. The work included in this contract will be conducted within TXU Electric's Handley Power Plant. As required by TXU, this contract includes insurance and indemnification requirements which are different from standard City of Fort Worth project insurance and indemnification requirements. Prospective bidders are hereby directed to paragraphs E and F of Section C1, Supplementary Conditions to Part C - General Conditions relating to the insurance requirements. Prospective bidders are also directed to item DA-39; TXU INDEMNIFICATION of Part DA - Additional Special Conditions. For additional information concerning this project, please contact Ty Hilton, P.E., at the offices of Teague Nall and Perkins, Inc., 336-5773 or John Boyer, Project Manager, at the City of Fort Worth, 332-5474. Department of Engineering A. Douglas Rademaker, Director Advertising Dates: June 15, 2000 June 22, 2000 Comprehensive Notice to Bidders Sealed Proposals for the following: Main 183 and 333 Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6, Contract 3) Part 4 D.O.E. No. 2796 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 P.M., Thursday, July 13, 2000, and then publicly opened and read aloud at 2:00 P.M. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. A thirty-five dollar ($35.00) deposit is required for the fust set of documents and additional sets may be purchased on a non- refundable basis for thirty-five ($35.00). These documents contain additional information for prospective bidders. All bidders will be required to comply with provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. The work included in this contract will be conducted within TXU Electric's Handley Power Plant. As required by TXU, this contract includes insurance and indemnification requirements which are different from standard City of Fort Worth project insurance and indemnification requirements. Prospective bidders are hereby directed to paragraphs E and F of Section C1, Supplementary Conditions to Part C - General Conditions relating to the insurance requirements. Prospective bidders are also directed to item DA-39; TXU INDEIVINIFICATION of Part DA - Additional Special Conditions. Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major work on the above project shall generally consist of the following: 285 L.F. 6" Sanitary Sewer Pipe by Open Cut 1249 L.F. 8" Sanitary Sewer Pipe by Open Cut 68 L.F. 8" Sanitary Sewer by Other Than Open Cut Included in the above will be all other items of construction as outlined in the Plans and Specifications. A pre-bid conference will not be held. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPARTMENT) 1. PREQUALIFICATION REQUIREMENT: All contractors submitting are required uired � to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven(7) calendar days prior tr to the date of the opening of bids. (a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency, and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. (b) For an experience record to be considered to be acceptable for a given project, it f 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. F (c) The Director of the Water Department shall be the sole judge as to the acceptability f for financial qualification to bid on any Fort worth Water Department project. I(d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. (e) The City, in it's sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. (f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. (g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City F1 F Bidders shall not separate, detach, or remove any portion, segment, or sheets from the contract document at any time. Bidders must complete the proposal sections and submit the complete specifications book or face rejection of the bid as non-responsive. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 871-7910. 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. Any contract or contracts awarded under the Notice to Bidders are expected to be funded in part by a loan from the Texas Water Development Board. Neither the State of Texas nor any of its departments, agencies or employees are, or will be, a party to this Notice to Bidders or any resulting contract. The contract or contracts are subject to regulations contained in 31 TAC, Chapter 363, in effect on the date this contract is executed. For additional information, contact Ty Hilton, P.E., at the offices of Teague Nall and Perkins, Inc., 336-5773 or John Boyer, Project Manager, at the City of Fort Worth, 332-5474. BOB TERRELL GLORIA PEARSON CITY MANAGER CITY SECRETARY Department of Engineering A. Douglas Rademaker, Director Advertising Dates: June 15, 2000 O n y S Q v June 22, 2000 Rick Trice, P.E. Manager, Consultant Services of Fort Worth, in an amount of not less than five(5%)percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents with ten (10) days after the contract has been awarded. To be an acceptable surety on the bond (1) the name of the surety shall be included on the current U.S. Treasury, or (2) the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth (1/10) the total capital and surplus. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 4. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas, and as set forth in the Contract Documents must be paid on this project. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g. Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in the State of Texas,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in the State of Texas. This provision does not apply if this contract involves Federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the contract amount is $25,000 or less, the contract amount shall be paid within forty-five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government,Contractor covenants that neither it,nor any of its officers,members, agents, 2 employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all its subcontractors will not unlawfully discriminate on; the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with the ADA's provisions and any other applicable Federal, State and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted third parties or subcontractors against City arising out of contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accordance with the City of Fort Worth Ordinance No. 13471 as amended by Ordinance No. 13781, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM, ("Documentation")as appropriate. The documentation must be received no later than 5:00 P.M., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a 3 Women Business Enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements. Further, any such misrepresentation(other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 4 PART B PROPOSAL • Minority and Women Business Enterprise Specifications • Proposal • City Approved Product I 111 PROJECT GOAL: , • 0 • D a' __ - — - - - - ...•t•,,"..-• - ter, - _ 5 C R '`3.• �>t..,n+ - �-sY r,�.,�:.} . s• t i.a „�+a:.�_..�j. u A --t fa. �i`�i! 1�:�•7`-fi`.�'-Ill ;K ��S%�7s,����Sa,+ •• V •,.i • • ''p�.��d - _4 :1£sr h �zr^}�y,� y�{te t - c��'� -.:-�.,' i 'l .•'. .�.. ) A • ti =w �y �tpL �s?.L F �+ fx !� - art. ti� •1 � i �.��„"r'�'-lY-*+41,,.f,--e .� . �f� I •• _• ��fY• •"J 4 '` f;:• •• • S i "'�'� � '{ .! i �e ����"'x.. � M � !k t ° 21� ) :•�'s.�t�.�-.y, a�`�•r; f,,r �- .� a E£ �fi 3�� � �+ t A � ,�� a. qz �� I.F t - { �..'s `3*_, �•'' .�` 5'�€G: ,S,s�' a c i�cc-s +*,f' 1;c _ z .••� `- � f � '._ �i'°l:yy 4 .a::ii y d .1 i;^� �s 31 s� _ [` �• �' t� �x,.. s.. ►t s -. S ''a' H :Rambo Trucking 1 • Worth, TX 76140 �• 1 • •acier • i 11 ' u i—1L Haul • _ '8901 Normandy 2 1111 11 • 'StreetRepair 817) 560-3044 f•4v� r1Rfrl M ���1. -• . r��1C.) :�~.�•t ( ' C).• ei�• - �L t� �t .' i )ll • f) i MP . .. 1.• • �•" 1 i • .- •7 '1"'il . • T. • ••. � a i e y s 6: IN ,-...e..,.,.—,1_..._.t._:'�'St.•` -.w.:..,:. _..'-_3...�...:.::.:.<a • _• •.:3ie4"f1&..Lc.:+::�a:S3yY. 'Yriia' '.►4'.'-_i a.'$„ ,.;.c,rw rt{;. Attachrnent 1 A Pago cf2 City of Fort Worth Minority and Women Business Entero sb`lipedildatlons MBE/WBE UTILIZA' L!. rffl -2 12 ecrfll'�Co z� I Febidder further agrees to provide,directly to the City upon request,complete and accurate information regardinc �0ctual work performed byFall subcontractors,including MBE(s)and/or WBE(s)arrangements submitted with this bid .e bidder also agrees to allow an audit and/or examination of any books,records and files held by their companytha ill substantiate the actual work performed by the MBE(s)and/or WBE(s)on this contract,by an authorized officer o employee of the City. Any intentional and/or misrepresentation of facts will be grounds for terminating the contrac I debarment from City work for a period of not less than three(3)years and for initiating action under Federal,Stat Local laws concerning false statements.Any failure to comply with this ordinance and creates a material bread of contract may result in a determination of an irresponsible offer and barred from participating in City work for P .nod of time not less than one (1) year. ' ALLrd7WBUST E CERTIFIED BY THE CITY BEFORE CONTRACT AWARD M Dina,Jkoiland K4uthorized Signature `- Printed Signature President Title Contact Name and Title(if different) Southern Paradise (817) 244-6240' Company Name TNT" Number(s) 4802 Hwy 377 9dig 244-7220 Address Fax Number ` Fort Worth, TQC 76126 July 2' , 2000 "ity/State/Zip Code Date f-1IS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5)CITY BUSINESS DAYS AFTER BIC Pages 1 and 2 of Attachment 1A must be received by the Managing Department PROPOSAL " TO: Mr. Bob Terrell City Manager Fort Worth, Texas Main 183 and 333 Drainage Area Sanitary Sewer System Rehabilitation and Improvements (Group 6 Contract 3) Part 4 SEWER PROD. NO. PS46-070460410240 D.O.E. No. 2796 Pursuant to the foregoing "Notice to Bidders", the undersigned bidder has thoroughly examined the Contract Documents, including Plans, Special Contract Documents, the General Contract Documents, and General Specifications for Water Department Projects, and the site of the project, understands the amount of work to be done, and hereby proposes to do all the work, furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Engineering Department Director of the City of Fort Worth, Teas. The contractor must be pre-qualified in accordance with the Water Department of the City of Fort Worth requirements. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, approved by the City of Fort Worth for the performing and completing of said work within the time stated and for the following sums, to wit: PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 1. 285 L.F. * 6-inch Sanitary Sewer, All Depths; Per Linear Foot Dollars Cents $ A/ $ 26a 2. 1,197 L.F. * 8-inch Sanitary Sewer, All Depths; Per Linear Foot 2T"t—t kWA Dollars A."Ir Cents $ 4? $ 1971474. * Contractor must complete City Approved Product form on Page B1-6. B1-1 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 3. 52 L.F. 8" D.I. Pipe, C1.51, All Depths; Per Linear Foot C5 Dollars 00 �v M� Cents $ W/d• $ 4. 68 L.F. 8" D.I. Pipe, Cl. 51, By Other Than Open Cut, (DA-5); Per Linear Foot '06f Lmw2t, 7'*w r Dollars %# Cents $ L4• $ 5. 9 EA. Standard Sewer MH, 48" I.D., Per Figure M of the G.C.D. (D-52); 1.!p,JEach � it/� Dollars 49 v /w Cents $4ko $ 13S'G1D- 6. 47 V.F. Ex. Depth for 48" I.D. Std. Manhole (D-52); Per,YertisaJ�Foot w ( Dollars N h4-d Cents $IDGt $ G a 7. 9 EA. Watertight Manhole Insert (D-52); Per Each 10AJ F 140"40 Dollars A,&; Cents $/90• $ f 8. 9 EA. Concrete Manhole Collars Per Fig. 121 of the G.C.D/ (D-52); Per Each TTNa 6rF� Dollars v Cents $ ZdG $ o 9. 9 Each Vacuum Test Manhole (D-63); Per Each N,,// jx' jA. 0 Dollars a► W Cents $ $ * Contractor must complete City Approved Product form on Page B1-6. B 1-2 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 10. 8.3 V.F. Install Protective Manhole Coating For Corrosion Protection (DA-7); Per Vertical Foot AIL4+2o Dollars '&a Cents $2 $ �6Q 11. 2 EA. Abandon Existing Sewer Manhole in Ply (D-5 ), Per Each Dollars Cents 12. 3 EA. Remove Existing Sewer Manhole (D- .5D; Per,Each �U ' ✓��Qd`9 Dollars IW Cents $�00- $ ��O• u 13. 20 L.F. 4" Sewer Service Line (D-53); Per Linear Foot 77'LQ, Dollars m p o Cents $ lea $ 4('00-* 14. 13 L.F. Bore 4" D.I.P. Sewer Service Line D-53 Per Linear Foot SPX 4t Dollars Cents $ 7�4. 15. 1 EA. 4" Sewer Service Taps or Tees (D-53); Per Each. //'' !'X�MOM Dollars P Cents $ $ 300. 16. 2 EA Install Sanitary Sewer Cleanout (D-53); Per Each PV%+ -e JL jA AQ&O Dollars �— Cents $ $ B 1-3 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 17. 1,534 L.F. Trench Safety System for Sewer Trench Depth 5' and Greater (D-51); Per Linear Foot 10!L)� Dollars �� Cents $ $ 18. 72 L.F. Permanent Asphalt Pavement Repair Per Figure 4 (D-50); Per Linear Foot,. /?9 07't Dollars PO Cents $ �• p $ Z 19. 37 L.F. Concrete Curb and Gutter Replacement (DA-21); Per Linear Foot '72/01 4 Dollars do Cents $ � $ 20. 0.5 TN Duct' a Iron Fittings; Per Ton ZA%W-7700-54" Dollars to PO Cents $ ikao $ 21. 1,462 L.F. Hydro Mulch Seeding (D-73); Per Linear Foot "�ttb Dollars wr Cents $ Zoo $ 2 j'7A� 22. 1,675 L.F. Pre-Construction TV Inspection of Sanitary Sewer Lines, All Sizes (D-62); Per Linear Foot 7h5eiw Dollars G v AA Cents $ 3 $ r6 23. 1,602 L.F. Post-Construction TV Inspection of Sanitary Sewer Lines, All Sizes (D-65); Per Linear Foot OA V' Dollars Ab Cents $ °J $_140 B1-4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID (Furnish and install, including all appurtenant work, complete in place the following items. D-No. refers to related items in the Part D Special Conditions.) 24. 4 Each Exploratory Excavation (D-Hole), (D-79); Per Each OAV- T*VsvHv>O Dollars 00 Cents $1aQD, $ AV TOTAL BID $ Imo. A B 1-5 CITY APPROVED PRODUCT FORM * CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED: STANDARD SPEC NO. SIZE /E1-31 4" thru 30" El-25 4" thru 15" E1-27 4" thru 15" E1-28 18" thru 27" E100-2 18" thru 48" Consult the "City of Fort Worth Standard Product List"to obtain the Generic/Trade Name and the Manufacturer for the pipes listed above. Failure to provide the information required above may result in rejection of bid as non-responsive. Only products or methods listed above will be allowed for use in this project. Any substitution shall result in rejection of bid as non-responsive. B1-6 Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this Contract. The attached bid security in the amount of_ 5 is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents, and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by the City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 80 Calendar Days after beginning construction as set forth in the written work order to be furnished by the Owner: Complete A or B below, as applicable: A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. gehprincipal place of business of our company or our parent company or majority owner is in the State of Texas. B 1-7 Receipt is acknowledged of the following addenda: Addendum No. 1 Addendum No. 2 Addendum No. 3 Respectfully submitted 0�)6yyyv� rC Y By OC��4- 4& LC Title Address (SEAL) If Bidder is Corporation Date: 7 2 ic_ - END OF PROPOSAL - B1-8 PART C GENERAL CONDITIONS PART C - GENERAL CONDITIONS TABLE OF CONTENTS . NOVEMBER, 1, 1987 TABLE OF CONTENTS Ci-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 Cl-1 (3 ) C1-1.14 Mayor Cl-1 (3) C1-1.15 City Manager Cl-1 (3) C1-1.16 City Attorney Cl-1 (3 ) C1-1.17 Director of Public Works C1-1 (4 ) C1-1.18 Director, City Water Department C1-1 (4 ) u C1-1.19 Engineer C1-1 (4) C1-1. 20 Contractor C1-1 (4) C1-1.21 Sureties Cl-1 (4 ) C1-1.22 The Work or Project Cl-1 (4) C1-1.23 Working Day C1-1 (4 ) C1-1.24 Calendar Day C1-1 (4 ) C1-1. 25 Legal Holiday Cl-1 (4) C1-1.26 Abbreviations C1-1 (5) C1-1. 27 Change Order C1-1 (6 ) C1-1. 28 Paved Streets and Alleys C1-1 (6 ) C1-1.29 Unpaved Streets and Alleys C1-1 (6 ) C1-1. 30 City Streets C1-1 (6) C1-1.31 Roadway C1-1 (6 ) C1-1.32 Gravel Street C1-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1 )- C2-2. 2 Interpretation of Quantities C2-2 (1) C2-2. 3 Examination of Contract Documents and Site C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (3 ) C2-2.5 Rejection of Proposals C2-2 (3 ) C2-2. 6 Bid Security C2-2 (3 ) (1 ) C2-2. 7 Delivery of Proposal C2-2 (4) C2-2. 8 Withdrawing Proposals C2-2 (4) C2-2. 9 Telegraphic Modification of Proposals C2-2 (4) C2-2 .10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (5) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3.1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterpise Women-Owned Business Enterprise o compliance C3-3 (1) C3-3 . 3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (2) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of proposal Securities C3-3 (2) C3-3 . 7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (4) C3-3.9 Failure to Execute Contract C3-3 (4) C3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 (4) C3-3 .12 Contractor ' s Obligations C3-3 (7) C3-3.13 Weekly Payroll C3-3 (7) C3-3.14 Contractor ' s Contract Administration C3-3 (7) C3-3.15 Venue C3-3 (8) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4. 2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4. (2) C4-4.5 Extra Work C4-4 (2) C4-4 . 6 Schedule of Operations C4-4 (3) C4-4. 7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans C5-5 (1) C5-5. 3 Coordination of Contract.- Documents CS-5 (2) C5-5.4 Cooperation of Contractor C5-5 (2)' C5-5.5 Emergency and/or Rectification Work C5-5 (3 ) C5-5. 6 Field Office CS-5 (3 ) CS-5. 7 Construction Stakes CS-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) CS-5.12 Samples and Tests of Materials C5-5 (6) C5-5 .13 Storage of Materials C5-5 (6) C5-5.14 Existing Structures and Utilities C5-5 (7) C5-5 . 15 Interruption of Service C5-5 (7) C5-5 .16 Mutual Responsibility of Contractors C5-5 (8) C5-5.17 Cleanup C5-5 (8 ) C5-5. 18 Final Inspection C5-5 (9 ) (2 ) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6. 1 Laws to be Observed C6-6 (1) C6-6. 2 Permits and Licenses C6-6 (1) C6-6 . 3 Patented Devices, Materials and Processes C6-6 (1) C6-6. 4 Sanitary Provisions C6-6 (2) C6-6. 5 Public Safety and Convenience C6-6 (2) _ C6-6. 6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6-6 (3) C6-6. 7 Railway Crossings C6-6 (4) C6-6. 8 Barricades, Warnings and Watchmen C6-6 (4 ) C6-6. 9 Use of Explosives, Drop Weight, etc. C6-6 (5) C6-6.10 Work Within Easements C6-6 (6 ) C6-6.11 Independent Contractor C6-6 (8) C6-6.12 Contractor ' s Responsibility for Damage Claims C6-6 (8) C6-6 .13 Contractor ' s Claim for Damages C6-6 (10) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10) C6-6.15 Temporary Sewer Drain Connections C6-6 (10) C6-6 .16 Arrangement and Charges of Water Furnished by City C6-6 (11) C6-6.17 Use of a Section of Portion of the work C6-6 (11) C6-6.18 Contractor ' s Responsibility for work C6-6 (11) C6-6. 19 No Waiver of Legal Rights C6-6 (12) C6-6. 20 Personal Liability of Public Officials C6-6 (12) C6-6. 21 State Sales Tax C6-6 (12) C7-7 PROSECUTION AND PROGRESS C7-7. 1 Subletting C7-7 (1) C7-7. 2 Assignment of Contract C7-7 (1) C7-7. 3 Prosecution of the Work C7-7 (1) C7-7. 4 Limitations of Operations C7-7 (2) C7-7. 5 Character of Workman and Equipment C7-7 (2) C7-7. 6 Work Schedule C7-7 (3 ) C7-7. 7 Time of Commencement and Completion C7-7 (4) C7-7. 8 Extension of time of Completion. C7-7 (4 ) C7-7. 9 Delays C7-7 (4 ) C7-7.10 Time of Completion C7-7 (5) C7-7.11 Suspension by Court Order C7-7 (6.) C7-7.12 Temporary Suspension C7-7 (6 ) C7-7.13 Termination of Contract due to National Emergency C7-7 (7) C7-7.14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7) C7-7.15 Fulfillment of Contract C7-7 ( 9 ) C7-7.16 Termination for Convenience of the Onwer C7-7 (10) C7-7.17 Safety Methods and Practices C7-7 (13 ) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8 (1) C8-8. 2 unit Prices C8-8 (1) (3 ) 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) (4 ) FM 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 embodied therein. C1-1 . 9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and Cl-1 (2 ) 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) C1-1 (1 ) r faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3 . 7) b. Payment Bond (see paragraph C3-3 . 7) C. Maintenance Bond (see paragraph C3-3 . 7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2. 6 ) C1-1 . 10 CONTRACT: The Contract is the- formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents . C1-1 . 11 PLANS : The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location , dimension and position of the various elements of the project , including such profiles , typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue s 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 op synonymous. Cl- 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. ps C1-1 . 15 CITY MANAGER: The officially appointed and authorized" City Manager of the City of Fort Worth , Texas , or his duly 4ft authorized representative. C1-1 . 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort worth , Texas , or his duly authorized +' representative. WN u Cl-1 (3 ) C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official R 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 r suc 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 r 7 : 00 a.m. and 6 : 00 p.m. , with exceptions as permitted in paragraph C7-7 .6. C1-1. 24 CALENDAR DAYS : A calendar day is any day of the week or month, no days being excepted. C1-1 . 25 LEGAL HOLIDAYS : Legal holidays shall be observed as ` prescribed by the City Council of the City of Fort Worth for observance by City employes as follows : C1-1 (4 ) 1. New Year ' s Day January 1 2. M. L. King, Jr. Birthday. Third Monday in January 3 . Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Fourth Friday in November 8 . Christmas Day December 25 9 . Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council , falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations . Employees working calendar day operations will consider the calendar holiday as the holiday. C1-1 . 26 ABBREVIATIONS : Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: AASHTO - American Association of MGD - Million Gallons Per State Highway Transportation Day Officials ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second LAW - In Accordance With ASTM - American Society of Min. - Minimum Testing Materials Mono.- Monolithic AWWA - American Water Works % - Percentum Association R - Radius ASA - American Standards Association I.D. - Inside Diameter HI - Hydraulic Institute O. D . - Outside Diameter Asph. - Asphalt Elev.- Elevation Ave. - Avenue F - Fahrenheit Blvd. - Boulevard C - Centigrade CI - Cast Iron In. - Inch CL - Center Line Ft. - Foot GI - Galvanized Iron St. - Street Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Square Yard Max. - Maximum L. F. - Linear Foot D. I . - Ductile Iron C1-1 (5 ) 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 " shalt be prepared by the City from information as necessary furnished by the Contractor. C1-1. 28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment , not including an oiled surface , with or without separate base material. 3 . Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1. 29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys. " C1-1 . 30 CITY STREETS : A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1 . 31 ROADWAY: The roadway is defined as the area between parallel lines two ( 2 ' ) feet back of the curb lines or four ( 41 ) feet back of the average edge of pavement where no curb exists. C1-1 . 32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. C1-1 (6 ) !, SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL rSECTION 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 r 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 r• 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 M which are to be received . The Director of the Water department shall be sole judge as to the acceptability of P9 experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2 . 2 INTERPRETATION OF QUANTITIES : The quantities of work and materials to be furnished as may be listed in the proposal C2-2(1) po 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 requi;ed 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 s.ol.ely -upon t.heir own estimates , investigation , research, tests , explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigations , examinations and tests herein required . Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the C2-2(2 ) Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2 . 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes to do the work contemplated or furnishe the materials required . All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association , or partnership, the name and address of each member must be given , and the proposal must be signed by a member of the firm, association , or partnership , or by a person duly authorized . If a proposal is submitted by a company or corporation , the company or corporate name and business address :rust be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2 . 5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures , additions not called for , conditional or uncalled for alternate bids , incomplete bids, erasures, or irregularities of any kind, or contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 . 6 BID SECURITY: No proposal -will be considered unless it is accompanied y a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders " and the "Proposal . " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids. VP C2-2 (3 ) C2-2 . 7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered , accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders . " It is the Bidder ' s sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL, " and the name or description of the project as designated in the "Notice to Bidders. " The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2 . 8 WITHDRAWING PROPOSALS: Proposals actually filed with the City .Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing , addressed to the City Manager , and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner , be returned unopened. C2-2. 9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the C ity Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, n no further consideration will be given to the proposal. C2-2 . 10 PUBLIC OPENING OF -PROPOSAL: -Proposals which have been properly filed and For which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders. " All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the - opening of bids. C2-2 . 11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions , alterations of form, additions , or conditions not called for , unauthorized alternate bids, or irregularities of any kind. However , the C2-2( 4 ) Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2- 2 . 12 DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their proposals not considered for any of , but not limited to, the following reason: a. Reasons for believing that collusion exists among bidders . b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement , experience record, equipment schedule , and such inquiries as the Owner may see fit to make. g. Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner , one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration , which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer , is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (5 ) MP Fn PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3 . 1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal , and the application of such formulas or other methods of bringing items t-o a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and r- waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. C3-3 . 2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request , complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and or a a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees , upon request by Owner , to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements ; further , any such misrepresentation may be grounds for disqualification of Contractor at Owner ' s discretion for bidding on future Contract-s with the Owner for a period of time of not less than six (6 ) months. C3--3 . 3 EQUAL EMPLOYMENT PROVISIONS : The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. C3-3 (1 ) The Contractor shall post the required notice to that effect on the project site, and, at his request , will be provided assistance by the City of Fort Worth ' s Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3 . 4 WITHDRAWAL OF PROPOSALS : After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five ( 45 ) days after the date on which the proposals were opened. C3-3 . 5 AWARD OF CONTRACT: The Owner reserves the right to withholdfinal action on the proposals for a reasonable time, not to exceed forty-five (45 ) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. . . The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3 . 6 RETURN OF PROPOSAL SECURITIES : As soon as proposed price totals have been determined for comparison of bids , the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment , would not be considered for the award . All other proposal securities, usually those of the three lowest bidders , will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3 . 7 BONDS : With the execution and delivery of the Contract Documents., the Contractor shall furnish to , and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND : A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the full and faithful execution of the work and performance of the contract , and for the protection of the Owner and all other persons against damage by mason of negligence of the Contractor , or improper execution of the work or the use of inferior ;materials . This performance C3-3 (2 ) bond shall guarantee the payment for all labor , materials, equipment, supplies , and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND : A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt , full and faithful performance of the .general. guaranty which is set forth in paragraph C8-8.10. C. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160 , Revised Civil Statutes of Texas , 1925 , as amended by House Bill 344 Acts 56th Legislature, Regular Session , 1959 , effective April 27 , 1959 , and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications . Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner . All bonds shall be made on the forms furn.is.he-d-by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner . In order to be acceptable, the name of the surety shall be included on the current U . S . Treasury list 'of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a ` C3-3 (3 ) new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required, have qualified and .have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3 . 8 EXECUTION OF CONTRACT: Within ten (10 ) days after the Owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents . No contract shall be .binding. upon the owner until it has been attested by the City Secretary , approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3 . 9 FAILURE TO EXECUTE CONTRACT : The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10 ) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner -by reason of said awardee ' s failure to execute said bonds and contract within ten ( 10 ) days , the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3 . 10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner . Should the Contractor fail to commence work at the sits of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order" , it is agreed that the Surety Company will , within ten ( 10 ) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3 . 11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner . The prime Contractor shall be responsible for delivering to the Owner the sub-contractors ' C3-3 (4 ) certificate of insurance for approval. The prime contractoc shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors . It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE : The Contractor shall maintain , during the life of this contract , Workers ' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers ' Compensation Statute, the Contractor shall provide adequate employer ' s general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE : The Contractor shall procure and shall maintain during the life of this contract Contractor ' s Comprehensive General Liability Insurance. ( Public Liability and Property Damage Insurance) in an amount not less than $ 500 , 000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $ 500 , 000 covering each occurrence on account of property damage with $2,000, 000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability ( covers General Contractor ' s Liability for acts of sub-contractors) . 2. Blasting, prior to any blasting being done. 3 . Collapse of buildings or structures adjacent to excavation ( if excavations are to be performed adjacent to same) . 4 . Damage to underground utilities f_oc $500 , 000 . C3-3 5 ) 5. Builder ' s risk (where above-ground structures are involved) . 6. Contractual Liability ( covers all indemnification requirements of Contract) . d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $ 250 , 000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $ 500 , 000 on account of one accident , and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD : The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors , respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner . ( Sample attached. ) All insurance requirements made upon the Contractor shall apply to the sub- contractor , should the Prime Contractor ' s insurance not cover the sub-contractor 's work operations.. g. LOCAL AGENT FOR INSURANCE AND BONDING : The R insurance and bonding companies with whom the Contractor ' s insurance and performance, payment, maintenance and all such other bonds are written F shall be represented by an agent or agents having an office located within the city limits of the C3-3 (6 ) r City of Fort Worth , Tarrant County, Texas . Each such agent shall be a duly qualified, one upon whom service of process may be had , and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth , or any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged , may have against the Contractor , insurance, and/or bonding company. If the local t insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3 . 12 CONTRACTOR ' S OBLIGATIONS : Under the Contract, the Contractor shall pay for all materials , labor and services when due. C3-3 . 13 WEEKLY PAYROLL: A certified. copy of each payroll covering payment of wages to all person engaged in work .on the project at the site of the project shall be furnished to the Owner' s representative within seven ( 7 ) days after the close of each payroll period . k Copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract . Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3 . 14 CONTRACTOR' S CONTRACT ADMINISTRATION: Any Contractor, whether a person , persons , partnership , company , firm , association , corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth- Dallas metropolitan area . The Contractor shall charge, delegate, or assign this office ( or he may delegate his Project Superintendent ) with full authority to transact all business actions required in the performance of the Contract . This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be adm:-inistrative or otherwise and as such shall be empowered, thus delegated and dir =_cted, to settle all material, labor or other expenditures, all claims against the work or any other C3-3 ( 7 ) matter associated such as maintaining adequate and appropriate insurance or security coverage for the project . Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor ' s principal base of operations be other .. than in the Fort Worth-Dallas metropolitan area, notification of the Contractor ' s assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all appropriately signed and sealed, as applicable, by the Contractorf' s responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents . The intent of these requirements is that all matters associated with the Contractor ' s administration, whether it be oriented n in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor' s local representative Fail to perform to the satisfaction of Engineer, the Engineer, at his sole discretion , may demand that such local representative be replaced and the Engineer may, at his sole discretion , stop all work until a new local authority satisfactory to the Engineer is assigned . No credit of working time will be for periods in which work stoppages are in effect for this reason. C3-3 . 15 VENUE : Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (8 ) to IM Ma PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK r SECTION C4-4 SCOPE OF WORK C4-4 . 1 INTENT OF CONTRACT DOCUMENTS : It is the definite intention of these Contract Documents to provide for a complete , useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor' shall ,do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in a these Contract Documents, furnish all labor, tools, materials, machinery, equipment , special services , and incidentals necessary to the prosecution and completion of the project. C4-4 . 2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" y shall be considered to be a part of the Contract Documents just as though they were originally written therein . C4-4 . 3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered , increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal ; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work. " No allowance will be made for any changes in anticipated profits nor shall such changes be considered as C4-4 (1 ) waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories , shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 . 4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or des-irable to insure completion in the most satisfactory manner , provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4 . 5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided is the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; ,provided, however , that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one, or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of (1) labor, ( 2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates ; ( 3 ) materials entering permanently into the project, and ( 4 ) actual cost of insurance , bonds , and social security as determined by the Owner , plus a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation to cover the cost of superintendence , overhead, other profit , general and all other expense not included in ( 1 ) , ( 2 ) , ( 3 ) , and ( 4 ) above. The Contractor shall keep accurate cost records on the form and in the method C4-4 ( 2 ) FM suggested by the Owner and shall give the Owner access to all accounts , bills , vouchers , and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner . In case any orders or instructions , either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation , he shall male written request to the Engineer for written orders authorizing such Extra Work , prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof , and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method ( Item C ) . Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five ( 5 ) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and 3 materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for ' extra work' whether or not iniitiated by a 'change order ' shall be a full , complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work , whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost , or any other effect on changed or unchanged work as a result or the change or extra work. �+ C4-4 . 6 SCHEDULE OF OPERATIONS : Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner ' s approval thereof , a " Schedule of Operations , " showing by a straight line method the date of commencing and finishing each of the major elements of the contract . There shall be also shown the estimated monthly cost of work for which estimates are to be expect-ad. Thee C4-4 ( 3 ) shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted _ vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4 . 7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten ( 10 ) days prior to submission of first monthly progress payment , the Contractor shall - prepare and submit to the Owner for approval six copies of the schedule in which- the Contractor proposes to carry on the work, the date of which he will start the several major activities ( including procurement of materials, plans, and equipment) and the contemplated dates for completing the same . The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses , the Contractor shall entar on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal _ and in the technical specifications. Prior to the final drafting of the detailed construction R schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor ' s understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints , sequencing requirements and completion time. b. The construction process shall be divided into activities with time durations of approximately fourteen ( 14 ) days and construction values not to exceed $ 50 , 000 . Fabrication , delivery and submittal activities are exceptions to this guideline. C4-4 ( 4 ) C. Durations .shall be i-i calendar days and normal holidays and weath=r conditions over the duration of the contract shall be accounted for within the -. duration of each activity. d. One critical Path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chair of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor h or the Owner. f. Thirty days shall be used for submittal .review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14 ) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section . For each of the trades or subcontracts , the construction schedule shall indicate the following procurements , construction and preaccep-ance activities and events i.n their logical sequence for equipment and materials . 1 . Preparation and transmittal of submittals. 2. Submittal .review periods. 3 . Shop fabrication and delivery. 4 . Erection or installation. 5 . Transmittal of manufact- urer ' s operation and a maintenance instructions. 6 . Installed equipment and materials testing. 7 . Owner ' s operator instruction ( it applicable) . 8 . Final inspection . `- _-4 15 ) 9 . Operational testing. 10 . Final inspection. If , in the opinion of the Owner, work accomplished falls behind that scheduled , the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptably , he may require the Contractor to increase the work force, the construction plant and equipment , the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. C4-4 ( 5 ) PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5 . 1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents .,, He shall decide all questions which arise as to the quality and acceptability of materials furnished , work performed, rate of progress of the work, F overall sequence of the construction , interpretation of the Contract Documents , acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents , supervision of the work, resumption of operations , and all other questions or disputes which may arise . Engineer will not be responsible for Contractor ' s means , methods , techniques , sequences or procedures of construction , or the safety precaution and programs incident thereto, and he will not be responsible for Contractor ' s failure to perform the work in accordance with the. contract documents. He shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final . His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out r promptly. 4 In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters , the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy.' C5-5 . 2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines , grades , cross-sections , finish , and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents . Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5 (1) C5-5 . 3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections , which , taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies , figured dimension shall govern over scaled dimensions , plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications, and quantities shown on the plans shall govern over. those shown, in the proposal. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents . In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5 . 4 COOPERATION OF CONTRACTOR: The Contractor- will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer , his inspector , and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent , English-speaking superintendent and an assistant who are fully authorized to act as the Contractor ' s agent on the work . Such superintendgnt and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer , or his authorized representatives . Pursuant to this responsibility of the Contractor , the Contractor shall designate in writing to the project superintendent, to act as the Contractor ' s agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to C5-5 (2 ) -