Loading...
HomeMy WebLinkAboutContract 13595 411111 CITY SECRETARY. CONTRACTNTR C �.� OTFICIAL RECG fl PROJECT MANUAL FOR RECENE� CITY SECRETARY ' FEB , FT. w GR T H, TEX. `d °1 ELEPHANT/ HIPPO EXHIBIT FOREST PARK ZOO FORT WORTH, TEXAS i i! THIS COPY FOR.i "'CITY SECRETARY -TRANS. & PUB. V1i;S. _ICON Rl?C1^OR ____CONTIUCTOR IS BONDING CO. --A/.E ALBERT S. KOMATSU & ASSOCIATES ARCHITECTS ENGINEERS BID SET N City of' .fort Worth, 2'exas Mayor and Council Communication R1kH P0RtATHONjF1J9 C.WORKS•0 PARKS Aho R C� 4LON•1. REFERENCE SUBJECT: AWARD OF CONTRACT: PAGE GG NUMBER CONSTRUCTION OF THE ELEPHANT/HIPPO 2 1/24/84 **C-8183 EXHIBITAT THE FOREST_PARK ZOO 1 of Background On September 21, 1982, M&C No. C-6517, the Council approved the selection of Albert S. Komatsu & Associates to design a new elephant/hippo exhibit for the Forest Park Zoo. Plans and specifications have been prepared for the construction of the project. Scope of Work Work includes a building to house the animals, a new hay barn, new entry gate, sidewalks and viewing areas, outdoor pens for the animals that include pools and moats to separate Zoo patrons from the animals, and site utility construction. Submission of Bids Bids were received on December 8, 1983 following advertisements on November 17, and 24, 1983. Ten bids were submitted and are tabulated as follows: Contractor Base Bid Alternates Total Calendar Day! 1. M&L Construction Company, Inc. 948,000 169,200 1,117,200 365 2. Pickus Construction Company 1,005,472 231,447 1,236,919 183 3. Baldwin Construction Company 1,1,76,000 184,000 1,360,000 330 4. Rose Construction Company, Inc. 1,199,400 197,700 1,397,100 330 5. R.A. Reis & Associates Inc. 1,128,363 279,401 1,407,764 210 6. Architectural Utilities Inc. 1,149,000 291,300 1,440,300 350 7. HICO Industries Inc. 1,145,000 345,000 1,490,000 305 8. Martin K. Eby Construction Inc. 1,230,000 319,000 1,549,000 300 9. Cain Brogden Cain Inc. 1,338,000 457,000 1,795,400 365 10. McBride Commercial Builders, Inc. 193961,006 458,000 1,854,006 None DATE REFERENCE SUBJECT: AWARD OF CONTRACT: PAGE NUMBER CONSTRUCTION OF THE ELEPHANT/HIPPO 2 of 1/24/84 **C-8183 EXHIBIT AT THE FORESI PARK ZOO Project Cost and Financing Funding in the amount of $870,000 is available in Account No. 36-0466012-00, Elephant/Hippo Exhibit. It is recommended that an additional $123,600 be made available to the project from Account No. 10-010001-00 Capital Project Reserve Unspecified. The remaining $123,600 required to finance the project will be . donated to the project account by the Fort Worth Zoological Association. Sufficient funds are available in Account No. 36-046012-00 to finance survey, inspection, and administration costs. Recommendation It is recommended that the City Council authorize the City Manager to: a. Transfer funds in the amount of $123,600 from the Capital Project Reserve Unspecified Account No. 10-010001-00 for the Elephant/Hippo Exhibit. b. Accept a gift from the Fort Worth Zoological Association in the amount of $123,600 in Special Gift Fund and appropriate same into Account No. 36-046012-00, Elephant/Hippo Exhibit. C. Enter into a contract with the low bidder, M&L Construction Company, Inc. in the amount of $1,117,200 for 365 calendar days. This contract includes the base bid and all additive alternates. DAI:dw APPROVED BY CITY COUNCIL DD JAN 24 1984 Ckr Sw"IaLy Ckr of A�w 11lwk TWAS SUBMITTED FOR THE, DISPOSITION BY COUNCIL: PROCESSED BY CITY OFFICEABY:GER'S �a� / J (� (-.I APPROVED ORIGINATING j OTHER (DESCRIBE) DEPARTMENT HEAD. Gary L. Santerre CITY SECRETARY FOR ADDITIONAL INFOR�p44T'ONM CONTACT: WWIITTII assey Ext. 7910 DATE ADDENDUM NO. 1 Date: December 9, 1983 to the DRAWINGS AND PROJECT MANUALS PROJECT NO. 1157 for ELEPHANT/HIPPO EXHIBIT Forest Park Zoo Fort Worth, Texas ALBERT S. KOMATSU & ASSOCIATES ARCHITECTS ENGINEERS Fort Worth, Texas This addendum modifies the drawings and project manuals dated November 17,. 1983 as noted within and shall become part of the contract documents. Bidders shall acknowledge receipt of this addendum in the space provided on the bid form. Failure to do so may subject the bidder to disqualification. SPECIFICATIONS 1 . Add to the Project Manual the "PROPOSAL" included herein. 2. Add to the Project Manual the "NOTICE TO BIDDERS", included herein. DRAWINGS SHEET C-2 3. Revise detail 1/C2 as shown on sheet SC-1 included in this addendum. 4. Delete detail 4/C2, insert - in Its place the detail shown on sheet SC-2 included in this addendum. SHEET C-4 5. Add detail shown on sheet SC-3 to this sheet. This detail shows the construction of the stone wall in AIT. A. 6. Detail #I /C4, delete the following note: "Plant grass in bottom of moat." Add the following note in its place: "Grass - not in contract." SHEET A-3 7. Revise details 2 and 3 sheet A3 as shown on sheet SA-1 , included herein. SHEET S-1 8. Revise detail 12/S1 to include changes made in Item 7 this addendum. Page 1 of 12 ADDENDUM NO. 1 A N ✓/r L J IY SHEET S2 ► 9. Add the following note: "8. Pier depth shall be 10 ' below existing Vade, minimum pier length shall be 10 '-0"." 1 - 10. Add the following note to drawing #1 /S2. "Header for south end of small skylights shall be designed and supplied by the fabricator of the precast concrete planks." SHEET M-1 11 . Detail 5/M1 , delete the 6" dimension from the note " 6" cont. poured over piping". Page 2 of 12 ADDENDUM N0. 1 Awk PROPOSAL TO: Mr. Robert L. Herchert City Manager Fort Worth, Texas FOR: Elephant/Hippo Exhibit, Forest Park Zoo Name of Bidder M and L CONSTRUCTION CO. , INC C. Address PO BOX 368 BURLESON, TEXAS 76028 Date December 15, 1983 Gentlemen: 1 . Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and fur- nish 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 Public Works Director of the City of Fort Worth, and binds himself on acceptance of this Proposal by the City Council , to execute a contract and furnish a Payment and Performance Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to wit: 2. ADDENDUM RECEIPT: Bidder acknowledges receipt of the following Addendum: Addendum No. 1 dated 12/9/83 Addendum No. dated Addendum No. 2 dated 12/12/83 Addendum No. dated Addendum No. dated Addendum No. dated 3. BIDDING SCHEDULE: A. BASE BID: The Bidder, with complete knowledge of all requirements and conditions affecting the cost related to this project, submits the following bid, including all applicable allowances, and hereby proposes to complete faith- fully and in a workmanlike manner, the construction of the Elephant/Hippo Exhibit, Forest Park Zoo, as shown on the drawings and in accordance with the specifications, for the lump sum amount of: Dollars 47 150 it. 42 D P-1 Page 3 of 12 ADDENDUM NO. 1 The bidder understands that Base Bid Lump Sum includes Performance Bond, Payment Bond, etc. 4. ALTERNATIVES: A. Alternative No. 1 : Contractor shall provide all labor and materials required for the construction of a concrete precast panel fence in lieu of a portion of the wood fence on the west side of the project area. A portion of this fence will serve as the west wall of the Hay Barn under alternative number 2. ����.Do l i a r s ($ B. Alternative No. 2: Contractor shall provide all labor and materials required for the construction of the Hay Barn, Ticket Booth - Entrance, Dock and other items as required by the contract documents. Relocation of the existing ticket booth from its temporary location to another location on the zoo property will be a part of this alternative. 60 Dollars ($ C. Alternative No. 3: Contractor shall provide all labor and materials required for the construction of Display Yard #1 . Display Yard #1 will include all vertical pole fencing shown for this area, moat #1 , and relocation of a sliding yard gate as shown on sheet C-2. Additional vertical pole fencing will be required in the area of moat #4 to complete the enclosure. All vertical pole fencing installed under this alternate is to be solid (without gaps) . The chainlink fence around the keepers area (northeast corner of building) is to be replaced with vertical pole fencing as shown on sheet C-2. The fencing that forms the aisle will be deleted by this alternative. Do 1 1 a r s ($ . D. Alternative No. 4: Contractor shall provide all labor and materials required for the construction of display Yard No. 2 and construction of a stone veneer fence in lieu of vertical poles along the east side of the elephant pool . Display Yard No. 2 includes all vertical pole fencing, three sliding yard gates and moat A. All vertical pole fencing shall be installed as shown on sheet C-2. Deletion of the vertical pole fence required by alternative #3 in the area of moat #4 will be a part of this alternative. Dollars $,eaa O 60) P-2 Page 4 of 12 ADDENDUM N0. 1 G �.r y {V It is understood by the Bidder that, should any or tall of the above listed alternatives be accepted, the amounts given shall inlcude all necessary design, engineering, testing, labor, materials, required for proper installation. Any alterations and/or modifications to the construction drawings and specifications shall be prepared by the contractor and submitted td -the architect for reivew prior to installation. ' 5. CHANGE ORDERS: Authorization for changes in the work shall be only by Change Order, in accordance with Section K of the General Conditions, issued by the Architect and approved by the Owner. In consideration for said changes, the General Contractor's percentages to be charged for overhead and profit are: a. General Contractor's Work 1 . Overhead % 2. Profit b. Sub-Contractor's Work 1 . Overhead % 2. Profit % 6. TIME REQUIRED FOR COMPLETION: The Bidder hereby agrees, if awarded .the contract, to commence work and complete all work,• ready for Owner's use and occupancy, in consecutive calendar days from date stipulated in "Notice to Proceed" issued by the City of Fort Worth. 7. On a contract awarded by the City of Fort Worth, an organization which qualified for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Pict, the Contractor may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this contract by issuing to-his supplier an exemption certificate in lieu of the tax complying with the State Comptroller's ruling #95-0-07. Any such exemption certification issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95-0-.09 as amended to be effective October 2, 1968. Limited Sales, Excise and Use Tax permits can be obtained from Comptroller of Public Accounts, Sales Tax Division, Capitol Station, Austin, Texas. 8. The undersigned agrees to complete all work covered by these contract docu- ments within the calendar days bid for this project from and after the date for commencing work as set forth in the written "Noti_ce to Proceed" to be issued by the Owner, subject to an amount as required by Item #9 Special Instructions to Bidders, per calendar day for liquidated damages and further subject to authorized adjustments in accordance with Articles G-3 P-3 Page 5 of 12 ADDENDUM NO. 1 of the General Conditions. The undersigned further agrees to pay not less than the minimum wage rates for each craft employed, as established by the City of Fort Worth. 9. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of Forty-Five (45) days from the date bids are opened. CONTRACTOR: M and L CONSTRUCTION CO. , INC. BY: � �� Marvin L. Cartwright, Pres. DATE: December 15, 1983 —ATTE ST: ('Lfyn.'y_u_0_ _E&t I e-creltary PA Page 6 of 12 ADDENDUM N0. 1 `r 'r NOTICE TO BIDDERS Sealed proposals for the following: ELEPHANT/HIPPO EXHIBIT FOREST PARK Z00 FORT WORTH, TEXAS r' Addressed to Mr. Robert L. Herchert, City Manager of the City of Fort Worth, Texas, will be received at the office of the City Manager until 11 :00 A.M. , December 15, 1983, then publicly opened and read aloud. Drawings, specifica- tions and contract documents for this project may be obtained at the office of the Transportation and Public Works Director, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas, on or after November 23, 1983. A Fifty Dollar ($50.00) deposit is required for each set of documents. Additional information may be obtained by calling 817/870-7962. - Out of town bidders may wish to pre-arrange for mailing of Drawings, Specifications and Contract Documents prior to their availability. Contract Documents may be seen at the following locations: i. Office of the Director of Transportation 8 Public Works, City of Fort Worth 2. Office of the Architect: Albert S. Komatsu & Associates 1612 Summit Avenue, Suite 200 Fort Worth, Texas 76102 3. Fort Worth Dodge Co. 4. Fort Worth, Dallas, Waco, and Houston A.G.C. Plan Rooms 5. Texas Contractors A Pre-Bid Conference will be held at 10:00 A.M. on Tuesday, December 6, 1983 in the City Council Chambers, Municipal Office Building, .1000 Throckmorton Street, Fort Worth, Texas. 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. 7400 prohibiting discrimination in employment practices. The scope of work consists of furnishing all labor, materials, services, and equipment required to construct the Elephant/Hippo Exhibit, Forest Park Zoo, Fort Worth, Texas. NTB-1 Page 7 of 12 ADDENDUM NO. 1 The City reserves the right to reject any and/or all bids and waive any and/or ' all formalities. No bid may be withdrawn until the expiration of Forty-Five (45) days from the date bids are opened. ROBERT L. HERCHERT RUTH ALEXANDER CITY MANAGER CITY SECRETARY November 23, 1983 December 1 , 1983 Fort Worth, Texas NTB-2 Page 8 of 12 ADDENDUM NO. 1 1_ N — 1 i Q N 4L (N70 Q M� I I 1 01 NA l2'_01 e-06 J �! C c G a Z Z- 161 ' i Ej" FN�t- - T Nam , ALBERT S. KON ATSU & ASSOCIATES ARCHITECTS•ENGINEERS•INTERIOR DESIGNERS no. Pae 9 of 12 FORT WORTH,TEXAS .. rn in � r . 4' u r I .. t � Ell— Gil � CP i L L9 r � x Lo- LP b. Z m C r � LP Q_ N L 1 111 �i �Z •V=im �IJ°II `_• 6 E t �r� 'o oc�rtt - �+�1' r.-Z I�'Fr °PTM tisALBERT S. KOMMU & AS OCSSO IATES ARCHI<IEMS-ENGINEERS•INTERIOR DESIGNERS HEETS N0.SCALEJoWl- - IPage 10 o f 12 FORT WORTH,TEXAS ADDENDUM NO. 1 CMU-GROUT SOW - STONE VENEER 0 r C)OND $L.W @ PER►METER *� OC?'� �b OL y ---- --- a — jF-0jt ,pub -� li_OM ap 2��1 �4�►��-Ci Q I(a� W/4- 4 x G OMT *,4,1 t-�'' W/3-�3 r� CONT. POOL.- be E G I POR DF-?TN f LOGAT IOK Yr- zao 3 aowTM . ALBERT S. KOMATSU & ASSOC!] ,WN ARCHfI M•ENGINEERS•INTERIOR DESIGNURS OF SHEETS NO. 15 DA s Page 11 of-12 BORT WORTH,TEXAS ADDENDUM 40. 1 - Fl►I.FL�F �_qa d� IL L 1W Ar 77 H v ^, caW' ellp- APPRo h v toot_ t s"EE7r tLZf440'r/4 IPPO �x��Rrl'-��r P�wc Zoo It>pr 00w . ALBERT S. KOMATSU & ASSOCIATES B ARCHITECTS•ENGINEERS•INTERIOR DESIGNERS SCALE A& *1444 1 DRAWN 1of sHEers N0. DA i P age 12 of 12 FORT WORTH,TEXAS ADDENDUM N0. 1 ADDENDUM NO. 2 DATE: December 12, 1983 to the DRAWINGS AND PROJECT MANUALS PROJECT NO. 1157 for ELEPHANT/HIPPO EXHIBIT FOREST PARK Z00 FORT WORTH, TEXAS ALBERT S. KOMATSU b ASSOCIATES ARCHITECTS ENGINEERS Fort Worth, Texas This addendum modifies the drawings and project manuals dated November 17, 1983 as noted within and shall become part of the contract documents. Bidders shall acknowledge receipt of this addendum in the space provided on the bid form. Failure to do so may subject the bidder to disqualification. SECTION 03010 - CONCRETE WORK 1 . Page 03010-4, paragraph 2.04, add the following: "J. Corrugated Fiberboard Carton Forms: The corrugated fiberboard car- ton forms shall be the product of a reputable manufacturer regularly engaged in the commercial production of carton forms. The forms shall be 6 inches deep, doublefaced, corrugated fiberboard, constructed of water proof paper and laminated with waterproof adhesive and shall be of size shown on the drawings. The forms shall be designed to support not less than 1000 psf, and shall not lose more than 15% of their original strength after being completely submerged in water for 24 hours and then dried naturally. The design of the proposed forms shall be submitted to the Architect for approval prior to use. Fiberboard forms shall be assembled with steel banding at 4'-0" on center maximum or by adequate stapling, provided liners and flute are impregnated with waterproofing, as recommended by the manufacturer. Forms shall be placed on a smooth firm bed of suitable material so as not to be displaced vertically, and be set tight with no buckled cartons, in order that horizontal displace- ment cannot take place. Each section of form shall have its ends sealed by dipping in waterproofing wax, with any additional cutting of forms at the job site to be field dipped in the same type of wax sealer, unless liners and flutes are completely impregnated with waterproofing. If forms are destroyed or damaged for any reason and are not capable of supporting the design load, they shall be replaced with new forms prior to placing of concrete." CLARIFICATIONS 2. Remove old paved surface, excavate only as required for installation of below grade work. Install non-expansive fill to proper grade (minimum thickness of 3 feet) . Install 6 mil polyethelene vapor barrier over the fill prior to placing the slab. Page 1 of 3 ADDENDUM NO. 2 On all slab areas with integral radiant heating systems, install rigid insulation to a "R" value of 18 over the polyethelene. Next pour a 2" waste slab and install all piping. After acceptance of the piping, pour the 5" slab as shown on the drawings. 3. Provide 6 inch corrugated fiberboard carton forms under all grade beams and precast concrete panels. SHEET S1 - FOUNDATION PLAN, DETAILS 4. Detail 11 , Section, revise as indicated on the attached sheet SS-1 . Page 2 of 3 ADDENDUM NO. 2 7/9 ►- . �. or . � Wft-CD -SOIL� W-04 Ifi�q FEY Page 3 of 3 ADDENDUM NO. 2 SHEET �``' � zoo ALBERT S. KOMATSU & ASSOCj A.M '' !E-S- ►J old tx, 1_011 I DRAWN BY ARCHrITj 15•ENGINEERS•INTERIOR DESIGNERS OF SHEUMIPIO. FORT WORTH,TEXAS PROJECT MANUAL FOR ELEPHANT/HIPPO EXHIBIT FOREST PARK Z00 FORT WORTH, TEXAS Project No. 1157 November 17, 1983 ALBERT S. KOMATSU & ASSOCIATES ARCHITECTS ENGINEERS 1612 Summit Avenue, Suite 200 Fort Worth, Texas 76102 817/332-1914 CARTER E BURGESS INC. ENGINEERS/PLANNERS 1100 Macon Street P. 0. Box 2973 Fort Worth, TX 76113 TABLE OF CONTENTS FOR PROJECT MANUAL TABLE OF CONTENTS Notice to Bidders NTB-1 - 2 Special Instructions to Bidders SIB-1 - SIB-2 City of Fort Worth, Texas Construction Contract C-1 - C-4 Performance Bond C-5 - C-7 Payment Bond C-8 - C-10 Certificate of Insurance C-11 - C-12 Experience Record C-13 - C-14 General Conditions of the Contract for Construction GC-1 - GC-26 Approved Standard Wage Rates 1 - 3 DIVISION I - GENERAL REQUIREMENTS 01100 Alternatives 01100-1 - 2 -- 01205 Procedures and Controls 01205-1 - 5 01340 Submittals 01340-1 - 4 01505 Temporary Facilities 01505-1 - 5 01605 Products and Substitutions 01605-1 - 6 01705 Project Closeout 01705-1e - 5 DIVISION II - SITE WORK 02020 soil Investigation 02020-1 - 6 02110 Site Clearing 02110-1 - 3 02200 Earthwork 02200-1 - 7 02281 Termite Control 02281-1 - 2 02411 Foundation Drainage 02411-1 - 2 02444 Fences and Gates 02444-1 - 5 , 02513 Asphalt Concrete Paving 02513-1 - 4 02515 Portland Cement Concrete Paving 02515-1 - 5 02520 Storm Drainage System 02520-1 - 6 02530 Manholes, Catch Basins, Inlets and Inspection Holes 02530-1 - 7 DIVISION III - CONCRETE 03010 Concrete Work 03010-1 -16 03360 Gunite Work 03360-1 - 4 03410 Structural Precast Concrete 03410-1 -10 03430 Tilt-up Concrete Construction 03430-1 - 4 DIVISION IV - MASONRY 04200 Unit Masonry 04200-1 - 5 TC-1 DIVISION V - METALS 05120 Str.uctural Steel 05120-1 - 5 05210 Steel Joist 05210-1 - 3 05300 Metal Decking 05300-1 - 3 05500 Metal Fabrications 05500-1 - 6 DIVISION VI - WOOD & PLASTICS 06100 Rough Carpentry 06100-1 - 4 06200 Finish Carpentry 06200-1 - 4 06400 Architectural Woodwork 06400-1 - 3 DIVISION VII .- THERMAL AND MOISTURE PROTECTION 07200 Insulation 07200-1 - 3 07220 Tapered Roof Insulation 07220-1 - 2 07410 Preformed Roofing 07410-1 - 3 07460 Siding 07460-1 - 2 07530 Flexible Sheet Roofing System 07530-1 - 5 07600 Flashing and Sheet Metal 07600-1 - 3 07900 Joint Sealers 07900-1 - 5 DIVSION VIII - DOORS & WINDOWS 08100 Steel Doors and Frames 08100-1 - 3 08331 Overhead Coiling Doors 08331-1 - 4 08360 Sectional Overhead Doors 08360-1 - 4 08370 Hydraulic Door Equipment 08370-1 - 2 08450 Turnstiles 08450-1 - 2 08520 Aluminum Windows 08520-1 - 2 08700 Builders Hardware 08700-1 - 5 08800 Glass and Glazing 08800-1 - 3 DIVISION IX - FINISHES 09250 Gypsum Drywall 09250-1 - 4 09650 Resilient Flooring 09650-1 - 3 09900 Painting 09900-1 - 6 _ DIVISION X - SPECIALTIES 10520 Fire Extinguishers, Cabinets, and Accessories 10520-1 - 2 10800 Toilet Accessories 10800-1 - 2 DIVISION XI - EQUIPMENT DIVISION XII - FURNISHINGS None in this job. DIVISION XIII - SPECIAL CONSTRUCTION None in this job. DIVISION XIV - CONVEYING SYSTEMS None in this job. TC-2 DIVISION XV - MECHANICAL 15010 Mechanical - General Provisions 15110-1 - 14 15140 Pumps 15140-1 - 3 15180 Insulation 15180-1 - 6 15400 Plumbing 15400-1 - 8 15401 Piping and Accessories 15401-1 - 15 15500 Fire Protection 15500-1 - 4 15820 Air Distribution 15820-1 - 8 15900 Controls and Instrumentation 15900-1 - 4 15906 Pipe and Valve Identification 15906-1 - 4 15907 Testing and Balancing 15907-1 - 7 DIVISION XVI - ELECTRICAL 16010 Electrical - General Provisions 16010-1 - 10 16110 Conduit 16110-1 - 4 16120 Wire and Cable 16120-1 - 2 16140 Devices aand Plates 16140-1 - 2 . 16400 Switchgear 16400-1 - 3 16500 Lighting 16500-1 - 2 TC-3 NOTICE TO BIDDERS Sealed proposals for the following: ELEPHANT/HIPPO EXHIBIT FOREST PARK ZOO Fort Worth, Texas Addressed to Mr. Robert L. Herchert, City Manager of the City of Fort Worth, Texas will be recieved at the Office of the City Manager until 11 :00 A.M. , December 8, 1983, and then publicly opened and read aloud. Drawings, specifi- cations and contract documents for this project may be obtained at the office of the Transportation and Public Works Director, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas, on or after November 17, 1983. A Fifty Dollar ($50.00) deposit is required for each set of documents. Additional information may be obtained by calling 817/870-7809. Out of town bidders may wish to pre-arrange for mailing of Drawings, Specifications and Contract Documents prior to their availability. Contract Documents may be seen at the following locations: 1. Office of the Director of Transportation E Public Works, City of Fort Worth 2. Office of the Architects: Albert S. Komatsu E Associates r 1612 Summit Ave. , Suite 200 Fort Worth, TX 76102 3. Fort Worth Dodge Co. 4. Fort Worth, Dallas, Waco, and Houston A.G.C. Plan Rooms 5. Texas Contractors A Pre-Bid Conference will be held at 10 :00 A.M. on Tuesday, November 29, 1983 in the City Council Chambers, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. 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. 7400 prohibiting discrimination in employment practices. The scope of work consists of furnishing all labor, materials, services, and equipment required to construct the Elephant/Hippo Exhibit, Forest Park Zoo, Fort Worth, Texas. NTB-1 The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of Forty-Five (45) days for the date bids are opened. Robert L. Herchert Jack W. Green City Manager City Secretary November 17, 1983 November 24, 1983 Fort Worth, Texas NTB-2 SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier' s check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five (5) per cent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. 2. PAYMENT BOND AND PERFORMANCE BOND: The Contractor will be required to make a payment bond and a performance bond of not less than one hundred (1009) per cent of the contract price, conditioned upon the faithful performance of the contract and upon payment of all persons supplying the labor or furnishing the materials used on this project. 3. PRE-BID SITE INVESTIGATION: Prior to filling a bid, the bidder shall examine the site of the work and the details of the requirements set out in these specifications to satisfy himself as to the conditions which will be encountered relating to the character, quality, and quantity of the work to be performed and materials and equipment required. The filing of a bid by the bidder shall be considered evidence that he has complied with these requirements. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas, and set forth in Contract Documents must be paid on this project. 6. FINANCIAL STATEMENT: A current certified financial statement may be required by the Transportation and Public Works Director if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Certified Public Accountant or Independent Public ® Accountant holding a valid permit issued by an appropriate State Licensing Agency. 7. EXPERIENCE RECORD: Following opening of bids and determination of the apparent low bid, the successful low bidder may be required to submit a current experience record to the Transportation and Public Works Director in order to determine bidder qualifications for performing specified work. SIB-1 8. DISCREPANCIES AND ADDENDA: Should a bidder find any discrepancies in the drawings and specifications, or should he be in doubt as to their meaning, he shall notify the City at once, who will then send a written addendum to all Bidders concerned. Oral instructions or decisions, unless confirmed by addenda will not be considered valid, legal or binding. No extras will be authorized because of failure of� the contractor to include work called for, in the addenda on his bid. 9. LIQUIDATED DAMAGES: The deduction for liquidated damages shall be set according to the latest revision to the City of Fort Worth Standard Specifications for Construction, Specification Item 8.6 as shown below and will be reflected on page C-2 of these contract documents when this contract is executed. Amount of Contract Liquidated Damages Per Day $ 15,000 or less $ 45 $ 15,001 to $ 25,000 $ 63 $ 25,001 to $ 50,000 $105 $ 50,001 to $ 100,000 $154 $ 100,001 to $ 500,000 $210 $ 500,001 to $ 1,000,000 $315- $1,000,000 to $ 2,000,000 - $420 $2,000,001 to $ 5,000,000 $630 $5,000,001 to $10,000,000 $840 Over $10,000,000 $980 SIB-2 CITY OF FORT WORTH, TEXAS CONSTRUCTION CONTRACT THE STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT § This agreement made and entered into this the N, day ofA.D. , 19 - by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopt- ed by the qualified voters within said City on the 11th day of Decem- ber, A.D. 1924, under the authority vested in said voters by the "Home Rule" provision of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereafter termed Owner, and M & L CONSTRUCTION CO., INC. hereinafter called Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the performance and payment bonds deli- vered herewith, the said Contractor as an independent contractor agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Elephant/Hippo Exhibit Fort Worth, Texas. Base Bid of Nine Hundred Forty-Vignt i'housanu Dollars ($948,000) and Alternate 3 for the sum of Twenty-Two Thousand Four Hundred Dollars ($22,4 00) and Alternate 4 for the sum of Twenty-E%ht Thousand Five Hundred Dolars ($28,500). Total for base bid and Two alternates is Nine �. Hundred Ninety-Eight Thousand Nine Hundred Dollars ($998,900). 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Transportation and Public Works Director of the City of Fort Worth. Standard Contract Form No. 4 Revised September 12, 1983 C-1 4. The Contractor hereby agrees to prosecute said work with reason- able diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Transportation and Public Works Director of the City of Fort Worth and the City Council of the City of Fort Worth within a period of calendar days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $_ 4 2 O. � per calen- dar day, not as a penalty but as liquidated damages. Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his Surety — shall be liable to the Owner for such deficiency. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to take charge of and complete the work in such a manner as it may deem proper , and if, in the completion thereof, the cost to the said Owner shall exceed the contract price or prices set forth in the said Plans and Specifications and Contract Documents made a part here- of, the Contractor shall pay said Owner on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 5. The Contractor agrees to fully indemnify, save harmless and - defend the Owner, its officers and employees from and against any and all costs or damages arising out of any real or asserted claim or cause of action against it or them of whatsoever kind or character and in addition from and against any and all costs or damages arising out of any wrongs, injuries, demands or suits for damages, either real or asserted, claimed against it or them that may be occasioned by any act, omission, neglect or misconduct of the said Contractor , his agents, servants, employees. And the said Contractor further agrees to comply with all applicable provisions of the laws and building and construction codes of the City of Fort Worth, and the State of Texas, and with any regulations for the protection of workers which may be promulgated by the Government, and shall protect such work with all necessary lights, barriers, safeguards, and warnings as are provided for in said Specifications and the Ordinance and Regulations of said City. C-2 6. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of ` Fort Worth good and sufficient surety bonds for the faithful perform- ance of the terms and stipulations of, the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecu- tion of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be 100 per- cent of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 7. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all addi- tions thereto or deductions therefrom, the price shown on the proposal submitted by the successful bidder hereto attached and made a part hereof. Payments will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from Contractor. The agreed upon total contract amount (includin -- ' d4- alternates 3 & 4 shall, be Nine Hundred Ninety-Eight Thousand Nine Hundred Dollars, $998,900). 8. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Transporta- tion and Public Works Director of said City of Fort Worth. 9. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. 10. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with reference to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with reference to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. C-3 IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in triplicate in its name and on its behalf by '- the City Manager and attested by its Secretary, with the corporate Done in Fo t Worth, Texas, this the �.nw; day of , A.D. , 19 . APPROVED: CITY OF FORT WORTH 9,�' ,, p( '-� BY: = PORTATIM AND PUBLIC TY MANAGER WOR DIRECTOR ATTEST: lI CONTRACTOR ITY SECRE RY TITLE APPROVED AS TO FORM AND �6 LEGALITY: DRESS APPROVED BY CITY COUNCIL CITY ATTORNE sM+� City SGOROMWE z . � .Y C-4 ,�_ � IN GO V• INTEGON INDEMNITY CORPORATION STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, 1959 (McGregory Act -- Public Works) (Penalty of this bond must be 100% of Contract amount) KNOW ALL MEN BY THESE PRESENTS: That, M and L Construction Co. , Inc. P.O. BOx 368 Burleson,TX 76028 hereinafter called the Principal), as Principal and INTEGON INDEMNITY CORPORATION, a corporation organized and existing under the laws of the State of NORTH CAROLINA,with is principal office in the city of WINSTON-SALEM (hereinafter called the Surety)as Surety, are held and firmly bound unto City of Fort Worth 1000 Throckmorton Street Ft. Worth, TX 76102 (hereinafter called the Obligee),in the amount of NINE HUNDRED NINETY-EIGHT THOUSAND NINE HUNDRED- WSNOIlars($ 998,900-00 1, for the payment whereof, the said Principal and Surety bind themselves and their heirs, ad- ,ninistrators, executors, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has entered into a certain written contract with the Obligee,dated the day of 19, to construct Elephant/Hippo Exhibit Building, Ft. Worth, Texas which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH,that if the said Principal faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shat be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to,the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acis of the 56th Legislature, 1959,and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of 119- Witness: - Witness: (Seel) (Seal) (If Individual or Firm) -„Attest: (Seal) (Seeo 4 _ (If Corporatio _ _ Principal -'Arty suit:-under this bond tm:-st b!t - _ ' irrstitutewd before--the expirAtion, of _ Su �" two (2) years and _ten (10) days from_-- _ By (Seal) the date on which final payment under Attorney-in-Fact `the contract:-"falls due. PERFORMANCE BOND (Required if contract amount exceeds $25,000) THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That we (1) , a (2) of , hereinafter called Prinicipal, and (3) , a corporation organized and existing under -the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of: z ($ ) Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sun well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the day of , A.D. 19 , a copy of which is hereto attached and made a part hereof, for: designated as Project Number , a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copies at length herein, such project being hereinafter referred to as the "work." C-5 NOW THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the plans, specifications, and contract documents during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the 'contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN WITNESS WHEREOF, this instrument is executed in six counterparts each one of which shall be deemed an original, this the day of A.D. , 19 PRINCIPAL ( ) ATTEST: BY: (Principal) Secretary (Address) (S EAL) -° (Address) Surety a ATTEST: BY: (Attorney-in-fact) (5) (Surety) Secretary C-6 (S E A L) (1) Correct name of Contractor. (2) A Corporation, a Partnership or an Individual, as case may be. (3) Correct name of Surety. (4) If Contractor is Partnership all Partners should execute bond. (5) A true copy of Power of Attorney shall be attached to bond by Attorney-in-Fact. C-7 0 INTEGON' INTEGON INDEMNITY CORPORATION STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160 OF THE REVISED CIVIL STATUTES OF TEXAS AS AMENDED BY ACTS OF THE 56TH LEGISLATURE, 1959 (McGregory Act — Public Works) (Penalty of this bond must be 100% of Contract amount) KNOW ALL MEN BY THESE PRESENTS: That M and L Construction Co. , Inc. P. O. Box 368 Burleson,TX 76028 hereinafter called the Principal), as Principal and INTEGON INDEMNITY CORPORATION, a corporation organized and existing under the laws of the State of NORTH CAROLINA, with is principal office in the city of WINSTON-SALEM (hereinafter called the Surety)as Surety, are held and firmly bound unto City of Fort Worth 1000 Throckmorton Street Ft. Worth, TX 76102 (hereinafter called the Obligee), in the amount of NINE HUNDRED NINETY-EIGHT THOUSAND NINE HUNDRED -'Olars ($ 998,900.00 ), for the payment whereof, the said Principal and Surety bind themselves and their heirs, ad- ..nistrators, executors, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee,dated the day of 19 ,to construct Elephant/Hippo Exhibit Building Ft. Worth, Texas which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supply labor and material to him or a subcontractor in the prosecution of the work provided for in said contract,then,this obligation shall be void;otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by Acts of the 56th Legislature, 1959,and all liabilities on this bond to all such claimants shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of ' 19 Witness: (Seal) (Seal) (If Individual or Firm) Attest: (Seal) (Seal) (If Corporation) Principal Su B y (Seal) Attorney-In-Fact PAYMENT BOND (Required if contract amount exceeds $25,000.00) THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That we (1) a (2) of hereinafter called Principal, and (3) a corporation organized and existing under the laws _. of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to in the penal sum of: ($ ) Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the day of A.D., 19 a copy of which is hereto attached and made a part hereof, for: designated as Project Number , a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copies at length herein, such project being hereinafter referred to as the "work." C-8 NOW, THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make payment to all claimants as defined in Article 5160 of the Revised Civil Statutes of Texas, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160, and all such claimants shall have a direct right of action under the bond as provided in Article 5160 of the Revised Civil Statutes. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas, and that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition. to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six counterparts each one of which shall be deemed an original, this the day of A.D., 19 PRINCIPAL (4) ATTEST: BY: (Principal) Secretary (S E A 'L) (Address) Witness as to Principal C-9 ATTEST: (Surety) Secretary Surety By Attorney-in-Fact (5) �. (S E A`L) (Address) (1) Correct name of Contractor. Witness as to Surety (2) A Corporation, a Partnership or an Individual, as case may be. (3) Correct name of Surety. (Address) (4) If Contractor is Partnership all Partners should execute bond. (5) A true copy of Power of Attorney shall be attached to bond by Attorney-in-Fact. C-10 Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND,EXTEND,OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. This is to Certify that LIBERTY M & L CONSTRUCTION COMPANY, INC. Name and MUTUAL P. 0. BOX 368 address of LN1111 YNWI IgUNYC[COIrMr,•ll&i11 WIULL FIRE IRWNIC[COIY'Ixl•r0ip1 BURLESION, TX 76028 Insured. L J is,at the date of this certificate, insured by the Company under the policy(ies) fisted below.The insurance afforded by the listed policy(ies) is subject to all their terms, exclusions and conditions and is not altered by any requirement,term or condition of any contract or other document with respect to which this certificate may be issued. TYPE OF POLICY EXPIRATION DATE POLICY NUMBER LIMITS OF LIABILITY COVERAGE AFFORDED UNDER W.C. LAW OF LIMIT OF LIABILITY-COV B FOLLOWING STATES (Indicate Limit for each state) WORKERS' 6/1/84 WC2-591-043350-013 TX $100,000 COMPENSATION AN.. MARITIME COVERAGE-FOLLOWING STATES LIMIT OF LIABILITY MARITIME COVERAGE ®COMPREHENSIVE BODILY INJURY PROPERTY DAMAGE FORM EACH EACH SCHEDULE FORM 6/1/84 KF2-591-043350-041 $ 500,000 OCCURRENCE $ 250,000 OCCURRENCE Q F}— ®PLETEDCTS OPERA�TIONS $ 500,000 AGGREGATE $ 250,000 AGGREGATE W J ED co INDEPENDENT CON- COMBINED SINGLE LIMIT O J TRACTORS/CONTRAC- BODILY INJURY AND PROPERTY DAMAGE TORS PROTECTIVE $ EACH OCCURRENCE ❑CONTRACTUAL LIABILITY $ AGGREGATE FORM GGL O [JOWNED $ EACH ACCIDENT-SINGLE LIMIT-8.1. AND P.D.COMBINED j m [RNON-OWNED 6/1/84 AE2-591-043350053 $ 300,000 EACH PERSON Q HIRED $ 500,000 ORCOCCURI EDENT NCE $ 300 000 ORCO CURIRENCE (.MFELLA EX 6/1/84 LE2-591-043350-023 LIMPS OF LIABILITY- $1,000,000 LU I— O LOCATION(S) OF OPERATIONS 8 JOB # (If Applicable) DESCRIPTION OF OPERATIONS: ELEPHANTHIPPO EXHIBIT FOREST PARK ZOO NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW). BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST X_DAYS NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO: CITY OF FORT WORTH MUNICIPAL BLDG. CO QaAe6:—_ 1000 THROCIMRTON AUTHORIZED REPRESENTATIVE FLIRT WORTH, TX 76101 1/31/84 NR FORT WORTH L ATTN: ROBERT L. HERCHEPT 1 DATE ISSUED OFFICE This certificate Is executed by LIBERTY MUTUAL INSURANCE COMPANY as respects such Insurance as Is afforded by That Company,If Is executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY as respects such insurance as is afforded by That Company. BS 234 R12 CERTIFICATE OF PROPERTY INSURANCE THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND,EXTEND,OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. LIBERTY This is to Certify that MUTUAL M & L CONSTRUCTION COMPANY, INC. �On WYW iX@u@ru LO...Y Ib[@lY Y010M!i@F w.M t[0.«t @U fM P. O. BOX 368 Name and BURLESON, TX 76028 address of Insured is, at the date of this certificate, insured by the Company at the locations specified under the policy(ies) listed below. The insurance afforded by the listed policy(ies) is subject to all their terms, exclusions and conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this certificate may be used. DESCRIPTION OF THE INSURANCE FOR WHICH THIS CERTIFICATE IS ISSUED Policy Number: MS2-591-043350-061 Expiration Date of Policy: 6/1/84 Type of Policy: ❑ Standard Fire ❑ Special Multi Peril ❑ Business owners ® BUILDERS RISK ured location(s) specific subject IIHANrr/HIPPO EXHIBIT FOREST PARK Z00 of coverage Perils ❑ Fire&Extended Coverage ❑ Vandalism& Malicious Mischief Insured Against CXAII Risks-subject to specific policy form exclusions COINS/ INSURED DESCRIPTION OF INSURED PROPERTY CONTRIB. AMOUNT io �l Building(s) 800 $1,500,000 ❑ Personal Property of the Insured ❑ Personal Property of Others Mortgagee(s) or Loss Payee(s) and Address: NOTICE OF CANCELLATION:(NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOM. BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST XX DAYS NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO: CITY OF FORT WORTH A'ft]NICIPAL BLDG. 1000 TFIJRTON THORIZED REPRESENTATIVE FORT WORTH, TX 76101 1/31/84 NR FORT WORTH L ATTN: ROBERT L. HERCHEFT DATEISSUED OFFICE This certificate is executed by LIBERTY MUTUAL INSURANCE COMPANY as respects such insurance as is afforded by That Company,it Is executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY as respects such insurance as is afforded by That Company. BS-324R6 Obligee: CITY OF FORT WORTH, TEXAS Type Bond: PERFORMANCE Principal: M & L CONSTRUCTION CO. , INC. Amount: $998,900.00 Date INTEGON INDEMNITY CORPORATION Winston-Salem, North Carolina 4102352 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INTEGON INDEMNITY CORPORATION, a Corporation in the State of North Carolina, having its principal office in Winston-Salem, State of North Carolina, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 10th day of August, 1979 to wit: "The President, or any Vice President, shall have authority, severally, to make, execute and deliver a power of attorney constituting as Attorney-in- Fact such persons, firms or corporations as such officers may select from time to time," does hereby make, constitute and appoint: STEVE DEAL its true and lawful Attorneys)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf , and as its act and deed as follows: Specifically and only on bonds executed having Guarantee indemnification of the SMALL BUSINESS ADMINISTRATION in anamount not exceeding$ 1,000,000. as to any one proiect,for or on behalf of this Company•in its business and in accordance with its charter, and to bind INTEGON INDEMNITY CORPORATION thereby, and all of the acts of said Attorney-in-Fact, pursuant to these presents, are hereby ratified and confirmed. IN WITNESS WHEREOF, the INTEGON INDEMNITY CORPORATION has caused these presents to be sigpAd• by its President and/or Vice President, and its Corporate Seal to be affixed. w- ! INTEGON INDEMNITY CORPORATION ice Pr dent STATE OF- NORTH CAROLINA COUNTY OF FORSYTH On thi c ')'A-a •ins. „c �_L________ • ��• CERTIFICATE OF INSURANCE TO: Date CITY OF FORT WORTH Project No. TEXAS Type of Project THIS IS TO CERTIFY THAT (Name and Address of Assured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the type of insurance and in accordance with the provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE m Policy No. Effective Expires Limits of Liability Workers' Compensation Public 1 Person $ Liability 1 Accident$ Contingent 1 Person $ Liability 1 Accident$ Property Damage .� Builder's Risk Automobile Other The foregoing Policies (do) (do not) cover all sub-contractors. Locations Covered: Descriptions of Operations Covered: C-11 The above policies, either in the body thereof or by appropriate endorsement, provide that they may not be changed or cancelled by the insurer in less than five days after the insured has received written notice of such change or cancellation. When applicable local laws or regulations require more than five days' actual notice of change or cancellation to the assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. (Name of Insurer) _. By Title C-12 EXPERIENCE RECORD List of Projects your Organizaton has successfully completed: NAME AND ADDRESS AMT. OF CONTRACT AWARD TYPE OF WORK DATE ACCEPTED OF OWNER List of Projects your Organization is now engaged in completing: EXPECTED DATE NAME AND ADDRESS AMT. -OF CONTRACT AWARD TYPE OF WORK OF COMPLETION OF OWNER C-13 List Surety Bonds in Force on above incomplete work: DATE OF TYPE OF WORK NAME AND ADDRESS CONTRACT AWARD BOND AMT. OF BOND OF SURETY C-14 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION _ SECTION A DEFINITIONS, PROCEDURES AND INTERPRETATIONS A-1 Contract Documents. By the term Contract Documents is meant all of the written and drawn documents setting forth or affecting the rights of the parties, including but not necessarily being limit- ed to, the Contract, Notice to Bidders, Proposal, General Condi- tions, Special Conditions, Specifications, Plans, Bonds and all Addenda, Amendments signed by all Parties, Change Orders, written Interpretations issued by the Owner pursuant to Paragraph A-2 and any written Order for a minor change in the Work issued pursuant to Paragraph K-3 hereof. A-2 Entire Agreement. The Contract Documents represent the entire agreement between the Parties, and no prior or contemporaneous, oral or written agreements, instruments or negotiations shall be construed as altering the terms and effects of the Contract Docu- ments. After being executed, the Contract Documents can be changed only by a written Amendment signed by the Contractor and the Owner, or Change Order, or by a written Order for a minor change issued by the Owner, as set out in Section K hereto. A-3 Work. By the term Work is meant all labor, supervision, materi- als and equipment necessary to be used or incorporated in order to produce the construction required by the Contract Documents. _ A-4 Execution of the Contract Documents. The Contract Documents shall be executed in triplicate original by the Contractor and the Owner in such form as may be prescribed by law. A-5 Familiarity With Proposed Work. Before filing a bid, the bidder shall examine carefully the proposal, plans, specifications, spe- cial provisions, and the form of contract to be entered into for the work contemplated. He shall examine the site of work and satisfy himself as to the conditions which will be encountered relating to the character, quality and quantity of work to be performed and materials to be furnished. The filing of a bid by the bidder shall be considered evidence that he has complied with these requirements and has accepted the site as suitable for the work. Claims for additional compensation due to variations between con- ditions actually encountered in construction and as indicated by the plans will not be allowed. GC-1 A-6 One Unified Contract. Insofar as possible, the Contract Documents will be, bound together and executed as a single unified Contract, the intention of the Contract Documents being to provide for all labor, supervision, materials, equipment and other items necessary for the proper execution and completion of the Work. Words which have well recognized technical or trade meanings are used herein in accordance with such recognized meanings. A-7 Division of Work. The arrangement of Drawings and/or Specifications into divisions, sections, articles, or other subdivisions shall not be binding upon the contractor in dividing the work among subcontractors or trades. A-8 Interpretations. The Owner will furnish such Interpretations of the Plans and Specifications as may be necessary for the proper execution or progress of the work. Such Interpretations shall be furnished at the insistance of the Transportation and Public Works Director or at the request of the Contractor, and will be issued with reasonable promptness and at such times and in accordance with such schedule as may be agreed upon. Such Interpretations shall be consistent with the purposes and intent of the Plans and Specifications and may be effected by Field Order. In the event of any dispute between any of the parties to the Contract involving the interpretation of the Contract Documents, the evaluation of work or materials performed or furnished by the Contractor, or any subcontractor or materialman, or involving any question of fault or liability of any party, the decision of the Owner shall be final and binding. SECTION B OWNER B-1 Identification. By the term Owner is meant the City of Fort Worth acting herein by its duly authorized representatives in the manner provided by law. Authorized representatives include the City Manager, Assistant City Manager, the Director and Assistant Director of y Transportation and Public Works and members of the Architectural Services Division. Generally speaking a designated representative will be identified from within the Architectural Service Division to act as a point of contact from day to day of contract administration. B-2 Duties of the Owner. The Owner shall furnish surveys describing the physical characteristics, legal limits and utility locations for the site of the Work; provided, however, that the Contractor hereby covenants that he has inspected the premises and familiarized himself therewith and that the locations of utilities and other obstacles to the prosecution of the Work as shown on the Owner's survey are for information only, are not binding upon the Owner, and the Owner shall not incur any liabilty for loss or damage by virtue of any inaccuracies or deficiencies in such surveys. The Owner shall secure and pay for title to the site and all necessary permanent or construction easements. The Owner will cooperate with the Contractor in the prosecution of the Work in such manner and to such extent as may be reasonable and shall furnish information under its control with reasonable promptness at the request of the Contractor. GC-2 all necessary permanent or construction easements. The Owner will cooperate with the Contractor in the prosecution of the Work in such manner and to such extent as may be reasonable and shall furnish information under its control with reasonable promptness at the request of the Contractor. Shop Drawings. The Owner will review Shop Drawings and Samples as provided in Section C. Change Orders. Change Orders and Orders for Minor Changes in the Work will be issued by the Owner in accordance with the provisions of Section K. The Owner's designated representative will receive on behalf of the Owner all written Guarantees and related documents required of the Contractor. The Owner's designated representative will conduct inspections on behalf of the Owner for the purpose of determining and making recommendations concerning the dates of substantial completion and final completion. The Owner shall issue all instructions to the Contractor through a designated representative. The Owner's designated representative will provide general administration of the contract on behalf of the Owner and shall have authority to act as the representative of the Owner to the extent provided in the Contract Documents unless changed in writing by the Owner. B-3 Access to Job Site. The Owner shall at all times have access to the Work wherever it is in preparation and progress. The Contractor shall provide facilities for such access so the �.. Owner may perform its functions under the Contract Documents. - B-4 Interpretations. The Owner will be the interpreter of the requirements of the Plans and Specifications and the judge of the performance thereunder by the Contractor. The Owner's decisions in natters relating to artistic effect will be final if consistent with the intent of the Contract Documents. B-5 Authority to Stop Work. The Owner will have authority to reject work which does not conform to the Plans and Specifications. Whenever, in its reasonable opinion, the Owner considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications, it will have authority to require the Contractor to stop the Work or any portion thereof, or to require special inspection or testing of the Work as provided in Paragraph F-8 whether or not such Work be then fabricated, installed or completed. GC-3 SECTION C - CONTRACTOR C-1 Identification. The Contractor is the person or organization identified as such in the Contract. The term Contractor means the Contractor or his authorized representative. C-2 Review of Contract Documents. The Contractor shall carefully study and compare the Agreement, Conditions of the Contract, Drawings, Specifications, Addenda and modifications and shall at once report to the Owner any error, inconsistency or omission he may discover. The - Contractor shall do no work without Drawings, Specifications or Interpretations. C-3 Supervision. The Contractor shall supervise and direct the Work, using his best skill and attention. He shall be solely responsible for all construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract Documents. R C-4 Labor and Materials. Unless otherwise specifically noted, the Contractor shall provide and pay for all Labor, Materials, Equipment, Tools, Construction Equipment and Machinery, Water, Heat, Utilities, Transportation and Other Facilities and Services necessary for the proper execution and completion of the Work. The Contractor shall at all times enforce strict discipline and good order among his employees, and shall not employ on the Work any unfit person or anyone not skilled in the task assigned to him. C-5 Prevailing Wage Rate. The Contractor agrees to pay not less than the general prevailing rate of per diem wages for Work of a similar character in the locality in which the Work is performed, and not less than the general prevailing wage of per diem wages for a legal holiday and overtime work, to all laborers, workmen and mechanics employed on the Work under this Contract. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. C-6 Warranty. The Contractor warrants to the Owner that all materials and equipment furnished under this Contract will be new unless otherwise specified, and that all Work will be of good quality, free from faults and defects, and in conformance with the Contract Documents. All Work not so conforming to these standards may be considered defective. If required by the Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. The warranty provided in this Section shall be in addition to, and not in limitation of any other warranty or remedy provided by law or the Contract Documents. C-7 Taxes. The Contractor will pay all Sales, Consumer, Use and other a similar Taxes required by law. GC-4 C-8 Licenses, Notices and Fees. The Contractor shall obtain all Per- mits, Licenses, Certificates, Inspections and other Fees whether permanent or temporary; required by law or these Contract Docu- ments. No permit fees shall be required for this work. The Contractor shall give all Noticesand comply with all Laws, Ordinances, Rules, Regulations and Orders of any public authority bearing on the performance of the Work. If the Contractor observes or becomes aware that any of the Contract Documents are at variance therewith in any respect, he shall promptly notify the Owner in writing and any necessary change or be made as provided in Paragraph A-2. If the Contractor performs any Work knowing that it is in violation of, or contrary to, any of such Laws, Statutes, Charter, Ordinances, Orders or Directives, or Regulations without furnishing Notice to the Owner, the Contractor will assume full responsibility therefore and bear all costs attributable thereto. C-9 Cash Allowances. The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. These allowances shall cover the net cost of the materials and equip- ment delivered and unloaded at the site, and all applicable tax- es. The Contractor's handling costs on the site, labor, install- ation costs, overhead, profit and other expenses contemplated for the original allowance shall be included in the Contract Sum and not in the allowance. The Contractor shall cause the Work covered by these allowances to be performed for such amounts and by such persons as the Owner may direct, but he will not be required to employ persons against whom he makes a reasonable objection. If the cost, when determined, is more than or less than the allowance, the Contract Sum shall be adjusted accordingly by Change Order which will include additional handling costs on the site, labor, installation costs, overhead, m profit and other expenses resulting to the Contractor from any increase over the original allowance. C-10 Superintendent. The Contractor shall employ a competent superin- tendent and necessary assistants who shall be in attendance at the Project site during the progress of the Work. The superin- tendent shall be satisfactory to the Owner and shall not be changed except with their consent, unless the superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. The superintendent shall represent the Contractor and all communications given to the superintendent shall be as binding as if given to the Contractor. Important communications will be confirmed in writing. Other communications will be so confirmed on written request in each case. C-11 Responsibility for Employees and Sub-Contractors. The Contractor shall be responsible to the Owner for the acts and omissions of all his employees and all Sub-contractors, their agents and employees, and all other persons performing any of the Work under a contract with the Contractor. GC-5 C-12 Progress Schedule. The Contractor, immediately after being awarded the contract, shall prepare and submit for the Owner's approval, an estimated progress schedule for the Work. The progress schedule shall be related to the entire Project to the extent required by the Contract Documents. This schedule shall indicate the dates for the starting and completion_ of the various stages of construction and shall be revised as required by the conditions of the Work, subject to the Owner's approval. C-13 Drawings and Specifications at the Site. The Contractor shall -- maintain at the site for the Owner one copy of all Drawings, Spe- cifications, Addenda, approved Shop Drawings, Change Orders, and their Changes and Amendments in good order and marked to record _ all changes made during construction. These shall be available to the Owner. The Drawings, marked to record all changes made during construction, shall be delivered to the Owner upon completion of the Work. - C-14 Shop Drawings and Samples. Shop Drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures and other data which are prepared by the Contractor or any Subcontractor, manufacturer, supplier or distributor, and which illustrate some portion of the Work. - Samples are physical examples furnished by the Contractor to illustrate materials, equipment or workmanship, and to establish standards by which the Work will be judged. The Contractor shall review, stamp with his approval and submit, with reasonable promptness and in orderly sequence so as to cause no delay in the Work or in the work of any other contractor, all Shop Drawings and Samples required by the Contract Documents or subsequently by the Owner as covered by changes or amendments. Shop Drawings and Samples shall be properly identified as specified, or as the may require. At the time of submission the Contractor shall inform the Owner in writing of any deviation in the Shop Drawing.s or Samples from the requirements of the - Contract Documents. By approving and submitting Shop Drawings and Samples, the Con- tractor thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers and similar data, or will do so, and that he has checked and coordinated each Shop Drawing and Sample with the requirements of the Work and of the Contract Documents. The Owner will review and approve Shop Drawings and Samples with reasonable promptness so as to cause no delay, but only for conformance with the design concept of the Project and with the information given in the Contract Documents. The Owner's approval of a separate item shall not indicate approval of an assembly in which the item functions. GC-6 The Contractor shall make any corrections required by the Owner and shall resubmit the required number of corrected copies of r Shop Drawings or new Samples until approved. The Contractor shall direct specific attention in writing or on resubmitted Shop Drawings to revisions other than the corrections requested by the Owner on previous submissions. The Owner's approval of Shop Drawings or Samples shall not relieve the Contractor of responsibility for any deviation from the requirements of the Contract Documents unless the Contractor has informed the Owner in writing of such deviation at the time of submission and the Owner has given written approval to the specific deviation as authorized in Paragraph A-2, nor shall the Owner's approval relieve the Contractor from responsibility for errors or omissions in the Shop Drawings or Samples. No portion of the Work requiring a Shop Drawing or Sample submis- sion shall be commenced until the submission has been approved by the Owner. All such portions of the Work shall be in accordance with approved Shop Drawings and Samples. C-15 Site Use. The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with any materials or equipment. Until acceptance of the work by the City Council of the City of Fort Worth, the entire site of the Work shall be under the exclusive control, care and responsibility of the Contractor. Contractor shall take every precaution against injury or damage to persons or property by the action of the ele- ments or from any other cause whatsoever. The Contractor shall rebuild, repair, restore and make good at his own expense all injuries or damages to any portions of the Work occasioned by any of the above, caused before its completion and acceptance. �- C-16 Cutting and Patching of Work. The Contractor shall do all cut- ting, fitting or patching of his Work that may be required to make its several parts fit together properly, and shall not endanger any Work by cutting, excavating or otherwise altering the Work or any part of it. C-17 Cleaning Up. The Contractor at all times shall keep the premises free from accumulation of waste materials or rubbish. At the completion of the Work he shall remove all his waste materials and rubbish from and about the Project as well as all his tools, construction equipment, machinery and surplus materials, and shall clean all glass surfaces and leave the Work "broom-clean" or its equivalent, except as otherwise specified. In addition to removal of rubbish and leaving the buildings "broom-clean", Con- tractor shall clean all glass, replace any broken glass, remove stains, spots, marks and dirt from decorated work, clean hard- ware, remove paint spots and smears from all surfaces, clean fix- tures and wash all concrete, tile and terrazzo floors. GC-7 If the Contractor fails to clean up, the Owner may do so and the cost thereof shall be charged to the Contractor as provided in Paragraph F-6. C-18 Communications. As a general rule, the Contractor shall forward all communications to the Owner through the Owner's Designated Representative. C-19 Indemnification. The Contractor assumes all responsibility for damages sustained by persons or property due to the carrying on of the Work. The Contractor shall and does hereby covenant and agree to fully indemnify, save harmless and defend Owner, its officers, agents and employees from an against all costs or dama- ges arising out of any real or asserted claim or cause of action against Owner, its officers, agents and employees of whatsoever kind or character, and in addition, from and against any and all costs or damages arising out of any wrongs, injuries, demands or Y suits for damages, whether real or asserted, claimed against Owner, its officers, agents and employees that may be occasioned by any act, omission, neglect or misconduct on the part of the -p said Contractor, his agents, subcontractors, servants or employ- ees. In any and all claims against the Owner or any of its agents or •employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the Indemnification - obligation under this Section shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under workmen's compensation acts, disability benefits or other employee benefit acts. SECTION. D SUBCONTRACTORS D-1 Definition. A Subcontractor is a person or organization who has a direct contract with the Contractor to perform any of the Work at the site. The term Subcontractor is referred to throughout the Contract Documents as if singular, in number and masculine in gender and means a Subcontractor or his authorized representa- tive. Y Nothing contained in the Contract Documents shall create any con- tractual relation between the Owner and any Sub-contractor or any of his Sub-subcontractors or materialmen. - D-2 Award of Subcontracts. As soon as practicable after bids are received and prior to the award of the Contract, the successful bidder shall furnish to the Owner in writing for acceptance by the Owner a list of the names of the subcontractors or other GC-8 persons or organizations (including those who are to furnish materials or equipment fabricated to a special design) proposed for such por- tions of the Work as may be designated in the bidding requirements, or if none is so designated, the names of the Subcontractors proposed for the principal portion of the Work. Prior to the award of the Con- tract, the Owner shall notify the successful bidder in writing if the Owner, after ,due investigation, has reasonable objection to any person or organization on such list. Failure of the Owner to make an objec- tion to any person or organization on the list prior to the award of this Contract shall constitute acceptance of such per-son or organi- zation. If, prior to the award of the Contract, the Owner has an objection to any person or organization on such list, and refuses to accept such person or organization, the apparent low bidder may, prior to the award, withdraw his bid without forfeiture of bid security. If such bidder submits an acceptable substitute with an increase in his bid price to cover the difference in cost occasioned by such substitution, the Owner, may at its discretion, accept the increased bid price or he may disqualify the bid. If, after the award, the Owner objects in writing to any person or organization on such list, the Contractor shall submit an acceptable substitute and the Contract Sum shall be increased or decreased by the difference in cost occasioned by such substitution and an appropriate Change Order shall be• issued; however, no increase in the Contract Sum shall be allowed for any such substi- tution unless the Contractor has acted promptly and responsively in submitting a name with respect thereto prior to the award. The Contractor shall not contract with any Subcontractor or any person or organization proposed for portions of the Work designated in the bidding requirements or, if none is so designated, with any Subcon- tractor proposed for the principal portions of the Work, who has not been accepted by the Owner . The Contractor will not be required to contract with any subcontractor Ior person or organization against whom he has a reasonable objection. The successful low bidder will use its reasonable best efforts to hire local laborers, workmen and materialmen. This general condition is not to be construed as limiting the right of any bidder to employ labor- ers, workmen or materialmen from outside the immediate local area. The Contractor shall not make any substitution for any Subcontractor or person or organization who has been accepted by the Owner , unless the substitution is also acceptable to the Owner . D-3 Terms of Subcontracts. All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub-subcontractors) which shall contain provisions that: (a) preserve and protect the rights of the Owner under the Con- tract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; GC-9 (b) require that such Work be performed in accordance with the requirements of the Contract Documents; (c) require submission to the Contractor of applications for payment under each subcontract to which the Con- tractor is a party, in reasonable time to enable the Contractor to apply for payment in accordance with Sec- tion H; (d) require that all claims for additional costs, exten- sions of time, damages for delays or otherwise with respect to subcontracted portions of the Work shall be submitted to the Contractor (via any Subcontractor or Sub-subcontractor where appropriate) in the manner pro- vided in the Contract Documents for like claims by the Contractor upon the Owner; (e) waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by the property insurance described in Section J, except such rights, if any, as they may have to proceeds of such insurance held by the Owner under Section J; and, (f) obligate each Subcontractor specifically to consent to the provisions of this Section D. All of the provision's set out in this paragraph shall be deemed to have been included in every sub-contract, and every subcon- tract shall be so construed and applied as to the Owner, whether or not such provisions are physically included in the sub-contract. D-4 Payments to Subcontractors. The Contractor shall pay each Sub- contractor, upon receipt of payment from the Owner, an amount equal to the percentage of completion allowed to the Contractor on account of such Subcontractor's Work. The Contractor shall also require each Subcontractor to make similar payments to his subcontractors. If the Owner refuses to issue a Certificate for Payment for any cause which is the fault of the Contractor and not the fault of a particular Subcontractor, the Contractor shall pay that Subcontractor on demand, made at any time after the Certificate for Payment would otherwise have been issued, for his Work to the extent completed, less the retained percentage. The Contractor shall pay each Subcontractor a just share of any insurance monies received by the Contractor under Section J, and he shall require each Subcontractor to make similar payments to his Subcontractors. GC-10 The Owner may, on request and at its discretion, furnish to any Subcontractor, if practicable, information regarding percentages = of completion certified to the Contractor on account of Work done by such Subcontractors. The Owner shall not have any obligation to pay or to see to the payment of any monies to any Subcontractor. SECTION E SEPARATE CONTRACTS E-1 Owner's Right. The Owner reserves the right to award separate contracts in connection with other portions of the Work. When separate contracts are awarded for other portions of the Work, "the Contractor" in the Contract Documents in each case shall be the contractor who signs each separate contract. E-2 Mutual Responsibility of Contractors. The Contractor shall afford other contractors reasonable opportunity for the introduc- tion and storage of their materials and equipment and the execu- tion of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's Work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Owner any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor so to inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive his Work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's Work. Should the Contractor cause damage to the work or property of any separate contractor on the site, the Contractor shall, upon due notice, settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the Owner on account of any damage alleged to have been so sustained, the Own- er shall notify the Contractor who shall defend against such suit at the Contractor's expense, and if any judgment against the Own- er arises therefrom, the Contractor shall pay or satisfy such judgment and shall reimburse the Owner for all attorney's fees, court costs and expenses which the Owner has incurred in connec- tion with such suit. GC-11 E-3 Cutting and Patching Under Separate Contracts. The Contractor shall do all cutting, fitting or patching of his Work that may be required to fit it to receive or be receivd by the work of other contractors shown in the Contract Documents. The Contractor shall not endanger any work of any other contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the work of any other contractor except with the written - consent of the Owner. Any costs caused by defective or ill-timed work shall be borne by the party responsible therefor. E-4 Owner's Right to Clean Up. If a dispute arises between the sepa- rate contractors as to their responsibility for cleaning up as required by Paragraph C-1, the Owner may clean up and charge the cost thereof to the several contractors as the Owner shall determine to be just. SECTION F . MISCELLANEOUS PROVISIONS F-1 Conflict of Laws. The Contract shall be governed by the law of the place where the site is located. The Contractor must fami- liarize himself and strictly comply with all Federal, State, and County and City Laws, Statutes, Charter, Ordinances, Regulations, or Directives controlling the action or operation of those engaged upon the work affecting the materials used. He shall indemnify and save harmless the City and all of its officers and agents against any claim or liability arising from or based on the violation of any such Laws, Statutes, Charter, Ordinances, Regulations, or Directives, whether by himself, his employees, agents or subcontractors. F-2 Personal Liability of Public Officials. In performing their duties under the Statutes of the State of Texas and the Charter and Ordinances of the City of Fort Worth in connection with this Contract, or in exercising any of the powers granted the Owner _ herein, the officers, agents and employees of the City of Fort Worth are engaged in the performance of a governmental function and shall not incur any personal liability by virtue of such per- _ formance hereunder, except for gross negligence or willful wrong. F-3 Successors and Assigns. Except as provided in Paragraph D-2, this contract shall be binding upon and inure to the benefit of the parties hereto, their Successors or Assigns. Contractor shall not assign or sublet all or any part of this Contract or his rights or duties hereunder without the prior written consent _ of the Owner. Any such purported assignment or subletting with- out the prior consent of Owner shall be void. GC-12 F-4 Written Notice. Written Notice shall be deemed to have been duly served if delivered in person to the individual or member of the firm or to an officer of the corporation for whom it was intend- ed, or if delivered at or sent by registered or certified mail to the last business address known to- him who gives the notice. F-5 Performance Bond and Labor and Material Payment Bond. The Con- tract shall, on the execution of the Contract, and before begin- ning work, make, execute, and deliver to the Owner and pay the premium for statutory surety bonds in a sum equal to one hundred per cent of the total contract price. In this connection, the Contractor shall furnish a Performance Bond as well as a Payment Bond both in a sum equal to the total contract price. The form of the bond shall be as provided in the Contract Documents and the surety shall be a reputable company acceptable to the Owner. F-6 Owner's Right to Carry Out the Work. If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents or fails to perform any provision of the Contract, the Owner may, without prejudice to any other remedy he may have, enter the site and make good such deficiencies. In such case an appropriate Change Order shall be issued deducting from the pay- ments then or thereafter due the Contractor the cost of correct- ing such deficiencies. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner. F-7 Royalties and Patents. The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the Owner harm- less from loss on account thereof and shall be responsible for all such loss when a particular design, process or the product of a particular manufacturer or manufacturers is specified; however, if the Contractor has reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to Owner. F-8 Tests. If the Contract Documents, Laws, Ordinances, Rules, Regu- lations or Orders of any public authority having jurisdiction require any Work to be inspected, tested or approved, the Con- tractor shall give the Owner timely notice of its readiness and of the date arranged so the Owner may observe such inspection, testing or approval. The Contractor shall bear all costs of such inspections, tests and approvals unless otherwise provided. If after the commencement of the Work, the Owner determines that any Work requires special inspection, testing or approval not included above, the Owner will instruct the Contractor to order such special inspection, testing or approval, and the Contractor shall give notice as required in the preceding paragraph. If such special inspection or testing reveals a failure of the Work GC-13 to comply (1) with the requirements of the Contract Documents or (2) with respect to the performance of the work, with Laws, Statutes, Charter, Ordinances, Regulations or Orders of any - public 'authority having jurisdiction, the Contractor shall bear all costs thereof; otherwise the Owner shall bear such costs, and an appropriate Change Order shall be issued. Required certificates of inspection, testing or approval shall be secured by the Contractor and promptly delivered by him to the Owner. - If the Owner wishes to observe the inspections, tests or approvals required by this Section, he will do so promptly and, a where practicable, at the source of supply. Neither the observations of the Owner in his administration of the Construction Contract, nor inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the Work in accordance with the Contract Documents. SECTION G CONTRACT TIME H-1 Definitions. The Contract Time is the period of time allotted in the Contract Documents for completion of the Work. The date of commencement of the Work is the date established in a notice to proceed. If there is no notice to proceed, it shall be the date of the Agreement or such other date as may be estab- lished therein. The Date of Substantial Completion of the Work or designated por- tion thereof is the Date certified by the the Owner that - construction is sufficiently complete, in accordance with the Contract Documents, so the Owner may occupy the Work or designated portion thereof for the use for which it is intended. -� Final acceptance of the completed work or any portion thereof can be made only by the City Council of the City of Fort Worth, and no other form of acceptance will be binding upon the Owner. A calendar day constitutes twenty-four (24) hours of time and is any one of the seven days of a week, including Sunday, regardless of whether a "Working Day" or not, and regardless of weather con- ditions or any situation which might delay construction. An extension of contract time shall be in accordance with this Sec- tion. Extensions of time will require approval by City of Fort Worth. A working day is defined as a calendar day, not including Satur- days, Sundays, and legal holidays, in which weather or other con- ditions .not under the control of the Contractor permit the per- formance of work for a continuous period of not less than seven GC-14 (7) hours between 7:00 a.m. and 6:00 p.m. However, nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturdays if he so desires. Should the Contractor choose to work on Saturdays, one day will be charged as contract working time when weather or other conditions permit seven (7) hours of work as delineated above. Legal holi- days are defined as being New Year's Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, Memorial Day, and Veteran's Day. G-2 Progress and Completion. All the time limits stated in the Con- tract Documents are of the essence of the Contract. The Contractor shall begin the Work on the date of commencement as defined in this Section. He shall carry the Work forward expeditiously with adequate forces and shall complete it within the Contract Time. G-3 Delays and Extensions of Time. If the Contractor is delayed at any time in the progress of the Work by any act or neglect of the Owner, or by any employee of the Owner, or by any separate con- tractor employed by the Owner., or by changes ordered in the Work, or by labor disputes, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's con- trol, or by any cause which the Owner determines may justify the delay, then the Contract Time may be extended by Change Order for such reasonable time and approved by the Owner. All claims for extension of time shall be made in writing to the Owner no more than fifteen days after the occurrence of the delay; otherwise they shall be waived. If no schedule or agreement is made stating the dates upon which written interpretations as set forth in Paragraph A-8 shall be furnished, then no claim for delay shall be allowed on account of failure to furnish such interpretation until fifteen days after demand is made for them, and not then.unless such a claim is rea- sonable. SECTION H PAYMENTS AND COMPLETION H-1 Contract Sum. The Contract Sum is stated in the proposal as accepted and is the total amount payable by the Owner to the Con- tractor for the performance of the Work under the Contract Docu- ments. H-2 Schedule of Values. Before the first Application for Payment, the Contractor shall submit to the Owner a Schedule of Values of the various portions of the Work, including quantities if required by the Owner, aggregating the total Contract Sum, divided so as to facilitate payments to Sub-contractors in accordance with Paragraph D-4, prepared in such form as specified GC-15 or as the Owner and the Contractor may agree upon, and supported by such data to substantiate its correctness as the Owner may require. Each item in the Schedule of Values shall include its - proper share of overhead and profit. This Schedule, when approved by the Owner, shall be used as a basis for the Contractor's Applications .for Payment. H-3 Progress Payments. On the first day of each month after the first month's work has been completed, the Contractor will make current estimates in writing under the supervision of the Owner, of materials in place complete and the amount of work performed during the preceding month or period and the value thereof at the prices contracted for as shown on the approved Breakdown and Progress Schedule. If payments are to be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at - the site, or at some other location agreed upon in writing, such payments shall be conditioned upon submission by the Contractor of bills of sale or such other procedures satisfactory to the Owner to establish the Owner's title to such materials or equip- ment or otherwise protect the Owner's interest including appli- cable insurance and transportation to the site. The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an Application for Payment, whether incorporated in the Project or not, will pass to the - Owner upon the receipt of such payment by the Contractor, free and clear of all liens, claims, security interests or encum- brances hereinafter referred to as "liens"; and that no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or by any other person per- forming the Work at the site or furnishing materials and equip- ment for the Work, subject to an agreement under which an inter- est therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. H-4 Certificates for Payment. If the Contractor has made Application for Payment as above, the Owner's Designated Representative will, with reasonable promptness but not more than seven days after the receipt of the Application, prepare a Certificate of Payment, with a copy to the Contractor, for such amount determine to be properly due, or state in writing reasons for withholding a Certificate as provided in Paragraph I-5. The issuance of a Certificate for Payment will constitute a representation by the Owner's Designated Representative, based on - observations at the site as provided in Paragraph B-4 and the data comprising the Application for Payment, that the Work has progressed to the point indicated; that the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole upon Substantial Completion, to the results of any subsequent tests required by the Contract Documents, to minor deviations from the Contract `h GC-16 Documents correctable prior to completion, and to any specific qualifications stated in the Certificate); and recommendations that the Contractor be paid in the amount certified. In addition, the Certificate of Payment will constitute a further representation that the conditions precedent to the Contractor's being entitled to final payment as set forth in this Section have been fulfilled. After the Certificate for Payment has been prepared, the Owner shall process same within seventeen (17) days. The Owner shall pay 90% of the approved estimate to the Contractor and the remaining 10% of each such estimate will be retained by the Owner until the final estimate is approved and the Work is accepted by the City Council of the City of Fort worth. No Certificate for a progress payment, nor any progress payment, nor any partial or entire use or occupancy of the Project by the Owner, shall constitute an acceptance of any Work not in accord- ance with the Contract Documents, or relieve the Contractor of _ liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the Work and pay for any damage to other work resulting therefrom which shall appear within a period of one year f rom the date of final acceptance of the Work unless a longer period is specified. Final acceptance can be made only by the City Council of the City of Fort Worth, and no other form of acceptance will be binding upon the Owner. H-5 Payments Withheld. The Owner's Designated Representative may decline to approve an Application for Payment and may withhold t his Certificate in whole or in part if in his opinion he is unable to make the representations as provided in this Section. The Owner's Designated Representative may also decline to approve any Applications for Payment or, because of subsequently discovered evidence or subsequent inspections, may nullify the whole or any part of any Certificate for Payment previously issued to such extent as may be necessary in his opinion to protect the Owner from loss because of: a) defective work not remedied; b) claims filed or reasonable evidence indicating probable filing of claims; c) failure of the Contractor to make payments properly to Subcontractors, or for labor, materials or equipment; d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Sum; e) damage to another contractor; f) reasonable indication that the Work will not be com- pleted within the Contract Time; or GC-17 g) unsatisfactory prosecution of the Work by the Contrac- tor. When such grounds for the refusal of payment are removed, payment shall be made for amounts withheld because of them. The Owner reserves the right to withhold the payment of any monthly esti- mate, without payment of interest, if the Contractor fails to perform the Work in accordance with the specifications or instructions of the Owner's designated representative. H-6 Failure of Payment. If, without fault on the part of the Con- tractor, the Owner should fail to pay to the Contractor 90% of the amount thereof within the period of time specified in Paragraph :1-4, then the Contractor may, upon seven (7) days additional written notice to the Owner stop the Work until payment of the amount owing has been received. H-7 Substantial Completion and Final Payment. When the Contractor determines that the Work or a designated portion thereof accept- able to the Owner is substantially complete, the Contractor shall �. prepare for submission to the Owner a list of items to be completed or corrected. The failure to include any items on such list does not alter the responsibility of the Contractor to - complete all Work in accordance with the Contract Documents. .When the Owner, on the basis of inspection, determines that the Work is substantially complete, a Certificate of Substantial Completion will be prepared, which when approved by the Owner, shall establish the Date of Substantial Completion, shall state the responsibilities of the Owner and the Contractor for maintenance, heat, utilities, and insurance, and shall fix the time within which the Contractor shall complete the items listed therein, said time to be within the Contract Time unless extended pursuant to Section G. Upon receipt of written notice that the Work is ready for final inspection and acceptance and upon receipt of a final Application for Payment, the Owner will conduct such test and/or inspections as he deems necessary, and if in his opinion the Work has been completed in accordance with the Contract Documents, the Owner will promptly issue a final Certificate for-Payment stating _ that the Work has been completed in accordance with the terms and conditions of the Contract Documents and that the entire balance found to be due the Contractor, and noted in said final _ Certificate is due and payable. Final acceptance can be made only by the City Council of the City of Fort Worth, and no other form of acceptance will be binding upon the Owner. Neither the final payment nor the remaining retained percentage shall become due until the Contractor submits to the Owner: (1) an Affidavit that all payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Owner or his property might in any way be responsible, GC-18 have been paid or otherwise satisfied, (2) consent of surety, if any, to final payment and, (3) if required by the Owner, other data establishing payment or satisfaction of all such obligations, such as receipts, releases and waivers of liens arising out of the Contract, to the extent and in such form as may be designated by the Owner. If any Subcontractor, materialman or laborer refuses to furnish a release or waiver required by the Owner, the Contractor may, at the election of the Owner, furnish a bond satisfactory to the Owner to indemnify him _- against any right, claim or lien which might be asserted by such Subcontractor, materialman or laborer. If any such right, claim or lien remains unsatisfied after all payments are made, the Contractor shall refund to the Owner all monies that the latter may be compelled to pay in discharging such right, claim or lien, including all costs and reasonable attorney's fees. The acceptance of final payment shall constitute a waiver of all claims by the Contractor except those previously made in writing and still unsettled. SECTION I PROTECTION OF PERSONS AND PROPERTY I-1 -Safety Precautions and Programs. The Contractor shall be respon- sible for initiating, maintaining and supervising all safety pre- cautions and programs in connection with the Work. I-2 Safety of Persons and Property. The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to: a) all employees on the Work and all other persons who may be affected thereby; b) all the Work and all materials and equipment to be incorporated therein, whether in storage on or off the site, under the care, custody or control of the Con- tractor or any of his Subcontractors or Sub-subcontrac- tors; and ' c) other property at the site or adjacent thereto, includ- ing trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construc- tion. - Until acceptance of the Work, it shall be under the charge and care of the Contractor, and he shall take every precaution against injury or damage to the Work by the action of the ele- ments or from any other cause whatsoever, whether arising from the execution or from the non-execution of the Work. The Con- tractor shall rebuild, repair, restore and make good, at his own GC-19 expense, all injuries or damages to any portion of the Work occa- sioned by any of the above, caused before its completion and acceptance. The Contractor shall comply with all applicable Laws, Ordinances, Rules, Regulations and Orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the Work, all reasonable safeguards for safety and protection, including post- ing danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. When the use or storage of explosives or other hazardous mater- ials or equipment is necessary for the execution of the Work, the Contractor shall exercise the ,utmost care and shall carry on such activities under the supervision of properly qualified personnel. -. All damage or loss to any property referred to in the preceding - paragraphs caused in whole or in part by the Contractor, any Sub- contractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor, including damage or loss attributable to faulty Drawings or Specifications and acts or omissions of the Contractor, but in no event shall the Owner be liable to the Contractor or anyone claiming through the Contrac- tor for such damage or loss. The Contractor shall designate a responsible member of his organ- ization at the site whose duty shall be the prevention of acci- dents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Owner. The Contractor shall not load or permit any part of the Work to be loaded so as to endanger its safety. I-3 Emergencies. In any emergency affecting the safety of persons or property, the Contractor shall act at his discretion to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on account of emergency work shall be determined as provided in Section K of Changes in the Work. SECTION J INSURANCE J-1 Insurance Required. The Contractor shall not commence Work under this Contract until he has obtained all insurance required under this Section and such insurance has been approved by the Owner, nor shall the Contractor allow any Subcontractor to commence Work on this Subcontract until all similar insurance of the Subcon- tractor has been so obtained and approved. GC-20 J-2 Compensation Insurance. The Contractor shall take out and main- tain during the life of this Contract Workmen's Compensation Insurance for all of his employees at the site of the Project, and in case any work is sublet, the Contractor shall require the Subcontrctors similarly to provide Workmen's Compensation Insur- ance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Con- tract at the site of the Project is not protected under the Work- - men's Compensation statute, the Contractor shall provide and shall cause each Subcontractor to provide adequate and suitable insurance for the protection of his employees not otherwise pro- tected. J-3 Public Liability and Property Damage Insurance. The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him, the Owner and any Subcontractor performing work covered by this Contract, from claims for damages for personal injury, including accidental death, as well as from claims for personal damages, which may arise from operations under this Contract, including blasting, when blasting is done on, or in connection with the Work of the Project, whether such operations be by him- self or by any Subcontractor or by anyone directly or indirectly employed by either of them and the amounts of such insurance shall be not less than the following: a) V" Comprehensive Automobile Liability (For all Contrac- tor-owned or non-owned, but hired vehicles): Bobily Injury: Each Person $100,000.00 Per Occurrence 300,000.00 Property Damage: Per Occurrence $300,000.00 b) VllComprehensive General Liability: y Bodily Injury: Each Person $100,000.00 Per Occurrence 300,000.00 Property Damage: Per Occurrence $300,000.00 J-4 .a guilder's Risk Insurance. The Contractor shall take out, pay for and maintain at all times during the life of this Contract, Builder's Risk Insurance against the perils of fire, lightning, windstorm, hurricane, hail, riot, explosion, civic commotion, smoke, aircraft, land vehicles, vandalism, and malicious mis- chief, in an amount equal to 100% of the Contract Sum. GC-21 Upon completion of the Work the Contractor shall notify the Owner F in writing before terminating this insurance. J Proof of Carriage of Insurance. The Contractor shall furnish the Owner with a satisfactory proof of carriage of the insurance required.. Certificates of insurance will be required in dupli- cate for file with the Owner, such certificates to provide that - the Owner is entitled to the same notice as that given to the purchaser of the insurance in case of cancellation or any major change therein. SECTION K CHANGES IN THE WORK K-1 Change Order. The Owner, without invalidating the Contract, may order Changes in the Work within the general scope of the Con- tract consisting of additions, deletions or other revisions, the Contract 'Sum and the Contract Time being adjusted accordingly. All Such Changes in the Work shall be authorized by Change Order, and shall be executed under the applicable conditions of the Con- tract Documents. A Change Order is a written order to the Contractor signed by the - Contractor and the. Owner, issued after the execution of the Contract, authorizing a Change in the Work or adjustment in the Contract Sum or the Contract Time. The Contract Sum and the Contract Time may be changed only by Change Order. The cost of credit to the Owner resulting from a Change in the Work shall be determined in one or more of the following ways: a) by mutual acceptance of a lump sum properly itemized; b) by unit prices stated in the Contract Documents or sub- �. sequently agreed upon; or c) by cost and a mutually acceptable fixed or percentage fee. If none of the methods set forth herein above is agreed upon, the, y Contractor, provided he receives a Change Order, shall promptly proceed with the Work invovled. The cost of such work shall then be determined on the basis of the Contractor's reasonable expend- itures and savings, including, in the case of an increase in the Contract Sum, a reasonable allowance for overhead and profit. In such cases, the Contractor shall keep and present, in such form as the Owner may prescribe, an itemized accounting together with appropriate supporting data. Pending final determination of cost to the Owner, payments on account shall be made on the Certificate of Payment as approved by the Owner. The amount of credit to be allowed by the Contractor to the Owner for any deletion or change which results in a net decrease in cost will be the amount of the actual net decrease. When both additions -- GC-22 and credits are involved in any one change, the allowance for overhead and profit shall be figured on the basis of net increase, if any. If unit prices are stated in the Contract Documents or subse- quently agreed upon, and if the quantities originally contemplat- ed are so changed in a proposed Change Order that application of the agreed unit prices to the quantities of Work proposed will create a hardship on the Owner or the Contractor, the applicable unit prices shall be equitably adjusted to prevent such hardship. If the Contractor claims that additional cost or time is involved because of (1) any written interpretation issued pursuant to Sec- tion A, (2) any order by the Owner to stop the Work pursuant to Section B, where the Contractor was not at fault, or (3) any written order for a minor change in the Work issued pursuant to Section K, the Contractor shall make such claim as provided in �. Section K. K-2 Claims for Additional Cost or Time. If the Contractor wishes to make a claim for an increase in the Contract Sum or an extension in the Contract Time, he shall give the Owner written notice thereof within a reasonable time after the occurrence of the event giving rise to such claim. This notice shall be given by the Contractor before proceeding to execute the Work, except in an emergency endangering life or property in which case the Contractor shall proceed in accordance with Section I. No such claim shall be valid unless so made. Any change in the Contract Sum or Contract Time resulting from such claim, if approved by the Owner, shall be authorized by Change Order. K-3 Minor Changes in the Work. The Owner shall have authority to order minor changes in the Work not involving an adjustment in the Contract Sum or an extension of the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written t order. Such changes shall be binding on the Owner and the Contractor. K-4 Field Orders. The Owner may issue written Field Orders which interpret the Contract Documents in accordance with Section A, or which order minor changes in the Work in accordance with Section K without change in Contract Sum or Contract Time. The Contractor shall carry out such Field Orders promptly. SECTION L UNCOVERING AND CORRECTION OF WORK L-1 Uncovering of Work. If any Work should be covered contrary to the request of the Owner, it must, if required by the Owner, be uncovered for observation and replaced, at the Contractor's expense. GC-23 If any other work has been covered which the Owner has not speci- fically requested to observe prior to being covered, the Owner may request to see such work and it shall be uncovered by the Contractor. If such Work be found in accordance with the Plans and Specifications, the cost of uncovering and replacement shall, by appropriate Change Order, be charged to the Owner. If such work be found not in accordance with the Plans and Specifica- tions, the Contractor shall pay such costs unless it be found in this condition was caused by a separate contractor employed as provided in Section E, and in that event the Owner shall deter- mine who is responsible for the payment of such costs. L-2 Correction of Work. The Contractor shall promptly correct all work rejected by the Owner as defective or as failing to conform to the Plans and Specifications whether observed before or after Substantial Completion and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected work. If, within one year after the Date of Substantial Completion or - within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any of the work is found to be defective or not in accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from the Owner to do so, unless the Owner has previously given the Contractor a written acceptance of such condition, describing same specifically and not generally. The Owner shall give such notice promptly after discovery of the condition. All such defective or non-conforming work under the preceding paragraphs shall be removed from the site where necessary, and the work shall be corrected to comply with the Contract Documents without cost to the Owner. The Contractor shall bear the cost of making good all work of separate contractors destroyed or damaged by such removal or - correction. If the Contractor does not remove such defective or non-conform- - ing work within a reasonable time fixed by written notice from the Owner, the Owner may remove it and may store the materials or equipment at the expense of the Contractor. If the Contractor does not pay the cost of such removal and storage within ten days thereafter, the Owner may upon ten additional days' written notice sell such work at auction or at private sale and shall account for the net proceeds thereof, after deducting all the - costs that should have been borne by the Contractor. If such pro- ceeds of sale do not cover all costs which the Contractor should have borne, the difference shall be charged to the Contractor and an appropriate Change Order shall be issued. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner. GC-24