Loading...
HomeMy WebLinkAboutContract 51409 THIS{.111'1'ISFOIti � CONTRACTOR CITY SECRETARY �r CRY SECRETARY PROJECT MANAGER W- CRY RACT NO. O PMD FILE COPY THE CITE' OF FORT WORTH, TEXAS Construction Manager-at-Risk Como Community Center City Project # CO2426 FORTWORTH, _ BETSY PRICE DAVID COOKE MAYOR CITY MANAGER Susan Alanis Assistant City Manager Aubrey Thagard Director,Neighborhood Services Department _ Richard Zavala Director, Park and Recreation Department Steve Cooke Director, Property Management Department Muckleroy & Falls Rev. August 2018 16?418 Como Community Center Project .. CMAR—Muckteroy&Falls Aug ,' City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 6/5/2018 - Ordinance No. 23249-06-2018 & 23250-06-201 DATE: Tuesday, June 5, 2018 REFERENCE NO.: C-28717 •• LOG NAME: 21COMO COMMUNITY CENTER CMAR CONSTRUCTION SERVICES SUBJECT: Authorize Execution of a Construction Manager at Risk Construction Contract with Muckleroy & Falls, in the Not-to-Exceed Amount of $10,183,044.00, Including 7.5% Owner's Contingency Allowance, to Provide Construction Services for the New Como Community Center Located at Chamberlin Park, and Adopt Appropriation Ordinances (2014 BOND PROGRAM) (2018 TAX NOTES) (COUNCIL DISTRICT 3) RECOMMENDATION: .r It is recommended that the City Council: 1)Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the .. PACS Gas Lease Capital Project Legacy Fund in the amount of$707,180.00, from available funds, for the purpose of funding the Como Community Center Project, and; 2)Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the PACS Gas Lease Capital Projects Fund, in the amount of$292,820.00, from available funds, for the purpose of funding the Como Community Center Project, and; 3)Authorize execution of a Construction Manager at Risk Construction (CMAR) contract with Muckleroy & Falls, in the not-to-exceed amount of$10,183,044.00, including 7.5% Owner's Contingency Allowance, to provide construction services for the new Como Community Center located at Chamberlin Park. The total cost for the project, including land acquisition, project management, testing, surveying, utilities, IT, security, FFE, demolition, contingency, etc., is $13,896,120.00. DISCUSSION: The 2014 Bond Program includes $5,300,000.00 to construct a new Como Community Center, land ,., acquisition and demolition of the existing Como Community Center. It was known at that time that additional funds would be required. A request for Statements of Qualifications (SOQ) for Architectural firms was advertised in the Fort Worth Star-Telegram on January 8th, 2015, with interviews scheduled February 27th, 2015. After reviewing the SOQs and conducting interviews, the Property Management Department engaged the architectural firm of Perkins & Will, Inc. to provide limited programing, assistance with site selection, and to conduct certain public meetings. During these meetings the community and the City established the location for the new Como Community Center at Chamberlin Park. The community's needs and desire for the project's total program greatly increased the facility's scope and size. Based on these discussions, the Park and Recreation Department secured additional land for Chamberlin Park. On June 20th, 2017 (C-28294), the City Council authorized execution of an Architectural Services Logname: 21COMO COMMUNITY CENTER CMAR CONSTRUCTION SERVICES Page 1 of 4 Agreement with HKS, Inc., in the amount of$799,261.74 to provide architectural design and construction administration services for the new Como Community Center. It was determined that engaging a contractor early on this project to assist with the design and cost .. estimating would be beneficial. A request for Statement of Qualifications (SOQ) for a Construction Manager at Risk (CMAR) contractor was advertised in the Fort Worth Star-Telegram on March 17th, 23rd and 30th, 2017. The City received SOQs from 11 offerors, listed below: . Balfour Beatty Construction . Byrne Construction Services FPI Builders Inc. . Haydon Building Corp . Imperial Construction, Inc. . Joeris General Contractors, Ltd. . Muckleroy & Falls . Pogue Construction Co., LP . Sedalco, Inc. . Steele & Freeman, Inc. . W.B. Kibler Construction Co., Ltd. i A selection team, comprised of representatives of the Neighborhood Services Department, Park & Recreation Department, Property Management Department, Economic Development Department and AP Ranch, Inc. reviewed the SOQs. After individual review and consideration, the selection team met to review a detailed comparison of the cost of services, experience and review of references. After this discussion, scores were tabulated and the team established a short list for interviews to include Byrne Construction Services, Imperial Construction, Inc. and Muckleroy & Falls. Interviews were conducted Friday May 12th, 2017 and based on the reviews and interviews, the selection team recommends award of the CMAR Construction Contract to Muckleroy & Falls. Criteria Muckleroy & Byrne Construction Imperial Falls Services Construction, Inc._ Proposed Fee and Expenses F_ 55 53 50, M/WBE Office Review 8.0 8.0 6.5 Reputation / Experience - 24 22 20 Past Relationship with City of 7 5 7 7 Fort Worth _fOTAL1 92.0 _ 90.0 83.5 Following the selection, a Pre-Construction Services Agreement was administratively executed with Muckleroy & Falls to provide input to the design and assist with cost estimating. Muckelroy & Falls has worked closely with the architectural firm of HKS, Inc. to produce a design to meet the City's needs; accommodate future AP Ranch participation and establish the project budget. Construction Costs -The estimated project costs for the new Como Community Center are as follows: DESCRIPTION PROJECT COST (Land (and associated costs) $336,029.00 Design $880,000.00 r Logname: 21COMO COMMUNITY CENTER CMAR CONSTRUCTION SERVICES Page 2 of 4 Construction (including 7.5% Owner's Contingency Allowance) $10,183,044.00 FF&E $675,000.00 Project Management, Testing, Surveying, Utilities, IT, Security, $1,822,047.00 Demolition, Contingency, etc. dft PROJECT TOTAL $13,896,120.00; In accordance with Chapter 7, Article III, Section 7-47, Section 109.2.1 of the City Code, Building and i Trade Permit Fees are waived for this project. Operating Costs-The Neighborhood Services Departmental anticipates the addition of$460,000.00 annually for additional staff and other operational costs associated with the opening of the Como Community Center. The Park & Recreation Department anticipates the annual operating impact for grounds maintenance associated with this project, beginning in the third quarter of FY 2019, to be $22,250.00 annually. 2014 Bond Program -This project is partially funded in the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the project is sold, bond proceeds will reimburse the General Fund, in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election and subsequent actions taken by the Mayor and City Council. (Ordinance No. 21241-05- 2014) and subsequent actions taken by the Mayor and Council. 2018 Tax Notes -Additional funds up to $4,650,000.00 were approved through the sale of tax notes on April 10, 2018 (G-19264). Available resources within the General Fund will be used to provide interim financing until this debt is issued. Once debt associated with the project is sold, tax note proceeds will reimburse the General Fund, in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance authorizing the issuance of the notes. The Office of Business Diversity - Muckleroy & Falls is in compliance with the City's BDE Ordinance by committing to 30% MBE participation on this CMAR project. The City's MBE goal on this CMAR project is 20%. The community center is to be located in COUNCIL DISTRICT 3. FISCAL INFORMATION /CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the current capital budget, as appropriated, of the 2014 Bond Program Fund, the 2018 Tax Notes Capital Projects Fund, the PACS Gas Lease Capital Projects Fund and the PACS Gas Lease Capital Project Legacy Fund. The Property Management Department has the responsibility to validate the availability of funds prior to expenditure of funds. .. FUND IDENTIFIERS (FIDS): TO FF kccountl Project Program ctivity Budget Reference # moun I ID ID Year Chartfield 2 FROM _ Fund Department ccoun Project Program ctivity Budget I Reference # �mounj Logname: 21COMO COMMUNITY CENTER CMAR CONSTRUCTION SERVICES Page 3 of 4 [ 1 ID I I ID I I I Year I (Chartfield CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Steve Cooke (5118) Additional Information Contact: Brian Glass (8088) ATTACHMENTS 1. 1295 Form.pdf (Public) 2. 21 COMO COMMUNITY CENTER CMAR CONSTRUCTION SERVICES 33002 A018.docx (Public) 3. 21 COMO COMMUNITY CENTER CMAR CONSTRUCTION SERVICES 39302 A018.docx (Public) 4. 21ComoCC CMAR FIDS2.XLSX (CFW Internal) 5. 4-12-18 CMAR Muckleroy Falls Compliance Memo.pdf (CFW Internal) 6. COMO PROJ LOCATION.pdf (Public) 7. SAM Muckleroy Falls.pdf (CFW Internal) r r w w Logn.ame: 21 COMO COMMUNITY CENTER CMAR CONSTRUCTION SERVICES Page 4 of 4 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-355049 Muckleroy&Falls Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/17/2018 being filed. The City of Fort Worth Date Acknoeclyge 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. PMD-2015-03 We provide General Contracting Construction Services for all project types.The scope of work included in the Como Community Center Project consists of a new 25,000 SF building. Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Muckleroy,Zach Fort Worth,TX United States X Falls, Max Fort Worth,TX United States X Muckleroy, Harold Fort Worth,TX United States X. Austin, Ben Fort Worth,TX United States X Hale,Taylor Fort Worth,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Taylor Hale and my date of birth is 904 My address is 5801 Edwards Ranch Rd. Fort Worth TX 76109 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Tarrant County, state of Texas on the 17 day ofMaw/ ,,2018 (month) (year) Sig re-6fauthorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523 • � � �R . �-fid► +`' .�� �.,,,_ s y,�� ;,�}�, ��kr A ".Y'�1� -i��` f f.�4C sa X x. 'k �,�,ia*I=' rx;'•".L ��:._ �r.. t t � �x � trwrr } 4� # � t���R, ' ,� ��� � • fw f r Y ti, � � ,, +r �3 ' IF •avM�'E'I;ai + ? ; `. •t, `4 { .... � �..'' �,'.,;34 dSi' a, ti �-' 3t`t�'B'"� ♦,�,r. �' �i i' S �_��'�*F r a 1 ��`. r +���lir' _ ��' « 'I r};'lt.{It �� `". 'kFf AJw sL W ( „ 1,000 500 I 1,000 t zzx fi i: i'Y�' �. . � �;� .. � � ,..,^ +t ti ' � fit`-•. - .1 %'�" vls�xa " �.. c v i'w �c a tar■ .�.:i.0 .��""- �.�'" FORTWORTHo C[TY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. 2 Construction Manager-at-Risk Como Community Center Project •• -Request for Proposals Submittal Date: April 20, 2017 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows: 1. Refer to enclosed revised"PROPOSAL(Revised April 19, 2017)". Acknowledge the receipt of this Addendum No. 2 on your Proposal. Steve Cook Director, Property Management Department By: `RM� Ronnie Clements Architectural Services PMD, Facilities Division 817-392-8014, FAX 817-392-8488 .. Ronald Clements(a-)fortworthtexas.gov RELEASE DATE:April 19,2017 MR Addendum No.2 Page 1 of 1 Construction Manager-at-Risk Como Community Center Project(March 2017) COMO COMMUNITY CENTER PROJECT PROPOSALFORM L T0: MR. DAVID COOKE CITY MANAGER ATTN: PURCHASING OFFICE f 200 TEXAS STREET CITY OF FORT WORTH, TEXAS FOR: Construction Manager-at-Risk Agreement for Como Community Center Project Located at Chamberlin Park 4600 Holleran Street Fort Worth,Texas Project PMD 2014-10 Pursuant to the foregoing 'INSTRUCTIONS TO CONSTRUCTION MANAGER-AT-RISK (CMAR) OFFERORS", the undersigned understands the amount of work to be done for the Preconstruction Services and Construction Services, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications and subsequent agreed upon Guaranteed Maximum Prices (GMPs) and subject to the inspection and approval of the Director of Property Management Department of the City of Fort Worth. Upon acceptance of this Proposal by the City Council and upon subsequent agreement to the GMPs the Offeror, if the agreement amount exceeds $25,000.00, shall furnish acceptable Performance and Payment Bonds approved by the City of Fort Worth for performing and completing the Work within the time agreed to for the following sum, to wit: DESCRIPTIONS AND COSTS OF ITEMS IN CMAR AGREEMENT I PRE-CONSTRUCTION SERVICES: including Constructability Reviews, Value Engineering Recommendations and Estimating Services Fees for: "Phase I: Community Center"—Including all associated Site Utilities, Civil Site Work and Parking: $ "Phase If A: Gymnasium"—Including all associated Site Utilities, Civil Site Work and Parking: — $ "Phase 1113: Track, Football Field"—Including all Civil Site Work, fencing, seating lighting and other associated work: $ "All Phases Combined"—Including Phases I, IIA&IIB Como CommunPty Center Project Page 10 of 55 CMAR for North Service Center (rev 4-2017)March 2017 r.. CONSTRUCTION SERVICES: Based on an estimated total budget of $18,500,000.00, your standard practice regarding project cost structure and your understanding of this project, complete the line items below. These items are included in the total not-to-exceed estimated construction budget for: "Phase I:Community Center"—Estimated Budget of$9,900,000.00, including all associated Site Utilities, Civil Site Work and Parking: A) $ % (%of Phase 1 Budget) Subcontractors Material Labor and Equipment(Lump Sum) B) $ % (%of Phase I Budget) General Condition Expenses(Attach description of items included) C) $ , % (% of Items A+B) Construction Management Fee(Attach description of items included) D) $ % . 7.5 (7.5%of Items A+B+C) 7.5% Owners Construction Contingency Allowance(Remaining Contingency allowance will be retained by the City) E) $ % (%of Items A+B+C+D) Anticipated Cost of Insurance and Bonds F) $ % (%of Items A+B+C+D) Any other anticipated Costs(Attach description of items included) +.r "Phase II A: Gymnasium"—Estimated Budget of$6,000,000.00, including all associated Site Utilities, Civil Site Work and Parking: A} $ , % (%of Phase II A Budget)Subcontractors Material Labor and Equipment(Lump Sum) B} $ , % (%of Phase Il A Budget) General Condition Expenses(Attach description of items included) C) $ % (%of Items A+B)Construction Management Fee(Attach description of items included) D) $ , % 7.5 (7.5%of Items A+B+C) 7.5% Owners Construction Contingency Allowance(Remaining Contingency allowance will be retained by the City) E) $ % (%of Items A+B+C+D) Anticipated Cost of Insurance and Bonds r F) $ % (%of Items A+B+C+D) Any other anticipated Costs(Attach description of items included) Como Community Center Project Page 11 of 55 CMAR for North Service Center (rev 4-2017)4erch 2017 "Phase 11 13: Track, Football Field"—Estimated Budget of$2,600,000.00, including all Civil Site Work, fencing, seating lighting and other associated work: A) $ % (%of Phase II B Budget)Subcontractors Material Labor and Equipment(Lump Sum) B) $ , % (%of Phase 11 B Budget) Generat Condition Expenses(Attach description of items included) C) $ , % (%of Items A+B)Construction Management Fee (Attach L. description of items included) D) $ , % 7.5 (7.5%of Items A+B+C) 7.5%Owners Construction Contingency Allowance(Remaining Contingency allowance will be retained by the City) E) $ % (%of Items A+B+C+D) Anticipated Cost of Insurance and Bonds F) $ % (%of Items A+B+C+D) Any other anticipated Costs(Attach description of items included) "All Phases Combined"—Estimated Budget of$98,500,000.00 for Phases I, IIA& IIB and all associated work. A) $ % (%of Total Budget) Subcontractors Material Labor and Equipment(Lump Sum) B) $ , % (%of Total Budget)General Condition Expenses (Attach description of items included) C) $ . % (%of Items A+B) Construction Management Fee(Attach description of items included) D) $ % 7.5 (7.5%of Items A+B+C) 7.5% Owners Construction Contingency Allowance(Remaining Contingency allowance will be retained by the City) E) $ % (%of Items A+B+C+D) Anticipated Cost of Insurance and Bonds F) $ % (%of Items A+B+C+D) Any other anticipated Costs(Attach description of items included) Como Community Center Project Page 12 of 55 CMAR for North Service Center (rev 4 2017)March 2017 i A Project Schedule will be mutually agreed at the time the Guaranteed Maximum Price is developed. ' The City reserves the right to accept or reject any and all bids or any combination thereof proposed for the above.work. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400(Fort Worth City Code Section 13A-21 through 13A-29). Residency of Offerors: The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as —. low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all non-resident 'bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. A. (J Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. U Non-resident vendors in (give state), are not required to underbid resident bidders. B. U Our principal place of business or corporate offices are in the State of Texas. Approved Performance and Payment Bonds for the faithful performance of this contract will be required upon agreement of the Guaranteed Maximum Prices (GMPs)for Phases I and II_ An acceptable bidder's bond or cashier's check is NOT REQUIRED with this Request for Proposal. Como Community Center Project Page 13 of 55 CMAR for North Service Center (rev 4.2017)March 2017 MINORITY BUSINESS ENTERPRISE (MBE).- (For MBE):(For Proposals in excess of$50,000) I am aware that I must submit information concerning the Minority Business Enterprise (MBE) Utilization Plan with the submittal of this Proposal in order to be considered RESPONSIVE. I will commit to the City's MBE goals for this project. Respectfully submitted, 1 i Company Name By: I Signature Printed Name of Principal Title Address: Street City zip Phone: Fax: Email: I r Receipt is acknowledged of the following addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No,4: •(4 Addendum No. 5: Addendum No. 6: t i Como Community Center Project Page 14 of 55 CMAR for North Service Center (rev 4 2017)Mamh 2017 an MR FORTWORTHe CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. 1 rt Construction Manager-at-Risk Como Community Center Project dft Request for Proposals Submittal Date: April 20, 2017 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows: 1. The Pre-Proposal Conference was held at 2:00 PM, Wednesday, April 05, 2017 at the Property Management Department(Architectural Services Office located at 401 West 131' Street. Refer to enclosed Pre-Proposal Attendees List. (Attachment No. 1) 2. Timeline for design will be approximately 6 months. 3. Refer to enclosed revised"PROPOSAL(Revised April 10, 2017)°. (Attachment No, 2) Acknowledge the receipt of this Addendum No. 1 on your Proposal. Steve Cook Director, Property Management Department Ronnie Clements Architectural Services PMD, Facilities Division 817-392-8014, FAX 817-392-8488 Ronald Clements(cr)fortworthtexas.gov RELEASE DATE: April 10, 2017 Addendum No.1 Page 1 of t Construction Manager-at-Risk Como Community Center Project(March 2017) COMO COMMUNITY CENTER PROJECT PROPOSALFORM T0: MR. DAVID COOKE CITY MANAGER ATTN: PURCHASING OFFICE 200 TEXAS STREET CITY OF FORT WORTH, TEXAS FOR: Construction Manager-at-Risk Agreement for Como Community Center Project Located at Chamberlin Park 4600 Holleran Street Fort Worth,Texas Project PMD 2014-10 Pursuant to the foregoing "INSTRUCTIONS TO CONSTRUCTION MANAGER-AT-RISK (CMAR) OFFERORS", the undersigned understands the amount of work to be done for the Preconstruction Services and Construction Services, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications and subsequent agreed upon Guaranteed Maximum Prices-(GMPs) and subject to the inspection and approval of the Director of Property Management Department of the City of Fort Worth. Upon acceptance of this Proposal by the City Council and upon subsequent agreement to the GMPs the Offeror, if the agreement amount exceeds $25,000.00, shall furnish acceptable Performance and Payment Bonds approved by the City of Fort Worth for performing and completing the Work within the time agreed to for the following sum,to wit: DESCRIPTIONS AND COSTS OF ITEMS IN CMAR AGREEMENT PRE-CONSTRUCTION SERVICES: including Constructability Reviews, Value Engineering Recommendations and Estimating Services Fees for: "Phase I: Community Center"—Including all associated Site Utilities, Civil Site Work and Panting: $ "Phase II A: Gymnasium"—including all associated Site Utilities, Civil Site Work and Parking: "Phase II B: Track, Football Field"—Including all Civil Site Work,fencing, seating lighting and other associated work: "All Phases Combined"—Including Phases I, IIA& IIB Como Community Center Project Page 10 of 56 CMAR for North Service Center March 2017 CONSTRUCTION SERVICES: Based on an estimated total budget of $18,500,000.00, your standard practice regarding project cost structure and your understanding of this project, complete the line items below. These items are included.in the total not-to-exceed estimated construction budget for: "Phase I: Community Center"—Estimated Budget of$9,900,000.00, including all associated Site Utilities, Civil Site Work and Parking: A) $ % (% of Phase I Budget) Subcontractors Material Labor and Equipment (Lump Sum) 13) $ , % (% of Phase I Budget) General Condition Expenses (Attach description of items included) C) $ % (% of Items A+B) Construction Management Fee (Attach description of items included) D) $ % 7.5 (7.5%of Items A+B+C) 7.5% Owners Construction Contingency Allowance (Remaining Contingency allowance will be retained by the City) E) $ % (% of Items A+B+C+D) Anticipated Cost of Insurance and Bonds F) $ % (%of Items A+B+C+D) Any other anticipated Costs(Attach description of items included) "Phase If A; Gymnasium"—Estimated Budget of$6,000,000.00, including all associated Site Utilities, Civil Site Work and Parking: A) $ % (%of Phase I Budget) Subcontractors Material Labor and Equipment(Lump Sum) 13) $ , % (%of Phase I Budget) General Condition Expenses (Attach description of items included) C) $ 1 % (%of Items A+B)Construction Management Fee(Attach description of items included) D) $ % 7.5 (7.5% of Items A+B+C) 7.5% Owners Construction Contingency Allowance (Remaining Contingency allowance will be retained by the City) E) $ % (%of Items A+B+C+D) Anticipated Cost of Insurance and Bonds F) $ % (% of Items A+B+C+D) Any other anticipated Costs(Attach description of items included) .: Como Community Center Project Page 11 of 56 CMAR for North Service Center March 2017 "Phase If B: Track, Football Field"—Estimated Budget of$2,600,000.00, including all Civil Site Work, fencing, seating lighting and other associated work: A) $ % (%of Phase I Budget) Subcontractors Material Labor and Equipment(Lump Sum) B) $ , % (%of Phase I Budget) General Condition Expenses(Attach description of items included) C) $ % (%of Items A+B) Construction Management Fee(Attach description of items included) D) $ , % 7.5 (7.5%of Items A+B+C) 7.5%Owners Construction Contingency Allowance(Remaining Contingency allowance will be retained by the City) '+ E) $ % (% of Items A+B+C+D) Anticipated Cost of Insurance and Bonds F) $ % (%of Items A+B+C+D) Any other anticipated Costs (Attach R description of items included) "All Phases Combined"—Estimated Budget of$18,500,000.00 for Phases I, IIA& IIB and all associated work. A) $ % (% of Phase I Budget) Subcontractors Material Labor and Equipment(Lump Sum) B) $ , % (%of Phase I Budget) General Condition Expenses (Attach description of items included) C) $ , % (%of Items A+B)Construction Management Fee(Attach description of items included) D) $ ; % 7.5 (7.5% of Items A+B+C) 7.5% Owners Construction Contingency Allowance(Remaining Contingency allowance will be retained by the City) E) $ % .(% of Items A+B+C+D) Anticipated Cost of Insurance and Bonds F) $ % (%of Items A+B+C+D) Any other anticipated Costs(Attach description of items included) Como Community Center Project Page 12 of 56 CMAR for North Service Center March 2017 A Project Schedule will be mutually agreed at the time the Guaranteed Maximum Price is developed. The City reserves the right to accept or reject any and all bids or any combination thereof proposed for the above work. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400(Fort Worth City Code Section 13A-21 through 13A-29). Residency of Offerors: The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. A. 1_1 Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. 1_1 Non-resident vendors in (give state), are not required to underbid resident bidders. B. �_� Our principal place of business or corporate offices are in the State of Texas. Approved Performance and Payment Bonds for the faithful performance of this contract will be required upon agreement of the Guaranteed Maximum Prices(GMPs)for Phases I and II. An acceptable bidder's y bond or cashier's check is NOT REQUIRED with this Request for Proposal. Como Community Center Project Page 13 of 56 CMAR for North Service Center March 2017 MINORITY BUSINESS ENTERPRISE (MBE): (For Proposals in excess of$50,000) 1 am aware that I must submit information concerning the Minority Business Enterprise (MBE) Utilization Plan with the submittal of this Proposal in order to be considered RESPONSIVE. I will commit to the City's MBE goals for this project. Respectfully submitted, Company Name By: Signature Printed Name of Principal Title Address: Street City Zip *r Phone: Fax: Email: Receipt is acknowledged of the following addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Addendum No. 5: Addendum No. 6: is on Como Community Center Project Page 14 of 56 CMAR for North Service Center March 2017 . o f � V 1 N 1 1 1 JI `i i i �l 1 �1 `I �i �'yi �; V�• i ^^,,1 1 1 �1 I d ( 1 i QI , , 1 , �, \,�(�{11 �I �t 1 Q, •; 4; •; ,y, �p 1 7� I — , .J 1 �/ 1 S I =1 1 -11n I � , I 1 1 1 �1 .31 +' f i •i �1' ^�+1 -.({�� I I �1 �t 1 I t i i i i ' •may , •V, 'J VI �1 ,MM,M S111 1 I I I �1 v,1 :611 I 1 ,1 , ! 1 t 1 Oil 1-4 I i `C1 1 U 1 1 �1 1 0) V ����"''ffff I 1 1 NI � �I � � �•� 31 W 1 1 1 don ,l CI VIyII ' 1 1 81 I 1 I 1 1 1 1 1 I 1 1 I 1 1 'moi 1,,1 �`+ X11 t �'�11 ?r•i I 1 C-1 6051 , 1 M\RJI Q� 1 X11 1 I 1 1 1 1 I I I 1 1 1 1 I I I I yin 1 I �1 1 I 1 I 1 I 1 1 1 1 I 1 1 1 1 1 t wI 1 '1 1 �' 1 vel 1 ! .Y 11 Y 1 I I I 1 I I �..1 #�I 1 ��..//1 1 1 •r l 1 1 I 1 t 1 1 1 I 1 I 1 1 I 1 IT 1 I 1 1 1 1 V 11 I I 1 1 j �.r; ,. �; `—I ?4�`I C•7 I ' rte d4 61� � P•I I I1 y,,I ��I1 1 v; i i i \'+� �� i � I i �y tAl I 1 1 1 t 1 1 I I I I 1 1 1 1 1 1 rn O 1 1 I 1 1 1 1 1 1 sI O �JI It P-4 1 �t 1� al _�JI �; ^ `,V'��1 I � I t ,�I S.1 ,}-��,; i .i � •'moi y i i � I 1 EI y l 1 �, � �; � ; �;� 1 ; ; • _J IyY•; ; ; , \I I1 �I 1 t I 1 1 ; I-/ 1 I - 4 1 •1 1 \I I 1 1 I �I � 1 I 1 t N 1 1 1 1 1 1 I foo rn 1 1 1 1 1 I I V 1 I 1 I 1 'I •_1, 1 1 I t _ ('� � � p�-•�.� J� � �ni',..�i �i�.!i {�Gi i �•7 �i V�i �i }� i i i i 'Q. � (1y��i�i �,i 'v ,i i �i V i ; h i i •�t+i •�+i ; i i i 78 rn I 1 1 1 1 1 I 1 1 t 1 I 1 1 t 1 1 1 I 1 1 1 1 I 1 1 1 I 1 1 I I 1 1 I 1 I I I 1 I 1 1 1 1 1 I 1 1 1 1 1 1 I I 1 I 1 1 1 I 1 I 1 1 1 I 1 I I I 1 1 1 I 1 1 1 I 1 I t 1 1 1 I 1 1 1 1 7 I 1 1 1 I 1 1 I 1 I 1 I I I 1 1 1 I 1 1 1 I 1 1 I 1 1 1 1 1 I 1 l 1 1 1 1 1 I f I 1 1 1 1 • nl 1 I 1 1 1 I 1 1 1 1 1 1 1 1 I 1 1 I 1 1 1 1 I 1 I 1 1 1 1 1 I 1 1 1 1 1 I I 1 l 1 I 1 1 151 I 1 Cl 1 I I I 1 1 1 1 1 I 1 1 1 1 NOTICE TO CONSTRUCTION MANAGER-AT-RISK(CMAR) OFFERORS Proposals from Construction Manager-at-Risk (CMAR) Offerors for the Como Community Center project located at Chamberlin Park, 4600 Halloran Street, Fort Worth, Texas will be received at the Purchasing Office, City of Fort Worth, 200 Texas Street, Fort Worth, 76102, until 1:30 P.M on Thursday, April 20, 2017, and will be opened and the names of the CMAR firms will be publicly read aloud approximately thirty minutes later in the Council Chambers. Refer to the attached location map and "Como Community Center Phasing Diagram", dated Oct 28, 2017 (for reference only)that indicate the area of the project. A Pre-Proposal Conference will be held at 2:00 P.M., Wednesday, April 5, 2017 at the Architectural Services conference room at 401 West 13th Street, Fort Worth,76102. } The last day for questions from prospective Offerors is at 5:00 PM on Wednesday,April 12, 2017. The City will select the CMAR Contractor by using a two-step Request for Proposal (RFP) process. After evaluating the submitted Proposals from the CMAR Offerors, the City will shortlist and interview up to three Offerors. The City will then select and enter into negotiations with the Best Value Offeror. The City may discuss with the selected Offeror, options for a scope or time modification and any price change associated with such modification. The City of Fort Worth and partner has selected an architectural firm to assist with the conceptual design for a project comprised of three phases. These three tasks include a new 23,000 square foot community center, a new 24,000 square foot gymnasium and major site improvements, including parking, track and football field. The current estimated construction budget for all three phase associated with this project is not-to-exceed $18,500,000. The selected CMAR Contractor will provide Pre-construction Services including Constructability Reviews, Value Engineering Recommendations and Estimating Services Fees to review during the various phases of the design process. Once the construction documents are completed, the selected CMAR Contractor will provide a Guaranteed Maximum Price (GMP) and construction performance period for each of the three major portions of the work and all work combined. This GMP will be inclusive of Value Engineering and Estimating Services fees, General Conditions, Construction Manager's Fee, contingency, bonds, insurance, and other agreed upon costs; plus the City's General Contingency Allowance. Refer to the attached "Como Community Center Project Proposal Form". The City of Fort Worth will negotiate on Pre-Construction Services Contract, with up to three phases and �- negotiate one Construction Services Contract with the selected CMAR firm determined to have made the Best Value offer. Refer to the"Como Community Center Proposal Form". The contract will include the following: 0 Estimated Construction Budgets • City's General Contingency Allowance(7.5%)for use by the OWNER only and any Allowance remaining at the end of construction will be retained by the OWNER. This Allowance will be included in the executed construction contract. Refer to the Request for Proposal documents for the Minority Business Enterprise (MBE) Information. MBE participation will be evaluated in awarding this contract. The MBE participation goal is 20% for the estimated construction budgets. The goal will be applied to the GMPs (and fees) when the GMP agreements are reached. Offerors must submit an anticipated MBE Utilization Plan with their CMAR Proposal submittal. The submitted Plan will be part of the weighted selection criteria. Refer to Como Community Center Project Page 2 of 55 r:MAR—Mi rrklemv&Falls August 2018 Instructions to Construction Manager-at-Risk (CMAR) Offerors for additional information. Contact the MW/BE Office at(817)212-2674 to obtain a list of certified subcontractors and suppliers. Also, Refer to Section 3. BUSINESS DIVERSITY ENTERPRISE (BDE) ORDINANCE PROVISION in the Instructions to Construction Manager-at-Risk (CMAR) Offerors. Upon completing the negotiations with the selected CMAR firm, the City will recommend to the City Council to award the CMAR contract to the selected CMAR firm based on the negotiations and the agreed upon estimated construction budgets for each of the three major tasks. The CMAR contract will be adjusted based on the agreed upon Guaranteed Maximum Price (GMP) after the design is completed. The selected CMAR Contractor will be required to provide Payment and Performance Bonds and provide Contractors General Liability and Statutory Workers Compensation Coverage once the GMP is agreed upon. CMAR Offerors may access the Instructions to Offerors, any Addendum, Sample Contract, General Conditions, Drawings, and any other related documents through the City's Buzzsaw website at the following link: htti)s://i3rowectr)oint.buzzsaw.com/fortworthgov/PMD%2OProoects/Como%20CMAR?public Contact the Project Manager, Ronald Clements, at (817) 392-8014 or email Ronald.Clements@fortworthtexas.gov for assistance. Advertisement: March 23, 2017 March 30, 2017 i Como Community Center Project Page 3 of 55 r.MAR—Mucklerov&Falls August 2018 � a TABLE OF CONTENTS • TABLE OF CONTENTS • NOTICE TO CONSTRUCTION MANAGER-AT-RISK(CMAR)OFFERORS • PROJECT LOCATION MAP, AREA MAP, PHASE I SITE PLAN (FOR REFERENCE ONLY)AND MASTER SITE PLAN (FOR REFERENCE ONLY) • INSTRUCTIONS TO CONSTRUCTION MANAGER-AT-RISK(CMAR) OFFERORS • PROPOSAL FORM • CONFLICT OF INTEREST AFFIDAVIT • CONFLICT OF INTEREST QUESTIONAIRE(CIQ) • CONFLICT DISCLOSURE STATEMENT (CIS) • TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE • 2013 PREVAILING WAGE RATES • WEATHER TABLE • CMAR CONSTRUCTION CONTRACT • GENERAL CONDITIONS FOR CMAR CONSTRUCTION • PAYMENT BOND • PERFORMANCE BOND • CERTIFICATE OF INSURANCE • CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW • PROJECT SIGN Como Community Center Project Page 4 of 55 rMAR—Miirklerov&Falls August 2018 INSTRUCTIONS TO �- CONSTRUCTION MANAGER-AT-RISK (CMAR) OFFERORS 1. PROPOSAL REQUIREMENTS: The following requirements shall be used in the preparation of the response to this Request for Proposals (RFP): • Use the Proposal Form provided in this RFP document. • Entries on the Proposal Form may be handwritten or typed. • Acknowledge all addenda on the Proposal Form. • Have a Principal sign the Proposal. If the Offeror is a corporation, the president or a vice- president must sign the Proposal. If the Offeror is a partnership, then the person/entity who is T the managing/general partner must sign the proposal. • Complete and submit the Conflict of Interest Affidavit form. (Also submit associated Form CIQ and Form CIS if required.) • Cashier's check or an acceptable bidder's bond IS NOT REQUIRED for this Request for Proposals. 2. SELECTION OF CMAR CONTRACTOR: The City shall select the Offeror that offers the best value based upon the below criteria and .— ranking evaluation. In determining the Best Value Offeror, the City will consider: A. Proposed Fees and Expenses (55%) (Refer to Proposal form). B. Proposed MBE Goal and Utilization Plan (10%). C. Reputation and Experience in Executing CMAR Projects and Similar Type Projects (25%) - Reputation and experience of the Offeror, Project Manager, and Superintendent as demonstrated by listing recently completed and current, "vertical" facilities, CMAR projects, including references with names, positions, company names, and current telephone numbers; and list of subcontractors. D. Past relationship with the City (10%) — Offeror's past relationship with the City of Fort Worth for"vertical"facilities projects shall receive up to 10 points for this rating criteria. If the Offeror does not have a past relationship with the City of Fort Worth, the Offeror will receive 5 points for this rating criteria. After ranking the responses to the RFP, the City shall first attempt to negotiate a contract with the ! selected Offeror. The City and its architect may discuss with the selected Offeror options for a scope modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected Offeror, the City shall,formally and in �. writing, end negotiations with that Offeror and proceed to the next Offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. i Como Community Center Project Page 5 of 55 CMAR—Muckleroy&Falls August 2018 3. BUSINESS DIVERSITY ENTERPRISE (BDE) ORDINANCE PROVISION A. The City of Fort Worth implemented the Business Diversity Enterprise Ordinance to reflect the City's availability and disparity study findings. All proposers shall note that it is the policy of the City to ensure the full and equitable participation of Minority Business Enterprises (MBEs) in the procurement of goods and services. If the total dollar value of the contract is greater than$50,000, then an MBE subcontracting goal may be applicable. There is no MBE diverse goal for Pre-Construction Phase Services on this solicitation. The MBE diverse goal is 20%for Construction Phase Services(subcontractors, suppliers, etc.) B. If the Proposer self-performs Construction Phase Services as the general contractor, the MBE goal for must be met. No exceptions. C. Proposers must obtain MBE listings from the City of Fort Worth's M/WBE Office at (817) 212-2674 or email tina.stiebel(aDfortworthtexas.gov. This will ensure that CMAR firms are acknowledging MBEs (which include DBE firms that are minority owned, controlled and daily managed) currently certified by the North Central .Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth at the time proposals/bids are submitted, in order for the participation to be counted towards the established diverse goals. The firms must be located in the City s six (6) county geographic marketplace that includes the counties of: Tarrant, Dallas, Denton, Johnson, Parker and Wise. D. At the time the Guaranteed Maximum Price (GMP) is due and submitted to the City, it shall be accompanied by the MBE Utilization Plan to address the diverse MBE goals for use when proposals/bids are sought from trade contractors or subcontractors for performance of all major elements of the Work. At a minimum, the Plan must provide: • the company name, address, point of contact, email address, office and fax '+ telephone numbers of the MBE subcontractors and suppliers; • a detailed description of the work to be performed by each.MBE; ■ the tier level, i.e., 15t 2nd 3rd etc. (if other than 1st tier, the plan must clearly identify the firm name and tier from whom the MBE firm will be receiving payment); ■ the sub-contract value or percentage of the GMP construction cost for each phase of work identified for each MBE participant; ■ state the MBE percentage level of commitment achieved; • the timing of the major elements of the work including approximate advertising dates and ■ provide the same identification information for all non-MBE participants The Plan must also include an element detailing how the Proposer will communicate with, and report Plan compliance to, the City's Project Manager and the Citys MWBE Office during the Project including providing to the MWBE Office Letter(s) of intent, purchase orders and or executed sub-contract agreements after award by the CMAR and prior to the issuance of the notice to proceed of each relevant phase of the Work. E. MBE firms must be certified at the time each of the Work's major elements are bid or proposals submitted, in order for the participation to be counted towards the established goal. F. If a Proposer is certified as a DBE, MBE, SBE or WBE firm, the City's Ordinance does not allow a Proposer to count itself or its subsidiary-owned companies towards the established goals; the goals represent subcontracting opportunities. Como Community Center Project Page 6 of 55 r'KAA0—nes irkipmv R Fall- - August 2018 G. The participation commitment of the MBE Construction Phase Services will be part of the final weighted selection criteria. H. Failure to address the diverse goals and state the MBE commitments shall render the Proposer non-responsive. For additional information contact the MWBE Office at(817)212-2674. 4. PROPOSAL SECURITY: This is NOT REQUIRED for this Request for Proposals. 5. PAYMENT BOND AND PERFORMANCE BOND: For projects in excess of $25,000 and when the Guaranteed Maximum Prices (GMPs) are agreed upon, the successful Offeror entering into a T contract for the work will be required to give the City surety in a sum equal to the amount of the contract attributable to each phase. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Texas Government Code Section 2253, as amended. " In order for a surety to be acceptable to the City, the surety must(1) hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or(2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the State of Texas and is the holder of a certificate of authority from the United States Secretaryof the Treasury to qualify as a i surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No.sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any.litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. If the contract is in excess of $25;000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000, a Performance Bond shall also be provided, in the amount of the contract, conditioned on the faithful performance of the work in accordance with the plans, specification, and contract documents. Said bond shall be solely for the protection of the City of Fort Worth. 6. PRE-PROPOSAL SITE INVESTIGATION: Prior to filing a response, the Offeror shall examine the site(s) of the work and the details of the requirements set out in these specifications to satisfy itself as to the conditions which will be encountered relating to the character, quality, and quantity of the work to be performed and materials and equipment required.The filing of a response by the Offeror shall be considered evidence that it has complied with these requirements. 7. WAGE RATES: Not less than the prevailing wage rates set forth in Contract Documents must be paid on this project. 8. CMAR OFFERORS SUBMITTALS: With their Request for Proposal submittal, Offerors are required to submit the following additional information to the Purchasing Office, 200 Texas Street, Fort Worth, Texas 76102 in order to assist City staff in determining the Contractor's capability of performing the work and in meeting City contract requirements: i Como Community Center Project Page 7 of 55 CMAR—Mucklerov$Falls August 2018 - • Contractor's CMAR Qualification Statement (AIA Form A305 or equivalent form), including client references • List of any Proposed Specialist or Subcontractors required for Pre-Construction Services • Proof of insurability for Statutory Workers Compensation Insurance • Conflict of Interest Affidavit The Offerors Minority Business Enterprise (MBE) Utilization Pian Documentation will be required prior to and evaluated as part of the Interview Phase. Refer to Paragraph 2 (Selection of CMAR Contractor) and Paragraph 3 (Business Diversity Enterprise) for additional information on these submittals. 9. PROPOSED SUBCONTRACTORS: Acceptance of the Proposal in no way requires the City to accept the qualifications of the subcontractors. The Subcontractor lists are for use by the City in preparing recommendations for award of the contract. The Contractor must provide and use subcontractors listed unless the City agrees to allow a substitute. 10. DISCREPANCIES AND ADDENDA: Should an Offeror find any discrepancies in the Request for Proposals Documents, or should it be in doubt as to their meaning, it shall notify the City at once. If required, the City will then prepare a written addendum that will be available to all Offerors at the place designated for distribution of the Request for Proposal Documents by the Notice to Offerors. The Contractor is responsible for determining if addenda are available and for securing copies prior to submitting a response to this request for sealed Proposals. Oral instructions or decisions unless confirmed by written 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. Offeror must acknowledge addenda in the Proposal. Failure to acknowledge addenda may cause the Proposal to be ruled non-responsive. It is the Contractor's responsibility to obtain Addenda and include its information in the Proposal. 11. WORKERS COMPENSATION INSURANCE: Offerors will be required to demonstrate that coverage is in effect at time of the agreed upon Final Guaranteed Maximum Prices (FGMPs) for Phases I and II. Sample Certificate of Insurance, or other proof that Workers Compensation Insurance will be obtained, must be submitted within five working days of agreed upon FGMP. 12. TAXES: Equipment and materials not consumed by or incorporated into the work are subject to State sales taxes under House Bill 11, enacted August 15, 1991. 13. PERMITS: Contractor shall apply for all City of Fort Worth Permits and for any other permits required by this project. City of Fort Worth Building and Trade Permit fees are waived. Separate permits may be required for each work location. 14. UTILITIES AND IMPACT FEES: The City will pay water and sewer utilities tap fees and impact fees. Unless shown otherwise, the City will coordinate and pay for water and sewer taps and meters to the property line. The Contractor will include all remaining fees from the electrical and gas companies in the Base Proposal. The Contractor will be responsible for coordinating with City and utility companies for installation of utilities. The Contractor will be responsible for all fees for electrical, gas, and other utilities within the property line of the project. Unless indicated otherwise on the plans, the contractor will be responsible for costs and installations from the building side of the water meter and sewer tap. 15. INSTRUCTIONS TO OFFERORS: Offerors may access the Instructions to Offerors, any Addendum, Sample Contract, General Conditions, Drawings, and any other related documents through the City's Buzzsaw website at the following link: https://Proiectr)oint.buzzsaw.com/fortworthciov/PMD%2OPromects/Como%20CMAR?public Como Community Center Project Page 8 of 55 -AAS AA­61-,37 C,u, August 2018 16. TESTING SERVICES: The City shall provide for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for the acceptance of the construction work. 17. PROJECT SCHEDULE: The Project Schedule will be submitted with the Guaranteed Maximum Price (GMP) and at the minimum, include the following: quality control submittals and approvals mobilization, site preparation, under slab utilities, foundation work, structural erection, interior -� finish, commissioning, and closeout. 18. STATE FORM 1295 "CERTIFICATE OF INTERESTED PARTIES": Texas Ethics Commission regulations require that the business entity must fill out the Form 1295 on an electronic filing i application on the Texas Ethics Commission website (www.ethics.state.tx.us). The business entity that wishes to enter into the contract must supply the completed, signed and notarized Form 1295 to the City. Como Community Center Project Page 9 of 55 ('MAR—Miicklarnv R.Falls Aiinimt 9n1R COMO COMMUNITY CENTER PROJECT PROPOSAL FORM T0: MR. DAVID COOKE CITY MANAGER ATTN: PURCHASING OFFICE 200 TEXAS STREET CITY OF FORT WORTH, TEXAS FOR: Construction Manager-at-Risk Agreement for Como Community Center Project Located at Chamberlin Park 4600 Holleran Street Fort Worth,Texas Project PMD 2014-10 Pursuant to the foregoing 'INSTRUCTIONS TO CONSTRUCTION MANAGER-AT-RISK (CMAR) OFFERORS", the undersigned understands the amount of work to be done for the Preconstruction Services and Construction Services, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications and subsequent agreed upon Guaranteed Maximum Prices (GMPs) and subject to the inspection and approval of the Director of Property Management Department of the City of Fort Worth. Upon acceptance of this Proposal by the City Council and upon subsequent agreement to the GMPs the Offeror, if the agreement amount exceeds $25,000.00, shall furnish acceptable Performance and Payment Bonds approved by the City of Fort Worth for performing and completing the Work within the time agreed to for the following sum, to wit: DESCRIPTIONS AND COSTS OF ITEMS IN CMAR AGREEMENT PRE-CONSTRUCTION SERVICES:Including Constructability Reviews,Value Engineering Recommendations and Estimating Services Fees for: "Phase I: Community Center"--Including all associated Site Utilities, Civil Site Work and Parking: $ 6, 500 -- "Phase II A: Gymnasium"—Including all associated Site Utilities, Civil Site Work and Parking: $ 6,500 "Phase 1113:Track, Football Field"—Including all Civil Site Work, fencing, seating lighting and other associated work: $ 5, 000 + "All Phases Combined"--Including Phases I, IIA& 116 $ 18, 000 —� Como Community Center Project Page 10 of 55 CMAR for North Service Center (rev 4-2017)hbmh 2017 I CONSTRUCTION SERVICES: Based on an estimated total budget of $18,500,000.00, your standard practice regarding project cost structure and your understanding of this project, complete the line items below. These items are included in the total not-to-exceed estimated construction budget for: "Phase I: Community Center"—Estimated Budget of$9,900,000.00, including all associated Site Utilities, Civil Site Work and Parking: Includes 3% Contingency, $48k Playground Equip, 325k Kitchen Equipment, & $165k Communications 8, 125, 789 0 A) $ �— (/o of Phase i Budget)Subcontractors Material Labor and Equipment(Lump Sum) �— Please See GC Breakdown Attached B) $ 253, 601 % 2. 7 (%of Phase I Budget) General Condition Expenses (Attach description of items included) C) $ 251, 382 , % 3 -0 (%of Items A+B)Construction Management Fee(Attach description of items included) L. D) $ 647, 308 � % 7.5 (7.5%of Items A+B+C) 7.5%Owners Construction Contingency Allowance(Remaining Contingency allowance will be retained by the City) E) $ 38, 774 % 0 -4 (%of Items A+B+C+D) Anticipated Cost of Insurance and Bonds F) $ 73, 119 % 0 .8 (%of Items A+B+C+D) Any other anticipated Costs(Attach description of items included) "Phase 11 A: Gymnasium"—Estimated Budget of$6,000,000.00, including all associated Site Utilities, Civil Site Work and Parking: Includes 3% Contingency & $190k <-- Communications A) $ 5, 120, 035 D/C 8 7 (%of Phase 11 A Budget)Subcontractors Material Labor and Equipment(Lump Sum) Please See GC Breakdown Attached B) , 160, 939 o/a 2 .7 (%of Phase II A Budget)General Condition Expenses(Attach description of items included) C) $ 158,429 % 3 . 0 (%of Items A+B)Construction Management Fee(Attach description of items included) D) $ 407, 955 % 7.5 (7.5%of items A+B+C) 7.5%Owners Construction Contingency Allowance(Remaining Contingency allowance will be retained by the City) E) $ 24,459 % 0.4 (%of Items A+B+C+D) Anticipated Cost of Insurance and Bonds F) $ 51, 030 % 0.8 (%of Items A+B+C+D) Any other anticipated Costs(Attach description of items included) Como Community Center Project Page 11 of 55 CMAR for North Service Center (rev 4-2017)Merch 2017 "Phase II B: Track, Football Field"—Estimated Budget of$2,600,000.00, including all Civil Site Work, fencing, seating lighting and other associated work: A 2,267, 286 <-- Includes 3% Contingency $ , % 87 (%of Phase II B Budget)Subcontractors Material Labor and Equipment(Lump Sum) Please See GC Breakdown Attached B) $ 73, 154 % 2 .7 (%of Phase II B Budget) General Condition Expenses(Attach description of items included) T C) $ 70, 213 , % 3. 0 (%of Items A+B) Construction Management Fee(Attach description of items included) '! D) $ 180, 799 % 7.5 (7.5%of Items A+B+C) 7.5% Owners Construction Contingency Allowance(Remaining Contingency allowance will be retained by the City) E) $ 10, 864 % 0 '4 (%of Items A+B+C+D) Anticipated Cost of Insurance and Bonds F) $ 28, 008 % 0. 8 (%of Items A+B+C+D) Any other anticipated Costs(Attach description of items included) "All Phases Combined"—Estimated Budget of$18,500,000.00 for Phases 1, IIA&1113 and all associated work. 16, 008, 064 0 (/85. 6 0 A) $ /o o of Total Budget)Subcontractors Material Labor and Equipment(Lump Sum) B) $ 499, 500 % 2 .7 (%of Total Budget)General Condition Expenses (Attach description of items included) T C) $ 495,227 % 3 -0 (%of Items A+B) Construction Management Fee(Attach description of items included) D) $ 1, 2 75, 209 , % 7.5 (7.5%of Items A+B+C) 7.5%Owners Construction Contingency Allowance(Remaining Contingency allowance will be retained by the City) E) $ 75,480 , % 0 •4 (%of Items A+B+C+D) Anticipated Cost of Insurance and Bonds F) $ 146, 5200. X 0. 8 (%of Items A+B+C+D) Any other anticipated Costs (Attach description of items included) General Conditions Per the Phasing Breakdown is For Accounting Purposes and Pricing is Based on All Phases Being Constructed Concurrently Como Community Center Project Page 12 of 55 CMAR for North Service Center (rev 4 2017)Mardi 2017 A Project Schedule will be mutually agreed at the time the Guaranteed Maximum Price is developed. The City reserves the right to accept or reject any and all bids or any combination thereof proposed for the above work. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to f the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as rt amended by City Ordinance 7400 (t=ort Worth City Code Section 13A-21 through 13A-29). Residency of Offerors: The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders to complete the forms may disqualify.that bidder. Resident bidders must check the box in Section B. A. 1_1 Non-resident vendors in (give state), our principal place of I business, are required to be percent lower than resident bidders by state Jr law. I_I Non-resident vendors in (give state), are not required to underbid resident bidders. B. 14/ Our principal place of business or corporate offices are in the State of Texas. Approved Performance and Payment Bonds for the faithful performance of this contract will be required ppy p q_ upon agreement of the Guaranteed Maximum Prices(GMPs)for Phases I and II. An acceptable bidder's bond or cashier's check is NOT REQUIRED with this Request for Proposal. 1 Como Community Center Project Page 13 of 55 CMAR for North Service Center (rev 4-2017)Merch 2017 _ MINORITY BUSINESS ENTERPRISE (MBE): (For Proposals in excess of$50,000) 1 am aware that I must submit information concerning the Minority Business Enterprise (MBE) Utilization Plan with the submittal of this Proposal in order to be considered RESPONSIVE. I will commit to the City's MBE goals for this project. Muckleroy & Falls Plans to Exceed the Goal For This Project & Obtain 30% MBE Participation Respectfully submitted, HM&MF Ltd.,d/b/a MUCKLEROY&FALLS,' A Texas Limited Partnership by Muckleroy & Falls MnrkrarpTPalk C WStruCti^^c0., Company Name A Texas Corporation and General Partner �- ,Z By: Signature Taylor Hale Vice President Printed Name of Principal Title Address: 5801 Edwards Ranch Road Street Fort Worth 76109 " City Zip Phone: 817-529-7206 Fax: Email: .thale@muckleroyfalls .com Receipt is acknowledged of the following addenda: Addendum No. 1: TH Addendum No. 2: TH Addendum No_ 3: Addendum No.4: Addendum No. 5: Addendum No. 6: Como Community Center Project Page 14 of 55 CMAR for North Service Center (rev 4--2017)March 2017 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the ,F City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website links provided below. htti)://www.ethics.state.tx.us/forms/CIQ.i)df htti)://www.ethics.state.tx.us/forms/CIS.pdf [ZCIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary = CIS Form is on File with CitySecretary Q CIS Form is being provided to the City Secretary = BIDDER: tICIGGr�71o�/ tis By: Company (Ple rint) ignatur dress $BD/ �,cvf��0'S �� AOW Svc!/d0 Title: V � City/State/Zip (Please Print) CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity Como Community Center Project Page 15 of 55 CMAR-Muckleroy&Falls August 2018 OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Date Received Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government Code. A person commits an offense if the person violates Section 176.006,Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person doing business with local governmental entity. 2. ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a),Local Government Code,is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. i 4. Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity Page 2 Como Community Center Project Page 16 of 55 MAR—Murklerov&Falls August 2018 5. Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A,B,or C is YES.) This section,item 5 including subparts A,B,C&D,must be completed for each officer with whom the filer has affiliation or business relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? ❑ Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? ❑ Yes No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? ❑ Yes V No D. Describe each affiliation or business relationship. i 6. Describe any other affiliation or business relationship that might cause a conflict of interest. 7. � D Signature o doing busin s ' e governmental entity Date i Como Community Center Project Page 17 of 55 CMAR—Muckleroy&Falls Augur 2018 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 64th Leg., Regular Session. OFFICE LISEONLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordancewith Chapter 176,Local Government Code. 1 Name of Local Government Officer 2 Office Held 3 Name of vendor described by Sections 176.001(7)and 176.003(a),Local Government Code _ q 1 Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. 5 List gifts accepted by the local government officer and any family member,if aggregate value of the gifts accepted from vendor named in item 3 exceeds$100 during the 12-month period described by Section 176.003(a)(2)(B). i Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift ... Date Gift Accepted Description of Gift (attach additional forms as necessary) 6 AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct.I acknowledge that the disclosure applies to each family member(as defined by Section 176.001(2),Local Government Code)of this local government officer.I also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(B),Local Government Code. Signature of Local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me,by the said this the day of 20 .to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2016 1 � Section 176.003 of the Local Government Code requires certain local government officers to file this form. A –• 'local government officer'is defined as a member of the governing body of a local governmental entity;a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or an agent of a local governmental entity who exercises discretion in the planning, recommending,selecting,orcontracting of a vendor.This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m.on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003,Local Government — Code.An offense under this section is a misdemeanor. Referto chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the otherside. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3.Name of vendor described by Sections 176.001(7)and 176.003(a), Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code, if the vendor:a) has an employment or other business relationship with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A),Local Government Code;b)has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B), Local Government Code; or c) has a family relationship with the local government officer as defined by Section 176.001(2-a),Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A),Local Government Code,and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a),Local Government Code. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds $100. List gifts accepted during the 12-month period(described by Section 176.003(a)(2)(B),Local Government Code)by the local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed$100 in value. 6.Affidavit.Signature of local government officer. Local Government Code§ 176.001(2-a): Family relationship"means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity,as those terms are defined by Subchapter B,Chapter 573,Government Code. Local Government Code § 176.003(a)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: ` (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income,other than investment income,that exceeds$2,500 during the 12-month period precedingthe date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. 01-339(Back) (Rev;4-1,U) Texas Sales and. Use Tax Exemption Certification — This certificate does not require a number to be valid. Name of purchaser,firm or agency City of Fort Worth,Texas Address(Street&number,P.O.Box or Route number) Phone(Area code and number) 200 Texas Street 817-3924360 City,State,ZIP code Fort Worth,Texas 76102 1, the purchaser named above, claim an exemption from payment of sales and use taxes(for the purchase of taxable items described below or on the attached order or invoice) from: Seller: All Vendors Street address:_ City, State,ZIP code: Description of items to be purchased or on the attached order or invoice: All items. Purchaser acknowledges that this Certificate cannot be used for the purchase, lease or rental of a motor vehicle .Purchaser claims this exemption for the following reason: Municipality, Governmental Entity I understand that I will be liable for payment of all state and local sales or use taxes which may become due for failure to comply with the provisions of the Tax Code and/or all applicable law. I understand thatitis a criminal offense to give an exemption certificate to the sellerfortaxable items that know,atthe time ofpurchase, willbe usedin a manner otherthan thatexpressedin this certificate,anddepending on the amount oftaxe vaded,the offense mayrange from a Class C misdemeanor to a felony of the second degree. Purchaser Title Date here Finance Director/CFO NOTE: This certificate cannot be issued for the purchase, lease, or rental of a motor vehicle. THIS CERTIFICATE DOES NOT REQUIRE A NUMBER TO BE VALID. Sales and Use Tax."Exemption Numbers"or"Tax Exempt"Numbers do not exist. This certificate should be furnished to the supplier. Do not send the completed certificate to the Comptroller of Public Accounts. 2013 PREVAILING WAGE RATES Commercial Construction Projects CLASSIFICATION • AC Mechanic $ 25.24 AC Mechanic Helper 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ •17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ _ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice(Helper) $ • 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ ++ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 MP Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ _ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 i Reinforcing Steel Setter $ 12.87 Reinforcing Steel Setter Helper $ w 11.08 ' Roofer 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 ' Sheet Metal Worker Helper 13$11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 � f Steel Worker Structural Helper $ 13.74 Waterproofer 15.00 Equipment Operators Concrete Pump 18.50 I Crane,Clamshell,Backhoe, Derrick,D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Construction Contract-METCO City of Fort Worth-Gordon Swift HVAC Renovation(July 2018) CITY OF FORT WORTH WEATHER TABLE Average Days Month . of Inches of Rahifall Rain/Snowlice iJanuary 6 2.51 February 7 223 March 9 3.49 u pril 7 2.97 May 10 4.56 June 8 3.31 July 4 1.83 August 5 1.88 September 5 2.34 _ October 7 3.65 November 7 2.70 December 6 2.34 Annually 81 33.81 (1)Mean number of days precipitation of 0.01"or more or 117'snowfce (2)Average normal precipitation,in inches This table is based on information reported from Dallas-Fort Worth International Airport, Texas.Latitude 32 deg 54 min north,longitude 97 deg 02 min west,elevation(ground)551 IL Average number of days of min,snow,and ice days are based on records covering 21 years. Precipitation is based on recorded information from 1996 through 2416 period. This table is to be used as a baisis for calculation of excess rain or weather days for projects with duration in calendar days.If the site records indicate that the Contractor was unable to carry out operations due to weather,it is counted as a weather day_If the number of weather days exceeds the number of average rain days plus the snowlice days for the contract duration,the contract will be adjusted by Change Order. Fort Worth Weather Table Y4 April 2017 CITY OF FORT WORTH, TEXAS CMAR CONSTRUCTION CONTRACT(LUMP SUM) THE STATE OF TEXAS § s § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § This agreement made and entered into this the 5th day of June A.D., 2018, 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 adopted by the qualified voters within said City on the 11th day of December, 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, hereinafter called OWNER, and HM & MF Ltd., d/b/a Muckleroy & Falls of the City of Fort Worth, County of Tarrant, State of Texas, hereinafter called CONTRACTOR. CONTRACT DOCUMENTS: This Contract,Instructions to Offerors,General Conditions,Fee Percentages as noted on the submitted Como Community Center Project Proposal Form -rev 4-2017 and Plans and Specifications as indicated on Attachment "A" are attached hereto and incorporated herein, are made a '- part of this Contract for all purposes. In the event of any conflict between the terms and conditions of General Conditions, Instructions to Offerors, Como Community Center Project Proposal Form and Plans and Specifications and the terms and conditions set forth in the body of this Contract, the terms and conditions of this Contract shall control. WITNESSETH: 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 bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: City of Fort Worth Como Community Center 4300 Halloran Road Fort Worth, Texas PM D2014-10 City Project#CO2426 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 the work described as "Phase I: Community Center", generally consisting of the community center and associated civil and site work, and 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. 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 Owner. City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for stated additions thereto or deductions there from, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon estimated construction budget amounts shall be a total of Not-to-Exceed of $9,817,399.00. This amount include the City's General Contingency Allowance (7.5%) for use by the OWNER only and any Allowance remaining at the end of construction will be retained by the OWNER. The performance periods in calendars day for the work shall be 12 months from Notice to Proceed. Como Community Center Project Page 18 of 56 CMAR—Muckleroy&Falls August 2018 Insurance Requirements: The Contractor shall not commence work under this contract until it has obtained all insurance required under the Contract Documents, and the Owner has approved such insurance. The Contractor shall be responsible for delivering to the Owner the sub-contractors' certificates of insurance for approval. The Contractor shall indicate on its certificate of insurance included in the documents for execution whether or not its insurance covers subcontractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all subcontractors. a. WORKER'S COMPENSATION INSURANCE: • Statutory limits. • Employer's liability: • $100,000 disease each employee. • $500,000 disease policy limit. • $100,000 each accident. b. COMMERCIAL GENERAL LIABILITY INSURANCE: ' The Contractor shall procure and shall maintain during the life of this contract public liability insurance coverage in the form of a Commercial General Liability insurance policy to cover bodily injury, including death, and property damage at the following limits: $1,000,000 each occurrence and $2,000,000 aggregate limit. • The insurance shall be provided on a project specific basis and shall be endorsed ' accordingly. • The insurance shall include, but not be limited to, contingent liability for independent contractors, XCU coverage, and contractual liability. C. BUSINESS AUTOMOBILE LIABILITY: • $1,000,000 each accident. • The policy shall cover any auto used in the course of the project. d. BUILDER'S RISK OR INSTALLATION FLOATER: This insurance shall be applicable according to the property risks associated with the project and commensurate with the contractual obligations specified in the contract documents. e. EXCESS LIABILITY UMBRELLA: — • $1,000,000 each occurrence; $2,000,000 aggregate limit. • This insurance shall provide excess coverage over each line of liability insurance required herein. The policy shall follow the form(s)of the underlying policies. f. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, against any insurable hazards which may be encountered in the performance of the Contract. g. PROOF OF CARRIAGE OF INSURANCE: Como Community Center Project Page 19 of 56 CMAR—Muckleroy&Falls August 2018 The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by insurance carriers satisfactory to the Owner. The form to be used shall be the current Accord certificate of insurance form or such other form as the Owner may in its sole discretion deem acceptable. All insurance requirements made upon the Contractor shall apply to the sub- contractors, should the Contractor's insurance not cover the subcontractor's work operations performed in the course of this contracted project. - ADDITIONAL INSURANCE REQUIREMENTS: a. The Owner, its officers, employees and servants shall be endorsed as an additional - insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the Owner to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the Owner a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable iri the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A:VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000. per occurrence unless otherwise approved by the Owner. g. In lieu of traditional insurance, Owner may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The Owner must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in ` favor of the Owner. i. Owner shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by Owner shall not be called upon to contribute to loss recovery. -- k. In the course of the project, Contractor shall report, in a timely manner, to Owner's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I. Contractor's liability shall not be limited to the specified BmoGrits 'of insurance required herein. M. Upon the request of Owner, Contractor shall provide complete copies of all insurance policies required by these contract documents. Como Community Center Project Page 20 of 56 CMAR—Muckleroy&Falls August 2018 If this Contract is in excess of$25,000, the Contractor shall provide a Payment Bond in the full amount of the contract. If the contract is in excess of $100,000 Contractor shall provide both Payment and Performance Bonds for the full amount of the contract. When the Guaranteed Maximum Prices (GMPs) for Phases I and II are agreed upon, the successful Offeror entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract attributable to each phase. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Texas Government Code Section 2253, as amended. Contractor shall apply for all City of Fort Worth Permits and for any other permits required by this project. - City of Fort Worth Permit fees are waived. Separate permits will be required for each facility. 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 liquidated damages outlined in the General Conditions, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in four counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in four counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the ( —day of - A.D., 2018. i HM & MF Lid., d/b/a APPROVED: Mucklera& Falls CITY OF FORT WORTH Taytor Hale / Jesus J. Chapa HM&q/fr�tcl�k1 KLEROY&FALLS,a Texas Assistant City.Manager Limitedd partners ip y uckleroy&Falls Construction r O RT _ Co.,a Texas corporation and General Partner ! ` ,,,w• APPROVAL RECOMMENDED: U; DED= By: e: -�� * By jANI-Steve Cooke x-109 ayser Director, Property Management Dept. City Se retary APPROVED AS TO FORM AND LEGALITY: M&C C-28717 Approved June 5, 2018 Contract Authorization By: 1.�.Q John B. Strong 4&3-0k%` 1�5b 1 ` Assistant City torney Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: GAN\. {(� ✓✓� ;, _, Brian R. Glass,AIA � x Architectural Services Manager FT-a`N4011i tPI'TX Como Community Center Project. Page 21 of 56 CMAR—Muckleroy&Falls August 2018 e INDEX OF DRAWINGS ISSUED INDEX OF DRAWINGS ISSUED HKS m m ``vv 1�1 OWNER A TA C H M E N T "A" � CITY OF FORT WORTH 401 W 13TH ST. zFORT WORTH,TX 78102 Lu ARCHITECT HKS,INC. g 1000 MACON STREET,SUITE 150 O z FORT WORTH,TX 76102 INTERIORS MINIr WS,INC. h 350 N SAINT PAUL ST.SUITE 100 SHEET z SHEET z NUMBER SHEET NAME 0 NUMBER SHEET NAME 0 DALLAS,TX 75201 CIVIL/LANDSCAPE GENERAL A7.14 EXTERIOR PLAN DETAILS DUNAWAY +� A0.00 COVER SHEET STRUCTURAL 550 BAILEY ABE.SUITE 400 A0.01 1PROJECT INFORMATION/LIFE SAFETY PLAN SO.0 GENERAL NOTES FORT WORTH,TX 76107 CIVIL S0.1 GENERAL NOTES STRUCTURAL ENGINEER rGO GENERAL NOTES S0.2 TYPICAL FOUNDATION DETAILS WµAWAY DEMOLITION PLAN S0.3 TYPICAL FOUNDATION DETAILS 550 BAILEY ABE.SUTE 400 SITE PLAN S0.4 TYPICAL FRAMING DETAILS FORT WORTH,TX 78107 GRADING PLAN SO.5 ISOMETRIC VIEW GRADING PLAN S1.1 FOUNDATION PLAN MEP ENGINEER OVERALL UTILITY LAYOUT 52.1 ROOF FRAMING PLAN DFW CONSULTING GROUP,INC. STORM DRAIN PLAN S3.0 FOUNDATION DETAILS 181s CORPORATE cowry,SUITE 100 C6.01 STORM DRAIN PLAN 53.01 FOUNDATION DETAILS IRwNG,Tx 7so3e C7.00 WATER PLAN S4.0 I ROOF FRAMING DETAILS FOOD SERVICE 08.00 SANITARY SEWER PLAN MECHANICAL BOSMA DESIGN SOLUTIONS 09.00 GAS LINE PLAN MEP0.00 COVER SHEET-MECHANICAL ELECTRICAL PLUMBING 22D1 LONG PRAJRIE ROAD,SUITE 107 C10.00 PAVING PLAN MEP1.01 SITE PLAN-MECHANICAL ELECTRICAL PLUMBING FLOWER MOUND,TX 75022 morC11.00 iSWM CONSTRUCTION PLAN MEP1.02 ROOF PLAN-MECHANICAL ELECTRICAL PLUMBING ��yy C12.00 CONSTRUCTION DETAILS M2.01 FLOOR PLAN LEVEL 01-MECHANICAL li C12.01 CONSTRUCTION DETAILS M7.01 MECHANICAL DETAILS W C12.02 ICONSTRUCTION DETAILS M7.02 MECHANICAL DETAILS C12.03 CONSTRUCTION DETAILS M8.01 MECHANICAL CONTROL DIAGRAMS Z a C12.04 I CONSTRUCTION DETAILSM8.02 MECHANICAL CONTROL DIAGRAMS LANDSCAPE M9.01 MECHANICAL SCHEDULES W F- 1-1.01 1-1.01 LANDSCAPE PLAN-AREA 1 ELECTRICAL H L1.02 LANDSCAPE PLAN-AREA 2 E2.01 FLOOR PLAN LEVEL 01-POWER ►.�.I Of L2.00 LAYOUT ENLARGEMENTS E3.01 FLOOR PLAN LEVEL 01-EQUIPMENT POWER E,y 3 L2.01 LAYOUT DETAILS-PAVING E4.01 FLOOR PLAN LEVEL 01-LIGHTING L2.02 LAYOUT DETAILS-FENCING E5.01 ENLARGED PLANS-POWER O IX L2.03 LAYOUT DETAILS-PLAYGROUND E6.01 ELECTRICAL SINGLE LINE DIAGRAMS Z 1, L3.00 TREE PROTECTION E7.01 ELECTRICAL DETAILS w L3.01 PLANTING DETAILS E9.01 ELECTRICAL SCHEDULES W 1-3.02 PLANTING NOTES E9.02 ELECTRICAL SCHEDULES Of IRRIGATION PLUMBING IR1.00 IRRIGATION PLAN AREA 1 P2.00 UNDERFLOOR PLAN,PLUMBING O `n IR1.01 IRRIGATION PLAN AREA 1 P2.01 FLOOR PLAN LEVEL 01-PLUMBING UJ Z •w IR1.02 IRRIGATION NOTES P5.01 ENLARGED KITCHEN PLAN-PLUMBING Ix IR1.03 IRRIGATION DETAILS P6.01 PLUMBING RISER DIAGRAM m ARCHITECTURE P7.01 PLUMBING DETAILS 0 C A1.01 ARCHITECTURAL SITE PLAN I DETAILS P9.01 PLUMBING SCHEDULES 7 A1.02 DUMPSTER ENCLOSURE DETAILS FOOD SERVICE 0 A2.01 FLOOR PLAN LEVEL 01 K100 FOOD SERVICE EQUIPMENT PLAN 8 ELEVATIONS A2.02 FINISH PLAN LEVEL 01 K101 FOOD SERVICE EQUIPMENT DRAIN PLAN A2.03 ROOF PLAN K102 FOOD SERVICE EQUIPMENT PLUMBING PLAN A2.04 ROOF DETAILS K103 FOOD SERVICE EQUIPMENT ELECTRICAL PLAN A3.01 PARTITION FRAMING DETAILS K104 FOOD SERVICE EQUIPMENT SPECIAL CONDITION A3.10 METAL FABRICATIONS K105 HOOD A3.20 TOILET LAYOUTS I LOCKERS/AND STD ACCESSORIES K106 HOOD FIRE SUPRESSION A3.21 SHOWER DETAILS K107 HOOD TEMP INTERLOCK A3.31 DOOR,SAFETY GLAZING AND LOUVER INFORMATION TECHNOLOGY md A3.50 CABINET ELEVATIONS/DETAILS T1.01 SITE PLAN A3.70 INTERIOR PERSPECTIVES T2.01 FLOOR PLAN LEVEL 01 A3.71 INTERIOR PERSPECTIVES T3.00 ROOM LAYOUTS 8 RACK ELEVATION HKS PROJECT NUMBER A3.72 INTERIOR ELEVATIONS T4.00 AUDIO-VISUAL WALL ELEVATIONS 20669.000 A3.73 INTERIOR ELEVATIONS T4.01 AUDIO-VISUAL WALL ELEVATIONS A3.74 MILLWORK T4.02 AUDIO-VISUAL WALL ELEVATIONS DATE A3.75 MILLWORK T5.00 SECURITY DOOR DETAILS JUNE 28,2018 A3.80 INTERIOR DETAILS lGrand total:114 A4.01 CEILING PLAN LEVEL 01 IF A4.02 CEILING DETAILS CONSTRUCTION A5.00 EXTERIOR PERSPECTIVES DOCUMENTS A5.01 OVERALL EXTERIOR ELEVATIONS A5.02 EXTERIOR ELEVATIONS SHEET TITLE A5.03 EXTERIOR ELEVATIONS INDEX OF DRAWINGS A6.01 WALL SECTIONS ISSUED A6.02 WALL SECTIONS UJ A7.10 EXTERIOR DETAILS Q A7.11 EXTERIOR DETAILS A7.12 EXTERIOR DETAILS ~ A7.13 EXTERIOR DETAILS SHEETNO. ° CD1.00 a 0 2018 HKS,INC. City of Fort Worth, Texas Transportation Public Works Department Facilities Management Group/Architectural Services Division GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION CONSTRUCTION MANAGER-AT-RISK CONTRACT 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 limited to,the Contract, Notice to Bidders,Proposal,General Conditions,Special Conditions, Specifications, Plans, Bonds and all Addenda,Amendments signed by all parties,Change Orders, written Interpretations and any written Field Order for a minor change in the Work. 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 Documents. 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 Field Order for a minor change. A-3 WORK: By the term Work is meant all labor,supervision,materials and equipment necessary to be used or incorporated in order to produce the construction required by Contract Documents. A-4 EXECUTION OF THE CONTRACT DOCUMENTS: The Contract Documents shall be executed in six originals,with all required attachments,including required bonds and insurance certificates,by the Contractor and the Owner in such form as may be prescribed by law and returned to the Owner within ten business days of notification to Contractor. Failure to execute contracts and provide required enclosures will be grounds for revocation of award and taking of Bid Bond. A-5 FAMILIARITY WITH PROPOSED WORK: Before filing a Proposal, the bidder shall examine carefully the, plans, specifications,special 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 that 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 conditions actually encountered in construction and as indicated by the plans will not be allowed. 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 that 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 Architect 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 instance of the Architect or at the request of the Contractor,or Owner,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 and the Architect or each other involving the interpretation of the Contract Documents, the evaluation of work or materials performed or furnished by the Architect Contractor, or any subcontractor or materialsman, or involving any question of fault or liability of any party,the decision of the Owner shall be final and binding. In the event of inconsistency in the contract documents, the following sequence for interpretation shall be used in order of precedence: Change Orders and/or Field Orders (by date of issuance); Addenda (by date of issuance); Drawings; Notes and dimensions on Drawings; Technical Specifications; Special Provisions; Supplementary General Conditions; General Conditions; and,Construction Contract. A-9 COPIES OF WORKING DRAWINGS AND SPECIFICATIONS: The Architect will furnish to Contractor free of charge 15 sets of working Drawings and 15 sets of Specifications. Contractor shall pay the cost of reproduction for all other copies of Drawings and Specifications furnished to him. All Drawings, Specifications and copies thereof furnished by the Owner or the Architect are and shall remain the property of the Owner. They are not to be used on any other project and,with the exception of one Contract set for each Party to the Contract,are to be returned to the Owner on request at the completion of the work. A-10 MINORITY BUSINESS ENTERPRISE (MBE)POLICY: As of June 1, 2012,The City of Fort Worth has implemented the new Business Diversity Ordinance(BDO)to reflect the City's availability and disparity study findings and recommendations. During Como Community Center.Project Page 23 of 56 CMAR—Muckleroy&Falls August 2018 this transition period interested Offerors must obtain an MBE listing of African American firms from the M/WBE Office at 817-212- 2674. This will ensure that MBE listings reflect only those currently certified by the North Central Texas Regional Certification Agency (NCTRCA) located in the six (6)-county geographic marketplace that have been accepted by the City. The.City's geographic marketplace includes the counties of: Tarrant, Dallas, Denton, Johnson, Parker and Wise. Offerors are strongly encouraged to confirm that each MBE that.it intends to use is located in the geographic marketplace that will be counted towards. the established goal. The City of Fort Worth has goals for the participation of Minority Business Enterprises(MBE)in City contracts. Compliance with the policies designed to meet these goals is mandatory in order to be considered a responsive bidder. The City policy and procedures to be followed in submitting proposals are included. The City of Fort Worth MBE Program will take precedence over other subcontractor utilization programs on Block Grant and other federally funded Projects. A-11 CORRELATION AND INTENT: In general,the drawings indicate dimension,locations,positions,quantities,and kinds of ` construction;the specifications indicate the quality and construction procedures required. Work indicated on the drawings and not specified of vice-versa,shall be furnished as though set forth in both. Work not detailed,marked or specified shall be the same as similar parts that are detailed, marked or specified. If the drawings are in conflict or conflict with the specifications the better quality or greater quantity or work or materials shall be estimated and shall be furnished or included. Dimensions on drawings shall take precedence over small-scale drawings. Drawings showing locations of equipment, piping, ductwork,electrical apparatus, etc., are diagrammatic and job conditions may not allow installation in the exact location shown. Relocation shall not occur without the Architects approval. A-12 AGE: In accordance with the policy("Policy")of the Executive Branch of the federal government, Contractor covenants — that neither it nor any of its officers, members, agents, employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants,or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, — retirement plan or statutory equipment. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. A-13 DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability,terms and/or conditions of employment for applicants for employment with,or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA,provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this agreement. SECTION B IDENTITY OF ARCHITECT _ B-1 CONTRACT ADMINISTRATION: Where the term "Architect" is used in the "General Conditions of the Contract for Construction", it shall refer to the Director,Transportation and Public Works or his designated Building Construction Manager. The Director,Transportation will designate a Project Manager and Building Construction Manager(BCM)to administer this contract and perform the functions of the "Architect" as indicated in the General Conditions. The design architect or engineer may also be = designated to perform the duties of"Architect". The term"City"and"Owner"are used interchangeably and refer to the City of Fort Worth as represented by the Director of Transportation and Public Works or his designated representative. B-2 TERMINATION AND SUSPENSION OF WORK: The Owner has the right to terminate the Project for any reason. If the project is terminated,the Contractor shall: a) Stop work under the Contract on the date and to the extent specified on the notice of termination. b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated. C) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination. After termination as above,the City will pay the Contractor a proportionate part of the contract price based on the work completed; provided, however,that the amount of payment on termination shall not exceed the total contract price as reduced by the portion thereof allocatable to the work not completed and further reduced by the amount of payments,if,any otherwise made. Contractor shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim. In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the City Council of the City of Fort Worth shall be final and binding upon all parties to this contract. a B-3 DUTIES OF THE ARCHITECT: As used herein,the term Architect means the Architect or his authorized representative. Nothing contained in these Contract Documents shall create any privity of Contract between the Architect and the Contractor. B-4 ARCHITECT AS REPRESENTATIVE OF THE OWNER: The Building Construction Manager will provide general administration of the Contract on behalf of the Owner and will 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. The Architect will be available for conferences and consultations with the Owner or the Contractor at all reasonable times. B-5 ACCESS TO JOB SITES: The Architect shall at all times have access to the Work whenever it is in preparation and progress. The Contractor shall provide facilities for such access so the Architect may perform its assigned functions under the Contract Documents. The Architect will make periodic visits to the Site to familiarize himself with the progress and quality of the work and to determine if the work is proceeding in accordance with the Contract documents. On the basis of on-site observations,the Architect will keep the Owner informed of the progress of the Work and will endeavor to guard the Owner against defects and deficiencies in the Work of the Contractor. Based upon such observations and the Contractor's applications for payments,the Building Construction Manager will make determinations and recommendations concerning the amounts owing to the Contractor and will issue certificates for payment amounts. B-6 INTERPRETATIONS: The Architect will be, in the first instance, the interpreter of the requirements of the Plans and Specifications and the judge of the performance thereunder by the Contractor,subject to the final decision of the Owner. The Architect's decisions in matters relating to artistic effect will be final if consistent with the intent of the Contract Documents. B-7 AUTHORITY TO STOP WORK: The BCM will have authority to reject work that does not conform to the Plans and Specifications. In addition,whenever, in its reasonable opinion,the BCM considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications, the BCM 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 whether or not such Work be then fabricated, installed or completed. B-8 MISCELLANEOUS DUTIES OF ARCHITECT Shop Drawings. The Architect will review Shop Drawings and Samples. Two copies of each approved Shop Drawing and submittal will be provided to the Owner by the Architect. Three copies will be returned to the Contractor. Change Orders. Change Orders and Field Orders for Minor Changes in the Work will be issued by the Owner Guarantees. The Owner will receive all written guarantees and related documents required of the Contractor. Upon completion of the project the Contractor shall provide the Owner five copies of each guarantee. Inspections The Owner will conduct inspections for the purpose of determining and making his recommendations concerning the dates of substantial completion and final completion. The Architect will conduct the final acceptance inspection and issue the Certificate of Completion. Operation and Maintenance Manuals The Owner will receive six copies of all applicable equipment installation, operation, and maintenance brochures and manuals required of the Contractor. B-9 TERMINATION OF THE ARCHITECT: In case of the termination of the employment of the Architect by the Owner,the Owner shall either assume the duties of the Architect through the Director of the Department of Transportation and Public Works, or shall appoint a successor Architect against whom the Contractor makes no reasonable objection. SECTION C OWNER C-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 of Transportation and Public Works Department and members of the Facilities Management Division. Generally speaking a designated representative will be a Building Construction Manager identified from within the Facilities Management Group to act as a point of contact for day-to-day contract administration. C-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 liability 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. C-3 INSTRUCTIONS: The Owner shall issue all instructions to the Contractor through the BCM. C-4 ACCESS TO JOB SITE: The Owner shall at all times have access to the Work whenever it is in preparation and progress. The Contractor shall provide facilities for such access so the Owner may perform its assigned functions under the — Contract Documents. 'C-5 PROGRESS INSPECTIONS: The Owner will make visits to the Site to.familiarize themselves with the progress and quality of the Work and to determine if the work is proceeding in accordance with the Contract documents. On the basis of on-site — observations and reports concerning the progress and quality of the work, the Owner will approve and authorize the Contractor's applications for payments. C-6 AUTHORITY TO STOP WORK: The Owner will have authority to reflect work that 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,the Owner will have authority to require the Contractor to stop the work or any portion thereof,or to require the Contractor to stop the Work or any portion thereof,or to require special inspection or testing of the Work whether or not such Work be then fabricated,installed or completed. C-7 SUBSTANTIAL COMPLETION INSPECTION: Upon agreement of the Contractor and Architect that the Work is substantially complete,the Owner will schedule a Substantial Completion Inspection to be conducted by the Architect and attended by representatives of the Architect, Owner and Contractor. Items identified during this inspection as being incomplete,defective or deficient shall be incorporated into a punch list and attached to the AIA document G704,which is to be prepared and signed by the ,r Contractor,and accepted,approved and signed by the Owner. C-8 RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor further agrees to include in all his subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three years after final payment under the subcontract,have access to and the right to examine any directly pertinent books,documents, papers and records of such subcontractor, involving transactions to the subcontract.The term "subcontract"as used herein includes purchase orders. Contractor agrees to photocopy such documents as may be requested by the city. The city agrees to reimburse Contractor for the costs of copies at the rate published in the Texas Administrative Code. — SECTION D CONTRACTOR D-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. D-2 INDEPENDENT CONTRACTOR: Contractor shall perform all work and services hereunder as an independent contractor, not as agent, or employee of the City. Contractor.shall have exclusive control of and the exclusive right to control the details of the Work and services performed hereunder,and all persons performing same,and Contractor shall be solely responsible for the acts of its officers,agents, and employees. Nothing herein shall be construed as creating a partnership or joint enterprise between City and the Contractor,its officers,agents and employees,and the doctrine of respondeat superior shall not apply. r D-3 SUBLETTING: 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 Director of Transportation and Public Works of the City of Fort Worth. D-4 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 and to the Architect any error, inconsistency or omission he may discover. The Contractor shall do no work without Drawings, Specifications and Interpretations. D-5 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,safety,techniques,sequences and procedures and for coordinating all portions of the Work under the Contract Documents. D-6 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 successful low bidder will use its reasonable best efforts to hire local laborers, workmen and materialmen. The general condition is not to be constructed as limiting the right of any bidder to employee laborers, workmen or materialmen from outside local area. 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. D-7 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATE x I i► Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258,Texas Government Code (Chapter 2258),including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall,upon demand made by the = City,pay to the City$60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents.This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information,including a complaint by a worker, concerning an alleged violation of 2258.023,Texas Government Code,by a contractor or subcontractor,the City shall make an initial determination,before the 31St day after the date the City receives the information,as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258,the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates,such amounts being subtracted from successive progress payments pending a final determination of the violation. .. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023,Texas Government Code,including a penalty owed to the City or an affected worker,shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq.,Revised Statutes)if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its.initial determination pursuant to paragraph (c)above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required,a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The Contractor and each subcontractor shall,for a period of three(3)years following the date of acceptance of the Work,maintain records that show(i)the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this contract;and(ii)the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall = pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period,whichever is less,the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. Posting of Wage Rates. The Contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Comoliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to.comply with paragraphs(a)through(g)above. On projects where special wage rates apply(e.g.Davis-Bacon)the Contractor agrees to meet all requirements of such programs. D-8 WARRANTY: The Contractor warrants to the Owner and the Architect 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 Architect or 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. D-9 TAXES: The Contractor is exempt from State Sales Tax on material incorporated into the finished construction, Excise and Use Tax. D-10 LICENSES, NOTICES AND FEES: The Contractor shall obtain all Permits, Licenses, Certificates, and Inspections, whether permanent or temporary,required by law or these Contract Documents. The City of Fort Worth Building and Trade Permit fees are waived. Separate permits may be required for each work location. The Contractor shall give all Notices and 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 Architect Owner in writing and any necessary changes will be made. 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. D-11 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 equipment delivered and unloaded at the site, and all applicable taxes. The Contractor's handling costs on the site, labor, installation costs, overhead, profit and other expenses contemplated for the original allowance shall be included in the Contractor 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,field overhead, profit and other direct expenses resulting to the Contractor from any increase over the original allowance. D-12 SUPERINTENDENT: The Contractor shall employ a competent superintendent and necessary assistants who shall be in attendance at the Project site during the progress of the Work. The superintendent shall be satisfactory to the Contractor and the Owner.The superintendent shall represent the Contractor and all communications given to the superintendent shall be 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. D-13 RESPONSIBILITIES 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. D-14 FAILURE TO COMMENCE WORK: 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 either demand the surety to take over the Work and complete same in accordance with the Contract Documents or 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 City shall exceed the contract price or prices set forth in the said plans and.specifications made a part hereof,the Contractor and/or its Surety shall pay said City on demand in writing,setting _ forth and specifying an itemized statement of the total cost thereof,said excess cost. D-15 PROGRESS SCHEDULE: The Contractor, immediately after being awarded the contract, shall prepare and submit for the Architect's approval, an estimated progress schedule for the Work. The progress schedule shall be related to the entire Project. This schedule shall indicate the dates for the starting and completion of the various states of construction and shall be revised as required by the conditions of the Work,subject to the Architect's approval. It shall also indicate the dates for submission and approval of shop drawings and submittals as well as the delivery schedule for major pieces of equipment and/or materials. The Contractor shall submit an updated progress schedule the BCM at least monthly for approval along with the Contractor's monthly progress payment requests. D-16 DRAWINGS AND SPECIFICATIONS AT THE SITE: The Contractor shall maintain at the site for the Owner one copy of all Drawings, Specifications, Addenda, approved Shop Drawings, Change Orders, and other Changes and Amendments in good order and marked to record all changes made during construction. These shall also be available to the Architect. The Drawings, marked to record all changes made during construction, shall be delivered to the Owner upon completion of the Work. The Architect will prepare,and provide to the Owner,one complete set of reproducible record drawings of the Work. D-17 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,normally within the first 90 days of the work,six copies of all shop Drawings and Samples required by the Contract Documents or subsequently by the Architect as'covered by changes or ! amendments.Shop Drawings and Samples shall be properly identified as specified,or as the Architect may require.At the time of submission the Contractor shall inform the Architect in writing of any deviation in the Shop Drawings or Samples from the requirements of the Contract Documents. By approving and submitting Shop Drawings and Samples,the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers and similar data, and that he has checked and coordinated each shop drawing given in the Contract Documents. The Architect's approval of a separate item shall not indicate approval of an assembly in which the item functions. The Architect 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 Architect's approval of a separate item shall not indicate approval of an assembly in which the item functions. The Contractor shall make any corrections required by the Architect and shall resubmit the required number of corrected copies of 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 Architect on previous submissions. The Architect'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 Architect in writing of such deviation at the time of submission and the Architect has given written approval to the specific deviation. Architect's approval shall not 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 submission shall be commenced until the Architect has approved the submittal.All such portions of the Work shall be in accordance with approved Shop Drawings and Samples. D-18 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 elements or from any other cause whatsoever.The Contractor shall rebuild, repair, restore and make good at his own expenses all injuries or damages to any portions of the Work occasioned by any of the above,caused before acceptance. D-19 CUTTING AND PATCHING OF WORK: The Contractor shall do all cutting,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. D-20 CLEAN 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 at otherwise specified. In addition to removal of rubbish and leaving the buildings'broom-clean", Contractor shall clean all glass,replace any broken glass, remove stains,spots, marks and dirt from decorated work,clean hardware, remove paint spots and smears from all surfaces,clean fixtures and wash all concrete,tile and terrazzo floors. If the Contractor fails to clean up,the Owner may do so,and the cost thereof shall be charged to the Contractor. D-21 COMMUNICATIONS: As a general rule,the Contractor shall forward all communications to the Owner through the BCM. D-22 CONTRACTOR REQUIREMENTS ON FEDERALLY FUNDED PROJECTS: Contractor shall observe and comply with the requirements of the City of Fort Worth Fiscal Department, Intergovernmental Affairs and Grants Management as outlined in the Supplemental Conditions contained in the Project Manual SECTION E SUBCONTRACTORS E-1 DEFINITION: A Subcontractor is a person or organization that 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 representative. -- Nothing contained in the Contract, Documents shall create any contractual relation between the Owner and the Architect and any subcontractor or any of his sub-subcontractors or materialmen. E-2 AWARD OF SUBCONTRACTS: The bidder shall furnish a list of the names of the subcontractors or other persons or organizations(including those who are to furnish materials or equipment fabricated to a special design)proposed for such portions of the Work as may be designated in the bidding requirements,or if none is so designated in the bidding requirements,the names of the Subcontractors proposed for the principal portions of the Work. Prior to the award of the Contract,the Architect shall notify the successful bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any person or organization on such list. Failure of the Owner and Architect to make an objection to any person or organization on the list prior to the award of this Contract shall not constitute acceptance of such person or organization. If,prior to the award of the Contract,the Owner or Architect has an objective 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, the Owner may, at its discretion,accept the bid or he may disqualify the bid. If, after the award, the Owner or Architect objects in writing to any person or organization on such list, the Contractor shall provide an acceptable substitute. The Contractor shall not make any substitution for any Subcontractor or person or organization that has been accepted by the Owner and the Architect,unless the substitution is also acceptable to the Owner and the Architect. E-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: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; 2. Require that such Work be performed in accordance with the requirements of the Contract Documents; 3. Require submission to the Contractor of applications for payment under each subcontract to which the Contractor is a party,in reasonable time to enable the Contractor to apply for payment; 4. Require that.all claims for additional costs,extensions 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 provided in the Contract Documents for like claims by the Contractor upon the Owner; ,. 5. Waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by the property insurance,except such rights,if any,as they may have to proceeds of such insurance held by the Owner,and, 6. Obligate each Subcontractor specifically to consent to the provisions of this Section All of the provisions set out in this section shall be deemed to have been included in every subcontract,and every subcontract shall be so construed and applied as to the Owner and the Architect,whether or not such provisions are physically included in the sub- contract. � t E-4 MINORITY BUSINESS ENTERPRISE (MBE): Should the base proposal be$50,000 or less, the requirements of this section do not apply. General: As of June 1,2012,The City of Fort Worth has implemented the new Business Diversity Ordinance(BDO)to reflect the City's availability and disparity study findings and recommendations. During this transition period interested Offerors must obtain a MBE listing of African Americans firms from the M/WBE Office at 817-212-2674. This will ensure.that MBE listings reflect o those currently certified by the North Central Texas Regional Certification Agency (NCTRCA) located in the six (6) county geographic marketplace that have been accepted by the City. The City's geographic marketplace includes the counties of:Tarrant, Dallas, Denton, Johnson, Parker and Wise. Offerors are strongly encouraged to confirm that each MBE that it intends to use is located in the geographic marketplace that will be counted towards the established goal. In accordance with City of Fort Worth Diversity Business Ordinance (BDO) No 20020-12-2011 (the"Ordinance"),the City of Fort Worth sets goals for the participation of Minority Business Enterprises (MBE)in City contracts. Ordinance No 20020-12-2011 is incorporated in these General Conditions by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the Ordinance shall be a material breach of contract. Prior to Award: The MBE documentation required by the procurement solicitation must be submitted within five city business days after the proposals are opened. Failure to comply with the City's Business Diversity Ordinance, or to demonstrate a "good faith effort",shall result in a bid being considered non-responsive. During Construction: Contractor shall provide copies of subcontracts or cosigned letters•of intent with approved MBE subcontractors and or suppliers prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the M/WBE Office and the Construction Manager. Contractor must provide the City with complete and accurate information regarding actual work performed by an MBE on the contract and proof of payment thereof. Contractor further agrees to permit an audit and/or examination of any books,records or files in it's possession that will substantiate the actual work performed by an MBE. The misrepresentation of facts and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal,state,or local laws or ordinances relating to false statement. An Offeror who intentionally and/or knowingly misrepresents material facts shall be determined to be an irresponsible offeror and barred from participating in City work for a period of time of not less than three(3)years. The failure of an offeror to comply with this ordinance where such non-compliance constitutes a material breach of contract as stated herein, may result in the offeror being determined to be an irresponsible offeror and barred from participating in City work for a period of time of not less than one(1)year. The Contractor may count toward the goal any tier of MBE subcontractors and/or suppliers. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the MBE participation in the joint venture for a clearly defined portion of the work to be performed. All subcontractors used in meeting the goals must be certified prior to the award of the Contract. Change Orders: Whenever a change order affects the work of an MBE subcontractor or supplier,'the MBE shall be given an opportunity to perform the work. Whenever a change order is$50,000 or more,the M/WBE Office Coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the Contractor shall: 1. Make no unjustified changes or deletions in its MBE participation commitments submitted with the bid/proposal or during negotiation,without prior submission of the proper documentation for review and approval by the M/WBE Office. 2. If substantial subcontracting and/or supplier opportunities arise during the term of any contract when the Contractor represented in its bid/proposal to the City that it alone would perform the subcontracting/supplier opportunity work, the Contractor shall notify the City before subcontracts for work and/or supplies are awarded and shall be required to comply with subsections of the O0rdinance,exclusive of the time requirements stated in such subsections. 3. The Contractor shall submit to the M/WBE Office for approval an MBE REQUEST FOR APPROVAL OF CHANGE FORM, if, during the term of any contract,the Contractor wishes to change or delete one or more MBE subcontractors or suppliers. Justification for change of subcontractors may be granted for the following: 1. An MBE's failure to provide Workers'Compensation Insurance evidence as required by state law;or 2. An MBE's-failure to provide evidence of general liability or other insurance: under the same or similar terms as contained in the Contract Documents with limits of coverage no greater than the lower of 1)the limits required of the Contractor by the City;or 2)the limits contained in the Contractor's standard subcontract or supply agreements used on other projects of similar size and scope and within the Contractor's normal business practice with non- M/WBE subcontractor's/subconsultant's or suppliers;or 3. An MBE's failure to execute the Contractor's standard subcontract form,if entering a subcontract is required by the Contractor in its normal course of business,unless such failure is due to: a) A change in the amount of the previously agreed to bid or scope of work;or b) The contract presented provides for payment once a month or longer and the Contractor is receiving payment from the City twice a month;or G) Any limitation being placed on the ability of the MBE to report violations of the Ordinance or any other ordinance or violations of any state or federal law or other improprieties to the City or to provide notice of any claim to the Contractor's surety company or insurance company. d) Mediation shall be a consideration before the request for change is approved. 4. An MBE defaults in the performance of the executed subcontract. In this event,the Contractor shall: a) Request bids from all MBE subcontractors previously submitting bids for the Work, rt b) If reasonably practicable,request bids from previously non-bidding M/WBEs,and C) Provide to the M/WBE Office documentation of compliance with(a)and(b)above. 5. Any reason found to be acceptable by the M/WBE Office in its sole discretion. Within ten days after final payment from the City the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier,including non-MBEs,used on the project. E-5 PAYMENTS TO SUBCONTRACTORS: The Contractor shall pay each Subcontractor,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,and he shall require each Subcontractor to make similar payments to his Subcontractors. 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. Neither the Owner nor the Architect shall have any obligation to pay or to see to the payment of any monies to any Subcontractor. E-6 SUBCONTRACTOR REQUIREMENTS FOR EDA FUNDED PROJECTS: The Contractor will cause appropriate provisions to be inserted in all subcontracts to bind subcontractors to FDA contract requirements as contained herein and to 15 CFR 24 or OMB Circular A-110,as appropriate. Each subcontractor must agree to comply with all applicable Federal,State, and local requirements in addition to.those set forth in this section. No subcontractor will be employed on this Project, except as specifically approved by the City, who is contained in the listing.of contractors debarred, ineligible, suspended or indebted to the United States from contractual dealings with Federal government departments. The work performed by any such contractor or subcontractor will be ineligible for reimbursement wholly or partially from EDA grant fluids. All subcontracts in excess of$10,000 shall include, or incorporate by reference, the equal opportunity clause of Executive Order 11246. All subcontracts must contain a nondiscrimination clause. Each subcontract must contain a requirement for compliance with the Davis-Bacon and related acts. Each subcontractor must submit weekly each weekly payroll record and a weekly statement of compliance. These documents will be submitted to the prime contractor who will compile them and submit to the City.The subcontractor can satisfy this requirement by submitting a properly executed Department of Labor Form WH-347. Each subcontract with every subcontractor must'contain a clause committing the subcontractor to employment of local labor to the maximum extent possible. All subcontractors who employ more than 50 employees, and is a prime or first tier subcontractor, and has a subcontract or purchase order of$50,000 or more must submit a completed Standard Form 100(Compliance Report)by March 30 of each year. Subcontractors performing work in areas covered by published goals for minorities will be required to report monthly on Form CC- 257. SECTION F SEPARATE CONTRACTS F-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. r � F-2 MUTUAL RESPONSIBILITY OF CONTRACTORS: The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution 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 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 Owner shall notify the Contractor who shall defend against such suit at the Contractor's expense, and if any judgment against the Owner 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 connection with such suit. F-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 received by the work of other contractors shown in the Contract Documents. The Contractor shall not endanger any work or 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 Architect. Any costs caused by defective or ill-timed work shall be borne by the party responsible therefor. •^ F-4 OWNER'S RIGHT TO CLEAN UP: If a dispute arises between the separate contractors as to their responsibility for cleaning up,the Owner may clean up and charge the cost thereof to the several contractors as the Director of the Department of Transportation and Public Works shall determine to be just. SECTION G MISCELLANEOUS PROVISIONS G-1 CONFLICT OF LAWS: The law of the place where the site is located shall govern the Contract. The Contractor must familiarize 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. G-2 GOVERNING LAWS: 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. G-3 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 performance hereunder, except for gross negligence or willful wrong. G-4 COMPLIANCE WITH LAWS. Contractor agrees to comply with all laws, Federal, state and local, including all ordinances, rules and regulations of the City of Fort Worth,Texas. Materials incorporated into the finished Project are not subject to State Sales Tax. The Owner is responsible for obtaining the Building Permit. The Contractor and the appropriate subcontractor are responsible for obtaining all other construction permits from the governing agencies. Contractor shall schedule all code.inspections with the Code Inspection Division in accordance with the permit requirements and submit a copy of updated schedule to the Construction Manager weekly. Building, plumbing,electrical and mechanical building permits are issued without charge. Water and sewer tap, impact&access fees will be paid by the City. Any other permit fees are the responsibility of the Contractor. G-5 INDEMNIFICATION: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition,Contractor covenants and agrees to indemnify, hold harmless and defend,at its own expense,the Owner,its officers,servants and employees,from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents,employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused,in whole or in part,by the negligence or alleged negligence of Owner, its officers,servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all Injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner,its officers,servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment,final payment shall not be made until Contractor either(a)submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved,or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. ! The Director may, if he deems it appropriate, refuse to whom a claim for damages is outstanding as a result of work performed under a City Contract. G-6 SUCCESSORS AND ASSIGNS: Except as provided in'Paragraph E-2,this contract shall be binding upon and insure 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 without the prior written consent of Owner shall be void. G-7 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 intended, or if delivered at or sent by registered or certified mail to the last business address known to him who gives the notice. G-8 SURETY BONDS: Surety Bonds are required on all City contracts in excess of$25,000. The Contractor agrees,on the submittal of his Proposal to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution 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 percent 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. Bonds shall be made on the forms furnished by or otherwise acceptable to the City. Each bond shall be properly executed by both .i the Contractor and the Surety Company. Bonds required by the City shall be in compliance with all relevant local,state and federal statutes. To be an acceptable surety on the bond the name of the surety should be included on the current U.S.Treasury List of Acceptable Securities [Circular 570], and must be authorized to do business in Texas. Sureties not listed in Circular 570 may write performance and payment bonds on a project without reinsurance to the limit of 10 percent of its capital and surplus. Such a surety must reinsure any obligation over 10 percent. The.amount in excess of 10 percent must be reinsured by reinsurers who are duly authorized,accredited,or trusteed to do business in the State of Texas. Should any surety for the contracted project be determined unsatisfactory at any time during same, the Contractor shall immediately provide a new surety bond satisfactory to the City. If the contract amount is less than $25,000, payment shall be made in one lump sum 30 calendar days after completion and rm acceptance of the Work. G-9 OWNER'S RIGHT TO CARRYOUT 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 payments then or thereafter due the Contractor the cost of correcting such deficiencies, including the cost of the Architect's additional services made necessary by such default, neglect or failure. If the payments then or thereafter due the Contractor are not sufficient to cover such amount,the Contract shall pay the difference to the Owner. G-10 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 harmless 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. G-11 TESTS: If the Contract Documents, Laws, Ordinances, Rules, Regulations or Orders of any public authority having jurisdiction require any Work to be inspected,tested or approved,the Contractor shall give the Owner timely notice of its readiness and the date arranged so the Architect may observe such inspection, testing or approval. The Owner shall bear all costs of such inspection,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,upon written authorization from 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 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, including the Architect's additional services made necessary by such costs; otherwise the Owner shall bear such costs,and an appropriate Change Order shall be issued. The Contractor shall secure certificate of inspection,testing or approval,and three copies will be promptly delivered by him to the Owner.The Architect.will review the certificates and forward one copy of each with his recommendation(s)to the Owner. If the Owner wishes to observe the inspections, tests or approvals required by this Section, they will do so promptly and, where practicable,at the source of supply. Neither the observations of the Architect or the Owner in their 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 ,r with the Contract Documents. G-12 INTERRUPTION OF EXISTING UTILITIES SERVICES: The Contractor shall perform the Work under this Contract with a minimum of outage time for all utilities. Interruption shall be by approved sections of the utility. In some cases, the Contractor _ may be required to perform the Work while the existing utility is in service.The existing utility service may be interrupted only when approved by the Owner. When it is necessary to interrupt the existing utilities, the Contractor shall notify the Owner in writing at least ten days in advance of the time that he desires the existing service to be interrupted.The interruption time shall be kept to a minimum. Depending upon the activities at an existing facility that requires continuous service from the existing utility, an. interruption may not be subject to schedule at the time desired by the Contractor. In such cases, the interruption may have to be — scheduled at a time of minimum requirements of demand for the utility.The amount of time requested by the Contractor of existing utility services shall be as approved by the Owner. G-13 LAYING OUT WORK: The Contractor shall verify dimensions and elevations indicated in layout of existing work. Discrepancies between Drawings, Specifications, and existing conditions shall be referred to Architect for adjustment before work affected is performed. Failure to make such notification shall place responsibility upon Contractor to carry out work in satisfactory workmanlike manner at the Contractor's sole expense. The Contractor shall be held responsible for the location and elevation of all the construction contemplated by_the Construction Documents. Prior to commencing work,the Contractor shall carefully compare and check all Architectural, Structural, Mechanical an Electrical drawings; each with the other that in any affects the locations or elevation of the work to be executed by him, and should any ! discrepancy be found,he shall immediately report the same to the Architect for verification and adjustment.Any duplication of work made necessary by failure or neglect on his part to comply with this function shall be done at the Contractor's sole expense. G-14 MEASUREMENTS: Before ordering any material or doing any work,the Contractor shall verify all measurements at the —• site or at the building and shall be wholly responsible for the correctness of same. No extra charge or compensation will be allowed on account of any difference between actual dimensions and dimensions indicated on the drawings. Any difference that may be found shall be submitted to the Architect for consideration and adjustment before proceeding with the project. G-15 EXISTING OVERHEAD OR UNDERGROUND WORK: The Contractor shall carefully check the site where the project is to be erected and observe any existing overhead wires and equipment.Any such work shall be moved, replaced or protected, as required,whether or not shown or specified at the Contractor's sole expense. Attention is directed to the possible existence of pipe and other underground improvements that may or may not be shown on the Drawings. All reasonable precautions shall be taken to preserve and protect any such improvements whether or not shown on the Drawings. Location of existing underground lines, shown the Drawings are based on the best available sources, but are to be regarded as approximate only.Exercise,extreme care in locating and identifying these lines before excavation in adjacent areas. G-16 ALIGNMENT OF JOINTS IN FINISH MATERIALS: It shall be the responsibility of the Contractor to make certain in the installation of jointed floor,wall and ceiling materials that: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; 2. Place joints to relate to all opening and breaks in the structure and be symmetrically placed wherever possible.This includes heating registers,light fixtures,equipment,etc. If because of the non-related sizes of the various materials and locations of openings, etc., it is not possible to accomplish the above, the Contractor shall request the Architect to determine the most satisfactory arrangement. The Contractor shall establish centerlines for all trades. G-17 INTEGRATING EXISTING WORK: The Contractor shall protect all existing street and other improvements from damages. Contractor's operations shall be confined to the immediate vicinity of the new work and shall not in any interfere with or obstruct the ingress or egress to and from existing adjacent facilities. Where new site work is to be connected to existing work,special care shall be exercised by the Contractor not to disturb or damage the existing work more than necessary. All damaged work shall be replaced, repaired and restored to its original condition at no cost to the Owner. G-18 HAZARDOUS MATERIAL CERTIFICATION: It is the intent of the contract documents,whether expressly stated or not, that nothing containing hazardous materials, such as asbestos, shall be incorporated in to the project. The Contractor shall '^ exercise every reasonable precaution to ensure that asbestos-containing materials are not incorporated into any portion of the project, including advising all materials suppliers and subcontractors of this requirement. The Contractor shall verify that components containing lead do not contact the potable water supply. G-19 LOCATION OF EQUIPMENT AND PIPING: Drawing showing location of equipment, piping, ductwork, etc. are diagrammatic and job conditions may not always permit their installation in the location shown.When this situation occurs,it shall be.brought to the Architect's attention immediately and the relocation determined in a joint conference.The Contractor will be held responsible for the relocating of any items without first obtaining the Architect's approval. He shall remove and relocate such items at his own expense if so directed by the Architect. Where possible, uniform margins are to be maintained between parallel lines and/or adjacent wall,floor or ceiling surfaces. G-20 OVERLOADING: The Contractor shall be responsible for loading of any part or parts of structures beyond their safe carrying capacities by placing of materials, equipment, tools, machinery or any other item thereon. No loads shall be placed on floors or roofs before they have attained their permanent and safe strength. G-21 MANUFACTURER'S INSTRUCTIONS: Where it is required in the Specifications that materials, products, processes, equipment,or the like be installed or applied in accordance with manufacturer's instructions,direction or specifications,or words to this effect, it shall be construed to mean that said application or installation shall be in strict accordance with printed instructions furnished by the manufacturer of the material concerned for use under conditions similar or those at the job site.Six copies of such instructions shall be furnished to the Architect and his approval thereof obtained before work is begun. G-22 CLEANING UP: The Contractor shall keep the premises free from accumulation of waste material or rubbish caused by employees or as a result of the Work. At completion of work,the General Contractor shall,immediately prior to final inspection of complete building,execute the following final cleaning work with trained janitorial personnel and with material methods recommended by the manufactures of installed materials. 1. Sweep and buff resilient floors and base,and vacuum carpeting. 2. Dust all metal and wood trim and similar finished materials. 3. Clean all cabinets and casework. 4. Dust all ceilings and walls. 5. Dust,and if necessary wash,all plumbing and electrical fixtures. 6. Wash all glass and similar non-resilient materials. 7. All hardware and other unpainted metals shall be cleaned and polished and all equipment and paint or decorated work shall be cleaned and touched-up if necessary, and all temporary labels,tags, and paper coverings removed throughout the buildings. Surfaces that are waxed shall be polished. 8. The exterior of the building,the grounds,approaches,equipment,sidewalks,streets,etc.shall be cleaned similar to interior of buildings and left in good order at the time of final acceptance. All paint surfaces shall be clean and unbroken,hardware shall be clean and polished,all required repair work shall be completed and dirt areas shall be scraped and cleared of weed growth. 9. Clean all glass surfaces and mirrors of putty, paint materials, etc.,without scratching or injuring the glass and leave the work bright,clean and polished.Cost of this cleaning work shall be borne by Contractor. 10. Cleaning, polishing, scaling, waxing and all other finish operations indicated on the Drawings or required in the Specifications shall be taken to indicate the required condition at the time of acceptance of all work under the Contract. 11. Burning:Burning of rubbish on the premises will not be permitted. G-23 DUST CONTROL: Precaution shall be exercised at all times to control dust created as a result of any operations during the construction period. If serious problems or complaints arise due to air-borne dust,or when directed by the Architect,operations causing such problems shall be temporarily discontinued and necessary steps taken to control the dust. G-24 FIRE PROTECTION: The Contractor shall at all times maintain good housekeeping practices to reduce the risk of fire damage or injury to workmen.All scrap materials,rubbish and trash shall be removed daily from in and about the building and shall not be permitted to be scattered on adjacent property. Suitable storage space shall be provided outside the immediate building area for storing flammable materials and paints; no storage will be permitted in the building. Excess flammable liquids being used inside the building shall be kept in closed metal container and removed from the building during unused periods. A fire extinguisher shall be available at each location where cutting or welding is being performed.Where electric or gas welding or cutting work is done, interposed shields of incombustible material shall be used to protect against fire damage due to sparks and hot metal.When temporary heating devices are used, a watchman shall be present to cover periods when other workmen are not on the premises. The Contractor shall provide fire extinguishers in accordance with the recommendations and NFPA Bulletins Nos. 10 and 241. However,in all cases a minimum of two fire extinguishers shall be available for each floor of construction. G-25 CUTTING AND PATCHING: Wherever cutting and removal of portions of the existing work is indicated,such work shall be neatly sawed or cut by Contractor in a manner that will produce a neat straight line, parallel to adjacent surfaces or plumb for vertical surfaces.Care should be exercised not to damage any work that is to remain. At no time shall any structural members be cut.without written consent from the Architect. s s G-26 PROJECT CLOSEOUT Final Inspection, Record Drawings: Attention is called to General Conditions Section entitled, "Substantial Completion and Final Payment". Maintenance Manual: Sheets shall be 8 Y:"x 11", except pull out sheets may be neatly folded to 8 Y7"x 11". Manuals shall be bound in plastic covered,3 ring,loose leaf binder with title of project lettered on front and shall contain: 1) Name,address and trade of all sub-contractors. 2) Complete maintenance instructions; name, address, and telephone number of installing Contractor, manufacturer's local representative,for each.piece of operative equipment. 3) Catalog data on plumbing fixtures, valves, water heaters, heating and cooling equipment, temperature control, fan, electrical — panels,service entrance equipment and light fixtures. 4) Manufacturer's name, type, color designation for resilient floors, windows, doors, concrete block, paint, roofing, and other materials. _ Submit six copies of Maintenance Manual,prior to request for final payment. Operational Inspection and Maintenance Instruction: The Contractor shall provide at his expense, competent manufacturer's _ representatives to completely check out all mechanical and electrical systems and items covered by the Drawings and Specifications. This requirement shall be scheduled just prior to and during the initial start up. After all systems are functioning properly the representatives shall instruct maintenance personnel of the Owner in the proper operation and maintenance of each item. G-27 GUARANTEE AND EXTENDED GUARANTEE: Upon completion of the Project, prior to final payment, guarantees required by technical divisions of Specifications shall be properly executed in quadruplicate by subcontractors and submitted through the Contractor to Architect. Delivery of guarantees shall not relieve Contractor from any obligation assumed under Contract. The Contractor shall guarantee the entire Project for one year. In addition,where separate guarantees,for certain portions of work, are for longer periods, General Contractor's guarantee shall be extended to cover such longer periods. Manufacturer's extended warrantees shall be included in this contract. Guarantees shall become valid and operative and commence upon issuance of Certificate of Inspection and Acceptance by Owner. Guarantees shall not apply to work where damage is result of abuse,neglect by Owner or his successor(s)in interest. The Contractor agrees to warrant his work and materials provided in accordance with this contract and the terms of the Technical Specifications contained herein. Unless supplemented by the Technicaf Specifications or the manufacturer's normal extended warrantees,the Contractor shall warrant all work materials,and equipment against defects for a period of one year from the date of final acceptance. The Contractor further agrees to bear all costs of making good all work that is found to be defective or not provided in accordance with the Contract Documents. Additionally if the facility or contents are damaged due to defective materials ! or workmanship of the Contractor, the Contractor further agrees to bear all cost of repairing and/or replacing damaged items and components to bring such items back to at least their original condition. G-28 RECORD DRAWINGS: Upon completion of the Work and prior to application for final payment,one print of each of the drawings accompanying this specification shall be neatly and clearly marked in red by the Contractor to show variations between the construction actually provided and that indicated or specified in the Contract Documents. The annotated documents shall be delivered to Architect. Where a choice of materials and/or methods is permitted herein and where variations in the scope or character of the work from the entire work indicated or specified are permitted either by award of bidding items specified for that purpose, or by subsequent change to the drawings, the record drawings shall define the construction actually provided. The representation of such variations shall conform to standard drafting practice and shall include supplementary notes, legends and details which may be necessary for legibility and clear portrayal of the actual construction. The record drawings shall indicate, in addition,the actual location of all sub-surface utility lines,average depth below the surface and other appurtenances. G-29 CONSTRUCTION FENCE: At the Contractor's option,he may provide a substantial chain-link construction fence around all or a part of the site. The fences and gates must be maintained throughout the construction period. Remove the fences and gates upon completion of the Project and restore the site to the required original or contract condition. G-30 PRODUCT DELIVERY, STORAGE, HANDLING: The Contractor shall handle,store and protect materials and products, including fabricated components, by methods and means which will prevent damage, deterioration and loss, including theft (and resulting delays), thereby ensuring highest quality results as the work progresses. Control delivery schedules so as to minimize unnecessary long-term storage at project site prior to installation. G-31 REMOVAL OF SALVAGED MATERIAL: The Contractor shall remove salvaged material and equipment from the Project site and dispose of it in accordance with the law. Equipment or material identified in the Specifications or Plans for Owner salvage shall be carefully removed and delivered to the Owner at any location in within the City limits as directed by the City. G-32 MANUFACTURER'S REFERENCE: Catalog, brand names, and manufacturer's references are descriptive, not restrictive. Bids on brands of like nature and quality will be considered. Contractor shall inform the City of any substitutions intended for the project within 5 business days of bid opening. Failure to inform the City of substitute projects will obligate the Contractor to provide the specified material if awarded the contract. Within 14 days after bid opening and upon request of the ` Contractor,the Contractor will submit a full sized sample and/or detailed information as required to allow the architect to determine the acceptability of proposed substitutions. Where equipment has been listed as"no substitute accepted",the City will accept no alternates to the specified equipment. SECTION H CONTRACT TIME H-1 DEFINITIONS The Contract Time is the period of time allotted in the Contract Documents for completion of the Work and is the number of calendar days elapsing between the date of commencement and the date of substantial Completion plus additional days assessed for failure to complete punch list items from the Final Inspection in a timely manner The Date of Commencement of the Work is the date established in the 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 established therein. The Date of Substantial Completion of the Work or designated portion thereof is the Date certified by the Architect with the approval of 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 Assistant City Manager,and no other-form of acceptance will be binding upon the Owner. A Calendar Day constitutes 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 conditions or any situation which might delay,construction. An extension of contract time shall be in accordance with this Section. Extensions of time will be as recommended by the BCM with final approval by City of Fort Worth. A Working Da v is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of work for a continuous period of not less than seven 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. Legal holidays are defined as being New Year's Day, Independence Day, Labor Day,Thanksgiving Day,Christmas Day,Memorial Day,and Veteran's Day. H-2 PROGRESS AND COMPLETION: All the time limits stated in the Contract Documents are of essence to 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. H-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 the Architect,or by any employee of the Owner,or by any separate contractor 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 control, or by any cause which the Architect determines may justify the delay,then the contract time may be extended by Change Order for such reasonable time as recommended by the Architect and approved by the Owner. When the Contractor is delayed due to abnormal weather conditions, the weather table provided as WT-1 in these Contract Documents shall be used as the.basis for providing a fair and equitable adjustment of the contract time. All claims for extension of time shall be made in writing to the Architect 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 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 reasonable. H-4 NO DAMAGE FOR DELAY: No payment, compensation or adjustment or any kind (other than the extensions of time provided for)shall be made to the Contractor for damages because of hindrances or delays from an cause in the progress of the work, whether such hindrances or delays be avoidable or,.unavoiclable, and the Contractor agrees that he will make no claim for compensation,damages or mitigation of liquidated damages for any such delays, and will accept in full satisfaction for such delays said extension of time. SECTION I PAYMENTS AND COMPLETION 1-1 CONTRACT SUM: The Contract Sum is stated in the contract and is the total amount payable by the Owner to the Contractor for the performance of the Work under the Contract Documents. 1-2 SCHEDULE OF VALUES: Before the first Applicable for Payment, the Contractor shall submit to the Architect a " Schedule of Values of the various portions of the Work, including quantities if required by the Architect, aggregating the total Contract Sum, divided so as to facilitate payments to Sub-contractors, prepared in such form as specified or as the Architect and the Contractor may agree upon,and supported by such data to substantiate its correctness as the Architect may require.Each item s S in the Schedule of Values shall include its proper share of overhead and profit.This Schedule,when approved by the Architect and the Owner,shall be used as a basis for the Contractor's Applications for Payment. -- 1-3 ADJUSTMENT OF QUANTITIES(NOT USED) 1-4 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 for review by the Architect 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 Schedule of Values 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 in an independent, bonded warehouse 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 equipment or otherwise protect the Owner's interest including applicable 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 encumbrances 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 persons performing the Work at the site or furnishing materials and equipment for the Work,subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. The Contractor shall prepare each application for payment on AIA Document G702, "Application and Certificate for Payment", and attached thereto AIA Document G703, "Continuation Sheet", to indicate the progress made to date and the period or month for which payment is requested for each Item listed in the Schedule of Values. A copy of the revised monthly work progress schedule must be attached before the pay request can be accepted. 1-5 CERTIFICATES FOR PAYMENT: If the Contractor has made Application for Payment as above, the above, the Architect 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 determined to be properly.due,or state in writing reasons for withholding a Certificate. The issuance of a Certificate for Payment will constitute a representation by the Owner, based on the BCM's observations at the site 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 Documents correctable prior to completion,and to any specific qualifications stated in the Certificate);and recommendations to the Owner that the Contractor be paid in the amount certified. In addition,the Architect's approval of final payment assures the Owner that the conditions precedent to the Contractor's being entitled to final payment as set forth in this Section have been fulfilled. After the Architect has issued a Certificate for Payment,the Owner shall approve or disapprove same within ten days after it has been delivered to the Director of the Department of Transportation and Public Works. For contracts less than $400,000, Owner shall pay 90%of the approved estimate to the Contractor within seven days after its approval,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. For contracts in excess of$400,000, the Owner will retain only 5% of each estimate until the final estimate is approved and work 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 accordance 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 that shall appear within a period of one year from the date of final acceptance of the Work unless a longer period is specified. 1-6 PAYMENTS WITHHELD: The BCM may decline to approve an Application for Payment and may withhold his Certificate in whole or in part if in his opinion he is unable to make the representations to the Owner as provided in this Section.The Architect 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: 1) Defective work not remedied; 2) Claims filed or reasonable evidence indicating probable filing of claims; 3) Failure of the Contractor to make payments properly to Subcontractors,or for labor,materials or equipment; 4) Reasonable doubt that the Work can be completed for the unpaid balance of the Contract Sum; 5) Damage to another contractor; 6) Reasonable indication that the Work will not be completed within the Contract Time;or 7) Unsatisfactory prosecution of.the Work by the Contractor. 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 estimate, without payment of interest, if the Contractor fails to perform the Work in accordance with the specifications. 1-7 NOT USED 1-8 LIQUIDATED DAMAGES: The parties agree and acknowledge that actual damages are uncertain and difficult to ascertain because the Project relates to construction for a municipality. Normal damages of lost rent or profit are not applicable in this circumstance because the City is a municipality and the Project will not receive rent and the City will not have lost profits. Therefore, the parties agree that because City's actual damages are too difficult to ascertain that the liquidated damages stated below are reasonable and a correct representation of actual damages to the City. The parties also agree that the liquidated damages called for in this contract are not a penalty but an agreed upon damages calculation by.two sophisticated parties. The deduction for liquidated damages shall be as follows: = 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 $100,000 to $500,000 $210 $500,001 to$1,000,000 $315 $1,000,001 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 = 1-9 FAILURE OF PAYMENT: If, without fault on the part of the Contractor,the BCM should fail to issue any Certificate for Payment within seven days after receipt of the Contractor's Application for Payment,if the Contractors Application for Payment,or if, without fault on the part of the Contractor, the Owner should fail to approve such estimate or to pay to the Contractor 90% or 95% (as applicable) of the amount thereof within the period of time specified, then the Contractor may, upon seven (7) days additional written notice to the Owner and to the Architect,stop the Work until payment of the amount owing has been received. 1-10 SUBSTANTIAL COMPLETION AND FINAL PAYMENT: Prior to the request for final payment,the Contractor must meet all provisions for Project Closeout. When the Contractor determines that the Work is substantially complete, the Construction Manager shall inspect the project with the Contractor and prepare a"Preliminary Punch List". When the Architect, on the basis of a subsequent inspection, determines that the Work is substantially complete, he then will prepare-a Certificate of Substantial Completion(G704)which,when approved by the Owner,shall allow the Contractor to request a Certificate of Occupancy which will establish the Date of Substantial Completion. The Certificate of Final Completion shall state the responsibilities of the Owner and the Contractor for maintenance, heat, utilities, and insurance, shall set forth the remaining work as a "final punch list". The Contractor shall complete the remaining work listed therein within 60 calendar days. When the Certificate of Occupancy has been issued,the retainage will be reduced to 4%. Upon completion of the work listed on the final punch list to the satisfaction of the City of Fort Worth,the retainage may be reduced to 2.5%. = Should the Contractor fail to complete all contractual requirements of the contract, including submittals and final pay request within the fixed time,the contract time will again commence. Should the Contractor fail to complete the work within the contract duration, liquidated damages will be assessed Upon receipt of written notice that the Work is ready for final inspection, the City will conduct a joint inspection and certify completion of the final punch list by cosigning it with the Contractor. .,r The Contractor shall submit the following items to the City prior to requesting final payment: 1) Contractor's Affidavit of Payment of Debts and Claims(G706)stating 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,have been paid or otherwise satisfied, = 2) Consent of Surety to Final Payment(G707),if any,to final payment, 3) Contractor's Affidavit of Release of Liens(G706A),and, 4) 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. 5) Contractor's Warranty .. 6) Statement that all outstanding work has been completed 7) Issuance of the Final Certificate of Substantial Completion 8) Final acceptance by the City of Fort Worth. = If any Subcontractor, materialman or laborer refuses to furnish a Contractor's Affidavit of Release of Liens,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 to discharging such right,claim or lien,including all costs and reasonable attorney's fees. The Contractor may then request final payment. The acceptance of final payment shall constitute a waiver of all claims by the Contractor except those previously made in writing and still unsettled. S f � The Contractors one-year warranty will commence upon final acceptance of the Project by the City of Fort Worth. The designated representative of the City Council of the City of Fort Worth will make final acceptance and no other form of acceptance will be binding upon the Owner.Final payment and release of the retainage amount will become due within fifteen days following acceptance. 1-11 FINAL PAYMENT FOR UN-BONDED PROJECTS: Final payment will not be made for a period of 30 calendar days and 'R until all requirements have been met,with the exception of Consent of Surety for Final Payment. SECTION J PROTECTION OF PERSONS AND PROPERTY J-1 SAFETY PRECAUTIONS AND PROGRAMS: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work.The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents.This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Architect. J-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: (1) All employees on the Work and all other persons who may be affected thereby; (2) 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 Contractor or any of his Subcontractors or Sub-contractors;and (3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal,relocation or replacement in the course of construction. 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 elements or from any other cause whatsoever,whether arising from the execution or from the non-execution of the Work.The Contractor shall rebuild, repair,restore and make good,at his own expense,all injuries .-. or damages to any portion of the Work occasioned 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 posting 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 materials 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 Subcontractor, 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 Architect or anyone employed by him or for whose acts he may be liable, and not attributable to the fault or negligence of the Contractor or anyone claiming through the Contractor for such damage or loss. The Contractor shall not load or permit any part of the Work to be loaded so as to endanger its safety. J3 HARD HATS: Hard Hats will be required at all construction sites included in this Contract from start to completion of work. Each Contractor, employee and visitor at any construction site included in the Contract will be required to wear a hard hat. The Contractor shall enforce the wearing of hard hats by Contractor,employees and visitors.Contractor shall provide ten hard hats for use by the consulting Architects and Engineers and visitors. J-4 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 Changes in the Work. J-5 SAFE WORK PRACTICES: The Contractor shall employ safe practices in handling materials and equipment used in performing required work so as to insure the safety of his workmen,City employees and the public. The Contractor shall keep the premise free at all times from accumulation of waste materials or rubbish. At the completion of the work, the Contractor shall remove all his wastes and rubbish from and about the work area, as well as his tools, equipment and surplus materials and shall ! leave the area as clean and free of spot,stains,etc.,as before the work was undertaken. J-6 TRENCH SAFETY: The Contractor shall be responsible for all design and implementation of trench shoring and stabilization to meet regulatory requirements. If the Proposal requires,the Contractor shall include a per-unit cost for trench safety measures in his bid. If not included in the Proposal,the Contractor shall include a cost for trench safety measures for all trenches over 5 feet in depth in his Schedule of Values. SECTION K-INSURANCE K-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 City of Fort Worth, nor shall the Contractor allow any Subcontractor to commence work to be performed under this Contract until all similar insurance of the Subcontractor has been so obtained and approved. The City of Fort Worth will be listed as an "additional insured" on all policies except Worker's Compensation. K-2 WORKERS'COMPENSATION INSURANCE 1) General a) Contractor's Worker's Compensation Insurance. Contractor agrees to provide to the Owner(City)a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees employed on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. b) Subcontractor's Worker's Compensation Insurance. Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy ., of all such certificates to the Owner(City). c) By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the City that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured,with the Texas Worker's Compensation Commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties,civil penalties or other civil actions. d) The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the City to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the City. 2) Definitions: a) Certificate of Coverage("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84),showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. b) Duration of the Project. Includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the City. c) Persons providing services on the project("subcontractor"in section 406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services"does not include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. 3) Requirements a) The Contractor shall provide coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services of the project,for the duration of the project. b) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. c) If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period,file a new certificate of coverage with the City showing that coverage has been extended. d) The Contractor shall obtain from each person providing services on a project,and provide to the City: I) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project. e) The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. f) The Contractor shall notify the City in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. g) The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's_ Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. h) The Contractor shall contractually require each person with whom it contracts to provide services on a project,to: I) provide coverage, based on proper reporting on the classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011(44)for all of its employees providing services on the project,for the duration of the project; ii) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that — coverage is being provided for all employees of the person providing services on the project,for the duration of the project; iii) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project; — iv) obtain from each other person with whom it contracts,and provide to the Contractor: (1) a certificate of coverage,prior to the other person beginning work on the project;and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; v) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. vi) notify the City in writing by certified mail or personal delivery, within ten (10)days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project;and vii) contractually require each person with whom it contracts, to perform as required by paragraphs h-i)-vii), with the _ certificates of coverage to be provided to the person for whom they are providing services. 4) Posting of Required Workers Compensation Coverage a) The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: — "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers compensation insurance. This includes persons providing, hauling, or delivering equipment or materials,or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Workers Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage,to verify whether your employer has provided the required coverage,or to report an employers failure to provide coverage." K-3 LIABILITY INSURANCE: The Contractor shall procure and maintain during the term of this Contract such Liability Insurance as shall protect him,the City of Fort Worth and any Subcontractor performing work covered by this Contract,from claims of damage 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 himself or by any Subcontractor or by anyone directly or indirectly employed by either of them and the limits of such insurance shall be not less than the following: 1) Automobile Liability: $1,000,000 each accident or reasonably equivalent split limits for bodily injury and property damage. Coverage shall be on "any auto" including leased, hired, owned, non-owned and borrowed vehicles used in connection with this Contract. 2) Commercial General Liability: $1,000,000 each occurrence. Coverage under the policy shall be as comprehensive as that provided in a current Insurance Services Office (ISO) policy form approved for use in Texas and the policy shall have no exclusions by endorsement unless such are approved by the City. 3) Asbestos Abatement Liability Insurance:When the Project specifically requires the removal of Asbestos Containing Materials, the Contractor,or subcontractor performing the removal,shall be required to maintain Asbestos Abatement Liability Insurance as follows: $1,000,000 per occurrence; $2,000,000 aggregate limit. The coverage shall include any pollution exposure, including environmental impairment liability, associated with the services and operations performed under this contract in addition to sudden and accidental contamination or pollution liability for gradual emissions and clean-up costs. K-4 BUILDER'S RISK INSURANCE: Unless stated otherwise in the Proposal or Invitation,the Contractor shall procure,pay for and maintain at all times during the term 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 mischief,at a limit equal to 100%of the Contract Sum. The policy shall include coverage for materials and supplies while in transit and while being stored on or off site. If specifically required in the Instructions to Bidders, the policy shall include'coverage for flood and earthquake. Different sub-limits for these coverages must be approved by the City. Consequential damage due to faulty workmanship and/or design performed by the Contractor or his agents shall be covered. Upon completion of the Work,the Contractor shall notify the City of Fort Worth in writing before terminating this insurance. K-5 PROOF OF CARRIAGE OF INSURANCE: The Contractor shall provide a certificate.of insurance documenting the Transportation and Public Works Department,City of Fort Worth as a"Certificate Holder',and noting the specific project(s)covered by the Contractor's insurance as documented on the certificate of insurance. More than one certificate may be required of the .- Contractor depending upon the agents and/or insurers for the Contractor's insurance coverages specified for the project(s). K-6 OTHER INSURANCE RELATED REQUIREMENTS w 1) The City of Fort Worth shall be an additional insured,by endorsement,on all applicable insurance policies. 2) Applicable insurance policies shall each be endorsed with a waiver of subrogation in favor of the City of Fort Worth. 3) Insurers of policies maintained by Contractor and its subcontractor(s), if applicable, shall be authorized to do business in the State of Texas,or otherwise approved by the City of Fort Worth,and such shall be acceptable to the City of Fort Worth insofar as their financial strength and solvency are concerned. Any company through which the insurance is placed must have a rating of at least A:VII, as stated in current edition of A. M. Best's Key Rating Guide. At the City's sole discretion, a less favorable rate may be accepted by the City. 4) Deductible limits on insurance policies and/or self-insured retentions exceeding $10,000 require approval of the City'of Fort Worth as respects this Contract. 5) The City of Fort Worth shall be notified in writing a minimum of thirty days prior to an insurer's action in the event of cancellation or non-renewal in coverage regarding any policy providing insurance coverage required in this Contract. 6) Full limits of insurance shall be available for claims arising out of this Contract with the City of Fort Worth. �. 7) The Contractor shall provide certificates of insurance to the City prior to commencement of operations pursuant to this Contract. Any failure on part of the City of Fort Worth to request such documentation shall not be construed as a waiver of insurance requirements specified herein. 8) The City of Fort Worth shall be entitled,upon request and without incurring expense,to review the insurance policies including endorsements thereto and,at its discretion,to require proof of payment for policy premiums. 9) The City of Fort Worth shall not be responsible for paying the cost of insurance coverages required herein. 10) Notice of any actual or potential claim and/or litigation that would affect insurance coverages required herein shall be provided to the City in a timely manner. 11) 'Other insurance" as referenced in any policy of insurance providing coverages required herein shall not apply to any insurance policy or program maintained by the City of Fort Worth. 12) Contractor shall agree to either require its subcontractors to maintain the same insurance coverages and limits thereof as specified herein or the Contractor shall provide such coverage on the Contractor's subcontractors. SECTION L CHANGES IN THE WORK L-1 CHANGE ORDER: The Owner, without invalidating the Contract, may order Changes in the Work within the general scope of the Contract 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 Contract Documents. A Change Order is a written order to the Contractor signed by the Contractor,Owner and the Architect,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. Any changes in work required due to changed or unforeseen conditions,or by request of either the Contractor or the City,shall be coordinated with the Director, Department of Transportation and Public Works. A change order must be written and duly negotiated and executed prior to performing changed work. The cost or credit to the Owner resulting from a Change in the work shall be determined in one or more of the following ways: _ 1) by mutual acceptance of a lump sum property itemized, including the allowance to Contractor for overhead and profit stipulated in the original contract proposal; 2) by unit prices stated in the Contract Documents or subsequently agreed upon;or 3) by.cost and a mutually acceptable fixed or percentage fee. If none of the methods set forth herein above is agreed upon,the Contractor,provided he receives a Change Order,shall promptly proceed with the Work involved. The cost of such work shall then be determined on the basis of the Contractor's reasonable 9 expenditures and savings, including a reasonable allowance for overhead and profit as indicted in the original contract proposal. In such cases,the Contractor shall keep and present, in such form as the Architect shall 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 Architect's Certificate of Payment as.approved by the Owner. If after the Contract has been executed, the Architect, requests a price proposal from the Contractor for a proposed change in _ scope of the work,Contractor shall process such proposal within seven days of receipt and return the price quote to the Architect in writing.The Architect shall review the price quotation and if approval is recommended,forward the proposed change order request and price proposal to the Owner for approval. If approval is not recommended, the Architect will attempt to negotiate with Contractor to revise the proposal to a figure which is fair and reasonable and forward it on to the Owner for approval. If the negotiations do not result in an equitable solution, the Architect shall prepare a cost-plus type Change Order with a price-not-to- exceed figure for approval by the City and require specific documentation to be provided by Contractor in accordance with the paragraph above. Contractor is advised that according to City of Fort Worth Charter,that,the City Council must approve all Change Orders and Work f Orders which results in an increase in cost of the contract amount by over$25,000. Normal processing time for the City Staff to obtain City Council approval, once the recommended change order has been received at the City, is approximately thirty days. Owner and Contractor shall endeavor to identify Change Order items as early in the Construction process as possible to minimize their impact on the construction schedule. If unit prices are stated,in the Contract Documents or subsequently agreed upon, and if the quantities originally contemplated 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 Section A, (2)any order by the Architect or Owner to stop the Work pursuant to Section B,where the Contract was not at fault, or(3)any written order for a minor change in the Work,the Contractor shall make such claim. L-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 Architect written notice thereof within a reasonable time after the occurrence of the event that gave 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 J. 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. L-3 OVERHEAD ALLOWANCES FOR CHANGES: Should any change in the work or extra work be ordered,the following applicable percentage shall be added to Material and Labor costs to cover overhead and profit: — 1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed fifteen percent 2. Allowance to the Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the Contractor shall not exceed ten percent L-4 MINOR CHANGES IN THE WORK: The Architect 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 order. Such changes shall be confirmed in writing by the Architect and shall be binding on the Owner and the Contractor. L-5 FIELD ORDERS: The Architect may issue written Field Orders which interpret the Contract Documents,or which order — minor changes in the Work without change in Contract Sum or Contract Time. The Contractor shall carry out such Field Orders promptly. SECTION M UNCOVERING AND CORRECTION OF WORK M-1 UNCOVERING OF WORK: If any Work should be covered contrary to the request of the Owner, it must be uncovered for observation and replaced,at the Contractor's expense. If any other work has been covered which the Owner has not specifically requested to observe prior to being covered,the Architect or 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 Specifications,the Contractor shall pay such costs unless it is found that this condition was caused by a separate contractor employed by the Owner. M-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, including the cost of the Architect's additional service thereby made necessary. 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-conforming 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 including compensation for additional architectural services. If such proceeds of sale do not cover all costs that 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. If the Contractor fails to correct such defective or non-conforming work,the Owner may correct it in accordance with Section G. The obligation of the Contractor under this Section shall be in addition to and not in limitation of any obligations imposed upon him by special guarantees required by the Contract Documents or otherwise prescribed by law. = M-3 ACCEPTANCE OF DEFECTIVE OR NON-CONFORMING WORK: If the Owner prefers to accept defective or non- conforming work, he may do so instead of requiring its removal and correction, in which case a Change Order will be issued to reflect an appropriate reduction in the Contract Sum, or, if the amount is determined_after final payment, it shall be paid by the Contractor. SECTION N TERMINATION OF THE CONTRACT N-1 TERMINATION BY THE CONTRACTOR: If the work is stopped for a period of 30 days under an order or any court or other public authority having jurisdiction,through no act or fault of the Contractor or a Subcontractor or their agents or employees or any other persons performing any of the work under a contract with the Contractor,or if the work should be stopped for a period of 30 days by the Contractor for the Owner's failure to make payment thereon as provided in Section I,then the Contractor may after the end of such period of 30 days and upon seven additional days'written notice to the Owner,terminate the Contract. N-2 TERMINATION BY THE OWNER: If the Contractor is adjudged as bankrupt, or if he makes a general assignment for the benefit of his creditors,or if a receiver is appointed on account of his insolvency,of if the Contractor refuses,except in cases for ' which extension of time is provided,to supply enough properly skilled workmen or proper materials, or if he fails to make prompt payment to Subcontractors or for materials or labor,or fails to comply with all Laws,Statutes,Charter,Ordinances, Regulations or Orders of any public authority having jurisdiction, or otherwise is guilty of a substantial violation of a provision of the Contract Documents, then the Owner, on its own initiative that sufficient cause exists to justify such action, may, without prejudice to any �• rights or remedy and after giving the Contractor and his surety, if any, seven(7)days'written notice,terminate the employment of the Contractor and take possession of the site and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and may finish the work by whatever method he may deem expedient. In such case the Contractor shall not be entitled to.receive any further payment until the Work is finished. If the costs of finishing the Work, including compensation for the Architect's additional services. exceed the unpaid balance of the Contract,the Contractor shall pay the difference to the Owner. The City of Fort Worth may terminate this contract in whole,or from time to time,in part,whenever such termination is in the best interest of the City. Termination will be effected by delivering to the Contractor a notice of termination specifying to what extent performance of the work of the contract is being terminated and the effective date of termination. After receipt of termination the Contractor shall: a) Stop work under the Contract on the date and to the extent specified on the notice of termination. b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated. c) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination. After termination as above,the City will pay the Contractor a proportionate part of the contract price based on the work completed; provided, however,that the amount of payment on termination shall not exceed the total contract price as reduced by the portion thereof allocatable to the work not completed and further reduced by the amount of payments, if, any otherwise made. Contractor shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim. In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the City Council of the City of Fort Worth shall be final and binding upon all parties to this contract SECTION 0 SIGNS The Contractor shall construct and install the project designation sign as required in the Contract Documents and in strict accordance with the Specifications for"Project Designation Signs."This sign shall be a part of this Contract and shall be included in the Contractor's Base Bid for the Project. SECTION P TEMPORARY FACILITIES P-1 SCOPE: The Contractor shall furnish, erect, and maintain facilities and perform temporary work required in the performance of this Contract,including those shown and specified. P-2 USE OF TEMPORARY FACILITIES: All temporary facilities shall be made available for use by all workmen and subcontractors employed on the project, subject to reasonable directions by the Contractor as to their proper and most efficient utilization. P-3 MAINTENANCE AND REMOVAL: The Contractor shall maintain temporary facilities in a proper, safe operating and sanitary condition for the duration of the Contract. Upon completion of the Contract,all such temporary work and facilities shall be removed from the premises and disposed of unless otherwise directed or specified hereunder. P-4 FIELD OFFICES AND SHED: The Contractor is not required to provide a temporary field office or telephone for projects under$1,000,000. Contractor shall equip the Project Superintendent with a pager and provide 24-hour contacts to the City. The Contractor shall provide a temporary field office building for himself, his subcontractors and use by the Architect. For construction contracts with a bid price in excess of$1,000,000.00,the Contractor shall provide a separate field office for the City's field representative (but the separate office may be in the same structure). The buildings shall afford protection against the weather,and each office shall have a lockable door,at least one window,adequate electrical outlets and lighting,and a shelf large enough to accommodate perusal of the project drawings. Openings shall have suitable locks. Field offices shall be maintained for the full time during the operation of the work of the Contract. During cold weather months, the field offices shall be suitably insulated and equipped with a heating device to maintain 70 degree Fahrenheit temperature during the workday. During warm weather the offices shall be equipped with an air conditioning device to maintain temperature below 75 degrees F. Upon .. completion of the work of the Contract,the Contractor shall remove the building from the premises. In addition to the drawing shelf, provide for the City field representatives office: one deck, four chairs, plan rack and a four drawer filing cabinet(with lock). Each office shall contain not less than 120 square feet of floor space. The Contractor shall provide and maintain storage sheds other temporary buildings or trailers on the project site as required for his use. Location of sheds and trailers shall be as approved by the Owner.Remove sheds when work is completed,or as directed. P-5 TELEPHONE: The Contractor shall provide and pay for telephone installation and service to the field offices described above. Service shall be maintained for the duration of operations under this contract.The Contractor shall provide for and pay for an automatic telephone-answering device at the site office for the duration of the project. Contractor will install separate fax lines and instruments for the City and the Contractor. P-6 TOILET FACILITIES: The Contractor shall provide proper, sanitary and adequate toilet facilities for the use of all workmen and subcontractors employed on the project. P-7 UTILITIES: Contractor shall make all necessary arrangements and provide for temporary water and electricity required during the construction. Contractor shall provide and install temporary utility meters during the contract construction period. These meters will be read and the Contractor will be billed on this actual use..The Contractor shall provide all labor and materials required to tap into the utilities. The Contractor shall make the connections and extend the service lines to the construction area for use of all trades. Upon completion of the work all utility lines shall be removed and repairs made to the existing lines. Only utilities at existing voltages,pressures,frequencies,etc.will be available to the Contractor. Water. Provide an ample supply of potable water for all purposes of construction at a point convenient to the project or as shown on the Drawings. Pipe water from the source of supply to all points where water will be required. Provide sufficient hose to carry water to every required part of the construction and allow the use of water facilities to subcontractors engaged on the work. Provide pumps,tanks and compressors as may be required to produce required pressures. Electric Service. Provide adequate electric service for power and lighting.to all points where required. Temporary,electric service shall be of sufficient capacity and characteristics to supply proper current for various types of construction tools, motors, welding machines, lights, heating plant, air conditioning system, pumps, and other work required. Provide sufficient number of electric outlets so that 50 foot long extension cords will reach all work requiring light or power. Lighting. Supply and maintain temporary lighting so that work of all trades may be properly and safely performed,in such areas and at such time that day-lighting is inadequate. Provide at least 0.75 watts of incandescent lighting per squgr4e foot and maintain a socket voltage of at least 110 volts. Use at least 100-watt lamps. In any event,the lighting intensity shall not be less than 5 foot candles in the vicinity of work and traffic areas. P-8 HEATING: Heating devices required under this paragraph shall not be electric. The Contractor shall provide heat, ventilation,fuel and services as required to protect all work and materials and to keep the humidity down to the extent required to prevent corrosion of any metal and to prevent dampness or mildew which is potentially damaging to materials and finishes. All such heating, ventilation and services shall be provided and maintained until final acceptance of all work. In addition, the Contractor shall provide heat ventilation prior and during the following work operations as follows: a) At all times during the placing, setting and curing of concrete provide sufficient heat to insure the heating of the spaces involved to not less than 40 F. b) From the beginning of the application of drywall and during the setting and curing period, provide sufficient heat to produce a temperature in the spaces involved of not less than 55 F. c) For a period of seven (7)days previous to the placing of interior finish materials and throughout the placing of finish painting, decorating and laying of resilient flooring materials,provide sufficient heat to produce a temperature of not less than 60 F. P-9 TEMPORARY CONSTRUCTION, EQUIPMENT AND PROTECTION: The Contractor shall provide, maintain, and remove upon completion of the work all temporary rigging, scaffolding, hoisting equipment, rubbish chutes, ladders to roof, barricades around openings, and all other temporary work as required to complete all work of the Contract. Contractor shall coordinate the use and furnishing of scaffolds with his sub-contractors. The Contractor shall provide,maintain, and remove upon completion of the work,or sooner, if authorized by the Owner,all fences, barricades, lights, shoring, pedestrian walkways,temporary fire escapes, and other protective structures or devices necessary for the safety of workmen,City employees,equipment,the public and property. All temporary construction and equipment shall conform to all regulations, ordinances, laws and other requirements of the authorities having jurisdiction,including insurance companies,with regards to safety precautions,operation and fire hazard. The Contractor shall provide and maintain pumping facilities, including power, for keeping the site, all times, whether from underground seepage,rainfall,drainage of broken lines. The Contractor shall maintain provision for closing and locking the building at such time as possible to do so. If this is not feasible, maintain a night The Contractor shall provide and maintain all barricades or enclosures, required to protect the work in progress from outside elements, dusts, and other disturbances as a result of work under this Contract. Such protection shall be positive,shall meet the approval of the Owner and shall be maintained for the duration of the construction period or as required to provide for the protection as specified. P-10 PROJECT BULLETIN BOARD: The Contractor shall furnish,install and maintain during the life of the project a weather- tight bulletin board approximately 3 feet high by 5 feet wide having not less than two hinged or sliding glass doors with provisions for locking. The bulletin board shall be mounted where and as approved by the Owner, in a prominent place accessible to employees of the Contractor and sub-contractors, and to applicants for employment. The bulletin board shall remain the property of the Contractor and shall be removed by him upon completion of the Contract work. The following information which will be furnished by the City to the Contractor shall be posted on the bulletin board and shall be maintained by the Contractor in easily readable condition at all times for the duration of the Contract. a. The Equal Opportunity Poster and Notice Nondiscrimination of Employment(Standard Form 38). b. Wage Rate Information Poster(Form SOL 155), with the Contract Schedule of minimum wage rates as required by the Davis-Bacon Act. C. Safety Posters. SECTION Q VENUE Should any action arise out of the terms and conditions of this contract,venue for said action shall lie in Tarrant County»»» (END OF GENERAL CONDITIONS) t , Bond# 2276420 PERFORMANCE BOND i THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, . HM & MF Ltd., dtb/a Muckleroy & Falls , known as "Principal" herein and North American Specialty Insurance Company a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Nine Million, F,ip-ht Hundred Seventeen Thousand, Three Hundred Ninety Nine Dollars and no Cents ,($9,817,399.00), 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,successors and assigns,jointly and severally,firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 5th day of June, 2018, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories defined by law, in the prosecution of the Work,including any Change Orders,as provided for in said Contract designated as CMAR for Como Community Center.located at 4600 Halloran in Fort Worth, Texas (Project PMD2014-10) City Proiect#CO2426. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract,and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City,then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code,as amended,and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 7th day of September ,2018. PRINCIPAL: HM&MF dba_Mucklerq.&Falls ATTEST: .BY: (Principal)Secretary Name and Title Address: 5801 Edwards Ranch Road, Suite 100 Fort Worth, TX 76109 _ HMt_ /a MUCKLEROY&FALLS,a Texas Limited Partnhip by Muckjero ea&_Gonstruction - Co..a erson and raj Partner Witness as to Principal SURETY: North American Specialty Insurance Company ATTEST: BY: _w _ \ _ ._ Signature OVA -Debra Lee Moon, Attorney-in-Fact - (Surety)Secretary Name and Title Ades: 5200 Metcalf OPN111 Overland Park, KS 66202 09 1 Witness as to Surety 6-5200 Telephone Number: 913-67�. *Note: If signed by an officer of the Surety,there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the.bond shall not be prior to the date the Contract is awarded. Bond# 2276420 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, HM & MF Ltd.,_d/bla Mucklerov & Fails ; known as "Principal"herein, and North American Specialty Insurance Company , a corporate surety(sureties),duly authorized to do business in the State of Texas,known as"Surety"herein(whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as"City"herein, in the penal sum of, Nine Million, Eizht Hundred Seventeen Thousand, Three Hundred Ninety Nine Dollars and no Cents ($9,81.7,399.00)„ lawful money of the United States,to be paid in Fort Worth,Tarrant County,Texas,for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators,successors and assigns,jointly and severally,firmly by these presents: W1*,REAS, Principal has entered into a certain written Contract with City, awarded the ,51 day of June,2018,which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment,labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as CMAR for Como Community Center located at 4600 Halloran in Fort Worth, Texas tProiect PMD2014-101 City Proiect#CO2426, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any(and all)payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this i obligation shall be and become null and void;otherwise to remain in full force and effect. 4M This bond is made and executed in compliance,with the provisions of Chapter 2253 of the Texas Government Code,as amended,and all liabilities on this bond'shall be determined in accordance with the provisions of said statute. IN WITNESS WHE12.E,OF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 7th day of September 2018. PRINCIPAL: HM&MF dba Muckleroy&Falls, LP B Y7: 0 ATTEST: X (Principal)Secretary Name and Title Address: 5801 Edwards Ranch Road, Suite 100 Fort Worth,TX 76109 = Witness as to Principal SURETY: North American Specialty Insurance Company BY: Q Signature .� Debra Lee Moon, Attorney-in-Fact Name and Title Address: 5200 Metcalf OPN111 Overland Park, KS 66202 Witness as to Surety Telephone Number: 913-676-5200 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the by-laws i showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address,both must be provided.The date of the bond shall not be prior to the date the Contract is awarded. SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Overland Park,Kansas and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park,Kansas,and Westport Insurance Corporation,organized under the laws of the State of Missouri,and having its principal office in the City of Overland Park,Kansas each does hereby make,constitute and appoint: SAMMY JOE MULLIS,JR.,JOHN WILLIAM NEWBY,CHERI LYNN IRBY,WILBERT RAYMOND WATSON,MICHAEL L.TULLIS,SANDRA LEE RONEY,DEBRA LEE MOON, i ANDREA ROSE CRAWFORD,MARY JO ZAKRZEW SKJ,JAMES B.ROGERS,JR.,TROY RUSSELL KEY,LINDA MICHELLE STALDER AND CHRISTOPHER CARL SUNDBERG JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION($125,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24,2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." ���\�G\1A117Y 1j/i�� atp5PN61 z , 0 / i� d.......,,Gy MMCF 1:iq ;�PPO%fjHS`G� �IfVQ'40RPO�rSG...ppp By . y.�......... G CA /tts.� �, SI3AI.F. Steven Anderson, mor ice res ent o as ng on n crnahona nsurance Company �,•rlsC-, r, SC/'5L 0; ,n &Senior Vice President of North American Specialty Insurance Company i 1973 tt,ismj` cY9 i� m &Senior Vice President of Westport losnraoa C rporaden •; `e.: ` .T 1 4 : 'y•�-fY $• ••.. .•..* Mike A.Ito,Senior Vice Prddent of Wsubingbn International Insurance Company /////fllllllilll\\\\ untuorot'� &Senior Vice President of North American Specialty Insurance Company &Senior Vice President of Westport Insurance Corporation MEN IN WITNESS WHEREOF,North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this this 20th day of August ,20 18 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook ss: On this 20th day of August 2018 before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A.Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SERI 44 N.KENNY �, �� s .•'�-- 1�f Notary Public-State of lllin:>:•. My`1=41 21 I'i M.Kenny,Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. i IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 7th day of September ,20 18 Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company d: North American Specialty Insurance Company&Vice President&Assistant Secretary of Westport Insurbue Corporation North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation TEXAS CLAIMS INFORMATION IMPORTANT NOTICE ADVISO IMPORTANTE In order to obtain information or make a complaint: Para obtener informacion o para someter un queja: You may contact Jeffrey Goldberg,Vice President Puede comunicarse con Jeffrey Goldberg,Vice — Claims at 1-800-338-0753 President—Claims,al 1-800-338-0753 You may call Washington International Insurance Usted puede Ilamr al numero de telefono gratis de Company and/or North American Specialty Insurance Washington International Insurance Company and/or Company's and/or Westport Insurance Corporation North American Specialty Insurance Company's and/or toll-free number for information or to make a Westport Insurance Corporation para informacion o complaint at: para someter una queja al: 1-800-338-0753 1-800-338-0753 You may also write to Washington International Usted tambien puede escribir a Washington Insurance Company and/or North American Specialty International Insurance Company and/or North _. Insurance Company and/or Westport Insurance American Specialty Insurance Company and/or Corporation at the following address: Westport Insurance Corporation al: 1450 American Lane 1450 American Lane Suite 1100 Suite 1100 Schaumburg, IL 60173 Schaumburg,IL 60173 You may contact the Texas Department of Insurance Puede escribir al Departmento de Seguros de Texas to obtain information on companies, coverages, para obtener informacion acerca de companias, rights or complaints at: coberturas,derechos o quejas al: 1-800-252-3439 1-800-252-3439 T You may write the Texas Department of Insurance: Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 P.O. Box 149104 Austin,TX 78714-9104 Austin,TX 78714-9104 Fax: (512)475-1771 Fax: (512)475-1771 Web: hht n://www_tdi.state.tx.us Web: httn1/www.tdi.state_tx.us Email:ConsumerProtection@tdi.state.tx.us Email:Consume rProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: LL Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should first contact the reciamo, debe comunicarse con el Washington Washington International Insurance Company and/or International Insurance Company and/or North North American Specialty Insurance Company and/or American Specialty Insurance Company and/or - Westport Insurance Corporation. If the dispute is not Westport Insurance Corporation primero. Si no se resolved,you may contact the Texas Department of resuelve la disputa, puede entonces comunicarse Insurance. con el Departmento de Seguros de Texas. ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA This notice is for information only and does not Este aviso es solo para proposito de infromacion y no become a part or condition of the attached se converte en parte o condicion del documento '� document. adjunto. HM&MFLT-01 CWENDORF ACORO" DATE(MMIDDNYYY) CERTIFICATE OF LIABILITY INSURANCE 09/11/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License#4682 CA E:ONCT NTA Fort Worth,TX-Hub International Insurance Services PHONE FAX 421 West Third Street,Suite 800 EX No,Ext):(817)820-8100 AIC,No):(817)670-0310 Fort Worth,TX 76102 EDD IL s:ftw.service@hubinternational.com INSURERS AFFORDING COVERAGE NAIC# INSURERA:Valley Forge Insurance Company 20508 INSURED INSURERB:The Continental Insurance Company 35289 HM&MF Ltd.dba Muckleroy&Falls INSURERC:AS en American Insurance Company 43460 5801 Edwards Ranch Road,Suite 100 INSURER D:National Fire Insurance of Hartford 20478 Fort Worth,TX 76109 INSURER E:Continental Casualty Company 20443 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDINSOLSUBR WVDPOLICYNUMBER POLICYEFF POLICYEXPLIMITS LTRVYYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1'000'000 CLAIMS-MADE FX OCCUR 6050184962 08/28/2018 08/28/2019 PAM AGETOEREoNTED $ 100,000 MED EXP(Any one arson $ 15,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2'000'000 +� POLICY❑X jP& EILOC PRODUCTS-COM P/OPAGG $ 2,000,000 OTHER: POLLUTION $ 1,000,000 B AUTOMOBILE LIABILITY COMaBINdEeD SINGLE LIMIT $ 1,000,000 X ANY AUTO 6050184959 08/28/2018 08/28/2019 BODILY INJURY Per person) $ OWNED SCHEDULED AUTOS ONLY AUUTNNO..ppS EEpp BODILY INJURY Per accident AUTOS ONLY AUTOS OIJLY PPeracEciRdent AMAGE $ C X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 EXCESS LIAB CLAIMS-MADE CX0061_818 08/28/2018 08/28/2019 AGGREGATE $ DED I X I RETENTION$ 0 Aggregate 10,000,000 D WORKERS COMPENSATION X( I PER UTE I I OTH- �, AND EMPLOYERS'LIABILITY 6050184976 08/28/2018 08/28/2019 1,000,000 OFFICERIMEMBOER EXCLUDED?ECUTIVE Y❑ N/A E.L.EACH ACCIDENT $ (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1'000'000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT $ E Equipment Floater 6049918867 08/28/2018 08/28/2019 Rented/Leased Equipm 151,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) The General Liability and Automobile Liability policies include a blanket additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status subject to policy terms and conditions.The General Liability,Automobile Liability and Workers Compensation policies include a blanket waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it subject to policy terms and conditions. The General Liability policy contains a special endorsement with"Primary and Noncontributory"wording when required by written contract subject to policy terms and conditions.The Umbrella Policy Follows Form.The policies include an endorsement providing that(30)day's notice of cancellation(or coverage change)and a(10)day's notice of cancellation for non-payment of Premium will be furnished to the certificate holder. SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City CitTexas Street ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth,TX 76102 — -- — AUTHORIZED 1R,EPRESENTATIVE I A_- ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID:HM&MFLT-01 CWENDORF Loc#: 1 X44 V' ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY License#4682 NAMED INSURED Fort Worth,TX-Hub International Insurance Services 58 >£MF Ltd. Ra ch Road,Mucklerou Falls 5801 Edwards Ranch Road,Suite 100 POLICYNUMBER Fort worth,TX 76109 EE PAGE 1 CARRIER NAIC CODE EE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: RE:Como Community Center Project,4300 Halloran Rd,Fort Worth,TX ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CWENDORF DATE(MM/DD/YYYY) EVIDENCE OF PROPERTY INSURANCE 9111/2018 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE ADDITIONAL INTEREST. AGENCY PHONE (A/C ) 817 820-8100 COMPANY Fort Worth,TX-Hub International Insurance Services Continental Casualty Company 421 West Third Street,Suite 800 Fort Worth,TX 76102 FAX No:(817)870-0310 aDDRESS:ftN•service@hubinternational.com CODE:700817 SUB CODE: cUSTOMERID#:HM&MFLT-01 License#4682 y INSURED HM&MF Ltd.dba Muckleroy&Falls LOAN NUMBER POLICY NUMBER 5801 Edwards Ranch Road,Suite 100 6049918867 Fort Worth,TX 76109 EFFECTIVE DATE EXPIRATION DATE 8/28/2018 8/28/2019 CONTINUED UNTIL TERMINATED IF CHECKED rt THIS REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION LOCATION/DESCRIPTION THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS EVIDENCE OF PROPERTY INSURANCE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. COVERAGE INFORMATION PERILS INSURED I I BASIC I IBROAD I I SPECIAL COVERAGE IPERILS/FORMS AMOUNT OF INSURANCE DEDUCTIBLE Builders Risk Coverage Catastrophe Limit per disaster Limit $13,000,000 2,500 All other Constructions Limit $6,500,000 2,500 Earthquake Limit $1,000,000 50,000 Flood Limit $1,000,000 50,000 Frame Construction Limit $2,000,000 2,500 Limit at temporary location Limit $500,000 2,500 Transit limit Limit $500,000 2,500 REMARKS(including Special Conditions) Special Conditions: RE:Como Community Center Project CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ADDITIONAL INTEREST _ NAME AND ADDRESS ADDITIONAL INSURED LENDER'S LOSS PAYABLE LOSS PAYEE MORTGAGEE LOAN# AUTHORIZED REPRESENTATIVE ` City Fort Worth �j/,_ W�. 200 Texas St Fort Worth,TX 76102 ACORD 27(2016/03) @ 1993-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project, CMAR y` for Como Community Center located at 4600 Halloran in Fort Worth, Texas (Proiect PMD2014- 10) City Proiect # CO2426. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Company (Please Print) Signature: Address HM& CKLEROY&FALLS,a Texas limited Partnership by fvluckleroy&Falls Construction Co.,a T s Corporation and Gral Partner Title:_ �i'L� /LaES��P✓7— /'iZ� c�srr�z'�C! City/State/Zip (Please Print) THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § I3EF ;1V , the and rsigned authority,on this day personally appeared +� ��2 known to me to be the person whose name is subscribed to the for oin m strument, and acknowledged to;me that i he/she executed the same as the act and deed of for the purposes and consideration therein expressed arA i he capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of�� ' 2018, BETH AIKIN ♦PAY Pl�e%i Vii;' :� Notary Public,State of Texas Comm. Expires 05-28-2022 11;11110F%11:11 Notary Notary ID 3494766 ""��� Notary Public in and tr the State of Texas f t i 4'-0" 2'-0" 2'-0" SIGN, LOGO & TEXT INFORMATION ' =� FoRT VVoRTH. I ii I Project Title b .t Architect: Architect's Name -� Contractor: Contractor's Name FUNDED BY (Ust Bond Fund,etc.) SCHEDULED COMPLETION DATE YEAR SIGN COLOR & FONT: BACKGROUND - WHITE BORDER - 5116"WIDE, XRADIUS CORNERS, PMS 288 (BLUE) TEXT - HELVETICA or ARIAL, PMS 288 (BLUE) -- FORT WORTH LOGO COLORS & FONT: FORT WORTH - PMS 288 (BLUE), CHELTENHAM BOLD LONGHORN LOGO - PMS 725 (BROWN) .� PROJECT DESIGNATION SIGN