Loading...
HomeMy WebLinkAboutContract 38054 THIS COPY IS FOR:''m- LI Y SECRETARY CONTRACTOR CONTRACT NO. CONTRACTOR'S BONDING CO. THE CITY OF FORT WORTH, TEX* CITY SECRETARY SPONSORING DEPT PROJECT MANAGER �- Construct Neighborhood Policing District Now FILE COPY and Traffic Division Facility (TPW2005-11) FORTWORTH i MIKE MONCRIEF DALE A. FISSELER, PE MAYOR CITY MANAGER MP � 1 Mb _ Greg Simmons, PE Acting Director, Transportation & Public Works Department Patricia Kneblick Interim Chief, Police Department OFFICIAL RECORD Perkins + Will CITY SECRETARY FT.WORTH,TX Crossland Construction Company, Inc. November 2008 L20;"G11VAL Construct NPD 6&Traffic Division Facility at Nashville Avenue November 2008 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 11/11/2008 ' DATE: Tuesday, November 11, 2008 LOG NAME: 20NPD6TRAFFIC REFERENCE NO.: C-23182 ' SUBJECT: Authorize Construction Contract in the Amount of $8,216,000.00 with Crossland Construction Company, Inc., to Construct the Nashville Neighborhood Policing District No. 6 and Traffic Division ' Facility RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a construction contract in the amount of $8,216,000.00 with Crossland Construction Company, Inc., to construct the Nashville Neighborhood Policing District No. 6 and Traffic Division facility. _ DISCUSSION: On August 30, 2005, (MSC C-20926) the City Council authorized the City Manager to execute an architectural design agreement within the amount of $300,000.00 with Perkins Will for the design of Nashville Neighborhood Police Station and Traffic Division facility. Funding in the amount of $332,000.00 was approved from the Crime Control and Prevention District(CCPD) to support the design. Additional funding in the amount of $350,000.00 was approved from the Critical Capital Needs Certificate of Obligation, Series 2007, to complete the design of the Nashville Neighborhood Police Station and Traffic Division facility. On July 31, 2007, (M&C C-22276) the City Council authorized the City Manager to execute Amendment No. 1 in the amount of$343,972.00 with Perkins Will to complete the design. Additional funding in the amount of $40,000.00 was approved from the transfer of Police Department General Fund to the CO Special Project Fund for additional design services and project related expenses as described below. On September 25, 2007, (MSC C-22404) the City Council authorized the City Manager to execute Amendment No. 2 in the amount of$29,000.00 with Perkins Will to provide the design and certification documents for Leadership in Energy and Environment Design (LEED) for the Nashville .. Neighborhood Police Station and Traffic Division facility. The remaining $11,000.00 was used for soil borings and investigation and staff time. This facility will be the first LEED Silver Certified design for a municipal building in the City of Fort Worth. ' On September 2, 2008, (MSC G-16262) the City Council approved additional funding in the amount of $1.2,035,000.00 from the Critical Capital Needs Certificate of Obligation, Series 2008, for construction and construction administration services. The total funding available from all sources is $12,522,000.00. w for i the Fort Worth Star-Telegram on Jui 24 and 31 2008. The following The project as advertised o bid in e rt rty g ten bids were received: Crossland Construction Company(with two add alternates below) $8,216,000.00 Add Alternate, Structural Glass in lieu of curtainwall ($165,000.00) ,i Add Alternate, Electrical outlets for lockers ($56,000.00) Ratciiff Constructors (with two add alternates) $8,045,000.00 Key Construction Texas (with two add alternates) $8,358,700.00 CORE Construction Services (with two add alternates) $8,643,000.00 Imperial Construction (with two add alternates) $8,793,000.00 Phillips May Corporation (with two add alternates) $8,854,000.00 Sedalco (with two add alternates) $9,137,000.00 FJW Group (with two add alternates) $9,574,945.00 Azteca Enterprises (with one add alternate) $9,860,000.00 AUI Contractors (with two add alternates) $10,543,500.00 •• Based on price, schedule, M/WBE participation, reputation, and experience, Crossland Construction Company was determined to offer the best value. Ratcliff Constructors was the low bidder but did not provide the required M/WBE documents for the Central Library project in 1999-2000 and does not have Leadership in Energy and Environmental Design (LEED) experience. The overall project cost is estimated to be: Design $860,000.00 Construction $8,216,000.00 Utilities, ITS, FF&E $1,740,000.00 Contingency, geotech, staff $1,144,000.00 Total $11,960,000.00 Crossland Construction Company is in compliance with the City's M/WBE Ordinance by committing to 37 percent M/WBE participation. The City's goal for this project is 37 percent. The project is located in COUNCIL DISTRICT 8. The completion of the fire station will add 30,100 square feet to the City's facility inventory and add approximately $1 b,000.00 per year in the facility maintenance and repair requirements. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the 2007 Critical Capital Projects Fund. `~ TO Fund/Account/Centers FROM Fund/Account/Centers C295 541200 208090023880 $8,216,000.00 Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Greg Simmons (7862) Additional Information Contact: Dalton Murayama (8088) NASHVILLE N PD 6 & TRAFFIC CA fx A. C' - .a J '. • . JF4 r } LLI Mlle PIT '�-� ��+ ray �� � t• ��� - f* jr .kit f ' "AVM Ei ` -A `: i tt� At E - -hV E Lj e. E ' • f itF }*, y n, ..r - • AVE E 41 SEQA tr t w 1 ML Jo A E G' - dL JrL 74 it 71 L OF ECMier all AVE J- • - i� � � x {. SAIL rY' � yy,�'},�� Y �.. — AYE k r 4 JL � s _ .. . _ # �_ .ISJ- l_� +• r f1+_."1 LJA4: L i � •f•., � � tea* rt��- =r. FoRT WORTH FORT WORTH CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 5 CONSTRUCT NEIGHBORHOOD POLICING STATION NO. 6 AND TRAFFIC DIVISION FACILITY Request for Proposals Submittal Date: September 4, 2008 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows: 1. Revised"Notice to Offerors"and"Proposal" in Instructions to Offerors(Attachment No. 1). The revised"Notice to Offerors"and"Proposal"are dated August 28, 2008. Add Alternate No.4 (Electrical Outlets for.Lockers) is added. Note: Use this revised Proposal sheet to submit the contractor's proposal. 2. Request for Information (Attachment No.2). Add Alternate No.4 data is in this attachment. 3. Substitutions(Attachment No. 3) 4. Drawings(Attachment No.4) 5. Specifications(Attachment No.5) Acknowledge the receipt of this Addendum No. 5 on your Proposal. GREG SIMMONS, PE ACTING DIRECTOR, TRANSPORTATION & PUBLIC WORKS DEPT .r By: Dalton Murayama,AIA Architectural Services Manager 817-392-8088, FAX 817-392-8488 RELEASE DATE: August 28, 2008 Construct NPD 6&Traffic Division Facility at Nashville Avenue ■ Addendum No. 5,August 28, 2008 Page 1 of 1 ■ k1 FORTWURTH CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Wq ADDENDUM NO. 4 _. CONSTRUCT NEIGHBORHOOD POLICING STATION NO. 6 AND TRAFFIC DIVISION FACILITY Request for Proposals Submittal Date: September 4, 2008 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows: 1. In Addendum No. 3, delete the Substitutions folder(Attachments No. 3 in Addendum No. 3). The Substitions folder did not have the correct data. 2. Refer to Substitutions(Attachment No. 1) in this Addendum No. 4. Acknowledge the receipt of this Addendum No.4 on your Proposal. GREG SIMMONS, PE ACTING DIRECTOR, TRANSPORTATION &PUBLIC WORKS DEPT By: Dalton Murayama,AIA Architectural Services Manager 817-392-8088, FAX 817-392-8488 RELEASE DATE: August 21, 2008 Construct NPD 6&Traffic Division Facility at Nashville Avenue rt Addendum No.4,August 21, 2008 Page 1 of 1 No FORTWORTH .. CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 CONSTRUCT NEIGHBORHOOD POLICING STATION NO. 6 AND TRAFFIC DIVISION FACILITY - Request for Proposals Submittal Date: September 4, 2008 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows: .. 1. Proposed Phasing Plan (Attachments No. 1) 2. Request for Information (Attachment No. 2) 3. Substitutions(Attachment No. 3) 4. Drawings(Attachment No.4) 5. Specifications(Attachment No.5) Acknowledge the receipt of this Addendum No. 3 on your Proposal. — GREG SIMMONS, PE ACTING DIRECTOR,TRANSPORTATION &PUBLIC WORKS DEPT By. Dalton Murayama,AIA Architectural Services Manager 817-392-8088, FAX 817-392-8488 RELEASE DATE: August 20, 2008 Construct NPD 6&Traffic Division Facility at Nashville Avenue Addendum No. 3,August 20, 2008 Page 1 of 1 ■ FORT WORTH CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT T ADDENDUM NO. 2 ., CONSTRUCT NEIGHBORHOOD POLICING STATION NO. 6 AND TRAFFIC DIVISION FACILITY Request for Proposals Submittal Date: September 4, 2008 (CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows: 1. Request for Information (Attachment No. 1) 2. Substitutions Requests (Attachment No. 2) Acknowledge the receipt of this Addendum No. 2 on your Proposal. GREG SIMMONS, PE ACTING DIRECTOR, TRANSPORTATION&PUBLIC WORKS DEPT By: -- Dalton Murayama,AIA Architectural Services Manager 817-392-8088, FAX 817-392-8488 RELEASE DATE: August 11, 2008 Construct NPD 6&Traffic Division Facility at Nashville Avenue Addendum No. 2,August 11, 2008 Page 1 of 1 ■ FORT NORTH CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 CONSTRUCT NEIGHBORHOOD POLICING STATION NO. 6 AND TRAFFIC DIVISION FACILITYUFORT WORTH STOCKYARDS Request for Proposals Submittal Date: August 21, 2008 (NO CHANGE) r. The Request for Proposals for the above project is hereby revised and amended as follows: 1. The Pre-Submittal Conference was held at 10:30 AM,August 5, 2008 at the existing NPD 6 and Traffic Division facility at 1100 Nashville Avenue in Fort Worth. Attached is the list of the attendees (Attachment No. 1). 2. The original Instructions to Offerors have been replaced(See Attachment 2). The revised - Instructions are dated August 6,2008. The revisions affect Section 1A, Section 16, and the correction to the footer on the bottom of the pages. 3. Questions and Responses(Attachment 3) 4. Drawings(Attachment 4) 5. Specifications(Attachment 5) 6. LEED Checklist (Attachment 6) Acknowledge the receipt of this Addendum No. 1 on your Proposal. GREG SIMMONS, PE ACTING DIRECTOR, TRANSPORTATION &PUBLIC WORKS DEPT By: _. Dalton Murayama,AIA Architectural Services Manager 817-392-8088, FAX 817-392-8488 RELEASE DATE: August 6, 2008 Construct NPD 6&Traffic Division Facility at Nashville Avenue ■ August 6, 2008 Page 1 of 1 No '.. NOTICE TO OFFERORS Proposals for the new construction of Neighborhood Policing District No. 6 and Traffic Division Facility located at 1100 Nashville Avenue in Fort Worth,will be received at the Purchasing Office, City of Fort Worth, 1000 Throckmorton, Fort Worth, 76107, until 1:30 P.M.,Thursday,August 21, 2008,and will be opened and publicly read aloud approximately thirty minutes later in the Council Chambers. After evaluating the Proposals submitted, the City shall select the Offeror that offers the best value to the City and enter into negotiations with that Offeror. The City may discuss with the selected Offeror options for a scope or time modification and any price change associated with such modification. A Pre-Bid Conference will be held at 10:30 A.M.,Tuesday,August 6,2008 at the existing facility on the project site at 1100 Nashville Avenue in Fort Worth, Texas. Estimated construction cost is in the$8,000,000 range for the base bid. There are three alternates: Deductive Alternate No. 1 (Wrought Iron Ornamental Fence in lieu of Metal Perimeter Fence), Deductive Alternate No. 2(Stained Concrete Flooring in lieu of Terrazzo Flooring),Additive Alternate No. 3 (Structural Glass Fin Wall System in lieu of Curtainwall System),and Add Alternate No.4(Electrical Outlets for Lockers). MWBE participation will be evaluated in awarding this Contract. The MWBE participation requirement is 37%for this project. Offerors must submit Utilization Plan within 5 business days of submitting their Best Value Proposal. Failure to document proposed attainment will remove the Proposal from further consideration. Refer to Paragraph 2 below. Contact the MWWBE Office at(817) 392-6104 to obtain list of certified subcontractors and suppliers. w The offers will be valid for ninety (90) calendar days. Offerors must submit a bid bond with their proposal. Offeror to whom an award of contract is made will be required to provide Payment and Performance Bonds and provide Contractors General Liability and Statutory Workers Compensation Coverage. Documents will be required to obtain Leadership in Energy and Environmental Design (LEED) Silver Certification for this project. Refer to Division 1: General Requirements, Section 01352, LEED Requirements. If you intend to submit a proposal, inform the Project Manager who can then inform interested subcontractors. General Contractors and Suppliers may make copies of the Instructions to Offerors, General Conditions, Drawings, and Specifications through their printer. The bid documents may be viewed and printed on-line. Bid documents are not available at the City. The bid documents may be viewed and printed on-line by logging on to httos://i)roieetK)oint.buzzsaw.com/fortworthoov with the user name"Cowtown", password "Cowtown2004%and click on"TPW Projects". Contact the Project Manager,Alfonso Meza, at(817)392- 8274 or Email Alfonso.Meza()fortworthgov.org for assistance. For additional information contact Philp Callison or Kippen Schecht, Perkins+Will, at(214)283-8817 or (214)283-8821 or Email Philip.callisonaperkinswill.com or Kippen.schechtc@perkinswill.com. Advertisement: July 24, 2008 July 31, 2008 .r Construct NPD 6&Traffic Division Facility at Nashville Avenue Addendum No. 5 (August 28, 2008) TABLE OF CONTENTS NOTICE TO OFFERORS TABLE OF CONTENTS INSTRUCTIONS TO OFFERORS PROPOSAL TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE WAGES RATES (PREVAILING WAGE RATES) WEATHER TABLE CONSTRUCTION CONTRACT PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKERS'COMPENSATION LAW PROJECT SIGN r Construct NPD 6&Traffic Division Facility at Nashville Avenue August 6,2008 t INSTRUCTIONS TO OFFERORS 1. PROPOSAL REQUIREMENTS: The following requirements shall be used in the preparation of the response to this Request for Sealed Proposals: • Use the Proposal Form provided below. • Entries on the Proposal Form may be handwritten or typed. • Write in contract duration if not specified. 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 the managing/general partner must sign the proposal. Include cashier's check or an acceptable bidder's bond written by a corporate surety payable to the City of Fort Worth, in an amount of not less than five (5%) per cent of the total of the bid submitted. In order for a surety to be acceptable to the City, the surety must(1) hold a certificate of authority from the Untied 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 Untied States secretary of the treasury to qualify ,s as a 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. 1A. SELECTION OF CONTRACTOR: The City shall select the Offeror that offers the best value based upon the following criteria and on its ranking evaluation. In determining the Best Value Offeror, the City will consider: 1. Proposed price(60%) 2. Proposed level of MWBE participation (10%) 3. Proposed project schedule(10%) 4. Reputation/experience of the Offeror as demonstrated by past project work and the report of references(10%) 5. Offeror's past relationship with the City. (10%) } **NOTE**: If the Offeror does not have previous work experience with the City, then the reputation evaluation criterion will represent 20%of the overall score 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 or time 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. Construct NPD 6&Traffic Division Facility at Nashville Avenue August 6,2008 2. MINORITY/WOMENS BUSINESS ENTERPRISE (M/1%vBE) (BEST VALUE PROPOSAL) All Offerors shall note that it is the policy of the City of Fort Worth to ensure the full and equitable participation of Minority and Women Business Enterprises (M/WBE) in the procurement of services with a fee of$25,000 or more by establishing an M/WBE goal. Within five (5) City business days from proposal submittal date, exclusive of the proposal submittal date, all Offerors will be required to submit information concerning the M/WBE(s) that will participate in the contract. The M/WBE goal is 37% for this project. The information shall include: (1)the name, address and telephone number of each M/WBE; (2)the description of the work to be performed by each M/WBE; and (3) the approximate dollar amount/percentage of the participation. The M/WBE firm(s) must be located or doing business in the City's geographic market area that include the following nine (9) counties: Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman, and Rockwall. The M/WBE firm(s) must be currently certified or in the process of being certified by the North Central Texas Regional Certification Agency (NCTRCA), or Texas Department of Transportation (TXDOT), Highway Division prior to recommendation for award being made by the City Council. If you will not have any M/WBE participation during this contract, then a detailed explanation must be submitted to explain the Good and Honest Efforts your firm made to secure M/WBE participation. Failure to submit the M/WBE participation information or the detailed explanation of the Offeror's Good and Honest Efforts to meet or exceed the stated M/WBE goal, may Render the proposal non-responsive. The plan will be part of the final weighted selection criteria. 3. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of five(5) per cent of the bid submitted (See paragraph 1 above]. The Bid Security must accompany the bid and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten(10)days after the contract has been awarded. The Bid Security shall be included in the envelope containing the bid proposal. Failure to submit the Bid Security will result in the proposal not being considered for this project. Bidder's bond will be returned if the City fails to award the contract within 90 calendar days of receipt of bids, unless the Bidder agrees to an extension. The surety must be licensed to do business in the state of Texas. 4. PAYMENT BOND AND PERFORMANCE BOND: For projects in excess of $25,000, the successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. 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 Untied 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 Untied States secretary of the treasury to qualify as a 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. Construct NPD 6&Traffic Division Facility at Nashville Avenue August 6,2008 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 a 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 competed 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. 5. PRE-BID SITE INVESTIGATION: Prior to filing a response,the bidder 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 bidder shall be considered evidence that it has complied with these requirements. 6. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. .a 7. WAGE RATES: Not less than the prevailing wage rates set forth in Contract Documents must be paid on this project. 8. POST BID - PREAWARD SUBMITTALS: Offerors are required to submit the following information to the Architectural Services Section, Building Services Division, 319 West 10th Street, 817-871-8274, within five business days subsequent to bid opening (Normally Thursday following a Thursday bid opening) in order to assist City staff in determining the Contractor's capability of performing the work and in meeting City contract requirements: Minority/Women's Business Documentation (for bids in excess of$25,000) Contractors Qualification Statement(AIA Form A305) Proposed Subcontractors and Suppliers Project Schedule Proof of insurability for Statutory Workers Compensation Insurance 9. PROPOSED SUBCONTRACTORS: Acceptance of the bid 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 a Offeror find any discrepancies in the drawings and specifications, 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 Plans Desk or place designated for No distribution of Bid 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 Construct NPD 6&Traffic Division Facility at Nashville Avenue No August 6,2008 this request for sealed bids. 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 Award of Contract. Sample Certificate of Insurance, or other proof that Workers Compensation Insurance will be obtained, must be submitted within five working days of bid opening 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 bid. The Contractor will be responsible for coordinating with City and utility companies for installation of utilities. 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. BID DOCUMENTS: Hard copies of bidding documents may be obtained directly from printers or downloaded and printed by the Offeror. 16. MANUFACTURER'S REFERENCE: Catalog, brand names, and manufacturer's references are descriptive, not restrictive. Use of brands of like nature and quality will be considered. Upon request of the architect or 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. Also refer to specification Section 01600, Product Requirements. 17. 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. 18. PROJECT SCHEDULE: The Project Schedule to be submitted with the Qualification Statement will, 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. The Schedule may be submitted as a table or PERT diagram. Construct NPD 6&Traffic Division Facility at Nashville Avenue August 6,2009 PROPOSAL TO: MR. DALE A. FISSELER, PE CITY MANAGER PURCHASING OFFICE, 1000 THROCKMORTON CITY OF FORT WORTH,TEXAS FOR: Construct Neighborhood Policing District No.6&Traffic Division Facility 1100 Nashville Avenue Fort Worth,Texas Project No.TPW2005-11 Pursuant to the foregoing 'Instructions to Offerors," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of Transportation and Public Works of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and, if the contract amount exceeds $25,000.00, furnish acceptable Performance and/or Payment Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum,to wit: DESCRIPTION OF IITEEM}�S} \` � rLuu � ► / Base Bid L Completion within calendar days(After Date of otice-to-Proceed) 9� Deductive Alternate No. 1 (Wrought Iron O namental Fence in lieu of Metal) Additional Calendar Days,if needed Deductive Alternate No.2(Stained ConcrgJ Flooring in lieu of Terrazzo) ' Additional Calendar Days, if needed Add Alternate No. 3(Structural Glass Fin II System in lieu of Curtainwall)" Additional Calendar Days,if needed Add Alternate No.4(Electrical Outlets for Lockers)i5u-t—w Additional Calendarys,if needed_n The undersigned agrees to complete the Work within the calendar days specified above after the date of Notice to Proceed. A Project Schedule will be submitted as required in the Instructions to Offeror. 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 Construct NPD 6&Traffic Division Facility at Nashville Avenue Addendum No. 5(August 28,2008) 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 Failure to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. A. LI 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. I)q Our principal place of business or corporate offices are in the State of Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the successful bidder will execute the formal contract and will deliver approved Performance and Payment Bonds for the faithful performance of this contact. The attached deposit check in the sum of Dollars ($ 5% _,1 is to become the property of the City of Fort Worth,Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth,as liquidated damages for delay and additional work caused thereby. MINORITY/WOMENS BUSINESS ENTERPRISE(M/WBE): (For bids in excess of$25,000) • I am aware that 1 must submit information the Director,Transportation and Public Works, concerning the M/WBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. Respectfully submitted, Crossland Construction Co. Inc. Company Name By: _ Signature Ivan Crossland, Jr. , CEO Printed Name of Principal Title Address: 861 N. Coleman Street Prosper, TX 75078 City Zip Phone: 972-347-5659 Construct NPD 6&Traffic Division Facility at Nashville Avenue Addendum No. 5(August 28,2008) Fax: 972-347-5684 Receipt is acknowledged of the following addenda: Addendum No. 1: 0 8 0 6/0 8 Addendum No. 3 08 2 0/0 8 Addendum No.2: 0 8 11/0 8 Addendum No.4:0 8 21/0 8 Addendum No.5: 0 8 2 5/0 8 Addendum No.6: Addendum No.7: Addendum No. 8: Construct NPD 6&Traffic Division Facility at Nashville Avenue Addendum No. 5(August 28,2008) .. .s TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE no Name of Purchaser, Firm or Agency: City of Fort Worth, Texas Address(Street&Number, P.O. Box or Route Number): 1000 Throckmorton City, State, Zip Code: Fort Worth Texas 76102 .. Telephone: (817)392-8360 I,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: All vendors Description of the items to be purchased, or on the attached order or invoice: �+ All items except motor vehicles as listed below Purchaser claims this exemption for the following reason: Govemmental Entity I understand that I will be liable for payment of sales or use taxes which may become due for failure to comply with the provisions of the state, city, and/or metropolitan transit authority sales and use tax laws and comptroller rules regarding exempt purchases. Liability for the tax will be determined by the price paid for the taxable items purchased or the fair market rental value for the period of time used. I understand that it is a misdemeanor to give an exemption certificate to the seller for taxable items which I know, at the time of purchase,will be used in a manner other than expressed in this certificate and that upon conviction I may be fined not more than $500 per offense. Purchaser: 1 Title: Purchas4Manager Date: February 1, 2007 Note: This certificate cannot be issued for the purchase, lease or rental of a motor F vehicle. THIS CERTIFICATE DOES NOT REQUIRE NUMBER TO BE VALID i Sales and Use Tax"Exemption Numbers"or"Tax Exempt"Numbers do not exist. J This certificate should be furnished to the supplier. Do not send the completed certificate to the Comptroller of Public Accounts. Construct NPD 6&Traffic Division Facility at Nashville Avenue August 6,2008 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY ^AC Medank HdW 512.00 Pl j- 1gMpef St4.90 Id i Acaatkat CeKl MecAank +-- 515.24 mm"tw"S[M Setter 510.00 &¢ki er"Stone Mawr. I sma ROofet S14.00 j�Srickia one uatora F�Iper. 51O"ll —W S1a.W fi r._-. "0" ::Metal M'orker _ $,6.% (c K MN_fm i 91 U wt Metal Ylorker 4k�r_ $12.11 CaWWO F1nMher �114 WOO [araaete Feran O1Alder MKIWIC St7.43 !4— SZO.50 Crane,Clamsheel,6ackMe,Derrick,OLN+e Lam S13.00 Shovel 5t7.76 WOO iaMm $12.63 (BeWiclan(Juumearraara) sz0 20 Front End loader _ 10.50 1 aftykiara Helper $14.43 Truck 0rlrer 14.9i QKtrw*Tec nicim S_/9.a6 We10er _ 16.06 Qec"*Ted"scimta hlelaer { S12.O0 Wekdtr Hellw S9.7S Floor La �`'—'�------ s1_OD GI,s1er $13.00 u.n 'Nea►atd Meier 11.25 tatlorK Common $10.27 t.ahorer SkNled AS p-� 516.10 P+Niter 514.13 `Pahter fkloe* _ SS.00 _� A St0.65 S12.63 Ptas<etar 517.25 RasterK /2.25 r 'r Construct NPD 6&Traffic Division Facility at Nashville Avenue August 6,2008 WEATHER TABLE Month Average Inches Snow/Ice Days of of Pellets Rain Rainfall January 7 1.80 1 February 7 2.36 March 7 2.54 April 8 4.30 0 May 8 4.47 0 June 6 3.05 0 July 5 1.84 0 August 5 2.26 0 September 7 3.15 0 October 5 2.68 0 November 6 2.03 December 6 1.82 y ANNUALLY 77 32.30 ::1��J (1) Mean number of days rainfall, 0.01"or more (2) Average normal precipitation, in inches (3) Mean number of days 1.0 inch or more * Less than 0.5 inches This table is based on information reported from Dallas-Fort Worth Regional Airport, Texas. �• Latitude 32 deg 54 min north, longitude 97 deg 02 min West, elevation (ground)551 ft. Average number of days of rain, snow, and ice are based on records covering 27 years. Precipitation is based on record of 1941-1970 period p This table is to be used as a basis 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 snow/ice-pellet days for a given month, the contract period will be adjusted by Change Order. + Construct NPD 6&Traffic Division Facility at Nashville Avenue August 6,2008 City of Fort Worth, Texas Transportation Public Works Department Facilities Management Group/Architectural Services Division GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION LUMP SUM CONTRACT r• SECTION A DEFINITIONS,PROCEDURES AND INTERPRETATIONS r• 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,Propos al,General Conditions,Special Conditions, Specifications,Plans,Bonds and all Addenda,Am endments signed by all parties,Change Orders, r• written Interpretations and any written Fiel d 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 o f 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,ma terials and equipment necessary to be used or incorporated in order to produce the construction required by Contract Documents. ow 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 contrac is 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 fo r the work contemplated. He shall examine th a site of work and satisfy himself as to the conditions that will be encountered relating to the character,quality and quantity of wo rk 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 actua lly encountered in construction and as indicated by the plans will not be allowed. ow 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 Document s 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 we II-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 Interp relations shall be furnished at the instance of the Architect or at the request of the Contractor,or Owner,and will be issued with reas onable promptness and at such times and in accordance with suc h 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 Cont ract Documents, the evaluation of work or materials performed o r WW 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 S pecifications. Contractor shall pay the co st 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 th e 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. General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 • Page 1 of 30 A-10 MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) POLICY: The City of Fort Worth has goals for the participation of Minority and Women Business Enterprises(MWWBE)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 bids is included. The City of Fort Worth MWBE 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 s ame as similar parts that are detailed,marked or specified. If the drawings are in conflic t 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.,a re diagrammatic and job conditions may not allow installation in the exact location shown. Relocation shall not occur without the Architects approval. so A-12 AGE: In accordance with the policy("Policy")of the Executiv a Branch of the federal government,Contractor covenants that neither it nor any of its officers, members, agents, am ployees, 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,retire ment 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 fo r employees to work on this contract,a max imum 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 o r allegations asserted by third parties or s uboontractor against City arising out of C ontractor's and/or its subcontractors'alle ged 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 provi sion of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment wi th,or employees of Contractor or any of its subcontractors. Contract or warrants it will fully comply with ADA provisions and any othe r Milli 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 C ontractor's and/or its subcontractors'all eged 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,Transportati on and Public Works or his designated Building Construction Manager. The Director,Transportation will designate a Project Manager and Build ing Construction Manager(BCM)to administer this contract a nd perform the functions of the "Architect" as indicated in the General Conditions. T he design architect or engineer may also be designated to perform the duties of"Architect". The term"Cit y"and"Owner"are used interchangeably and refer to the City of Fort Worth as represented by the Director of Transporta tion 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 th a 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 comp) eted; provided,however,that the amount of payment on termination s hall not exceed the total contract price as reduced by the portio n thereof allocatable to the work not completed and further reduced by the amount of payments,if,any otherwise made. Contracto r .,i shall submit its claim for amounts due after termination as provi ded in this paragraph within 30 days after receipt of such cla im. In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this para graph, such dispute or controversy shall be resolved and be decided by t he 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. General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 • W B-3 DUTIES OF THE ARCHITECT: As used herein,the term Architect means t he Architect or his authorized representative. Nothing contained in these Contract Documents shall create an y 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 hav a 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 th e Contract Documents. _ The Architect will make periodic visits to the Site to familiarize himself with the progress and quality of the work and to del ermine if the work is proceeding in accordance with the Contract documents. On the basis of on-site observations,the Architect will kee p 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 1101 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. 1=1 The Architect's decisions in matters relating to artistic effect will be final if consistent with the intent of the Contract Do cuments. 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 insu re the proper realization of the intent of the PI ans and Specifications, the BCM will have authority to require the Contractor to stop the no 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 no Shoo 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 relat ad 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 w 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 th a 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 Wort h acting herein by its duty authorized representatives in the manner provided by law. Authorized representatives incl ude the City Manager,Assistant City Manager,the Director and o f 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 w a point of contact for day-to-day contract administration. C-2 DUTIES OF THE OWNER: The Owner shall furnish surveys describing the phy sical 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 utilitie s 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 Crooner, and the Owner shall not incur any liability for loss o r damage by virtue of any inaccuracies or deficiencies in such su rveys. The Owner shall secure and pay for title to the site and all necessary permanent or construction easements. The Owner will cooper ate with the Contractor in the prosecution of the Work in such manner and to such extent as maybe reasonable and shall furnish information under its control with reasonable promptness at on the request of the Contractor. General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue .� July 2008 General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 r 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 r. 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-s ite r• 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-T SUBSTANTIAL COMPLETION INSPECTION: Upon agreement of the Contractor and Architect that the Work is substantially complete,the Owner will schedule a Substantial Co mpletion Inspection to be conducted by the Architect and attend ed by representatives of the Architect,Owner and Contractor. Items'identified during this inspection as being incomplete,defecti ve 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 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 hereund er 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 exam ine any directly pertinent books,documents,papers and records of such s ubcontractor,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 identifi ed as such in the Contract.The term Contractor means the Contractor or his authorized representative. f 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 cunt rol the details of the Work and services performed hereunder,and all per sons performing same,and Contractor shall be solely responsib le for the acts of its officers,agents,and employees. Nothi ng herein shall be construed as creating a partnership or joint an terprise between City and the Contractor,its officers,agents and employ ees,and the doctrine of respondeat superior shall not apply. D-3 SUBLETTING: It is further agreed that the performance of this Contra ct,either in whole or in part,shall not be sublet or assigned to anyone else by said Contractor without the written c onsent of the Director of Transportation and Public Works of th e — 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 r 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,me thods,safety,techniques,sequences and pr ocedures 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 ex ecution 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 limiti ng the right of any bidder to employee laborers,workmen or materialmen from outside local area. General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 as The Contractor shall at all times enforce strict discipline and good order among his am ployees,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 Duty to pav 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 em ployed for each calendar day or part of the day that the worker is paid less than t he prevailing wage rates stipulated in these contract documents.Th is penalty shall be retained by the City to offset its administ rative costs,pursuant to Texas Government Code 2258.023. Complaints of Violations and Cl ty Determination of Good Cause. On receipt of information,including a complaint by a worker, concerning an alleged violation of 2258.023,Texas Govemment Code,by a contractor or subcontractor,the City shall make an initial determination,before the 31"day after the date the City receives the inform ation,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 f nitial determination. Upon the City's determinati on 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 Reauired 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 at seq.,Revised Statutes)if the contractor or subcontractor and any affected worke r do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to para graph (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 t he arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. no 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(if)the actual per diem wages paid to each worker. The records sh all be open at all reasonable hours for inspection by the City. The provis ions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period,wh ichever 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 Compliance. 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 c onforming to these standards may be considered defective. If required by the Architect or the Owner, the Contractor shall furnish sa tisfactory 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 mate rial 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 Contractor shall give all Notices and comply with all Laws,Ordinances,Rule s,Regulations and Orders of any public authori ty 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 t he Architect Owner in writing and any necessary changes will be ma de.If the Contractor performs any Work knowing that it is in violati on of,or contrary to,any of such Laws,Statutes,Charter,Ordin ances, General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 Orders or Directives,or Regulations without furnishing Notice to the Owner, the Contractor will assume full responsibility the refore and bear all costs attributable thereto. �r MW General Conditions for Facility Construction Lump Sum Contract Construct NPD 6$Traffic Division Facility at Nashville Avenue July 2008 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 Contractors handling costs on the site, I abor, 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 make s a reasonable objection. If the cost,when determined, is more than or less than the allowance, the Contract Sum shall be adjus led accordingly by Change Order which will include additional handling costs on the site,labor,installation costs,field over head,profit and other direct expenses resulting to the Contractor from r� any increase over the original allowance. D-12 SUPERINTENDENT: The Contractor shall employ a competent superin tendent and necessary assistants who shall be in attendance at the Project site during the progress of the Work. The superintendent shall be satisfactory to the Contractor and the Owner.The superintendent shall represent the Contractor and a 11 communications given to the superintendent shall be binding as if no given to the Contractor. Important communications will be confer med 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, the!r 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,Specific ations 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 sha II exceed the contract price or pr ices set forth in the said pi ans 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 Pr oject. This schedule shall indicate the dates for the starting and comple tion of the various states of construction and shall be revised as required by the conditions of the Work, subj ect to the Architect's approval. It shall at so indicate the dates for submission a nd 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. �a 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 Archit ect 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 Contra ctor or any Subcontractor,manufacturer,supplier or distribut or, 01111111 and which illustrate some portion of the Work. Samples are physical examples furnished by the Contractor to illu strate materials, equipment or workmanship, and to establish standards by which the Work will be judged. 111111111 The Contractor shall review,stamp with his approval and subm it,with reasonable promptness and in orderly sequence so as to cause no delay in the Work or in the work of any other contract or,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 o f submission the Contractor shall inform the Architect in writi ng of any deviation in the Shop Drawings or Samples from the 01111111 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 appr oval 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 Mill Drawings to revisions other than the corrections requested by the Architect on previous submissions. General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue .� July 2008 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 tim a 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 wi th 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 respo risibility 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 sh all rebuild,repair,restore and make good at his own expenses at I 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 required to make its several parts fit t ogether properly,and shall not endanger any Work by cutting,excavating or otherwise a Hering the Work or any part of it. D-20 CLEAN UP: The Contractor at all times shall keep the premises fr ee from accumulation of waste materials or rubbish.At the completion of the Work he shall remove all his waste mate rials and rubbish from and about the Project as well as all his to ols, construction equipment,machinery and surplu s materials,and shall clean al I glass surfaces and leave the Work"Broom-clean"or its equivalent,except at otherwise specified.In addition to remova I 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 pal nt 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 th e Supplemental Conditions contained in the Project Manual SECTION E SUBCONTRACTORS E-1 DEFINITION: A Subcontractor is a person or organization that has a di rect 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 Subcontract or or his authorized representative. Nothing contained in the Contract, Documents shall create an y 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 fabric ated to a special design)proposed for such port ions of the Work as may be designated in the bidding requirements,or if none is so designated in the bidding requirements,the name s of the Subcontractors proposed for the principal portions of the Work.Prior to the award of the Contract,the Architect shall not ify 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 pr for to the award of this Contract shall not constitu to 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 Owne r may,at its discretion,accept the bid or he may disqualif y the bid. If, after the award, the Owner or Architect objects in wr iting to any person or organization on such list, the Contractor shall provide an acceptable substitute. The Contractor shall not make any substitution for any Subcont ractor 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 Architec t under the Contract with respect to the Work to be performed under the subcontract so that the subcontract ing thereof will not prejudice such rights; General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 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 delay s or otherwise with respect to subcontrac ted 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; r 5. Waive all rights the contracting parties may have against one an other for damages caused by fire or other perils covered by the property insurance,except such rights,if any,as they ma y 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 ar a physically included in the su b- contract. E-4 MINORITY AND WOMEN BUSINESS ENTERPRISE (MIWBE): Should the base bid be less than $25,000, the requirements of this section do not apply. General: In accordance with City of Fort Worth Ordinance No 15530(the"Ordinance"), the City of Fort Worth sets goals for the participation of minority and women business ent erprises(M/WBE)in City contracts. Ordinance No 15530 is incorporated in thes e General Conditions by reference.A copy of the Ordinance may be obt ained from the Office of the City Secretary. Failure to com ply with the Ordinance shall be a material breach of contract. Prior to Award: The M/WBE documentation required by the procurement solicitation must be submitted within five city business days after bid opening. Failure to comply with the City's M/W BE Ordinance,or to demonstrate a"good faith effort",shall resu It in a bid being considered non-responsive. During Construction: Contractor shall provide copies of subcontracts or cosigned letters of intent with approved M/WBE 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 Cons truction Manager. Contractor must provide the City with comp lete and accurate information regarding actual work performed by an M/WBE 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 its possession that will substantiate t he actual work performed by an M/WBE. The misrepresentation of facts and/or the commission of fraud by the Contractor will be grounds fo r 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 misr epresents material facts shall be determined to be an irresponsib le offeror and barred from participating in City work for a period of time of not less than three(3)years. The failure of an of feror to comply with this ordinance where such non-co mpliance constitutes a material breach of contract as stated herein,may result in the offeror being determined to bean 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 MWBE subcont ractors 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 M/WBE participatl on 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 M/WBE subcontractor or supplier,the M/WBE shall be given an opportunity to perform the work. Whenever a change order is $50,000 or more,the M/WBE 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 M/WBE participation commitments submitted with the bid/proposal or during negotiation,without prior submission of the proper docum entation for review and approval by the MWBE 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 12.3 and 12.4 of the O0rdi nance,exclusive of the time require ments stated in such subsections. 3. The Contractor shall submit to the M/WBE Office for approval an M/WBE REQUEST FOR APPROVAL OF CHANGE FORM,if, during the term of any contract,the Contractor wishes to change or delete one or more M/WBE subcontractors or suppliers. Justification for change of subcontractors may be granted for the following: sa 1. An M/WBE's failure to provide Workers'Compensat ion Insurance evidence as required by stale law;or 2. An M/WBE's-failure to provide evidence of genera I liability or other insurance- General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 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 suppl y agreements used on other projects of similar size and scope and within the Contractor's normal business practice with non- M/WBE subcontractor's/subconsul tant's or suppliers;or 3. An MWBE's failure to execute the Contractor's standard subcontract form, if entering a subcontract is required by the Contractor in its normal course of bus iness,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 r• c) Any limitation being placed on the ability of the MIWBE to report violations of the Ordinance or any other ordinance or violations of any state or federal la w 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 M/WBE defaults in the performance of the executed subcontract. in this event,the Contractor shall: a) Request bids from all M/WBE subcontractors previously submitting bids for the work, b) If reasonably practicable, request bids from previously non-bidding M/WBEs,and C) Provide to the M/WBE office documentati on of compliance with(a)and(b)above. w 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 f inal participation of each subcontractor and supplier,including non-M/WBEs,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 s hall pay that Subcontractor on demand,made at any time after the Certificate for Pay ment would otherwise have been issued,for his Work to t he 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 requi re each Subcontractor to make similar payments to his Subcontractors. The Owner may,on request and at its discretion,furnish to an y 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 pa y or to see to the payment of any monies to any Subcontracto r. E-6 SUBCONTRACTOR REQUIREMENTS FOR EDA FUNDED PROJECTS: The Contractor will cause appropriate provisions to be inserted in all subcontra cts 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 for th 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 subc ontractor will be ineligible for reimbursement wholly or partial ly from EDA grant fluids. w All subcontracts in excess of$10,000 shall in clude,or incorporate by reference,the equal opportunity clause of Executive Ord er 11246. All subcontracts must conlai n a nondiscrimination clause. wr Each subcontract must contain a requirement for compliance with the Davis-Bacon and related acts. General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 Each subcontractor must submit weekly each weekly payroll reco rd and a weekly statement of compliance. These documents will be submitted to the prime contractor who will compile them and s ubmit to the City.The subcontractor can satisfy this requireme nt by submitting a properly executed Department of Labor Form WH-347. Each subcontract with every subcontractor must contain a clause committing the subcontract or to employment of local labor to th e 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 St andard Form 100(Compliance Report)by March 30 of each year. Subcontractors performing work in areas covered by published goal s 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 wh o signs each separate contract. F-2 MUTUAL RESPONSIBILITY OF CONTRACTORS: The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their ma terials and equipment and the execution of their work,and shall properly connect a nd coordinate his work with theirs. If any part of the Contractor's Work depends for proper executi on or results upon the work of any other separate contractor, th e 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 defe cts 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 an y separate contractor on the site,the Contractor shall,upon d ue notice,settle with such other contractor by agreement,if he will so settle. If such separate contractor sues the Owner on ac count 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 co sts 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 receiv ad by the work of other contractors shown in the Contract Docume nts. The Contractor shall not endanger any work or any other contractor s by cutting,excavating or otherwise altering any work and s hall 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,Stat e,and County and City Laws,Statutes,Charter,Ordinances,Regul allons, or Directives controlling the action or operation of those engaged upon the work affect ing the materials used.He shall indemnify and save harmless the City and all of its officers and agents against an y claim or liability arising from or based on the violation of any such Laws,Statutes,Charter,Ordinances, Regulations,or Directives,whether by hi mself,his employees,agents or subcontracto rs. G-2 GOVERNING LAWS: It is mutually agreed and understood that this agreement is made and entered into by the parties as hereto with reference to the existing Charter and Ordinances of t he 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 provisio ns 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 connecti on with this Contract,or in exercising any of the powers grant ed 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 liabi lity by virtue of such performance hereunder,except for gross negligence or wil Iful wrong. MW General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 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. Mate rials incorporated into the finished Project are not subject to St ate Sales Tax. The Owner is responsible for obtaining the Building Permit. Th a Contractor and the appropriate subcontractor are responsible f or obtaining all other construction permits from the governing agencies. Contractor sh all 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 Manage r 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 permi t 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 an d 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 sery ices to be performed hereunder by Contractor,its officers,agents, employees,subcontractors, licensees or invitees, whether or not any such iniurv, damage or death is caused,in whole or In part. by the nea/faence or alleged nea/faence of Owner, its officers, servants.or employees. Contractor likewise covenants and agrees to i ndemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employee s and any damage,loss or destruction to property of the Owner arising from the performance of any of th a terms and conditions of this Contract, whether or not any such iniury or damage/s caused in whole or in Part by the neallaence or alleaed nealiaence of Owner,its officers.servants or employees. no In the event Owner receives a written clai m for damages against the Contractor or it s subcontractors prior to final payment,fi nal payment shall not be made until Contractor either(a)submits to Owner satisfactory evidence that the claim has been settled an d/or a release from the claimant involved,or(b)provides Owner wi th a letter from Contractor's liability insurance carrier that th a 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 C ontract or his rights or duties hereunder without the prior written consent of the Owner.Any such purported assignment or subletting with out the prior written consent of Owner shall be void. G-7 WRITTEN NOTICE: Written Notice shall be deemed to have been duly sery ed 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 ce rtified 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 fait hful performance of the terms and stipulations of the Contract and fo r the payment to all claimants for labor and/or materials furni shed in the prosecution of the Work,such bonds bei ng 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 t he 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 acc eptable to the City. Each bond shall be properly executed by bot h the Contractor and the Surety Company. Bonds required by the City shall be in compliance with all relevant local,state and fe deral 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 Acceptab le Securities[Circular 5701,and must be authorized to do business in Texas. Sureties not listed in Circular 570 may write perfo rmance and payment bonds on a project without reinsurance to the limit of 10 percent of its capital and surplus. Such a surety must r einsure r• 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 dur ing same,the Contractor shall immedia tely 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 acceptance of the Work. .. G-9 OWNER'S RIGHT TO CARRY OUT THE WORK: If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents or fails to perform any pr ovision of the Contract,the Owner may,without prejudice to a ny other remedy he may have,enter the site and make good such de ficiencies.In such case an appropriate Change Order shall be issued deducting from the payments then or thereafter due the Cont ractor the cost of correcting such deficiencies,including th a cost General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 am 11011 of the Architect's additional services made necessary by such default,neglect or failure.If the payments then or thereafter d ue 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 lic ense fees.He shall defend all suits or claims M for infringement of any patent rights and shall save the Owner harmless from loss on account thereof and shall be responsible f or 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 pr oduct specified is an infringement of a patent,he shall be resp onsible for such loss unless he promptly gi ves such information to Owner. G-11 TESTS: If the Contract Documents, Laws, Ordinances, Rules, R e ulations or Orders of any y public authority having jurisdiction require any Work to be inspec ted,tested or approved,the Contractor shall give the Owner timely notice of its rea diness 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 performa nce of the Work, with Laws, Statutes, Charter, Ordinances, Regulati ons or Orders of any public authority having jurisdiction, the Contractor shall bear all costs thereof,in cluding 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 forwar d one copy of each with his recommendation(s)to the Owner. If the Owner wishes to observe the Inspect ons,tests or approvals required by this Sect ion,they will do so promptly and,where practicable,at the source of supply. s»ti Neither the observations of the Architect or the Owner in thei r 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 accorda nce 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 Contrac for 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 ex isting utilities,the Contractor shall notify the Owner in writi ng at least ten days in advance of the time that he desires the existing se rvice 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 i nterruption 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 amou nt of time requested by the Contractor of existing utility sery ices 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 satisf actory workmanlike manner at the Contractor's sole expense. The Contractor shall be held responsible for the location and elev ation of all the construction contemplated by the Construction Documents. Prior to commencing work,the Contractor shall carefully compar a and check all Architectural,Structural,Mechanical an Electri cal 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 a Ilowed 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 consider ation and adjustment before proceeding with the project. G-15 EXISTING OVERHEAD OR UNDERGROUND WORK: The Contractor shall carefully the ck 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 exis tence 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. General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 Location of existing underground lines, shown the Drawings are based on the best avail able sources, but are to be regarded as approximate only.Exercise extreme care in locating and I dentifying 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 Architec t under the Contract with respect to the Work to be performed under the subcontract so that the subcontract ing 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 includ es 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 th a most satisfactory arrangement.The Contractor shall establis h 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 obst ruct 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 exerci sed by the Contractor not to disturb or da mage the existing work more than necessary.All damaged work shall be replaced,repaired and restored to its original condition at n o 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 mate vials,such as asbestos,shall be incorporated in to the project. The Contractor shall a xercise 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 reloca tion determined in a joint conference. The Contractor will be he Id responsible for the relocating of any items without first obtai ning the Architect's approval.He shall remove and relocate such items at his own expense if so directed by the Architect.Where po ssible, 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 condi tions similar or those at the job site.Six copies o f 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 a ccumulation of waste material or rubbish caused by employees or as a result of the Work. At completion of work,the General Contractor shall,immediate)y prior to final inspection of complete building,execute the fo flowing final cleaning work with trained janitorial personnel and with material methods recommended by the manufactures of installed materials. go 1. Sweep and buff resilient floors and base,and vacuum carpeting. 2. Dust all metal and wood trim and similar finished materials. 011111 3. Clean all cabinets and casework. 4. Dust all ceilings and walls. 5. Dust,and if necessary wash,a If plumbing and electrical fixtures. .o 6. Wash all glass and similar non-resilient materials. General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 no M1 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. IMI 8. The exterior of the building,the grounds,approaches,equipm ent,sidewalks,streets,etc.shall be cleaned similar to inter for of buildings and left in good order at the time of final acceptanc e. All paint surfaces shall be clean and unbroken,hardware sha II be clean and polished,all required repair work shall be complet ed and dirt areas shall be scraped and cleared of weed growth. 9. Clean all glass surfaces and mirrors of putty,paint materials,etc.,without scrat ching or injuring the glass and leave the work bright,clean and polished.Cost of this cl eaning work shall be bome by Contractor. 10. Cleaning,polishing,scaling,waxing and all other finish operations indicated on the Drawings or required in the Specifica tions shall be taken to indicate the requi red 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 at I times to control dust created as a result of any operations during the construction period.If seri ous problems or complaints arise due to air-bor ne dust,or when directed by the Architect,oper ations causing such problems shall be temporarily discont inued and necessary steps taken to control the dust. G-24 FIRE PROTECTION: The Contractor shall at all times maintain g ood 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 s hall W not be permitted to be scattered on adjacent property. Suitable storage space shall be provided outs!de the immediate building area for stori ng flammable materials and paints;no sto rage will be permitted in the building.Excess flammable liquids being used inside the building shall be kept in closed metal contai ner and removed from the building during unused periods. W A fire extinguisher shall be available at each location where cutting or welding is being performed.Where electric or gas weld ing or cutting work is done,interposed shields of incombustible mate rial shall be used to protect against fire damage due to sparks a nd hot metal.When temporary heating devices are used,a watchman shal I 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. a 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 produ ce a neat straight line,parallel to adjacent surfaces or plumb for vertical surfaces.Care shouf d 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. G-26 PROJECT CLOSEOUT Final Inspection. Record Drawinas:Attention is called to General Conditions Section entitled, "Substantial Completion and Final Payment". Maintenance Manual;Sheets shall be 8'/z"x 11",except pull out sheets may be neatly folded to 8'/z"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 pi ece of operative equipment. 3) Catalog data on plumbing fixtures,valves,water heaters, heat ing and cooling equipment,temperature control,fan,electrica I panels,service entrance equi pment and light fixtures. 4) Manufacturer's name,type,color designat ion for resilient floors,windows,doors,co ncrete block,paint,roofing,other mat eriais. 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 MW Specifications.This requirement shall be scheduled just prior to and during the initla I start up. After all systems are functi oning properly the representatives shall instruct maintenance personnel of the Owner in the proper operation and maintenance of each item. General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue r! July 2008 no r 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 sha II not relieve Contractor from any obligation assumed under Cont ract. M 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 th is contract and the terms of the Technica I Specifications contained herein. Unless supplemented by the Technical 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 cost s of making good all work that is found to be defective or not provided in accordance with the Contract Documents. Additional ly if the facility or contents are damaged due to defective mate rials or workmanship of the Contractor,the Contractor further agrees to bear all cost of repairing and/or replacing damaged items an d 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 a nd that indicated or specified in the Contract Documents. The annotated documents shall be delivered to Architect. Where a choice of materials and/or me[hods is permitted herein and where variations in the scope or character of the work from the entire wo rk 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 an d 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 su rface 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 main twined throughout the construction per lod.Remove the fences and g ates 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 w ill 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 loca tion 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 cons idered.Contractor shall inform the City of any substitutio ns 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,t he Contractor will submit a full sized sample and/or detailed info rmation as required to allow the architect to determine the acce ptability 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 t he 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 Da to certified by the Architect with the approval of the Owner that construction is sufficiently complete,in accor dance 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. General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue me July 2008 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 con tract time shall be in accordance with this Section.Extensions of time will be as recommended by the BCM with final approval by City of r Fort Worth. A Working Day 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 per formance of work for a continuous period of not less than save n 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 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 Docum ents shall be used as the basis to r providing a fair and equitable adjustment of the contract time. All claims for extension of time shall be made in writing to t he Architect no more than fifteen days after the occurrence of th a 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 DRAY: No payment,compensation or adjustment or an y 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 unavoidable, and the Contractor agrees that he will make no claim for compensation,damages or mitigation of li quidated damages for any such delays,and will accept in full satisfaction for such de lays said extension of time. SECTION I PAYMENTS AND COMPLETION ow 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 an Schedule of Values of the various portions of the Work, including quantities if required by the Architect, aggregating the tota I Contract Sum,divided so as to facilitate payments to Sub-contract ors,prepared in such form as specified or as the Architect a nd the Contractor may agree upon,and supported by such data to substantia to its correctness as the Architect may require.Each item i n the Schedule of Values shall include its pr oper share of overhead and profit.This Sc hedule,when approved by the Architect and the Owner,shall be used as a basis for the Contractor's Applications for Payment. we 1-3 ADJUSTMENT OF QUANTITIES 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 Archit ect of materials in place complete and the amount of work perfor med we 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 no the site or in an independent,bonded warehouse such payments sha II be conditioned upon submission by the Contractor of bills o f sale or such other procedures satisfactory to the Owner to est ablish the Owners title to such materials or equipment or otherw ise 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, me 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 hereina fter referred to as'liens";and that no Work,materials or equ ipment covered by an Application for Payment will have been acquired by th a Contractor,or by any other persons performing the Work at the site or furnishing materials and equipment for the Work, s ubject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwi se imposed by the Contractor or such other person. 1101 General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue no July 2008 so 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 revi sed monthly work progress schedul e 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 of ter the receipt of the Application,prepare a Certificate of Pa yment, r 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 t he 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 t he Contract Documents, to minor deviations from the Contract Documents correctable prior to completion,and to any specific qualifications stated in the Certificate);and recommendations t o the Owner that the Contractor be paid in the amount certified.In addition,the Architect's approval of final payment assures the O wner i that the conditions precedent to the Contractor's being entitled to final payment as set forth in this Section have been fulfil led. After the Architect has issued a Certificate for Payment,the Owner shall approve or disapprove same within ten days after it h as been delivered to the Director of the Department of Transportatt on and Public Works.For contracts less than$400,000,Owner sh all pay 90% of the approved estimate to the Contractor within se ven 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 reta in only 5%of each estimate until the final estimate is app roved 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 t he Owner,shall constitute an acceptance of any Work not in accordanc a with the Contract Documents,or relieve the Contractor of liability in respect to any warranties or re sponsibility for faulty materials or workma nship.The Contractor shall promptly rem edy 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 re presentations to the Owner as provided in this Section.The Ar chitect 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 necess ary 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 complet ed for the unpaid balance of the Contract Sum; 5) Damage to another contractor; a 6) Reasonable indication that the Work will not be completed within the Contract Time;or 7) Unsatisfactory prosecution of the Work by the Contractor. i 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 rt- 1-8 LIQUIDATED DAMAGES: 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 General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 411111111 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 Contractors A pplication for Payment,if the Contractor's Application for Paymen t,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 additio nal 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 Substant ial Completion. The Certificate of Final Completion shall s late 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 Certif irate 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 require ments 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 dur ation, liquidated damages will be assessed u Upon receipt of written notice that the Work is ready for fi nal inspection,the City will conduct a joint inspection and certify completion of the final punch list by cosigning it with the Contractor. 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,a nd 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, ar 3) Contractor's Affidavit of Release of Liens(G706A),and, 4) Other data establishing payment or satisfaction of all such obl igations,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 Rel ease of Liens,the Contractor ma y,at the election of the Owner,furnish a bond satisfactory to the Ow ner to indemnify him against any right,claim or lien which mig ht 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,cl aim or lien,including all costs and reasonable attorney's fees. The Contractor may then request final payment. The acceptance of fi nal payment shall constitute a waiver of all claims by the Contractor except those previously made in writing and still unsettled. The Contractors one-year warranty will commence upon final acc eptance 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 rel ease of the retainage amount will become due within fifteen day s following acceptance. 1-11 FINAL PAYMENT FOR UN-BONDED PROJECTS: Final payment will not be made for a period of 30 calendar days and 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 program s in connection with the Work.The Contra ctor shall designate a responsible membe r General Conditions for Facility Construction Lump Sum Contract C:nnalnirl NPD 6&Traffic Division Facility at Nashville Avenue .�w July 2008 IM IMP of his organization at the site whose duty shall be the preventi on of accidents.This person shall be the Contractor's superint endent 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; MW (2) All the Work and all materials and equipment to be incorporated therein,whether in storage on or-off the site,under the c are, 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 tr ees, 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 again st injury or damage to the Work by the action of the elements or fr om any other cause whatsoever,wh ether arising from the execution or from the non-execution of the Work.The Contractor shall rebu ild,repair,restore and make good,at his own expense,all inj uries 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 an p y pp g y 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 sa fety regulations and notifying owners and users of adjacent MM utilities. When the use or storage of explosives or of her 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 person nel. .+ 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 attrib utable to faulty Drawings or Specifications and acts or omi ssions of the Architect or anyone employed by him or for whose acts he maybe 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. J-3 HARD HATS: Hard Hats will be required at all construction sites in cluded in this Contract from start to completion of work. Each Contractor,employee and visitor at any construct! on site included in the Contract will be required to wear a hard hat. The Contractor shall enforce the wearing of hard hats by Contra ctor,employees and visitors.Contractor shall provide ten hard hats for use by the consulting Arch itects 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 com pensatlon or extension of time claimed by the Contractor on account of emergency work shall be determi ned 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 wo rkmen,City employees and the public. The Contractor shall keep t he 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,stai ns,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 Contract or shall include a per-unit cost for tren ch safety measures in his bid. If not included in the Proposal,the Contractor shall include a co st for trench safety measures for all t renches 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 appr oved by the City of Fort Worth,nor shall the Contractor no allow any Subcontractor to commence work to be performed under th is Contract until all similar insurance of the Subcontractor h as been so obtained and approved. The City of Fort Worth will be list ed as an "additional insured" on all policies except Worker's Compensation. MW K-2 WORKERS'COMPENSATION INSURANCE 1) General IMP General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue MW July 2008 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 insur ance 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. C ontractor will not permit any subcontractor to perform work on the project until such certif icate has been acquired. Contractor shall provide a copy of IMP all such certificates to the Owner(City). c) By signing this Contract or providing or causing to be prov ided 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 am 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. IM d) The Contractor's failure to comply with any of these provisi ons 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: M1 a) Certificate of Coverage("certificate"). A copy of a certif irate of insurance,a certificate of authority to self-insure issued by the Texas Workers'Compensation Commission,or a co verage 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 t he duration of the project. M1 b) Duration of the Project. Includes the time from the beginning of the work on t he project until the Contractor'stperson's work on the project has been completed and accepted by the City. c) Persons providing services on the proj ect("subcontractor"in section 406.096)-inc ludes 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 IMP contracted directly with the Contractor and regardless of w hether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carr iers, 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. "Servi ces" does not include activities unrelated to the project, such as food/beverage IMP vendors,office supply deliveries,and delivery of portable toilets. 3) Requirements a) The Contractor shall provide coverage,based on proper re porting 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 prov iding 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. IMP c) If the coverage period shown on the Contractor's current ce rtificate 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 prov iding services on a project,and provide to the City: IM 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 fo r all persons providing services on the project;and ii) no later than seven days after receipt by the Contract or, 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 thereafte r. 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 no 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. M1 h) The Contractor shall contractually require each person with whom it contracts to prov ide services on a project,to: i) provide coverage, based on proper reporting on the cla ssification 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 IM employees providing services on the proj act,for the duration of the project; General Conditions for Facility Construction Lump Sum Contract Construct NPD 6$Traffic Division Facility at Nashville Avenue 11MI July 2008 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 co verage, 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. aw vi) notify the City in writing by certified mail or personal de livery,within ten(10)days after the person knew or should have known,of any change that materially affects the prov ision 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. an aw r• General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 4) Posting of Required Worker's Compensation Coverage a) The Contractor shall post a notice on each project site inform ing all persons providing services on the project that they are required to be covered,and stating how a person may verify cu rrent 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 pr inted 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 worker's compensation insurance. This includes persons providing,hauling,or delivering equipment or materials,or providing labor or transportation or other service related to the project,regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage,to verify whether your employ er has provided the required coverage,or to report an employer's failure to provide coverage." K-3 LIABILITY INSURANCE: The Contractor shall procure and maintain duri ng 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 cla ims of damage which may arise from operations under this Contract, including blasting,when blasting is done on,or in connection w ith the Work of the Project,whether such operations be by himself or by any Subcontractor or by anyone directly or indirectly empl oyed 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 us a 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 th a removal of Asbestos Containing Materials, the Contractor,or subcontractor performing the removal,sha II be required to maintain Asbestos Abatement Liability Insurance as follows: $1,000,000 per occurrence; $2,000,000 aggregate li mit. 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 contam ination or pollution liability for gradual emissions and clean-up costs. K-4 BUILDER'S RISK INSURANCE: Unless stated otherwise in the Proposal or Invi tation,the Contractor shall procure,pay for and maintain at all times during the term of this Contrac t,Builder's Risk Insurance against the perils of fire,lightning, windstorm, hurricane,hail,riot,explosion,civic commotion,smoke,aircraft,land vehicl as,vandalism,and malicious mischief,at a limi t 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 specifi cally required in the Instructions to Bidders,the policy shall in clude 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)co vered 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 Contra ctor's insurance coverages s pecified for the project(s). K-6 OTHER INSURANCE RELATED REQUIREMENTS 1) The City of Fort Worth shall be an additional insur ed,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. General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue .� July 2008 4) Deductible limits on insurance policies and/or self-insured rete ntions 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 minimu m of thirty days prior to an insurer's action in the event of cancellation,non-renewal or material change in coverage regarding any policy providing insurance coverage required in this Contract. 6) Full limits of insurance shall be avail able for claims arising out of this Cont ract 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 r equest 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 wi thout incurring expense,to review the insurance policies inclu ding 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 t hat would affect insurance coverages required herein shall be pr ovided to the City in a timely manner. 11) "Other insurance"as referenced in any policy of insuranc a providing coverages required herein shall not apply to any insur ance 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 author!zed 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 t he Contractor,Owner and the Architect,issued after the executi on of the Contract,authorizing a Change in the Work or adjustment in the Contract Sum or the Contract Time. The Contract Sum and th e Contract Time may be changed only by Change Order. Any changes in work required due to changed or unforeseen conditions,or by request of ei ther 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 negotiat ed 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 b mutual acceptance of a lump sum property y p p p p rty itemized,incl uding the allowance to Contractor for overhead and profit stipulat ed 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 prompt ly proceed with the Work involved. The cost of such work she II then be determined on the basis of the Contractor's reasonable expenditures and savings,including a reasonable allowance for overhead and profit as indicted in the original contract proposa I.In such cases,the Contractor shall keep and present, in such form as the Architect shall prescribe,an itemized accounting togeth er with appropriate supporting data. Pending fi nal 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 sev en 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 re commended,the Architect will attempt to negotiate with Contract or to revise the proposal to a figure which is fair and reasonable and fo rward it on to the Owner for approval. If the negotiations d o not result in an equitable solution, the Architect shall prepare a cost-plus type Change Order with a price-not-to-exceed figure fo r approval by the City and require specific documentation to be provided by Contractor in accordance with the paragraph above. wi General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 Contractor is advised that according to City of Fort Worth Charter,that,the City Council must approve all Change Orders and W ork Orders which results in an increase in cost of the contract am ount by over$25,000. Normal processing time for the City Staff t o 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 subs equently agreed upon,and if the quantities originally contemplated are so changed in a proposed Change Order that application of the agreed uni t prices to the quantities of Work proposed will create a hardship on the Owner or the Contractor,the applicable unit pr ices shall be equitably adjusted to prevent such hardship. If the Contractor claims that additional cost or time is involv ed 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 8,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 Arch itect written notice thereof within a reasonable time after the occurrence of the event that gave rise to such claim.This notic a 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 proc eed in accordance with Section J. No such claim shall be valid unless so made. Any change in the C ontract 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 ex tra work performed by the Contractor's own forces shall not exce ed fifteen percent Cl5Nj. 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 1( 0%). 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 Fiel d Orders which interpret the Contract Documents,or which order minor changes in the Work without change in Contract Sum or Cont ract 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 re quest 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 Archit ect 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 Owne r. If such work be found not in accordance with the Plans and Specific ations,the Contractor shall pay such costs unless it is fou nd 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 fabricate d, installed or completed.The Contractor shall bear all costs of correcting such reject ed Work, including the cost of the Architect's additional service thereby made necessary. If,within one year after the Date of Substantial Completion or wi thin such longer period of time as may be prescribed by law o r by the terms of any applicable special guarantee required by the Contract Documents,any of the work is found to be defective or n of in accordance with the Contract Documents,the Contractor shall corre ct it promptly after receipt of a written notice from the Own er to do so,unless the Owner has previously given the Contractor a wr itten acceptance of such conditi on,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. w. General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue .� July 2008 If the Contractor does not remove such defective or non-conforming work within a reasonable time fixed by written notice from t he Owner,the Owner may remove it and may store the materials or equipment at the expense of the Contractor.If the Contractor doe s not pay the cost of such removal and storage within ten days thereafter,the Owner may upon ten additional days'written notice sell w such work at auction or at private sale and shall account fo r the net proceeds thereof,after deducting all the costs that shou Id have been borne by the Contractor including compensation for additional ar chitectural services. If such proceeds of sale do not cove r all costs that the Contractor should have borne,the difference s hall 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-conform! ng 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 up on 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 a nd 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 emp loyees 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 aft er 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 c ases for which extension of time is provided,to supply enough properly sk illed workmen or proper materials,or if he fails to make prom pt payment to Subcontractors or for materials or labor,or fails to comply with al Laws,Statutes,Charter,Ordinances,Regulation s or Orders of any public authority having jurisdiction, or otherwise is guilty of a substantial violation of a provision of the Con tract 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 employme nt of the Contractor and take possession of the site and of all mate rials,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 fo r the Architect's additional services.exceed the unpaid balance o f the r• 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 t he effective date of termination. After receipt of terminatio n the Contractor shall: a) Stop work under the Contract on the date and to th a 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 compl eted; provided, however,that the amount of payment on termination s hall not exceed the total contract price as reduced by the portio n thereof allocatable to the work not completed and further reduced by the amount of payments,if,any otherwise made. Contracto r shall submit its claim for amounts due after termination as provi ded in this paragraph within 30 days after receipt of such cla im. In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this para graph, such dispute or controversy shall be resolved and be decided by t he 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 O SIGNS General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 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 inc luded in the Contractor's Base Bid for the Project. General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 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 Contract or 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 comple tion of the Contract,all such temporary work and facilities sh all be removed from the premises and disposed of unl ass otherwise directed or specified hereunder. P-4 FOLD OFFICES AND SHED: The Contractor is not required to provide a to mporary field office or telephone for projects under$1,000,000. Contractor shall equip the Project Superintende nt 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 w 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 temper ature during the workday. During warm weather the office s shall be equipped with an air conditioning device to maintain temper ature below 75 degrees F. Upon completion of the work of t he Contract,the Contractor shall remove the building from the prem ises. In addition to the drawi ng shelf, provide for the City f ield representatives office:one deck,four chat rs,plan rack and a four drawer filing cabinet (with lock).Each office shall contai n not less than 120 square feet of Floor space. The Contractor shall provide and maintain storage sheds other tem porary 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 inst allation and service to the field offices described above.Service shall be maintained for the du ration 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 I ines and instruments for the City and the Contractor. T 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 lin es 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 fo r all purposes of construction at a point convenient to the project or as shown o n the Drawings. Pipe water from the source of supply to all poi nts where water will be required. Provide sufficient hose to car ry water to every required part of the construction and allow the use of water facilities to subcontractors engaged on the work. Provid e pumps,tanks and compressors as may be required to produce required pressures. Electric Service. Provide adequate electric sery ice for power and lighting to all points where required. Temporary,electric service shall be of sufficient capacity and characteri stics to supply proper current for various types of construction tools, motors,w elding machines,lights,heating plant,air conditi oning system,pumps,and other work requir ed.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 a 11 trades may be properly and safely performed,in such areas and at such time that day-lighting is inadequate. Provide at least 0.75 wafts of incandescent lighting per squgr4e foot and mainta in a socket voltage of at least 110 volts. Use at least 100-watt lamps. In any event,the lighting intensity shall not be less tha n 5 foot candles in the vicinity of work and traffic areas. P-8 HEATING: Heating devices required under this paragraph shall not be electric. T he 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 requir ad 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 Contra ctor shall provide heat ventilation prior and during the following work operations as follows: General Conditions for Facility Construction Lump Sum Contract Construct NPD 6&Traffic Division Facility at Nashville Avenue July 2008 a) At all times during the placing, setti ng 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 produc e 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 pal nting, decorating and laying of resilient flooring materials,provide sufficient heat to pr oduce 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. r The Contractor shall provide,maintain,and remove upon completion of the work,or sooner,if authorized by the Owner,all fenc es, 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 in surance companies,with regards to safe ty 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 t he 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. Su ch protection shall be positive,shall meet the approval of the Owner and shall be maintained for the duration of the construction period or as r equired to provide for the protection as specified. P-10 PROJECT BULLETIN BOARD: The Contractor shall furnish,install and main tain during the life of the project a weather- tight bulletin board approximately 3 feet high by 5 feet wide hav Ing not less than two hinged or sliding glass doors with provi sions 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 boar d 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 Nondi scrimination 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 sa id action shall lie in Tarrant County,Te xas. IMP General Conditions for Facility Construction Lump Sum Contract Construct NPD 6 R Traffic Division Facility at Nashville Avenue July 2008 PROJECT DESIGNATION SIGN �-1rz• FORTWORTH. 3• -� 3• Project Title 4" 1-1rz" Contractor: 1 rz" 2-1/2• Contractors Name 1-314• 1• FUNDED BY 2-1rz• (List Bond Fund, etc) 1-1I2 SCHEDULED COMPLETION DATE YEAR Lr— r SIGN IS WHITE WITH BLUE BORDER AND LETTERING IN PMS 288. PROJECT TITLE, CONTRACTOR,BOND AND COMPLETION DATE INFORMATION IS IN HELVETICA CITY OF FORT WORTH LOGO IS AVAILABLE IN A VECTOR FORMAT FROM THE CITY OF FORT WORTH REPROGRAPHICS DEPT. ALL COPY IS IN PMS 288. THE"MOLLY•LOGO IS PMS 167. Construct NPD 6&Traffic Division Facility at Nashville Avenue August 6,2008 CITY OF FORT WORTH, TEXAS CONSTRUCTION CONTRACT (LUMP SUM) THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the 11th day of November A.D., 2008, 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 Crossland Construction Company, Inc. of the City of Prosper, County of Collin, State of Texas, hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter �A 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: CONSTRUCT NEIGHBORHOOD POLICING DISTRICT NO. 6 AND TRAFFIC DIVISION FACILITY 4 1100 NASHVILLE AVENUE FORT WORTH, TEXAS That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents adopted by .. the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 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 therefrom, 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 total contract amount shall be $8,216,000.00. The contract is for the Base Bid of $7,995,000.00 and Alternates No. 3 Structural Glass in lieu of Curtainwall (additional $165,000.00), No. 4 Electrical Outlets for Lockers (additional $56,000.00). Contractor agrees to complete the project, suitable for occupancy and beneficial u calendar days. Construct NPD 6 &Traffic Division Facility at Nashville Avenue OFFICIAL RECORDC November 2008 CITY SECRETARY rim FT.WORTH,TX 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 v • $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. 4 + 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 tJfoof the underlying policies. °it-AAConstruct NPD 6 &Traffic Division Facility at Nashville Avenue COTYSENovember 2008 FT.WO 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. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in 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 employers liability insurance coverage under Contractors 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 in 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 nr approve in writing any alternative coverage. OFFICIAL RECORD Construct NPD 6 &Traffic Division Facility at Nashville Avenue CITY SECRETARY November 2008 FT.WORTH,TX 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. Contractors liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of Owner, Contractor shall provide complete copies of all insurance policies required by these contract documents. 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. 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 -M 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 six counterparts with its corporate seal attached. O-'FICIAL RECORD ?CITY SECRETARY Construct NPD 6 &Traffic Division Facility at Nashville Avenue FT.WORTH,TX November 2008 r� Done in Fort Worth, Texas, this the— day of_ beCe M 6e-K A.D., 2008 - CROSSLAND CONSTRUCTION APPROVED: COMPANY, INC. CITY OF FORT WORTH By: _ Lj� By; Ivan Crosslan Jr. Fernando Costa CEO Assistant City Manager APPROVA tEOMMENDED: By: By: Greg Si Vn )PE, Acting Director Marty Hendrix Transpo Public Works Dept. City Secretary APPROVED AS ORM A LE LITY: M&C C-23182 (November 11, 2008) By: Amy J. am Date: Assistant %Attakey A ,J .J OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Construct NPD 6 &Traffic Division Facility at Nashville Avenue November 2008 A PERFORMANCE BOND _ Bond #08947965 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) Crossland Construction Company, Inc. , as Principal herein, and (2) Colonial American Casualty and Surety Company/ Fidelity and Deposit Company of Maryland , a corporation organized under the laws of the State of (3) Maryland , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of Eight Million, Two Hundred Sixteen Thousand and No Cents Dollars ($8,216,000.00)for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 11th day of November , 2008, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of CONSTRUCT THE NEIGHBORHOOD POLICING DISTRICT NO. 6 AND TRAFFIC DIVISION FACILITY AT 1100 NASHVILLE AVENUE, FORT WORTH, TEXAS PROJECT# C295-208090023880. NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. Construct NPD 6 &Traffic Division Facility at Nashville Avenue November 2008 SIGNED and SEALED this 251h day of November , 2008. Crossland Construction Company, Inc. _ PRINCIPAL ATTEST: By: M�L N A Name: CP4Y%t eS W TP—dncipalf Secretary - Title: (S E A L) Address: PO Box 45 Columbus KS 66725 Wilne s as to"Principal Colonial American Casualty and Surety Company/ Fidelity and Deposit Company of Maryland SURETY ATTEST: By: N/A Name: Martha L. Gilfillan Secretary Attorney in Fact (S E AL) Address: 1400 American Lane, Tower I, 19th FI -- Schaumburg, IL 60196-1056 ss as urety, Ashley Rose Gordon Telephone No.: 847-605-6000 NOTES: (1) Correct name of Principal (Contractor). (4) Correct name of Surety. (5) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Construct NPD 6 &Traffic Division Facility at Nashville Avenue November 2008 .. Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S aryland,by THEODORE G.MARTINEZ,Vice President,and GERALD F.HALEY,Assista c suance of authority granted by Article VI,Section 2,of the By-Laws of said Companies,w n the side hereof and are hereby certified to be in full force and effect on the date her ppoint Stanley G. 0 WILKERSON,Claudia J.NADEAU,S.Mar 1 artha L.GILFILLAN, Tracey A.NASH and Kylee W.HEU f as a and lawful agent and Attomey-in-Fact,to make,execute,seal and deli r, eh i its act and deed: any and all bonds and undertakings,and ° n suc n ngs in pursuance of these presents,shall be as binding upon said Companies,as fully)i purposes,as if they had been duly executed and acknowledged by the regularly elected off C ny at its office in Baltimore,Md.,in their own proper persons. This power of attorney revokes that issued o of Stanley G.WILKERSON,Claudia J.NADEAU,S.Mark WILKERSON,Ashley Rose GORDON,Martha L.GILFILLAN,dated December 6,2005. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,this 6th day of November,A.D.2006. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 'gyp DEPps.;" C (� 4f° a BEAL 1i90 2 � /4- / ,'dam-�V7 By: Gerald F.Haley Assistant Secretary Theodore G.Martinez State of Maryland I SS: City of Baltimore On this 6th day of November, A.D. 2006, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GERALD F. HALEY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly swom, severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. / >iv Constance A. Dunn Notary Public My Commission Expires: July 14,2011 so POA-F 076-0008 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI,Section 2.The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, _ shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI,Section 2.The Chairman of the Board,or the President,or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this �� day of o ml iw -2-od Assistant Secretary PAYMENT BOND .L Bond # 08947965 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF • TARRANT § That we, (1) Crossland Construction Company, Inc. , as Principal herein, and (2) Colonial American Casualty and Surety Company/ Fidelity and Deposit Company of Maryland , a corporation organized and existing under the laws of the State of (3) Maryland , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Eight Million, Two Hundred Sixteen Thousand and No Cents Dollars ($8,216,000.00)for the payment whereof, the said Principal and Surety bind themselves and their 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 Obligee dated the 11th day of November , 2008, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: CONSTRUCT THE NEIGHBORHOOD POLICING DISTRICT NO. 6 AND TRAFFIC DIVISION FACILITY AT 1100 NASHVILLE AVENUE, FORT WORTH, TEXAS PROJECT # C295-208090023880. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to 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, to the same extent as if it were copied at length herein. ` IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. Construct NPD 6 &Traffic Division Facility at Nashville Avenue November 2008 SIGNED and SEALED this 25th day of November , 2008. Crossland Construction Company, Inc. PRINCIPAL ATTEST: By: Name: UE.. CF-05e.L tj V aecretary bO - Title: JS E A j _ Address: PO Box 45 Columbus, KS 66725 4-- Witness(as to Principal Colonial American Casualty and Surety Company/ Fidelity and Deposit Company of Maryland SURETY (� ATTEST: By: �� N/A Name: Martha L. Gilfillan Secretary Attorney in Fact (S E A L) Address: 1400 American Lane, Tower I, 19t' FI Schaumburg IL 60196-1056 Witness as urety, Ashley Rose Gordon Telephone No.: 847-605-6000 NOTES: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. w The date of bond shall not be prior to date of Contract. Construct NPD 6 &Traffic Division Facility at Nashville Avenue November 2008 ai u Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S aryland,by THEODORE G.MARTINEZ,Vice President,and GERALD F.HALEY,Assistaut c suance of authority granted by Article Vl,Section 2,of the By-Laws of said Companies, n the side hereof and are hereby certified to be in full force and effect on the date her o ti ppoint Stanley G. WILKERSON,Claudia J.NADEAU,S.Mar artha L.GILFILLAN, _ Tracey A.NASH and Kylee W.HEU f a a and lawful l agent and Attorney-in-Fact,to make,execute,seal and deli r, eh its act and deed; an and all bonds and undertakings,and gfynttuc n ngs in pursuance of these presents,shall be as binding upon said Companies,as full-I purposes,as if they had been duly executed and acknowledged by the regularly elected offC ny at its office in Baltimore,Md.,in their own proper persons. This power of attorney revokes that issued oStanley G.WILKERSON,Claudia J.NADEAU,S.Mark WILKERSON,Ashley Rose GORDON,Martha L.GILFILLAN,dated December 6,2005. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,this 6th day of November,A.D.2006. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND ~" COLONIAL AMERICAN CASUALTY AND SURETY COMPANY �p DEPps� 6�t�, W � SEAL ,fit '� ,��C J `'7� 90 4z; By: Gerald F.Haley Assistant Secretary Theodore G.Martinez State of Maryland I ss: City of Baltimore On this 6th day of November, A.D. 2006, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GERALD F. HALEY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly swom, severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. - IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ,,,,utrnpr „a'•.Pit,�':'\�S' Constance A. Dunn Notary Public My Commission Expires: July 14,2011 POA-F 076-0008 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2.The Chairman of the Board,or the President, or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI,Section 2.The Chairman of the Board, or the President,or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power,by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, w this +41= day of I�+�V ,2co Assistant Secretary so s STATE OF TEXAS CLAIM NOTICE ENDORSEMENT To be attached to and form a part of Bond Number 08947965 In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6)of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: Colonial American Casualty & Surety Company Fidelity and Deposit Company of Maryland Zurich American Insurance Company 1400 American Lane, Tower 1 , 19t Floor Schaumburg, IL 60196-1056 Telephone: (847)605-6000 r- CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it provides workers compensation insurance coverage for all of its employees employed on City.of Fort Worth project CONSTRUCT NEIGHBORHOOD POLICING DISTRICT NO. 6 AND TRAFFIC DIVISION FACILITY 1100 NASHVILLE AVENUE FORT WORTH, TEXAS By: Title Date STATE OF Ch,erokt C ■ COUNTY OF T -T BEFORE ME, the undersigned authority, on this day personally appeared va Lross�dv)U ,) r . known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of C E c . , for the purposes and considerations therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 5 —� day of 200 NOTARY Pueof Kansas 'Notary Public in and for the State of Texas amto ER0!G(a) to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. AContractor 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 City. Construct NPD 6 &Traffic Division Facility at Nashville Avenue November 2008 tat 12/3/2008 Time: 10:57 AM To: @ 9,18173928488....15 IMA Topeka Pager 002-003 Client#: 11231 CROSCON ACORD,- CERTIFICATE OF LIABILITY INSURANCE ;ti3108fDDfYYI PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION IMA of Kansas, Inc. (NE Kans) ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE PO Box 1537 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Topeka, KS 66601-1537 785 232-2202 INSURERS AFFORDING COVERAGE INSURED INSURER A- Travelers Property Casualty Co of Am Crossland Construction Company,Inc. INSURER S. Steadfast Insurance Company PO Box 45 INSURER C Travelers Indemnity Company Columbus, KS 66T25 INSURER D. Travelers Prop.Casualty Co.of Amer INSURER E: COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION TR DATEM IDO1YY ATE(MM/DDIYYI LIMITS 1 A GENERAL LIABILITY VTC2JCO131J8553TIL 04/30/08 04/30/09 EACH OCCURRENCE s2,000,000 TCOMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $1,000,000 CLAIMS MADE 7 OCCUR MED EXP(Any one person) $15 000 PERSONAL 6 ADV INJURY $2 QQQ QQQ GENERAL AGGREGATE s4000,000 P.EN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMPIOPAGG s4,000,000 POLICY X PROT X LOC A AUTOMOBILE LIABILITY VTJCAP131J8565TIL0 04/30/08 04/30/09 COMBINED SINGLE LIMIT X ANYAUTO (Eeeocident) $1,00Qr0QO ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per scadent) PROPERTY DAMAGE $ (Per ecadent) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ B EXCESS LIA6ILITY AUC596753000 04/30/08 04/30/09 EACH OCCURRENCE s20,000,000 X OCCUR ❑CLAIMS MADE AGGREGATE s20,000,000 DEDUCTIBLE $ TX RETENTION $0 $ —C WORKERS COMPENSATION AND VTC2KUB2144M42708 04/30/08 04/30/09 X ORS I TU OTR EMPLOYERS'LIABILITY • E.L.EACH ACCIDENT $1,000,000 E.L.DISEASE-EA EMPL OYEE $1,000,000 E.L.DISEASE-POLICY LIMIT $1,000,000 D OTHER Builders QT6607868B06ATIL08 04/30/08 04/30/09 $25,000,000 Any One Job isk $500,000 Temp Storage - Deductible $5,000 $100,000 Transit DESCRIPTION OF OPERATIONSILOCATIONSfVEHICLESIE)CCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: Neighborhood Policing District No.6 and Traffic Division Facility, 1100 Nashville, 4ve., Ft.Worth TX. City of Fort Worth is named as additional insured as respects General °Liability and Automobile Liability as required by contract. A Waiver of Subrogation applies in favor of City of Fort Worth as respects General Liability,Automobile Liability and Workers Compensation,where allowed by law and required by contract. —,CERTIFICATE HOLDER ADD ITIONALINSURED:IN SURER LETTER: CANCELLATION SHOULD AN YOF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Fort Worth DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL An DAYSWRITTEN 311 West 10th St. NOTICETOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT,BUTFAILURE TODOSOSHALL I Fort Worth, TX 76102 IMPOSE NOOBLIGATION OR LIABILITYOF ANYKIND UPON THE INSURE RJTS AGENTS OR I REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25-S(7/97)1 of 2 #S403513/M380549 LMP © ACORD CORPORATION 1988 i ate: 12/3/2008 Time: 10:57 AM To: @ 9,18173928488,,,,15 IMA Topeka Page: 003-003 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25s(7197)2 of 2 #S403513/M380549