Loading...
HomeMy WebLinkAboutContract 38538THIS COPY IS FOR: __ CONTRACTOR __ CONTRACTOR 'S BONDING CO THE CITY OF FORT WORTH, TEXA__§;(_CITYSECRETA iv SPONSORING JEPT FIRE STATION #27 -:=~~::CM:f ·· TPW2007-21 Project # 00132 MIKE MONCRIEF DALE FISSELER, PE MAYOR CITY MANAGER William Verkest, PE Director, Transportation & Public Works Department Rudy Jackson Chief, Fire Department Prime Construction Company r-------1 RPGA Design Group April 2009 05-06-0 9 P0 4: 30 IN OFFICIAL RECORD CllY SECRETARY FT. WORTH, TX [JORIGIN L , .. -.), THIS COPY IS FO ~ . _CONTRACTOR ~ CONTRACTOR'S BON ING CO THE CITY OF FORT WORTH, TEXA.§(_CITYSECRETARY FIRE STATION #27 TPW2007-21 Project # 00132 _ SPONSORING DEPT __ PROJECT MANAGER __ TPW FILE COPY MIKE MONCRIEF DALE FISSELER, PE MAYOR CITY MANAGER William Verkest, PE Director, Transportation & Public Works Department Rudy Jackson Chief, Fire Department Prime Construction Company r----- RPGA Design Group April 2009 05-06 -0 9 P0 4 : 30 IN OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX [J ORIGINAL • • SITE OF FIRE STATION NUMBER 27 fo --- ------- Project FIRE STATION 27 PRECINCT LINE ROAD/ TRINITY BOULEVARD FORT WORTH Project #: C235-205110013280 TPW Project#:TPW2007-21 Bid Data: OCTOBER 9, 2001 Advertlaed : SEPTEMBER 11 & 11, 2001 DESCRIPTION BASE BID J.C. Commerlcal, Inc. 1865 McGee Lllne. Suite O Lewtavllle , Texas 750n 972-436-4622 972-436-4822 FAX BID $ 2,447,777.00 ALTERNATES DAYS Add Alternate No. 1 Add Alternate No . 2 Add Alternate No. 3 Add Alternate No . 4 TOTAL OF AL TERNA TES: ADDENDUM'S: CALENDAR DAYS : ADDENDUM'S: DESCRIPTION BASE BID ALTERNATES Add Alternate No. 1 Add Alternate No . 2 Add Alternate No . 3 Add Alternate No. 4 TOTAL OF ALTERNATES: CALENDAR DAYS : s s s $ $ 390,000.00 119,000.00 54,000.00 8 ,800.00 571,IOO.OO · 3 345 I Fort Construction, LP 224 E Vickery Boulevard Fort Worth , TX 76104 817-885-7979 817-885-79n FAX BID $ 2,647,377.00 $-122,000.00 s 45,000.00 s 11,000.00 s 60,000.00 s 238,000.00 3 330 25 8 8 2 43 DAYS 0 0 0 0 0 TRANSPORTATION AND PUBLIC WORKS BID TABULATION Tabulated by: Eng. Estimate: Addendum•: 2 Tegrlty Contractors, Inc. $ s s $ $ $ 106 E Univanity Drive McKinney , Texaa 75069 972-562~ 972-562~ FAX BID 2,468,000.00 80,000.00 72,000.00 30,000.00 20,000.00 202,000.00 3 300 9 GIibert May, Inc. db1 Phllllp1/May Corporation 4861 Sharp Street Dallas, Texas 75247 214-631-3331 214-630-5607 FAX BID $ 2,868,000.00 s 285,000.00 s 37,000.00 $ 22,000.00 $ 11 ,600.00 s 355,600.00 3 3U VICI() MCDONALD $ 2 ,000,000.00 3 3 Prime Conetructlon Company 8101 Valcesl Drive , Ste 101 Arlington , Texas 76001 817-572-5550 817-572-6354 FAX BID $ 2,498,000.00 4 Alshall Construction Company Inc. 2408 E Trinity Milts Road, Ste 100 Cam>llton , Texas 75006 214-390-1668 214-390-1266 FAX BID $ 2,646,786.00 5 C. R. Reynold•, Inc. 714 N Travis Street Sherman, Texas 75090 903-a91-3996 903-891-3997 FAA BID $ 2,686,000.00 • CORE Conatructlon Servlcn of Tem, Inc. 10625 North eo..ity Road Ste 100 Friaco, T-75034 972~ 972-668-9351 FAA BID $ 2,839,000.00 DAYS DAYS DAYS DAYS DAYS 0 s 169,000.00 0 s 129,259.00 21 No Bid 0 $ 178,000.00 60 0 $ 52,000.00 0 $ 47,395.00 10 $ 70,000.00 0 $ 65,000.00 0 0 $ 28,000.00 0 s 44,550.00 0 s 23,000.00 15 $ 50,000.00 0 0 $ 10,000.00 0 $ 6,570.00 12 $ 7 ,000.00 0 $ 9,000.00 0 0 $ 259,000.00 0 $ 227, 77,4.00 43 $ 100,000.00 15 $ 300,000.00 IO 3 3 3 3 330 330 270 304 10 11 12 13 MDI Inc. General Reeder General SEDALCO, LP. LEMCO Construction Contractors Contractors, Inc. Servlcn, LP 1225 Lakeshonl Drive , Ste. 100 109 Aviator Drive 2554 East Long Avenue 14131 Midway Road, Ste. 680 Coppell, Texas 75019 Fort Worth, Texas 76179 Fort Worth, Texas 76137 Addison, T IXII 75001 469-635-3400 817-439-2022 817-831 -2245 214-837-4222 469-635-3499 FAX 817-439-2024 FAX 817-831-2248 FAX 214-837-4220 FAX BID BID BID ., $ 2,878,600.00 $ 2,886,000.00 $ 2,890,000.00 $ 2,760,000.00 DAYS DAYS DAYS DAYS DAYS 0 s 108,000.00 0 $ 97,000.00 14 $ 123,000.00 30 $ 0 0 s 45,700.00 0 $ 174,000.00 0 $ 50,000.00 0 s 0 0 $ 40,700.00 0 $ 30,000.00 0 $ 23,000.00 0 $ 3 0 $ 8 ,200.00 0 s 7 ,500.00 0 $ 7 ,000.00 0 $ 0 0 s 202,600.00 0 s 308,500.00 14 s 203,000.00 30 $ 3 3 3 3 3 240 240 331 0 7 Hasen DMlgn Butld and Oevelop!Mnt dbll Hasen Conatruc11on Sen,lcee 2501 Par1<vlew Dr., SUit• ,400 Fort Wor1h , TX 711102 817"'77-1144 817-6n-11,411 FAX ., $ 2,641,961.00 s 100,000.00 $ 57,500.00 $ 25,000.00 $ 12,560.00 $ 115,0IO.OO 3 • Months 14 Centertlne C-tructlon ServlcN, Inc. 1352eCypraas~ Cypraas, T-n429 281-607-4443 281-870-0233 FAA ., $ 3,029,418.00 $ 16 ,956 .00 $ 45,419.00 s 36,956.00 $ 18,972.00 $ 111,303.00 3 - DAYS 0 0 0 0 0 DAYS 0 0 0 0 0 I I I I I I I I I CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 FIRE STATION NO. 27 Request for Proposals Submittal Date: October 9, 2008 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows: 1 . Section 02282 Termite Control is added to the Specifications (Attachment 1 ). 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: October 6 , 2008 Construct Fire Station No. 27 Addendum No. 3, October 6, 2008 Page 1 of 1 I I I I I I I I I I I I I I I Fire Station #27 City of Fort Worth SECTION 02282 TERMITE CONTROL PART1GENERAL 1.01 SUMMARY TERMITE CONTROL -02282 A. Furnish and install a chemical barrier to afford the structure protection from termites and other common ground insects. 1.02 SUBMITTALS A. Submit for approval product data, warranty. 1.03 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. 1.04 WARRANTY A. The Contractor shall provide a five (5) year guarantee to the Owner for all work done under this Section against Re-infestation . B. At the end of the five year period, the Owner shall be offered a renewable contract (guarantee) on a year-to-year basis, at the Owner's option, at an agreed upon annual fee. PART 2PR0DUCTS 2.01 MATERIALS A. Chemicals and Concentrations: Apply to soil areas to be treated. 1. Material Name: Prevail FT Termiticide 2. CHEMICAL FAMILY: Pyrethroid Insecticide 3 . MOLECULAR FORMULA: C22H19Cl2N03 (cypermethrin) 4 . SYNONYMS: FMC 30980; (+/-)-a-cyano(3-phenoxyphenyl)rnethyl (+/-) cis, trans-3-(2,2- dichloroethenyl)-2,2-dimethylcyclopropanecarboxylate; IUPAC: (RS)-a-cyano-3- phenoxybenzyl (1 RS)-cis-trans-3-(2,2-dichlorovinyl)-1, 1-dimethylcyclopropanecarboxylate 5. For use by individuals/firms licensed or registered by the State to apply termiticide products. States may have more restrictive requirements regarding qualifications of persons using this product. Consult the structural pest control regulatory agency of your State prior to use of this product. a. EPA Reg. No. 279-3082 EPA Est. 279- b. Active Ingredient: By Wt. 1) 24.8% -Cypermethrin** 2) 75.2% -Inert Ingredients 3) 100.0% c. **Cis/trans ratio: Max. 55% (±) cis and min . 45% (±) trans Prevail® FT contains 2 pounds cypermethrin per gallon. U.S. Patent No. 4,024 ,163 B. Materials shall be used, provided: 1. They are determined to meet five (5) year test conducted by the U .S. Forest Service, or the U.S. Department of Agriculture. 2. Evidence is provided indicating any toxic effects to humans, plants or animal life. 3. Allowed by governing laws and/or ordinances. RPGA Design Group , Inc. 1 of 2 I I I I I I I I I I I I I Fire Station #27 City of Fort Worth TERMITE CONTROL-02282 C. Any chemical toxic to animals and plant life should be applied with caution by an experienced person who is licensed in accordance the regulatory agency of the State. PART 3EXECUTION 3.01 INSTALLATION A. Treat soil in strict compliance with National Pest Control Association standards and with manufacturer's printed instructions and recommendations. B . Apply as recommended by manufacturer for Pre-Construction Subterranean Termite Treatment. C . Under all building slabs apply treatment at a ratio of one and a half (1 %) gallons per 10 sq . ft ., or as recommended by manufacturer to achieve specified performance , prior to placing of vapor barrier. D. Apply to a depth of 1 foot and to a width of one foot along each side of the foundation walls and around piers where applicable around utility openings for pipes , conduits or other slab penetrations at a rate of 4 gallons per 10 lineal feet. Chemical shall be mixed with soil as it is being placed in the trench. 1. The guarantee shall state that the application was made at the concentration , ratio, and methods which comply with the manufacturers recommendations and these Specifications. 2. Re-treatment upon evidence of subterranean termite activity shall be at no charge to the Owner and in accordance with accepted trade practice . E. Post signs and other warnings indicating that soil poisoning has been applied. Protect persons and property from injury or damage from soil treatment work. 3.02 CLEAN UP A. Upon completion , remove debris related to this work from the site . END OF SECTION RPGA Design Group , Inc. 2 of2 I I I I I I I I I I CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 FIRE STATION NO. 27 Request for Proposals Submittal Date: October 9, 2008 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows : 1. Revised "Proposal" in Instructions to Offerors (Attachment 1 ). The "Proposal " is dated October 1, 2008. Use this revised "Proposal" pages to submit the contractor's proposal. 2. Request for Information and Specifications (Attachment 2). Acknowledge the receipt of this Addendum No. 2 on your Proposal. GREG SIMMONS, PE ACTING D IRECTOR, TRANSPORTATION & PUBLIC WORKS DEPT By :--------- Dalton Murayama. AIA Architectural Services Manager 817-392-8088 , FAX 817-392-8488 RELEASE DATE : October 1, 2008 Construct Fire Station No. 27 Addendum No. 2, October 1, 2008 Page 1 of 1 I I I I I I I I I I I TO : MR. DALE FISSELER, PE CITY MANAGER ATTN: PURCHASING OFFICE 1000 THROCKMORTON PROPOSAL CITY OF FORT WORTH , TEXAS FOR: Fire Station No. 27 On Precinct Line Road near the Intersection With Trinity Boulevard Fort Worth, Texas Project No . TPW2007-21 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 perform ing and completing the Work within the time stated and for the following sum, to wit DESCRIPTION OF ITEMS Base Bid _____ _ Completion within ___ calendar days after date of Notice to Proceed Add Alternate No . 1 (Ground Water Source Heat Pumps) ___ _ Additional calendar days , if needed __ _ Add Alternate No . 2 (Preformed Metal Roof Panels) ___ _ Additional calendar days, if needed __ _ Add Alternate No . 3 (Energy Management System) ___ _ Additional calendar days, if needed __ _ Add Alternate No. 4 (Ground Concrete Flooring) __ _ Additional calendar days , if needed __ _ Include Unit Pricing as follows : Item: 18" Pier; additional $ per foot of depth _____ _ Item: 18" Pier, reduction in $ per foot of depth _____ _ Item: Well Loops and Piping ; additional $ per foot ____ _ Fire Station No. 27 Addendum No. 2, October 1, 2008 I I I I I I I I I I 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 discrim inated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). Residency of Offerors: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements , supplies or services in Texas at an amount lower than the lowest Texas res ident 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 8. A. 8 . U 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. U 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($ 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 I 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, Company Name By: Signature Fire Station No. 27 Addendum No. 2, October 1, 2008 1· I I I I I I I- I I I I I I I I Address : Printed Name of Principal Street City Phone : ------------ Fax: Email : ------------ Receipt is acknowledged of the following addenda: Addendum No. 1 : __ Addendum No. 2 : __ Addendum No . 3 : __ _ Addendum No . 4: __ _ Addendum No. 5 : __ _ Fire Station No. 27 Addendum No . 2 , October 1, 2008 ntle Zip I I I I I I I I I I I I I I I I I I I Fire Station #27 City of Fort Worth, Texas October 1, 2008 Addendum No . 2 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTME T RPGA Design Group, Inc. Fire Station #27 Addendum No. 2 October 1, 2008 · RPGA Design Group, Inc. 101 S. Jennings Avenu~. Suite 100 Fort Worth, Texas 76104 (817) 332-9477 1 of 4 I I I I I I I I R I I I I I I I I I I Fire Station #2.7 October 1, 2008 Addendum No. 2 City of Fort Worth, Texas ADDENDUM #2 FIRE STATION #27 Bidders are advised of the following revisions and clarifications and shall be governed accordingly. A. B. C. ADDITIONS: 1. None REVISIONS/CLARIFICATIONS: 1. PROJECT MANUAL (Specifications): a . Section 07260 -Vapor Barrier Part 2, 2.03, A: (Change) Vapor "Barrier Sheet: ASTM E 1745 Class A. Part 2. 2.03. A1: (Change) Thickness: 15 mil Part 2 1 2.03. A2: (Change) Water Vapor Permeance: Permeance of less than 0.01 Perms [grai i s/(tr *hr* in .Hg)] per ASTM F 1249 or ASTM E 96 . Part 2. 2.03. Al: (Change) Product: Stego Wrap Vapor Barrier (15-mil) by Stego Industries LLO , o'r Zero Perm Vapor Barrier by Alumiseal. Part 2, 2.03, B: (Change) Seam Tape, Vapor Proofing Mastic and Pipe Boots. Part 2, 2.03, B1a: (Change) As recommended by manufacturer to maintain permeance . · REQUEST FOR INFORMATION: 1. Question: "Section 01270, Unit Prices, list 3 unit prices in the Schedule of Unit Prices. However, the bid form does not show a location to provide unit prices. How should we submit the unit prices?" Answer: Use the revised "Bid Form" included in Addendum #2 2. Question: "How many copies of the proposal are to be turned in at bid time?" Answer: One (1) 3. Question : "What is the published budget for this project?" Answer: The base bid is anticipated in the $2,000,000 range 4. Question: "Is this project to be a "LEED" constructed project? If so, what level of LEED is required?" Answer: No 5. Question: "The alternates in spec. section 01230, does not match the alternates in the proposal form provided in the "Instruction to Offerors". Can you revise the bid form or revise spec. section 01230 to correspond with each other?" Answer: Use the revised "Bid Form" included in Addendum #2 6. Question : "Warranty is mentioned in the document "Section A" under item D-8. It does not state the required warranty time. Is this one or two years, or other?" Answer: One (1) year RPGA Design Group, Inc. 2 of4 I I I I I I I I I I I I Fire Station #27 October 1 , 2008 AddendLm No. 2 City of Fort Worth, Texas 7. 8 . 9. 10. 11. 12 . 13 Question: "Item #13, Permits (in the smaller specification booklet), states City of Fort Worth Buildin and Trade Permit fees are waived . Are there any other permits that the contractor must pay for besides these for this project?" Answer: No Question: "Drawing L-1.01 has a note beneath the legend that states we are to "provide unit prices n all plant types shown and for Bermuda grass per SQ. YD ." There is not a location on the bid form for these unit prices, nor are they mentioned in the unit prices spec. section 1270. Are we to provide these un it prices for this project at bid time?" Answer: No Question: "Drawing L-1.01 & L-1.03 shows a note near the condenser units at the rear of the building that state "Alternate #1, Landscape Area." This alt. 1 is not the same as the Alt 1 in "Alternates spec. sec~ion 1230 ," and it's not listed at all. Also , the "Special Note" on L-2 .01 states to "ADD VALVE #20; valve #20 is in a different location on the plans. And, no irrigation connection is shown on L-2.01 for this area as f ell. a. Are we to provide an alternate for this area at bid time? b. If we are to include an alternate for this area, can you please define the total scope for this alternate?" I Answer: Alternate #1 for the Ground Water Source Heat Pumps eliminates the condenser at the rea ~ of the fire station. In eliminating the condensers, the paving at the condensers is replaced by additional landscaping and irrigation. I Question: "In the ADDITIONAL INSURANCE REQUIREMENTS, note f. states "Deductible limits, or self- funded retention limits, on each policy must not exceed $10,000. per occurrence unless otherwise I approved by the Owner." Most general contractors are going to have insurance deductibles higher th 1 an this amount. Our retention limit though Travelers insurance is $500,000 . Is this deductible amount g@ing to prohibit us from being a general contractor on this project?" I Answer: The intent of the requirement is to protect the City from contractors who do not have the financial resources to indemnify high deductibles. When Certificates of Insurance (COi) are presented to Risk ~gmt. we check for compliance to various items. Examples: (1) we ck. Insurer's for financial solvency rating~; (2) we make certain the City is listed as an "additional insured "; (3) determine if the insurer is an admitted carrier in Texas; etc. Pursuant to high deductibles: Risk Mgmt. verifies financials for a particular company. Normally, large General Contractor companies need not worry. If Risk Mgmt were to question &/or reject an item, we would explain in writing and extend a deadline to come into compliance. I Question : "Schlage does not make a finish US32D Satin Stainless Steel. Should we substitute US26D Brushed Chrome?" Answer: Yes Question: "Keying needs to be confirmed. Construction keys, Master keys and Grand Master keys appear to be too much keying. Is this correct?" I Answer: Yes, construction keys during construction , master key(s) for the fire station , grand master key(s) for the fire department. I Question: "Patio locks are an extended lead time item and very pricey. Could store room locks be use'd in their place ?" Answer: Patio locks are provided to prevent personnel from accidentally locking themselves out. 14. Question: "Regarding the mosaic pattern tile area shown on detail 1/A-3.08, is the note that states "ce amic . tile" incorrect? Detail 02/A-3.08 and the specifications only mention porcelain tile . Please clarify." Answer: All floor tiles are porcelain ; wall tiles with the exception of the base are ceramic. 15. Question: "There is a spec section 10552 for Mail Boxes . We are not finding a location for the Mail Box( es) in the drawings. Are we to include pricing for a mailbox in this bid? What location will it be installed at?" RPGA Design Group, Inc . 3 of4 I I I I I I I I I I I I I I I I Fire Station #27 October 1, 2008 Addendum No . 2 City of Fort Worth , Texas 16. 17. Answer: One ( 1) mailbox is required. The mailbox is a freestanding box set in concrete that will be coordinated with the postal service and located during construction . Question : "Drawing A-3 .06 shows a note that says "Window Blinds Typical @ Windows in Living Areas " while the Note: at the bottom of the window schedule on sheet A-3 .09 states to provide & install blo4 out shades at living room. Please clarify whether we are supposed to use shades or blinds at the living room ." Answer: Block out shades are required at the Living Room Question : "Specification 16721, 2.2 A. page 4 of 15 states that the manufacturer of the fire alarm/life safety system must be EST, Siemans, or Notifier. Can we quote a different manufacturer as long as we meet the IFC 2003 and NFPA 72?" Answer: Yes END OF ADDENDUM #2 RPGA Design Group, Inc. 4 of4 I I I I I I I I CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 FIRE STATION NO. 27 Request for Proposals Submittal Date: October 9, 2008 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows : The Pre-Submittal Conference was held at 10:00 AM, September 23, 2008 at the Architectural Services Conference Room at 401 West 13th Street in Fort Worth . Attached is the list of the attendees (Attachment 1 ). 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 : September 23 , 2008 Construct Fire Station No. 27 Addendum No. 1, September 23, 2008 Page 1 of 1 I I I I I I I I I I I I I I I I I NOTICE TO OFFERORS Proposals for the new construction of Fire Station No. 27 (located on Precinct Line Road near the intersection with Trinity Boulevard} will be received at the Purchasing Office, City of Fort Worth, 1000 Throckmorton, Fort Worth, 76107, until 1:30 P.M., Thursday, October 9, 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 Offerer that offers the best value to the City and enter into negotiations with that Offeror. The City may discuss with the selected Offerer options for a scope or time modification and any price change associated with such modification. The Best Value selection will be with one contractor for both fire stations or one contractor for each fire station, at the City's option. Offerors may submit proposals for both projects or for one project. A Pre-Bid Conference will be held at 10:00 A.M., Tuesday, September 23, 2008 at the Architectural Services Conference Room at 401 West 13111 Street in Fort Worth. The offers will be valid for ninety (90) calendar days. Estimated construction cost is in the $2,000,000 range for the base bid. There are four additive alternates: Alternate No . 1 (Geothermal Ground Source Heat Pump), Alternate No . 2 (Energy Management system), Alternate No. 3 (Polished Concrete), and Alternate No. 4 (Standing Seam Metal Roof). MWBE participation will be evaluated in awarding this Contract. The MWBE participation requirement is 29%. 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 M/WBE Office at 817-392-6104 to obtain list of certified subcontractors and suppliers. Offerers must submit a bid bond with their proposal. Offerer may provide proposal for one or both fire station projects. Offeror(s) to whom an award of contract(s) is made will be required to provide Payment and Performance Bonds and provide Contractors General Liability and Statutory Workers Compensation Coverage. If you Intend to submit a proposal, Inform the Project Manager or Architect 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 https://projectpoint.buzzsaw.com/fortworthgov with the user name "Cowtown ", password "Cowtown2004", and click on "T/PW Projects". Contact the Project Manager, Don Powell, at (817) 392- 8014 or Email Donald .powell@fortworthgov.org for assistance. For additional information contact Javier Lucio , RPGA Design Group, (817) 332-9477 , Ext. 207 or Email jlucio@rpgaarchitects.com . Advertisement: September 11, 2008 September 18, 2008 Fire Station No. 27 September 2008 I I I I I I I I I I I I I I NOTICE TO OFFERORS TABLE OF CONTENTS INSTRUCTIONS TO OFFERORS PROPOSAL TABLE OF CONTENTS TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE WAGES RATES WEATHER TABLE CONSTRUCTION CONTRACT PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW PROJECT SIGN Fire Station No. 27 September 2008 I I I I I I I I I I I I I I I I I 1 . • • • • • • 1A. INSTRUCTIONS TO OFFERORS 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 (5% of the total of both fire stations if the Offeror is submitting proposals for both fire stations). 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. SELECTION OF CONTRACTOR: The Best Value selection will be with one contractor for both fire stations or one contractor for each station, at the City's option. 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 ( 1 0%) 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 Fire Station No. 27 September 2008 I I I I I I I I I I I I I 2. 3. 4. 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. MINORITY/WOMENS BUSINESS ENTERPRISE CM/WBE} <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 29%. 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 Divis ion 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 wil l be part of the final weighted selection criteria. 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 forfe it 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 th is 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. 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. Fire Station No . 27 September 2008 I I I I I I I I I 5. 6 . 7. 8. 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. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City If the total contract price is $25,000 or less , payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been 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 $100 ,000 , a Performance Bond shall also be provided, in the amount of the contract, conditioned on the faithful performance of the work in accordance with the plans, specification , and contract documents. Said bond shall be solely for the protection of the City of Fort Worth. PRE-BID SITE INVESTIGATION: Prior to filing a response, the bidder shall examine the site(s) of the work and the details of the requirements set out in these specifications to satisfy itself as to the conditions which will be encountered relating to the character, quality, and quantity of the work to be performed and materials and equipment required. The filing of a response by the bidder shall be considered evidence that it has complied with these requirements. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. WAGE RATES: Not less than the prevailing wage rates set forth in Contract Documents must be paid on this project. POST BID -PREAWARD SUBMITTAL$: Offerors are required to submit the following information to the Architectural Services Division, 401 West 13th Street, Fort Worth , Texas 76102 (phone number 817-392-8088), within five business days subsequent to bid opening (normally by 5:00 PM the next 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 Fire Station No. 27 September 2008 I I I I I I I 10. 11. 12. preparing recommendations for award of the contract. The Contractor must provide and use subcontractors listed unless the City agrees to allow a substitute. 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 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 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. 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 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. 15. 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. 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 01630 Product Options and Substitutions. 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, Fire Station No . 27 September 2008 I I I I I I I I I I I I I I I I 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 . Fire Station No. 27 September 2008 I I I I I I I I I I I I I I I TO : MR. DALE FISSELER , PE CITY MANAGER ATTN: PURCHASING OFFICE 1000 THROCKMORTON PROPOSAL CITY OF FORT VVORTH, TEXAS FOR: Fire Station No . 27 On Precind Line Road near the Intersection Wth Trinity Boulevard Fort VVorth, Texas Project No. TPWl007-21 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 contrad and, if the contrad amount exceeds $25 ,000.00, furnish acceptable Performance and/or Payment Bonds approved by the City of Fort Worth for performing and completi ng the Work within the time stated and for the following sum , to wit: DESCRIPTION OF ITEMS twfl /11,'//1011 FNr l/t111okJ Base Bid I J.. '{~IJ(J() o.g, Ut'l(dy E tj A f ,hovta,,cJ . Completion within 3 3 0 calendar days after date of Notice to Proceed Add Alternate No. 1 (Ground Water Source Heat Pumps)#/6~ 00<2 ~ Additional calendar days, if needed 0 --- Add Alternate No. 2 (Preformed Metal Roof Panels) IS ,l,,, oar, "..! Additional calendar days, if needed O Add Alternate No. 3 (Energy Management System)-#~ lj <JOO ".! Additional calendar days , if needed 0 Add Alternate No. 4 (Ground Concrete Flooringr#'JD, "00 °.! Additional calendar days, if needed _o __ lndude Unit Pricing as follO'Ns : Item : 18" Pier; additional $ per foot of depth # Jc, ~ Item : 18" Pier, reduction in $ per foot of depth ./IS 0..2. Item : Well Loops and Piping ; additional$ per toot-# IS~ Fire Station No. 27 Addendum No. 2, October l , 2008 I I I I I I I I I I I I I I I I I I I 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 disaiminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). Residency of Offerors: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction , improvements. supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder would be requ ired 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 d isqualify that bidder. Resident bidders must check the box in Section B. A U Non-resident vendors in (give state). our principal place of business, are required to be __ percent lower than resident bidders by state law. I.J Non-resident vendors in (give state). are not required to underbid resident bidders. B. gg Our principal place of business or corporate offices are in the State of Texas. Wthin 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($ NIA ) 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/VVOMENS BUSINESS ENTERPRISE (MMIBE): (For bids in excess of $25 ,000) • I am aware that I must submit information the Director, Transportation and Public Works, concerning the M/V\IBE participation within FIVE BUSINESS DA VS of submittal of this Proposal in order to be considered RESPONSIVE. Respectfully submitted, PRIME CONSTRUCTION COMPANY By: :::~ F ire Station No. 27 Addendum No. 2 , October l , 2008 I I I I I I I I I I I I I JERRY F. MOODY, PRESIDENT Printed Name of Principal Title Address: 8101 VALCASI DRIVE, SUITE 101 Street FORT WORTH, TEXAS 76001 City Zip Phone : 817-572-5550 Fa~ 817-572-6354 Email : jmoody@primeconstructionco.com Receipt is acknowledged of the following addenda: Addendum No. 1 :....JJ.W 3 / O 8 Addendum No . 2:.....!QL91/08 Addendum No . 3: 10 /06/08 Addendum No . 4: __ _ Addendum No . 5: __ Fire Station No. 27 Addendum No. 2, October l , 2008 I I I I I I I I I I I I ' TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE 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: .:...Fo=rt.._W:..:.=orth..::.:.s.,...:..Te=xa=s..,_78=-1=0=2 ________ _ 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 : Governmental 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 tranlsit authority sales and use tax laws and comptroller rules regarding exempt purchases . Liability for the tax will be detennined by the price paid for the taxable items purchaseicl 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 I expressed in this certificate and that upon conviction I may be fined not more than $500 per offense. \l~.,/ \) Pun:haser. ~ Titfe: Purchasing Manager Date : February 1. 2007 Note: This certificate cannot be issued for the purchase, lease or rental of a motor vehicle. THIS CERT/FICA TE DOES NOT REQUIRE A NUMBER TO BE VALID Sales and Use Tax ~Exemption Numbers· or "Tax Exempt" Num~rs do not exist This certificate should be furnished to the supplier. Do not send the completed certificate to the Comptroller of Public Accounts. I I I I I I I I I I I I I I I I I I AC Mechanic AC Mechanic Hel r Acoustical Ceilin Mechanic Brickla r/Stone Mason Bricklayer/Stone Mason Hel r Ca nter Car nter Hel er Concrete Finisher Concrete Form Builder D all Mechanic D all Hel er Drywall Ta er Electrician (Journeyman) Electrician Hel er Electronic Technician Electronic Technician Helper Floor La er Resilient) Floor La er Hel r Glazier Glazier Hel er Insulator Insulator Hel r Laborer Common Laborer Skilled Lather Painter Painter Hel r Pipefitter Plasterer Plasterer Hel r Fire Station No . 27 (April 2009) 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY $21.69 Plumber $12.00 Plumber Hel r $15.24 Reinforcin Steel Setter $19.12 Roofer $10 .10 Roofer Hel $16.23 Sheet Metal Worker $11 .91 Sheet Metal Worker Hel r $13 .12 S rinkler S tern Installer Hel er $14 .62 Steel Worker Structural $10. 91 Concrete Pum Crane, Clamsheel, Backhoe, Derrick, D'Line $13.00 Shovel $9.00 Forklift $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Helper $20.00 $13.00 $18.00 $13.00 $14. 78 $11.25 $10 .27 $13.18 $16.10 $14.83 $8.00 $18.85 $12.83 $17.25 $12.25 ls20.43 $14.90 $10.00 $14.00 $10.00 ls16.96 is12.31 I $9 .00 ~17.43 b o.5o $17. 76 ~12 .63 $10.50 I $16 .06 I $9 .75 I I I I I I I I I I I I I I I I (1) (2) (3) * WEATHER TABLE Month Average Inches Days of of Rain Rainfall January 7 1.80 February 7 2.36 March 7 2 .54 April 8 4 .30 May 8 4 .47 June 6 3 .05 July 5 1.84 August 5 2 .26 September 7 3.15 October 5 2.68 November 6 2.03 December 6 1.82 ANNUALLY 77 32.30 Mean number of days rainfall , 0.01" or more Average normal precipitation, in inches Mean number of days 1.0 inch or more Less than 0 .5 inches Snow/Ice Pellets 1 * * 0 0 0 0 0 0 0 * * 1 : 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 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. Fire Station No. 27 September 2008 I I I I I I I I I I I I I I I I I I City of Fort Worth, Texas Transportation Publlc Worb Department Facllltln Management Group/ArchltKtural Services Division GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION LUMP SUM CONTRACT SECTION A DEFINITIONS, PROCEDURES AND INTERPRETATIONS A-1 CONTRACT DOCUMENTS; By the term Contract Documents is meant all of the written and drawn documents setting forth or affecting the rights of the parties, Including but not necessarily limited to, the Contract, Notice to Bidders, Proposal , Gerjeral Conditions, Special Conditions, Specifications, Plans, Bonds and all Addenda, Amendments signed by all parties, Change Orders, written Interpretations and any written Field Order for a minor change in the Work. I A·2 ENTIRE AGREEMENT; The Contract Documents represent the entire agreement between the Parties, and no priqr or contemporaneous , oral or written agreements, Instruments or negotiations shall be construed as altering the terms and effects of the Contract Documents. After being executed, the Contract Documents can be changed only by a written Amendment signed b I the Contractor and the Owner, or Change Order, or by a written Field Order for a minor change . A-3 WORK: By the term Work is meant all labor, supervision, materials and equipment necessary to be used or incorporated in order to produce the construction required by Contract Documents. I A-4 EXECUTION OF THE CONTRACT DOCUMENTS; The Contract Documents shall be executed in six originals , wi"i' all required attachments, including required bonds and insurance certificates, by the Contractor and the Owner in such form as may be prescribed by law and returned to the Owner within ten business days of notification to Contractor. Failure to execute contracts and provide required enclosures will be grounds for revocation of award and taking of Bid Bond . I A-5 FAMILIARITY WITH PROPOSED WORK: Before filing a Proposal , the bidder shall examine carefully the, plans, specifications, special provisions, and the form of contract to be entered into for the work contemplated. He shall examine the lsite of work and satisfy himself as to the conditions that will be encountered relating to the character, quality and quantity of work to be performed and materials to be furnished . The filing of a bid by the bidder shall be considered evidence that he has complied ~th these requirements and has accepted the site as suitable for the work. I Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated by the plans will not be allowed . I A-6 ONE UNIFIED CONTRACT: Insofar as possible, the Contract Documents will be bound together and executed as a single unified Contract. The intention of the Contract Documents being to provide for all labor, supervision , materials, equipment k nd other items necessary for the proper execution and completion of the Work . Words that have well-recognized technical or trltde meanings are used herein in accordance with such recognized meanings . . I 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. I A-8 INTERPRETATIONS: The Architect will furnish such Interpretations of the Plans and Specifications as may be necessary for the proper execution or progress of the work . Such Interpretations shall be furnished at the instance of the Architect or at the request of the Contractor, or Owner, and will be issued with reasonable promptness and at such times and in accordance with ~ch schedule as may be agreed upon . Such Interpretations shall be consistent with the purposes and intent of the Plans and Specifications and may be effected by Field Order. In the event of any dispute between any of the parties to the Contract and the Architect or each other involving the interpretation of the Contract Documents, the evaluation of work or materials performed or furnished by the Architect Contractor, or any subcontractor or materialsman, or involving any question of fault or liability of any party, the decision of the Owner shall be final and binding. · I In the event of inconsistency in the contract documents, the following sequence for interpretation shall be used in orderi 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 Conditiol,s ; and, Construction Contract. A-9 COPIES OF WORKING DRAWINGS AND SPECIFICATIONS : The Architect will furnish to Contractor free of charge 15 sets of working Drawings and 15 sets of Specifications. Contractor shall pay the cost of reproduction for all other copies of Drawings and Specifications furnished to him . All Drawings, Specifications and copies thereof furnished by the Owner or the Architect are and shall remain the property of l he 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 Fire Station No . 27 (September 2008) Page 1 of26 I I I I I I I I I I I I I I I I I I I A-10 MINORITY AND WOMEN BUSINESS ENTERPRlSE CM/WBE) POLICY : The City cl Fort Worth has goals tor the participation of Minority and Women Business Enterprises (M/WBE) in City contracts . Compliance with the policies deslg"9fl to meet these goals Is mandatory in order to be considered a responsive bidder. The City policy and procedures to be followedl 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. I A-11 CORRELATION AND INTENT: In general , the drawings indicate dimension, locations, positions, quantities, and kinds of construction; the specifications indicate the quality and construction procedures required . Work indicated on the drawings and not specified of vice-versa, shall be furnished as though set forth in both. Work not detailed, marked or specified shall be the same as similar parts that are detailed , marked or specified. If the drawings are in conflict or conflict with the specifications the better qu~llty or greater quantity or work or materials shall be estimated and shall be furnished or included. Dimensions on drawings shall take precedence over small-scale drawings. Drawings showing locations of equipment, piping , ductwork, electrical apparatus, etc., are diagrammatic and job conditions may not allow installation in the exact location shown. Relocation shall not occur without the Architects approval. A-12 ~: In accordance with the policy ("Policy") of the Executive Branch of the federal government, Contractor covenants that neither it nor any of its officers, members, agents, employees, program participants or subcontractors, while engage<!! in performing this contract, shall , in connection with the employment, advancement or discharge of employees or in connection -r.th the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification , retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participan , or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract , a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification , retirement plan or statutory equipment. I Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged fai lure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. J A-13 DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Con tor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provisiorl of services to the general public, nor in the availabillty, terms and/or conditions of employment for applicants for employment with\ or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claim ~ or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this agreement. SECTION B IDENTITY OF ARCHITECT B-1 CONTRACT ADMINISTRATION: Where the term "Architect· is used in the "General Conditions of the Contract for Construction•, it shall refer to the Director, Transportation and Public Works or his designated Building Construction Manager. 1 he Director, Transportation will designate a Project Manager and Building Construction Manager (BCM) to adm inister this contract and perform the functions of the • Architect· as indicated in the General Conditions. The design architect or engineer may also I be designated to perform the duties of "Architect". The term "City" and "Owner" are used interchangeably and refer to the City of Rori Worth as represented by the Director of Transportation and Public Works or his designated representative . B-2 TERMINATION AND SUSPENSION OF WORK: The Owner has the right to terminate the Project for any reason . If he project is terminated, the Contractor shall: a) Stop work under the Contract on the date and to the extent specified on the notice of termination . b) Ptace 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 notice oftennination . After termination as above, the City will pay the Contractor a proportionate part of the contract price based on the work complet ; provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion thereof allocatable to the work not completed and further reduced by the amount of payments, if, any otherwise made. Contractor shall submit its claim for amounts due afler termination as provided in this paragraph within 30 days afler recei pt of such claim . In the event of any dispute or controversy as to the propriety or allowabillty of all or any portion of such claim under this paragra , h, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth , and the decision by the City Council of the City of Fort Worth shall be final and binding upon all parties to this contract. General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) I I I I I I I I I I I I B-3 DUTIES OF THE ARCHJIECT: As used herein , the term Architect means the Architect or his authorized represents ·ve. Nothing contained In these Contract Documents shall create any privily of Contract between the Architect and the Contractor. a... ARCHITECT AS REPRESENTATIVE OF THE OWNER: The Building Construction Manager will provide gen1eral administration of the Contract on behalf of the Owner and will have authority to act as the representative of the Owner to the extent provided in the Contract Documents unless changed In writing by the Owner. The Architect will be available for conferences iimd consultations with the Owner or the Contractor at all reasonable times. I B-5 ACCESS TO JOB SITES: The Architect shall at all times have access to the Work whenever it Is in preparation and progress. The Contractor shall provide facilities for such access so the Architect may perform its assigned functions under the Contract Documents. The Architect will make periodic visits to the Site to familiarize himself with the progress and quality of the work and to determi if the work is proceeding in accordance with the Contract documents. On the basis of on-site observations, the Architect will keep the Owner Informed of the progress of the Work and will endeavor to guard the Owner against defects and deficiencies in the Work of the Contractor. Based upon such observations and the Contractor's applications for payments, the Building Construction Man~ger will make determinations and recommendations concerning the amounts owing to the Contractor and will issue certificatesl for payment amounts. 8-6 INTERPRETATIONS: The Architect will be, in the first instance, the interpreter of the requirements of the Plans and Specifications and the judge of the performance thereunder by the Contractor, subject to the final decision of the Owner. The Architect's decisions in matters relating to artistic effect will be final if consistent with the intent of the Contract Documents. B-7 AUTHORITY TO STOP WORK: The BCM will have authority to reject work that does not conform to the Plans and Specifications. In addition, whenever, in its reasonable opinion , the BCM considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications, the BCM will have authority to require the Contractor to stop 1the Work or any portion thereof, or to requ ire special inspection or testing of the Work whether or not such Work be then fabricated, installed or completed . MISCELLANEOUS DUTIES OF ARCHITECT Shop Drawings. The Architect will review Shop Drawings and Samples . Two copies of each approved Shop Drawing and subm ttal will be provided to the Owner by the Architect. Three copies will be returned to the Contractor. Change Orders. Change Orders and Field Orders for Minor Changes in the Work will be issued by the Owner Guarantees. The Owner will receive all written guarantees and related documents required of the Contractor. Upon completion of the project the Contractor shall provide the Owner five copies of each guarantee. I Inspections The Owner will conduct inspections for the purpose of determining and making his recommendations concerning the dates of substantial completion and final completion . The Architect will conduct the final acceptance inspection and issue the Certificate of Completion . I 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. I B-9 TERMINATION OF THE ARCHITECT: In case of the termination of the employment of the Architect by the Owner, the Owner shall either assume the duties of the Architect through the Director of the Department of Transportation and Public WorksJ or shall appoint a successor Architect against whom the Contractor makes no reasonable objection . SECTION C OWNER C-1 lDENTIFlCATION: By the term Owner is meant the City of Fort Worth acting herein by its duly authorized representatives in the manner provided by law. Authorized representatives include the City Manager, Assistant City Manager, the Director and of Transportation and Public Works Department and members of the Facilities Management Division . Generally speaking a designated representative will be a Building Construction Manager identified from within the Facilities Management Group to actl as a point of contact for day-to-day contract administration. C-2 DUTlES OF THE OWNER: The Owner shall furnish surveys describing the physical characteristics , legal limits and utility locations for the site of the Work; provided, however, that the Contractor hereby covenants that he has inspected the premises Jnd familiarized himself therewith and that the locations of utilities and other obstacles to the prosecution of the Work as shown on the Owner's survey are for information only, are not binding upon the Owner, and the Owner shall not incur any liability for los~ or damage by virtue of any inaccuracies or deficiencies in such surveys. The Owner shall secure and pay for title to the site and all necessary permanent or construction easements. The Owner will cooperate with the Contractor i n the prosecution of the Wo · in such manner and to such extent as may be reasonable and shall furnish information under its control with reasonable promptnesS at the request of the Contractor. General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) I I I I I I I I ! I I I I I I I C-3 INSTRUCTIONS: The Owner shall issue all instructions to the Contractor through the BCM . C-4 ACCESS TO JOB §ITE: The Owner shall at all times have access to the Work whenever it is In preparation and progress. The Contractor shall provide facilities for such access so the Owner may perform its assigned functions under the Contract Documents. C-5 PROGRESS INSPECTIONS: The Owner will make visits to the Site to familiarize themselves with the progress and quality of the Work and to determine if the work is proceeding in accordance with the Contract documents. On the basis of onJsite observations and reports concerning the progress and quality of the work, the Owner will approve and authorize the Contractor's applications for payments. I C-6 AUTHOBfIY TO STOP WORK : The Owner win 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 pr<Sper realization of the intent of the Plans and Specifications, the Owner will have authority to require the Contractor to stop the wor1f or any portion thereof, or to require the Contractor to stop the Work or any portion thereof, or to require special inspection or testing of the Work whether or not such Work be then fabricated, installed or completed . C-7 SUBSTANTIAL COMPLETION INSPECTION: Upon agreement of the Contractor and Architect that the Wo is substantially complete, the Owner will schedule a Substantial Completi on Inspection to be conducted by the Architect and attended by representatives of the Architect, Owner and Contractor. Items identified during this inspection as being i ncomplete, defectiv~ 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. I 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 Contra 'tor involving transactions relating to this contract . Contractor further agrees to include in all his subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall , until the expiration of three years after final payment under the subcontract, have access to and the right to examine ~ny directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract. The t~rm "subcontract" as used herein includes purchase orders. I Contractor agrees to photocopy such documents as may be requested by the city. The city agrees to reimburse Contractor for the costs of copies at the rate published in the Texas Administrative Code. SECTION D CONTRACTOR D-1 IDENTIFICATION: The Contractor is the person or organization identified as such in the Contract. The term Contractor means the Contractor or h is authorized representative. I D-2 INDEPENDENT CONTRACTOR: Contractor shall perform all work and services hereunder as an independent contractor, not as agent, or employee of the City. Contractor shall have exclusive control of and the exclusive right to control ~e details of the Work and services performed hereunder, and all persons performing same, and Contractor shall be solely responsible for the acts of its officers, agents, and employees. Nothing herein shall be construed as creating a partnership or joint enterpri!.e between City and the Contractor, its officers, agents and employees, and the doctrine of respondeat superior shall not apply. I D-3 SUBLETTING : It is further agreed that the performance of th is Contract, either in whole or in part, shall not be sublet or assigned to anyone else by sa id Contractor without the written consent of the Director of Transportati on and Public Works of the City of Fort Worth. D-4 REVIEW OF CONTRACT DOCUMENTS: The Contractor shall carefully study and compare the Agreement, Conditio 1 s of the <?<>ntra~, Drawings, S~cations, Add~nda and modifications and shall at once report !o the Owne~ and to the_ Architect a ~y error, inconsistency or om1ss1on he may discover. The Contractor shall do no work without Drawings, Specifications and Interpretations. I D-5 SUPERVISION : The Contractor shall supervise and direct the Work, using his best skill and attention . He shall be solely responsible for all construction means, methods, safety, techniques, sequences and procedures and for coordinating all portions bf the Work under the Contract Documents. I 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 a ri d services necessary for the proper execution and completion of the Work. I The su~ssful low bidder will use its reasonable best efforts to hire local laborers, workmen and materialmen. The general condition is not to be constructed as limiting the right of any bidder to employee laborers, workmen or materialmen from outsi e local area. General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) I I I I I I I I I I I I The Contractor shall at all times enforce strict discipline and good order among his employees, and shall not employ on the Work any unfit person or anyone not skllled In the task assigned to him. D-7 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATE Duty to pay PreyaUing Wage Rates . The Contractor shall comply with all requirements of Chapter 2258, Texas Government C'19 (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 VIOiation . A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker Is paid less than the prevailing wage rates stipulated In these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31"' day after the date the City receives the information, as to whether good cause exists to belie le that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid a d wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker d not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragrap h (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date t~at 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 th arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent Jurisdiction. Records to be Maintained . The Contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the Work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall l>F open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates . With each partial payment estimate or payroll period , whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The Contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor 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 th is 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 conformi ng to these standards may be considered defective. If requited by the Architect or the Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials Jnd :~i==~ty provided in this Section shall be in addition to and not in limitation of any other warranty or remedy provided by laj or the Contract Documents. I D-9 TAXES: The Contractor is exempt from State Sales Tax on material incorporated into the fin ished construction, Excise ~~~ I 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. I The Contractor shall give all Notices and comply with all Laws, Ordinances, Rules, Regulations and Orders of any public authopty bearing on the performance of the Work. If the Contractor observes or becomes aware that any of the Contract Documents are at variance therewith in any respect, he shall promptly notify the Architect Owner in writing and any necessary changes will be madJ. If the Contractor performs any Work knowing that it is in violation of, or contrary to, any of such Laws , Statutes, Charter, Ordinan~s. Orders or Directives, or Regulations without furnishing Notice to the Owner, the Contractor will assume full responsibility theref~re and bear all costs attributable thereto. I General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) I I I I I I I I I I I I I I 0-11 CASH ALLOWANCES: The Contractor Bhan include In the Contract Sum all allowances stated in the Con t Documents. These allowances shall cover the net cost of the materials and equipment delivered and unloaded at the site , and all applicable taxes. The Contractor's handling costs on the site, labor, installation costs , overhead, profit and other expe~ses contemplated for the original aHowance shall be included In the Contractor Sum and not in the allowance. The Contractor $hall cause the Work covered by these allowances to be performed for such amounts and by such persons as the Owner may direct but he will not be required to employ persons against whom he makes a reasonable objedlon. If the cost, when determined, is ~ore than or less than the allowance, the Contract Sum shall be adjusted accordingly by Change Order which will include additi~I handling costs on the site, labor, installation costs, field overhead , profit and other direct expenses resulting to the Contractor r any increase over the original allowance. D-12 SUPERINTENDENT: The Contractor shall employ a competent superintendent and necessary assistants who shall bel In attendance at the Project site during the progress of the Work. The superintendent shall be satisfactory to the Contractor and the Owner. The superintendent shall represent the Contractor and all communications given to the superintendent shall be binding as if given to the Contractor. Important communications will be confirmed in writing . Other communications will be so confirme<il on written request in each case . D-13 RESPONSIBILITIES FOR EMPLOYEES AND SUB-CONTRACTORS: The Contractor shall be responsible to the °'4"er for the acts and omissions of all his employees and all Sub-contractors, their agents and employees, and all other persons performing any of the Work under a contract with the Contractor. I 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 , Specificatibns and Contract Documents, then the Owner shall have the right to either demand the surety to take over the Work and complete ~me In accordance with the Contract Documents or to take charge of and complete the Work in such a manner as It may deem proper, and if, In the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety · shall pay said City on demand in writing , setting forth *nd specifying an itemized statement of the total cost thereof, said excess cost. I D-15 PROGRESS SCHEDULE: The Contractor, immediately after being awarded the contract, shall prepare and submit for the Architect's approval, an estimated progress schedule for the Work. The progress schedule shall be related to the entire Project. This schedule shall indicate the dates for the starting and completion of the various states of construction and shall be revisedj as required by the conditions of the Work, subject to the Architect's approval. It shall also indicate the dates for submission 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 Contract r's monthly progress payment requests . D-16 DRAWINGS AND SPECIFICATIONS AT THE SITE: The Contractor shall maintain at the site for the Owner one cop}I of all Drawings, Specifications, Addenda , approved Shop Drawings, Change Orders, and other Changes and Amendments in g~ order and marked to record all changes made during construction . These shall also be available to the Architect. The Drawings, marked to record all changes made during construction , shall be delivered to the Owner upon completion of the Work. The Architect will prepare, and provide to the Owner, one complete set of reproducible record drawings of the Work. I D-17 SHOP DRAWINGS AND SAMPLES: Shop Drawings are drawings, diagrams, illustrations, schedules, performance charts , brochures and other data which are prepared by the Contractor or any Subcontractor, manufacturer, supplier or distributbr, and wh ich illustrate some portion of the Work. I Samples are physical examples furnished by the Contractor to illustrate materials, equipment or workmanship, and to establish standards by which the Work will be judged . I The Contractor shall review, stamp with his approval and submit, with reasonable promptness and in orderly sequence so as to cause no delay in the Work or in the work of any other contractor, normally within the first 90 days of the work, six copies of all shop Drawings and Samples required by the Contract Documents or subsequently by the Architect as covered by changes or amendments. Shop Drawings and Samples shall be property identified as specified , or as the Architect may require . At the time of submission the Contractor shall inform the Architect in writing of any deviation in the Shop Drawings or Samples from e requirements of the Contract Documents. I 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 a ~d 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 . I 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 Archit1 \ approval of a separate item shall not indicate approval of an assembly in which the item functions . The Contractor shall make any corrections required by the Architect and shall resubmit the required number of corrected copies of Shop Drawings or new Samples until approved . The Contractor shall direct specific attention in writing or on resubmitted Sh6p Drawings to revisions other than the corrections requested by the Architect on previous submissions . General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) I I I I I I I I I I I I I I I I I I The Architect's approval of Shop Drawings or Samples shall not relieve the Contractor of responsibility for any deviation from the requirements of the Contract Documents unless the Contractor has informed the Architect in writing of such deviation at the time of submission and the Architect has given written approval to the specific deviation . Architect's approval shall not relieve the Contractor from responsibility for errors or omissions in the Shop Drawings or Samples. No portion of the Work requiring a Shop Drawing or Sample submission shall be commenced until the Architect has approved the submittal. All such portions of the Work shall be in accordance with approved Shop Drawings and Samples. 0-18 SITE USE: The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with any materials or equipment. Until acceptance of the ork by the City Council of the City of Fort Worth, the entire site of the Work shall be under the exclusive control, care and responsi~lity of the Contractor. Contractor shall take every precaution against injury or damage to persons or property by the action of the elements or from any other cause whatsoever. The Contractor shall rebuild, repair, restore and make good at his own expenses all injuries or damages to any portions of the Work occasioned by any of the above, caused before acceptance. D-19 CUTTING AND PATCHING OF WORK : The Contractor shall do all cutting , fitting or patching of his Work that ay required to make its several parts flt together property, and shall not endanger any Work by cutting, excavating or otherwise alte ·ng the Work or any part of it. D-20 CLEAN UP: The Contractor at all times shall keep the premises free from accumulation of waste materials or rubbish At the completion of the Work he shall remove all his waste materials and rubbish from and about the Project as well as all his tools, construction equipment, machinery and surplus materials, and shall clean all glass surfaces and leave the Work "Broom-clean" o~ its equivalent, except at otherwise specified. In addition to removal of rubbish and leaving the buildings "broom-clean", Contractor shall clean all glass, replace any broken glass, remove stains, spots, marks and dirt from decorated work, clean hardware, remove 11 int 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 BC . D-22 CONTRACTOR REQUIREMENTS ON FEDERALLY FUNDED PROJECTS: Contractor shall observe and comply 1 th the requirements of the City of Fort Worth Fiscal Department, Intergovernmental Affairs and Grants Management as outlined in the Supplemental Conditions contained in the Project Manual SECTION E SUBCONTRACTORS E-1 DEFINITION: A Subcontractor is a person or organization that has a 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 ~nd masculine in gender and means a Subcontractor or his authorized representative . I Nothing contained in the Contract, Documents shall create any contractual relation between the Owner and the Architect and any subcontractor or any of his sub-subcontractors or materialmen . E-2 AWARD OF SUBCONTRACTS: The bidder shall furnish a list of the names of the subcontractors or other person or organizations (including those who are to furnish materials or equipment fabricated to a special design) proposed for such porti6ns of the Work as may be designated in the bidding requirements, or if none is so designated in the bidding requirements, the name$ of the Subcontractors proposed for the principal portions of the Work. Prior to the award of the Contract, the Architect shall notify the successful bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any personl or organization on such list. Failure of the Owner and Architect to make an objection to any person or organization on the list prioil to the award of this Contract shall not constitute acceptance of such person or organization . If, prior to the award of the Contract, the Owner or Architect has an objective to any person or organization on such list, and refuses to accept such person or organization, the apparent low bidder may, prior to the award , withdraw his bid without forfeiture of bid security. If such bidder submits an acceptable substitute, the Owner may, at its discretion, accept the bid or he may disqualify the bid . If, after the award, the Owner or Architect objects in writing to any person or organization on such list, the Contractor shall provide an acceptable substitute. I The Contractor shall not make any substitution for any Subcontractor or person or organization that has been accepted by the Owner and the Architect, unless the substitution is also acceptable to the Owner and the Architect. I E-3 TERMS OF SUBCONTRACTS: Ali 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 S I b- subcontractors) which shall contain provisions that: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; 2 . Require that such Work be performed in accordance with the requirements of the Contract Documents; General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) I I I I I I I I I I I I I I I I I I 3 . 4 . 5 . Require submission to the Contractor of applications for payment under each subcontract to which the Contractor Is a pa , , in reasonable time to enable the Contractor to apply for payment; I Require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the Work shall be submitted to the Contractor (via any Subcontractor or Sub-subcontractor where appropriat~) in the manner provided in the Contract Documents for like claims by the Contractor upon the Owner; I Waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by; the property insurance, except such rights, If any, as they may have to proceeds of such insurance held by the Owner, and, 6. Obligate each Subcontractor specifically to consent to the provisions of this Section All of the provisions set out In this section shall be deemed to have been included in every subcontract, and every subcontract shall be so construed and applied as to the Owner and the Architect, whether or not such provisions are physically included in the $ub- contract. E-4 MINORITY AND WOMEN BUSINESS ENTERPRISE fM/WBEl: 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 enterprises (M/WBE) in City contracts. Ordinance No 15530 is incorporated in these General Conditions by reference . A copy of the Ordinance may be obtained from the Office of the C ity Secretary. Failure to coml ply with the Ordinance shall be a material breach of contract. Prior to Award : The MmBE 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/WBE Ordinance, or to demonstrate a "good faith effort", shall result In a bid being considered non-responsive . I During Construction : Contractor shall provide copies of subcontracts or cos igned 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 MmBE Office and the Construction Manager. Contractor must provide the City with cornJ>lete and accurate information regarding actual work performed by an M/WBE on the contract and proof of payment thereof. Contracior further agrees to permit an audit and/or examination of any books, records or files in ifs possession that will substantiate the a~ual work performed by an MmBE. The misrepresentati on of facts and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal , state, or local laws or ordinances relating to lse statement. An offeror who intentionally and/or knowingly misrepresents material facts shall be determined to be an irresponslble offeror and barred from participating in City work for a period of time of not less than three (3) years. The failure of an offero~ to comply with this ordinance where such non-compliance constitutes a material breach of contract as stated herein , may result in the offeror being determined to be an irresponsible offeror and barred from participating in City work for a period of time of not less than one (1) year. The Contractor may count toward the goal any tier of MWBE subcontractors and/or suppliers. The Contractor may count towa its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in ttie 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. I Change Orders: Whenever a change order affects the work of an MmBE 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 MmBE 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. 2 . 3 . 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 documentation for rev iew and approval by the MWBE Office . I 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 C ity before subcontracts for work and/or supplies are awarded and shall be required to comply with subsections 12 .3 and 12.4 of the OOrdinance , exclusive of the time requ irements stated in such subsections. The Contractor shall submit to the MmBE Office for approval an MmBE 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 : 1 . ~ MmBE's failure to provide Workers' Compensation Insurance evidence as required by state law; or 2 . An M/WBE's-failure to provide evidence of general liability or other insurancee under the same or similar terms as contained in the Contract Documents with limits of coverage no greater than the lower of 1) ~. 1m11, """'""'of.,. eootracio, by !he City ; "2) !he nm1ts ~"""""" • ~• "°""""""' "'"'"" "'"'°""""'"•I~ General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) I I I I I I I I I I I I agreements used on other projects d similar size and scope and within the Contractor's normal business practice with non- M/WBE subcontractor's/subconsultant's or suppliers; or 3. An 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 business, unless such failure is due to: 4 . a) b) c) A change in the amount of the previously agreed to bid or scope of work; or The contract presented provides for payment once a month or longer and the Contractor is receiving payment from the City twice a month ; or I Any !imitation being placed on the ability d the M/WBE to report violations of the Ordinance or any other ordinance or violations of any state or federal law or other improprieties to the City or to proJide 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. 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 documentation of compliance with (a) and (b) above. 5 . Any reason found to be acceptable by the M/WBE Office in its sole discretion . Wrthin ten days after final payment from the City the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier, including non-M/WBEs, used on the project. I E-5 PAYMENTS TO SUBCONTRACTORS: The Contractor shall pay each Subcontractor, upon receipt of payment from ~he Owner, an amount equal to the percentage of completion allowed to the Contractor on account of such Subcontractor's Work. lilhe Contractor shall also require each Subcontractor to make similar payments to his subcontractors. If the Owner refuses to issue a Certificate for Payment for any cause which is the fault of the Contractor and not the fault of a particular subcontractor, the Contractor shall pay that Subcontractor on demand , made at any time after the Certificate for Payment would otherwise have been issued, for his Work to the extent completed, less the retained percentage. I The Contractor shall pay each Subcontractor a just share of any insurance monies received by the Contractor, and he shall require each Subcontractor to make similar payments to his Subcontractors. The Owner may, on request and at its discretion, furnish to any Subcontractor, if practicable , information regarding percentages of completion certified to the Contractor on account of Work done by such Subcontractors. Neither the Owner nor the Architect shall have any obligation to pay or to see to the payment of any monies to any Subcontractor. E-6 SUBCONTRACTOR REQUIREMENTS FOR EDA FUNDED PROJECTS: The Contractor will cause appropri~te provisions to be inserted in all subcontracts to bind subcontractors to FDA contract requirements as contai ned herein and to 15 CltR 24 or 0MB Circular A-110, as appropriate. Each subcontractor must agree to comply with all applicable Federal, State, and local requirements in addition to those set forth in this section . No subcontractor will be employed on this Project, except as specifically approved by the City, who is contained in the listing of contractors debarred , ineligible, suspended or indebted to the United States from contractual dealings with Federal govemm~nt departments. The wc;>rk performed by any such contractor or subcontractor will be ineligible for reimbursement wholly or partially ~~~~ I All subcontracts in excess of $10,000 shall include, or incorporate by reference , the equal opportunity clause of Executive Order 11246. All subcontracts must contain a nondiscrimination clause. Each subcontract must contain a requirement for compliance with the Davis-Bacon and related acts. Each subcontractor must submit vveekly each weekly payroll record and a weekly statement of compliance. These documents will be submitted to the prime contractor who will compile them and submit to the City. The subcontractor can satisfy this requirement tly submitting a properly executed Department of Labor Form WH-347. General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) I I I I I I I I I I I Each subcontract with every subcontractor must contain a clause committing the subcontractor to employment of local laborJto the maximum extent possible. All subcontractors who employ more than 50 employees, and is a prime or first tier subcontractor, and has a subcont , or purchase order of $50,000 or more must submit a completed Standard Form 100 (Compliance Report) by March 30 of each yea r.I Subcontractors performing work In areas covered by published goals for minorities will be required to report monthly on Form 0:C- 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 ekh case shall be the contractor who signs each separate contract. I F-2 MUTUAL RESPONSIBILITY OF CONTRACTORS: The Contractor shall afford other contractors reasonable oppor1ur ity for the i ntroduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate his work with theirs. I If any part of the Contractor's Work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Owner any apparent discrepancies or defects in such work that rendef it unsuitable for such proper execution and results . Failure of the Contractor to inspect and report shall constiMe an acceptance of the other contractor's work as fit and proper to receive his Work, except as to defects which may develop in the other separi!te contractor's work after the execution of the Contractor's Work. I Should the Contractor cause damage to the work or property of any separate contractor on the site, the Contractor shall , upon 1ue notice, settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the Owner on account of any damage alleged to have been so sustained , the Owner shall notify the Contractor who shall defend against such suit at the Contractor's expense, and if any judgment against the Owner arises therefrom , the Contractor shall pay or satisfy such judgmbnt and shall reimburse the Owner for all attorney's fees, court costs and expenses which the Owner has incurred in connection ~th ~~ . I F-3 CUTTING AND PATCHING UNDER SEPARATE CONTRACTS: The Contractor shall do all cutting , fitting or patching of his Work that may be required to fit it to receive or be received by the work of other contractors shown in the Contract Documents. The Contractor shall not endanger any work or any other contractors by cutting, excavating or otherwise altering any work and 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"" OWNER'S RIGHT TO CLEAN UP: If a dispute arises between the separate contractors as to their responsibility for cleaning up, the Owner may clean up and charge the cost thereof to the several contractors as the Director of the Department of Transportation and Public Works shall determine to be just. SECTION G MISCELLANEOUS PROVISIONS G-1 CONFLICT OF LAWS: The law of the place where the site is located shall govern the Contract. The Contractor must familiarize himself and strictly comply with all Federal, State, and County and City Laws, Statutes, Charter, Ordinances, Regulatiohs, or Directives controlling the action or operation of those engaged upon the work affecting the materials used. He shall indemnify Jnd save harmless the City and all of its officers and agents against any claim or liability arising from or based on the violation of Jny such Laws, Statutes, Charter, Ordinances, Regulations, or Directives, whether by himself, his employees, agents or subcontractor. G-2 GOVERNING LAWS: It is mutually agreed and understood that this agreement is made and entered into by the partr,:s hereto with reference to the existing Charter and Ordinances of the C ity of Fort Worth and the laws of the State of Texas with reference to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of 1 he same. G-3 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In performing their duties under the Statutes of the State of Texas ~nd the Charter and Ordinances of the City of Fort Worth in connection with this Contract, or in exercising any of the powers granted the Owner herei n , the officers, agents and employees of the City of Fort Worth are engaged in the performance of a governmerjtal function and shall not incur any personal liability by virtue of such performance hereunder, except for gross negligence or willful wrong. I G"" COMPUANCE WITH LAWS . Contractor agrees IQ comply with all laws, Federal, state and local, including all ordinances, rules and regulations of the City of Fort Worth, Texas. Materials incorporated into the finished Project are not subject to State Sales Tax. General Conditions for Facil ity Construction Lump Sum Contract Fire Station No. 27 (September 2008) I I I I I I I I The Owner is responsible for obtaining the Building Permit. The Contractor and the appropriate subcontractor are responsibl' for obtaining all other construction permits from the governing agencies. Contractor shall schedule all code inspections with the qooe Inspection Division in accordance with the permit requirements and submit a copy of updated schedule to the Construction Manager weekly. Building , plumbing , electrical and mechanical building permits are issued without charge. Water and sewer tap , im~ & access fees will be paid by the City. Any other permit fees are the responsibility of the Contractor. I G-5 INDEMNIFICATION: Contractor covenants and agrees to indemnify City's engineer and architect, and their person"t at the project site for Contractor's sole negligence . In addition , Contractor covenants and agrees to indemnify, hold harmless and defend, at Its own expense, the Owner, Its officers, servants and employees, from and against any and all daims or suit~ for property loss, property damage, personal injury, induding death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, Its officers, agents, employees, subcontractors, licensees or invitees, rrhfthtc or not IDY 1.fiCb lnlury. d,a,'°' or dNtb fs cwffd, In wholf or 1n e,rt, by 0• o,alfa,nc, or •llfOfd a,affQfQCI qi Qwnr, 1ts offlctrs, ff!Y111(s. or ,rnploms, Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and ag~inst any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, wh,Chtc or not any such lnlury or damp I§ caused fn whole or In efl1 by the neqlla,nce or 111/eqfd n,allaenc, of Qwne,;. Its officers. lf!Vlats or ,rnplom,. I hi the event Owner receives a written claim for damages against the Contractor or Its subcontractors prior to final payment, ~-~al payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled anator a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the cil:i im has been referred to the insurance carrier. I 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. I 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 Cont~~ or his rights or duties hereunder without the prior written consent of the Owner. Any such purported assignment or subletting witnout the prior written consent of Owner shall be void . I G-7 WRITTEN NOTICE: Written Notice shall be deemed to have been duly served if delivered in person to the individual or member of the firm or to an officer of the corporation for whom It was intended , or if delivered at or sent by registered or certified mail to the last business address known to him who gives the notice. I G-8 SURETY BONDS: Surety Bonds are required on all City contracts in excess of $25,000. The Contractor agrees, on ,the submittal of his Proposal to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnish~ in the prosecution of the Work, such bonds being as provided and required in Article 5160 of the Revised Civil StaMes of Texa~1_ as amended, in the form included in the Contract Documents, and such bonds shall be 100 percent of the total contract price , and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the (C ity Council of the City of Fort Worth . I Bonds shall be made on the forms furnished by or otherwise acceptable to the City. Each bond shall be property executed by tjoth the Contractor and the Surety Company. Bonds required by the City shall be in compliance with all relevant local, state and federal statutes. I To be an acceptable surety on the bond the name of the surety should be included on the current U .S . Treasury List of Acceptable Securities [Ci rcular 570], and must be authorized to do business in Texas. Sureties not listed in Circular 570 may write performa~ce and payment bonds on a project without reinsurance to the limit of 1 O percent of Its capital and surplus. Such a surety must reinsure any obligation over 10 percent. The amount in excess of 10 percent must be reinsured by re i nsurers who are duly authoriz 1 bd . accredited , or trusteed to do business in the State of Texas. · Should any surety for the contracted project be determined unsatisfactory at any time during same, the Contractor shall immedia ely 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 Wo in accordance with the Contract Documents or fails to perform any provision of the Contract, the Owner may, without prejud ice to any other remedy he may have, enter the site and make good such deficiencies. In such case an appropriate Change Order shall J be issued deducting from the payments then or thereafter due the Contractor the cost of correcting such deficiencies, including the cpst of the Architect's additional services made necessary by such default, neglect or failure . If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contract shall pay the difference to the Owner. G-10 ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees . He shall defend all su its or clai s for infringement of any patent rights and shall save the Owner harmless from loss on account thereof and shall be responsible fo~ all -"'" .... apart;~,-'"""·,=~ ... prodoct ofo """"''" mamAac1u™ o, =""""""' ,, sp,clfiod ; "°""""· ·r General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) I I I I I I I I I I I I I I I I I Contractor has reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to Owner. I G-11 llll§: If the Contract Documents, Laws, Ordinances, Rules, Regulations or Orders of any public authority har ing jurisdiction require any Work to be inspected , tested or approved, the Contractor shall give the Owner timely notice of its readiness and the date arranged so the Architect may observe such inspection , testing or approval. The Owner shall bear all costs of ~ch inspection, tests and approvals unless otherwise provided . d If after the commencement of the Work, the Owner determines that any wort 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 in ·on, testing or approval , and the Contractor shall give notice as required In the preceding paragraph . If such special inspection or te~tlng reveals a failure ex the Work to comply ( 1) with the requirements of the Contract Documents or (2) with respect to the performance of the Work, with Laws, StaMes, Charter, Ordinances , Regulations or Orders of any public authority having jurisdiction, the Contractor shall bear all costs thereof, including the Architect's additional services made necessary by such costs; otherwise the Owner shall bear such costs, and an appropriate Change Order shall be issued. The Contractor shall secure certificate of inspection, testing or approval , and three copies will be promptly delivered by him to the Owner. The Architect will review the certificates and forward one copy of each with his recommendation(s) to the Owner. If the Owner wishes to observe the inspections, tests or approvals required by this Section, they will do so promptly and, ere practicable. at the source of supply. I Neither the observations of the Architect or the Owner in their administration of the Construction Contract, nor inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the Work in accord~nce with the Contract Documents. I G-12 INTERRUPTION OF EXISTING UTILITIES SERVICES: The Contractor shall perform the Work under this Contract with a minimum of outage time for all utilities. interruption shall be by approved sections of the utility. In some cases, the Contractor /n ay be required to perform the Work while the existing utility is in service. The existing utility service may be interrupted only '4'en approved by the Owner. When it is necessary to interrupt the existing utilities, the Contractor shall notify the Owner in writing at 1,ast ten days in advance of the time that he desires the existing service to be interrupted . The interruption time shall be kept ,o a minimum . Depending upon the activities at an existing facility that requires continuous service from the existing utility , an interrup 1 tion may not be subject to schedule at the time desired by the Contractor. In such cases, the interruption may have to be scheduled pt a time of minimum requirements of demand for the utility. The amount of time requested by the Contractor of existing utility serv·ces shall be as approved by the Owner. G-1l 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 ..+ark affected is performed . Failure to make such notification shall place responsibility upon Contractor to carry out work in satisfa ory workmanlike manner at the Contractor's sole expense. The Contractor shall be held responsible for the location and elevation of all the construction contemplated by the Construction Documents. I Prior to commencing work, the Contractor shall carefully compare and check all Architectural , Structural , Mechanical an Elect~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 I rk made necessary by failure or neglect on his part to comply with th is function shall be done at the Contractor's sole expense. G-14 MEASUREMENTS: Before ordering any material or doing any work, the Contractor shall verify all measurements at the site or at the building and shall be wholly responsible for the correctness of same. No extra charge or compensation will be allowed on account of any difference between actual dimensions and dimensions indicated on the drawings. Any difference that ma~ 1 1 be found shall be submitted to the Architect for consideration and adjustment before proceeding with the project. G-15 EXISTING OVERHEAD OR UNDERGROUND WORK: The Contractor shall carefully check the site where the project is to be erected and observe any existing overhead wires and equipment. Any such work shall be moved, replaced or protected ) as required , whether or not shown or specified at the Contractor's sole expense . I Attention is directed to the possible existence of pipe and other underground improvements that may or may not be shown on the Drawings. All reasonable precautions shall be taken to preserve and protect any such improvements whether or not shown on lthe Drawings. Location of existing underground lines, shown the Drawings are based on the best available sources, but are to be regarded as approximate only. Exercise extreme care in locating and identifying these lines before excavation in adjacent areas. G-16 ALIGNMENT OF JOINTS IN FINISH MATERIALS: It shall be the responsibility of the Contractor to make certain in the installation of jointed floor, wall and ceiling materials that: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be perfo ed under the subcontract so that the subcontracting thereof will not prejudice such rights; General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) ' I I I I I I I I I I I I I I I I . I I 2 . Place joints to relate to all opening and breaks In the structure and be symmetrically placed wherever possible. This ind es heating registers, light fixtures, equipment, etc. I If because of the non-related sizes of the various materials and locations of openings, etc., ii is not possible to accomplis~ the above, the Contractor shall request the Architect to determine the most satisfactory arrangement. The Contractor shall establish centerlines for all trades . I 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 invnediate vicinity of the new work and shall not in any interfere with or obstru the ingress or egress to and from existing adjacent facilities. I Where new site work is to be connected to existing work , special care shall be exercised by the Contractor not to disturb or damage the existing work more than necessary. All damaged work shall be replaced, repaired and restored to its original condition at no bost to the Owner. I G-18 HAZARDOUS MATERIAL CERTIFICATION: It is the intent of the contract documents, whether expressly stated or not, that nothing containing hazardous materials, such as asbestos, shall be incorporated in to the project. The Contractor shall exercj ise every reasonable precaution to ensure that asbestos-containing materials are not incorporated Into any portion of the pro eel, 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, ii sha I be brought to the Architect's attention immediately and the relocation determined in a joint conference. The Contractor will be ~eld responsible for the relocating of any items without first obtaining the Architect's approval. He shall remove and relocate such items at his own expense if so directed by the Architect. Where possible, uniform margins are to be maintained between parallel lines and/or adjacent wall , floor or ceiling surfaces. I 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. I G-21 MANUFACTURER'S INSTRUCTIONS: Where ii is required in the Specifications that materials, products, proce5jl8S, equipment, or the like be installed or applied in accordance with manufacturer's instructions, direction or specifications, or wordis to this effect, ii shall be construed to mean that said application or installation shall be in strict accordance with printed instructions furnished by the manufacturer of the material concerned for use under conditions similar or those at the job site. Six copies of ~uch instructions shall be furnished to the Architect and his approval thereof obtained before work is begun . I G-22 CLEANING UP: The Contractor shall keep the premises free from accumulation of waste material or rubbish caused by employees or as a result of the Work. I At completion of work, the General Contractor shall, immediately prior to final inspection of complete building, execute the following final cleaning work with trained janitorial personnel and with material methods recommended by the manufactures of installed materials. 1. Sweep and buff resilient floors and base, and vacuum carpeting. 2 . Dust all metal and wood trim and similar finished materials. 3 . Clean all cabinets and casework. 4 . 5 . 6 . 7 . 8 . 9. Dust all ceilings and walls . Dust, and if necessary wash, all plumbing and electrical fixtures . Wash all glass and similar non-resilient materials. All hardware and other unpainted metals shall be cleaned and polished and all equipment and paint or decorated work shal be cleaned and touched-up if necessary, and all temporary labels, tags, and paper coverings removed throughout the buildings. Surfaces ~at are wax~-shall be polished . . . I The extenor of the building, the grounds, approaches, equipment, Stdewalks, streets, etc. shall be cleaned Stmilar to interior of buildings and left in good order at the time of final acceptance. All paint surfaces shall be clean and unbroken , hardware s~all be dean and polished, all required repair work shall be completed and dirt areas shall be scraped and cleared of weed growth . Clean all glass surfaces and mirrors of putty, paint materials, etc., without scratching or injuring the glass and leave the j,rk bright, clean and polished. Cost of this cleaning work shall be borne by Contractor . General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) I I I I I I I I I I I I I I I I I I 10. Cleaning, polishing, scaling, waxing and aft other finish operations indicated on the Drawings or required in the Specifications shall be taken to indicate the required condition at the time of acceptance of all work under the Contract. 11 . Burning: Burning of rubbish on the premises will not be permitted. G-23 DUST CONTROL: Precaution shaH be exercised at all times to control dust created as a result of any operations di-Iring the construction period. If serious problems or complaints arise due to air-borne dust, or when directed by the Architect, operations causing such problems shall be temporarily discontinued and necessary steps taken to control the dust. G-24 FIRE PROTECTION: The Contractor shall at all times maintain good housekeeping practices to reduce the risk o fire damage or injury to workmen . All scrap materials, rubbish and trash shall be removed dally from in and about the building and shall not be permitted to be scattered on adjacent property. I Suitable storage space shall be provided outside the immediate building area for storing flammable materials and paints ; no storage will be permitted in the building . Excess flammable liquids being used inside the building shall be kept in closed metal container ~nd removed from the building during unused periods. I A fire extinguisher shall be available at each location where cutting or welding is being performed . Where electric or gas welding or cutting work is done, interposed shields of incombustible material shall be used to protect against fire damage due to sparks and hot metal. When temporary heating devices are used, a watchman shall be present to cover periods when other workmen are not on the premises. The Contractor shall provide fire extinguishers in accordance with the recommendations and NFPA Bulletins Nos. 10 and 41 . However, in all cases a minimum of two fire extinguishers shall be available for each floor of construction . G-25 CUTTING AND PATCHING: Wherever cutting and removal of portions of the existing work is indicated , such works II be neatly sawed or cut by Contractor in a manner that will produce a neat straight line , parallel to adjacent surfaces or plumb for vertical surfaces. Care should be exercised not to damage any work that is to remain . At no time shall any structural members be cut without written consent from the Architect. G-26 PROJECT CLOSEOUT Final Inspection. Record Drawings: Attention is called to General Conditions Section entitled, ·substantial Completion and Final Payment". I Maintenance Manual: Sheets shall be 8 'l.i • x 11 ·, except pull out sheets may be neatly folded to 8 'l.i • 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 I representative, for each piece of operative equipment. 3) Catalog data on plumbing fixtures, valves , water heaters, heating and cooling equipment, temperature control, fan , electrical panels, service entrance equ ipment and light fixtures . I 4) Manufacturer's name, type, color designation for resilient floors , windows, doors, concrete block, paint, roofing , other materials. Submit six copies of Maintenance Manual, prior to request for final payment. I Operational Inspection and Maintenance Instruction : The Contractor shall provide at his expense, competent manufacturer's representatives to completely check out all mechanical and electrical systems and items covered by the Drawings and Specifications. This requirement shall be scheduled just prior to and during the initial start up. After all systems are functioning property the representatives shall instruct maintenance personnel of the Owner in the proper operation and maintenance of el:ich ~-. I G-27 GUARANTEE AND EXTENDED GUARANTEE: Upon completion of the Project, prior to final payment, guarantees required by technical divisions of Specifications shall be property executed in quadruplicate by subcontractors and submitjed through the Contractor to Architect. Delivery of guarantees shall not relieve Contractor from any obligation assumed under Contract. The Contractor shall guarantee the entire Project for one year. In addition, where separate guarantees, for certain portions of w drk , are for longer periods, General Contractor's guarantee shall be extended to cover such longer periods . Manufacturer's extendbd warrantees shall be included in th is contract . I 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. I The Contractor agrees to warrant his work and materials provided in accordance with th is contract and the terms of the Technifil Specifications contained herein . Unless supplemented by the Technical Specifications or the manufacturer's normal extended I General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) I I I I I I I I I I I I warrantees, the Contractor shall warrant all work materials, and equipment against defects for a period of one year from the datl ci final acceptance. The Contractor further agrees to bear all costs of making good all work that is found to be defective or ! not provided In accordance with the Contract Documents. Additionally If the facility or contents are damaged due to defective mateipals or wononanship of the Contractor, the Contractor further agrees to bear a ll cost of repairing and/or replacing damaged items and components to bring such items back to at least their original condition . G-28 RECORD DRAWINGS: Upon completion of the Work and prior to application for final payment, one print of each of the drawings accompanying this specification shall be neatly and clearly marked in red by the Contractor to show variations between the construction actually provided and that indicated or specified in the Contract Documents. The annotated documents shall be delivered to Architect. Where a choice of materials and/or methods is permitted herein and where variations in the SCOPEi or character of the work from the entire work indicated or specified are permitted either by award of biddi ng items specified for ~at purpose, or by subsequent change to the drawings, the record drawings shall define the construction actually provided . ~ representation of such variations shall conform to standard drafting practice and shall include supplementary notes, legends and details which may be necessary for legibility and clear portrayal of the actual construction. The record drawings shall indicatd, in addition, the actual location of all sub-surface utility lines, average depth below the surface and other appurtenances. I G-29 CONSTRUCTION FENCE: At the Contractor's option, he may provide a substantial chain-link construction fence arownd all or a part of the site. The fences and gates must be mai ntained throughout the construction period . Remove the fences and g~tes upon completion of the Project and restore the s ite to the required original or contract condition . G-30 PRODUCT DELIVERY, STORAGE, HANDLING: The Contractor shall handle, store and protect materials and produ s , including fabricated components, by methods and means which will prevent damage, deteri oration and loss, including theft (~nd resulting delays), thereby ensuring highest quality results as the work progresses. Control delivery schedules so as to minin1 ize unnecessary long-tenn storage at project s ite prior to installation . I G-31 REMOVAL OF SALVAGED MATERIAL: The Contractor shall remove salvaged material and equipmeht from the Proj ect site and d ispose of it in· accordance with the law. Equipment or materi al identified in the Specifications or Plans for Owner salvage shall be carefully removed and delivered to the Owner at any location in within the C ity limits as directed by the C ity. I G-32 MANUFACTURER'S REFERENCE: Catalog , brand names, and manufacturer's references are descriptive, not restrictive. Bids on brands of like nature and quality will be considered . Contractor shall inform the C ity of any substitutions intended for the project with in 5 business days of bid opening. Failure to inform the City of substitute projects will obligate the Contract~ to provide the specified material If awarded the contract. Within 14 days after bid opening and upon request of the Contractor, l he Contractor will submit a full sized sample and/or detailed information as required to allow the architect to determine the acceptabi 1 l ity of proposed substitutions. Where equipment has been listed as ·no substi tute accepted", the City will accept no aitemates to the specified equipment. H-1 DEFINITIONS SECTION H CONTRACT TIME The Contract Time is the period of time allotted in the Contract Documents for completion of the Work and is the number of calen~ar days elapsing between the date of commencement and the date of substantial Completion plus additional days assessed for failure to complete punch list items from the Final Inspection in a timely manner I 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 ot her date as may be established therein . I The Date of Substantial Completion of the Work or designated portion thereof is the Date certified by t he Architect with the approval of the Owner that construction is sufficiently complete, in accordance with the Contract Documents, so the Owner may occupy the Work or designated portion thereof for the use for which it is intended. Final acceptance of the completed work or any portib n thereof can be made only by the Assistant City Manager, and no other form of acceptance will be b inding upon the Owner. I 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 condct time shall be in accordance with this Section . Extensions of time will be as recommended by the BCM with final approval by City of Fort Worth . A W?~ng Day is defined as a calendar day, not incl~ding Saturdays, Sundays, and legal. hol idays, in which weather or ot~r conditions not under the control of the Contractor permit the performance of work for a continuous period of not less than seven hours between 7 :00 a .m . and 6 :00 p .m . However, nothing in these Contract Documents shall be construed as prohib iti ng ~e Contractor from worlcing on Saturdays if he so desires. Legal holidays are defined as being New Year's Day, Independence D y , 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 begi n the Work on the date of commencement as defined in th is Section . He shall carry the Work forward expeditiously with adequate forces and shall complete it within the Contract Time. I General Conditions for Facility Construction L ump Sum Contract Fire Station No . 27 (September 2008) I I I I I I I I I I I I I I H-3 DELAYS AND EXTENSIONS QE DME: If the Contractor is delayed at any time in the progress of the W011t by any apt or neglect of the Owner or the Architect, or by any employee of the Owner, or by any separate contractor employed by the Own~. or by any separate contractor employed by the Owner, or by changes ordered in the WOl1t , 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 tim~ as recommended by the Architect and approved by the Owner. When the Contractor is delayed due to abnormal weather conditit>ns, the weather table provided as WT-1 In these Contract Documents shall be used as the basis for providing a fair and equifilble adjustment of the contract time. I All claims for extension of time shall be made In writing to the Architect no more than fifteen days after the occurrence of the 1 1ay; 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 . I H-4 NO DAMAGE FOR DELAY: No payment, compensation or adjustment or any kind (other than the extensions of time provided for) shall be made to the Contractor for damages because of hindrances or delays from an cause in the progress ofj 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 liquidated damages for any such delays, and will accept in full satisfaction for such defays said extension of time. SECTION I PAYMENTS AND COMPLETION 1·1 CONTRACT SUM: The Contract Sum is stated in the contract and is the total amount payable by the Owner to lthe Contractor for the performance of the Work under the Contract Documents. 1-2 SCHEDULE OF VALUES: Before the first Applicable for Payment, the Contractor shall submit to the Architect a Schedule of Values of the various portions of the Work, including quantities if required by the Architect , aggregating the tbtal Contract Sum, divided so as to facilitate payments to Sub-contractors, prepared in such form as specified or as the Architect and the Contractor may agree upon, and supported by such data to substantiate its correctness as the Architect may require . Each iteirt in the Schedule of Values shall include its proper share of overhead and profit. This Schedule, when approved by the Arch itect and the Owner, shall be used as a basis for the Contractor's Applications for Payment. 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 Architect of materials in place complete and the amount of work perfomied during the preceding month or period and the value thereof at the prices contracted for as shown on the approved Schedd le 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 sto · at the site or in an independent, bonded warehouse such payments shall be conditioned upon submission by the Contractor of bill , of sale or such other procedures satisfactory to the Owner to establish the Owner's title to such materials or equipment or otherwise protect the Owner's interest including applicable insurance and transportation to the site. I The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an Application for Payment, whether incorporated in the Project or not, will pass to the Owner upon the receipt of such payment by the Contractor, free and c1Jar of all liens, claims, security interests or encumbrances hereinafter referred to as "liens"; and that no Work, materials or equipmJ nt covered by an Application for Payment will have been acquired by the Contractor, or by any other persons performing the Worklat , the site or furnishing materials and equipment for the Work, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. I The Contractor shall prepare each application for payment on AIA Document G702, "Application and Certificate for Payment·, and attached thereto AIA Document G703, "Continuation Sheet·, to indicate the progress made to date and the period or month for which payment is requested for each Item listed in the Schedule of Values. A copy of the revised monthly work progress schedule must be attached before the pay request can be accepted . I 1-5 CERTIFICATES FOR PAYMENT: If the Contractor has made Application for Payment as above, the above, the Architect will , with reasonable promptness but not more than seven days after the receipt of the Application, prepare a Certificate of Payme~t . with a copy to the Contractor, for such amount determined to be property due , or state in writing reasons for withholding a Certificate. The issuance of a Certificate for Payment will constitute a representation by the Owner, based on the BCM's observations at the site and the data comprising the Application for Payment, that the Work has progressed to the point indicated ; that the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole upon Substantikil Completion, to the results of any subsequent tests required by the Contract Documents, to minor deviations from the Contrabt Documents correctable prior to completion , and to any specific qualifications stated in the Certificate); and recommendations to !tie " I General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) I I I I ! I I . Owner that the Contractor be paid In the amount certified . In addition , the Architect's approval of final payment assures the Owner that the conditions precedent to the Contractor's being entitled to final payment as set forth in this Section have been fulfilled . I After the Architect has Issued a Certificate for Payment, the Owner shall approve or disapprove same within ten days after it 1 has been delivered to the Director of the Department of Transportation and Public Works. For contracts less than $400,000, Owner flail pay 90% of the approved estimate to the Contractor with in seven days after its approval , and the remaining 10% of each such estimate will be retained by the Owner until the final estimate is approved and the Work is accepted by the City Council of the City of Fort Worth . For contracts In excess of $400,000, the Owner will retain only 5% of each estimate until the final estimate is apprqved and work accepted by the City Council of the City of Fort Worth. I No Certificate for a progress payment, nor any progress payment, nor any partial or entire use or occupancy of the Project by the Owner, shall constitute an acceptance of any Work not in accordance with the Contract Documents, or relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship . The Contractor shall promptly remedy 1any defects in the Work and pay for any damage to other work resulting therefrom that shall appear with in a period of one year from! the date of final acceptance of the Work unless a longer period Is specified. 1-6 PAYMENTS WITHHELD: The BCM may decline to approve an Application for Payment and may withhold his Certificate in whole or in part if in his opinion he is unable to make the representations to the Owner as provided in this Section . The Arch~ect may also decline to approve any Applications for Payment or, because of subsequently discovered evidence or subseq~ent inspections , may nullify the whole or any part of any Certificate for Payment previously issued to such extent as may be necessary in h is opinion to protect the Owner from loss because of: 1) Defective work not remed ied ; 2) Claims filed or reasonable evidence indicating probable filing of claims; 3) Failure of the Contractor to make payments properly to Subcontractors, o r for labor, materials or equipment; 4) Reasonable doubt that the Work can be completed for the unpaid balance of the Contract Sum; 5) Damage to another contractor; 6) Reasonable indication that the Work will not be completed within the Contract Time; or 7) Unsatisfactory prosecution of the Work by the Contractor. When such grounds for the refusal of payment are removed , payment shall be made for amounts withheld because of them . T he Owner reserves the right to withhold the payment of any monthly estimate, without payment of interest, if the Contractor fails to perform the Work in accordance with the specifications. 1-7 NOT USED 1-8 LIQUIDATED DAMAGES: The deduction for liquidated damages shall be as follows : Amount of Contract Liquidated Damages Per Day $15,000 or less $15,001 to $25,000 $25,001 to $50,000 $50,001 to $100,000 $100,000 to $500,000 $500,001 to $1 ,000,000 $1 ,000,001 to $2,000,000 $2 ,000,001 to $5,000,000 $5,000,001 to $10,000,000 over $10,000,000 $45 $ 63 $105 $154 $210 $315 $420 $630 $840 $980 1-9 FAILURE OF PAYMENT: If, without fault on the part of the Contractor, the BCM should fail to issue any Certificate for Payment within seven days after receipt of the Contractor's Application for Payment, if the Contractor's Application for Payment, o r 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 appl icable) of the amount thereof withi n the period of time specified, then the Contractor may, upon seven (7) days additioh al written notice to the Owner and to the Architect, stop the Work until payment of the amount owing has been received . I 1-10 SUBSTANTIAL COMPLETION AND FINAL PAYMENT: Prior to the request for final payment, the Contractor must meet .@!! provisions for Project Closeout. I 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 Lisr. I When the Architect, on the basis of a subsequent inspection , determines that the Work is substantially complete, he then will prepare a Certificate of Substantial Completion (G704) which , when approved by the Owner, shall allow the Contractor to request a Certificate of Occupancy which will establish the Date of Substantial Completion . The Certificate of Final Completion shall state the I General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) I I I I I I I I I I I I I I I I I I responsibilities of the Owner and the Contractor for maintenance, heat, utilities, and insurance, shall set forth the remaining work as a "final punch 11sr . The Contractor shall complete the remaining work listed therein within 60 calendar days. When the Certifiaite of Occupancy has been issued , the retainage will be reduced to 4%. L Upon completion of the work listed on the final punch list to the satisfaction of the City of Fort Worth, the retainage may be red 102.5%. I Should the Contractor fail to complete all contractual requirements of the contract, including submittals and final pay request within the fixed time , the contract time will again commence. Should the Contractor fail to complete the work within the contract duriltion, liquidated damages will be assessed I Upon receipt of written notice that the Work is ready for final inspection, the City will conduct a joint inspection and certify completion of the final punch list by cosigning it with the Contractor. The Contractor shall submit the following items to the City prior to requesting final payment: 1) Contractor's Affidavit of Payment of Debts and Claims (G706) stating that all payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Owner or his property might in any way be responsible, have been paid or otherwise satisfied, I 2) Consent of Surety to Final Payment (G707), if any, to final payment, 3) Contractor's Affidavit of Release of Liens (G706A), and, 4) Other data establishing payment or satisfaction of all such obligations, such as receipts, releases, and waivers of liens arising out of the Contract, to the extent and in such form as may be designated by the Owner. 5) Contractor's Warranty 6) Statement that all outstanding work has been completed 7) Issuance of the Final Certificate of Substantial Completion 8) Final acceptance by the City of Fort Worth . If any Subcontractor, materialman or laborer refuses to furnish a Contractor's Affidavit of Release of Liens , the Contractor may, at · the election of the Owner, furn ish a bond satisfactory to the Owner to indemnify him against any right, claim or lien wh ich might be asserted by such Subcontractor, materialman or laborer. If any such right, claim or lien remains unsatisfied after all payments \are made. The Contractor shall refund to the Owner all monies that the latter may be compelled to pay to discharging such right, claim or lien, including all costs and reasonable attorney's fees . The Contractor may then request final payment. The acceptance of final payment shall constitute a waiver of all claims by the Contractor except those previously made in writing and still unsettled . The Contractors one-year warranty will commence upon final acceptance of the Project by the City of Fort Worth . The designated representative of the City Council of the City of Fort Worth will make final acceptance and no other form of acceptance will be binding upon the Owner. Final payment and release of the retainage amount will become due within fifteen d~ys following acceptance . I 1-11 FINAL PAYMENT FOR UN-BONDED PROJECTS: Rnal payment will not be made for a period of 30 calendar days nd until all requirements have been met, with the exception of Consent of Surety for Final Payment. SECTIONJ PROTECTION OF PERSONS AND PROPERTY J-1 SAFETY PRECAUTIONS AND PROGRAMS: The Contractor shall be responsible for initiati ng , maintaining ~nd supervising all safety precautions and programs in connection with the Work. The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendt!nt unless otherwise designated in writing by the Contractor to the Architect. I J-2 SAFETY OF PERSONS AND PROPERTY: The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to: ( 1) All employees on the Work and all other persons who may be affected thereby; (2) All the Work and all materials and equipment to be incorporated therein , whether in storage on or-off the site, under the care, custody or control of the Contractor or any of his Subcontractors or Sub-contractors; and I (3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course Qf construction . I Until acceptance of the Work, it shall be under the charge and care of the Contractor, and he shall take every precaution agai?st injury or damage to the Work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non-execution of the Work. The Contractor shall rebuild , repair, restore and make good, at his own expense, all injuriel s or damages to any portion of the Work occasioned by any of the above, caused before Its completion and acceptance. General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) I I I I I I I I I I I I I I I I I I The Contractor shall comply with all applicable Laws, Ordinances, Rules, Regulations and Orders of any public authority ha ng 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 ~ng danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. When the use or storage of explosives or other hazardous materials or equipment Is necessary for the execution of the Work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of property qualified personnel. All damage or loss to any property referred to in the preceding paragraphs caused in whole or In part by the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor, including damage or loss attributable to faulty Drawings or Specifications and acts or omissibns of the Architect or anyone employed by him or for whose acts he may be liable , and not attributable to the fault or negligence of the Contractor or anyone claiming through the Contractor for such damage or loss. The Contractor shall not load or permit any part of the Work to be loaded so as to endanger its safety. J-3 HARD HATS: Hard Hats will be required at all construction sites included in this Contract from start to completion of work. Each Contractor, employee and visitor at any construction site included in the Contract will be required to wear a hard hat. The Contractor shall enforce the wearing of hard hats by Contractor, employees and visitors . Contractor shall provide ten hard hats for use by the consulting Architects and Engineers and visitors. J J-4 EMERGENCIES: In any emergency affecting the safety of persons or property, the Contractor shall act at his di ·on to prevent threatened damage, Injury or loss. Any additional compensation or extension of time claimed by the Contractorl on account of emergency work shall be determined as provided in Changes in the Work. J-5 SAFE WORK PRACTICES: The Contractor shall employ safe practices in handling materials and equipment used in performing required work so as to insure the safety of his workmen , City employees and the public . The Contractor shall keep !the premise free at all times from accumulation of waste materials or rubbish . At the completion of the work, the Contractor shall remove all his wastes and rubbish from and about the work area, as well as his tools , equipment and surplus materials and shall leave the area as clean and free of spot, stains, etc., as before the work was undertaken . l J-6 TRENCH SAFETY: The Contractor shall be responsible for all design and implementation of trench shoring , nd stabilization to meet regulatory requirements. If the Proposal requires , the Contractor shall include a per-unit cost for trench satety measures in his bid . If not included in the Proposal, the Contractor shall include a cost for trench safety measures for all trenches over 5 feet in depth in his Schedule of Values. SECTION K • INSURANCE K-1 INSURANCE REQUIRED: The Contractor shall not commence work under this Contract until he has obtained all insurance required under this Section and such insurance has been approved by the City of Fort Worth, nor shall the Contra¢tor allow any Subcontractor to commence work to be performed under this Contract until all similar insurance of the Subcontractor ~s been so obtained and approved . The City of Fort Worth will be listed as an "additional insured" on all policies except Worker's Compensation . K-2 WORKERS' COMPENSATION INSURANCE 1) General a) b) c) d) Contractor's Worker's Compensation Insurance. Contractor agrees to provide to the Owner (City) a certificate sh<M?ng that it has obtained a policy of workers compensation insurance covering each of its employees employed on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section . I Subcontractor's Worker's Compensation Insurance. Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit f ny subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the Owner (City). I By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the City that all employees of the Contractor who will provide services on the project will be covered by work+r's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in ~e 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. I The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the City to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of noticd of breach from the City. I General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) I I I I I I I I I I I I I I I I I 2) Definitions: 3) a) b) c) Certlficate of Coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81 , TWCC-82 , TWCC-83 , or TWCC- 84), showing staMory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. I Duration of the Project . Includes the time from the beginning of the wor1c on the project until the Contractor's/~n·s wor1c on the project has been completed and accepted by the City. J Persons providing services on the project ("subcontractor" in section 406 .096)-includes all persons or entities perfo ing all or part of the services the Contractor has undertaken to perform on the project , regard less of whether that perk,, contracted directly with the Contractor and regardless of whether that person has employees . This includes , ~out limitation, independent contractors , subcontractors, leasing companies, motor carriers, owner-operators, employeet of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" incl4de, without limitation, providing , hauling, or delivering equipment or materials, or providing labor, transportation , or o"'8r services related to a project. "Services" does not include activities unrelated to the project, such as food/beve ge vendors, office supply deliveries, and delivery of portable toilets. Requirements a) The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filin~ of any coverage agreements, which meets the staMory requirements of Texas Labor Code, Section 401 .011(44) fo~ all employees of the Contractor providing services of the project, for the duration of the project. b) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract . c) If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the proj 1 , the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the City showing that coverage has been extended . d) The Contractor shall obtain from each person providing services on a project, and provide to the C ity: e) f) g) h) I) a certificate of coverage, prior to that person beginn ing work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extensio of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the proji. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the City in writing by certified mail or personal delivery, within ten (10) days after the Contra~or knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. I 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 coveted , and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to : i) ii) iii) provide coverage, based on proper reporting on the classification codes and payroll amounts and filing of any coverage agreements, which meets the staMory requirements of Texas labor Code , Section 401 .011(44) for all o its employees providing services on the project, for the duration of the project ; 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 ti he project; provide the Contractor, prior to the end of the coverage period , a new certificate of coverage showing extensiory 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: v) (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period , if e coverage period shown on the current certificate of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year thereafter. vi) notify the City in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and vii) contractually require each person with whom it contracts, to perform as required by paragraphs h-i) -vii), with he certificates of coverage to be provided to the person for whom they are provid ing services . General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) I I I I I I I I I I I I I I 4) Posting of Required Worker's Compensation Coverage a) The Contractor shall post a notice on each project site informing all persons providing services on the project that they ,are required to be covered , and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Telcas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text In at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker P9J>Ulatlon . 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 labOI" or transportation or other service related to the project, regardles$ of the identity of their employer or status as an employee". I Call the Texas Worker's COl"npensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage .· K-3 LIABILIJY INSURANCE: The Contractor shall procure and maintain during the term of this Contract such Liability Insurance as shall protect him , the City of Fort Worth and any Subcontractor performing work covered by this Contract, from daihis of damage which may arise from operations under this Contract, including blasting, when blasting Is done on, or in connection vyt th the Work of the Project, whether such operations be by himself or by any Subcontractor or by anyone directly or indirectly emplo~,1ed 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" induding leased, hired, owned, non-owned and borrowed vehides used in connection with th is Contract. · I 2) Commercial General Liability: $1 ,000,000 each occurrence. Coverage under the policy shall be as comprehensive as ttii at provided in a current Insurance Services Office (ISO) policy form approved for use in Texas and the policy shall have lno exclusions by endorsement unless such are approved by the City. 3) Asbestos Abatement Liability Insurance: When the Project specifically requires the removal of Asbestos Containing Materials, the Contractor, or subcontractor performing the removal, shall be required to maintain Asbestos Abatement Liability lnsurarJce as follows : $1 ,000,000 per occurrence; $2 ,000,000 aggregate limit. The coverage shall indude any pollution exposu~e. including environmental impairment liability, associated with the services and operations performed under this contract ! in addition to sudden and accidental contamination or pollution liability for gradual emissions and clean-up costs. K"" BUILDER'S RISK INSURANCE: Unless stated otherwise in the Proposal or Invitation , the Contractor shall procure, PiiiY for and mai ntain at all times during the term of this Contract, Builder's Risk Insurance against the perils of fire, lightning , windstof'1 , hurricane, hail , riot, explosion, civic commotion, smoke, aircraft, land vehicles, vandalism , and malicious mischief, at a limit equal to 100% of the Contract Sum . The policy shall include coverage for materials and supplies while in transit and while being stored on or off site. If specifically required in the Instructions to Bidders, the policy shall include coverage for flood and earthquake. Different sub-limits for these coverages must be approved by the City. Consequential damage due to faulty workmanship and/or design performed by the Contractor or his agents shall be covered . Upon completion of the Work, the Contractor shall notify the City of Fort Worth in writing before terminating th is insurance. K-5 PROOF OF CARRIAGE OF INSURANCE: The Contractor shall provide a certificate of insurance documenting ttii e Transportation and Public Works Department, City of Fort Worth as a "Certificate Holder", and noting the specific project(s) covered by the Contractor's insurance as documented on the -certificate of insurance. More than one certificate may be required of Ifie Contractor depending upon the agents and/or insurers for the Contractor's insurance coverages specified for the project(s). K-6 1) 2) 3) OTHER INSURANCE RELATED REQUIREMENTS The City of Fort Worth shall be an additional insured , by endorsement, on all applicable insurance policies. Applicable insurance policies shall each be endorsed with a waiver of subrogation in favor of the City of Fort Worth . . I 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 la 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 Fire Station No. 27 (September 2008) I I I I I ! I I I I I I I 4) 5) 6) 7) 8) 9) 10) 11) I Deductible limits on insurance policies and/or self-insured retentions exceeding $10,000 require approval of the City of Fort Worth as respects this Contract. I The City of Fort Worth shaH be notified In writing a minimum 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. Full limits of insurance shall be available for claims arising out of this Contract with the City of Fort Worth. The Contractor shall provide certif1C&tes of insurance to the City prior to commencement of operations pursuant to this Contract. Arly failure on part cl the City of Fort Worth to request such documentation shall not be construed as a waivel1 of insurance requirements specified herein. The City of Fort Worth shall be entitled, upon request and without incurring expense, to review the Insurance policies inclu ing endorsements thereto and, at its discretion , to require proof of payment for policy premiums. The City of Fort Worth shall not be responsible for paying the cost of insurance coverages required herein. Notice of any actual or potential claim and/or litigation that would affect insurance coverages required herein shall be provided to the City in a timely manner. I "Other insurance" as referenced in any policy of insurance providing coverages required herein shall not apply to any insurance policy or program maintained by the City of Fort Worth. 12) Contractor shall agree to either require its subcontractors to maintain the same insurance coverages and limits thereof as specified herein or the Contractor shall provide such coverage on the Contractor's subcontractors. SECTION L CHANGES IN THE WORK L-1 CHANGE ORDER: The. Owner, without invalidating the Contract, may order Changes in the Work within the gen ral scope of. the Contract consisting of additions, deletions or other revisions, the Contract Sum and the Contract T ime being adjus~ed accordingly. All Such Changes in the Work shall be authorized by Change Order, and shall be executed under the applicable conditions of the Contract Documents. · I A Change Order is a written order to the Contractor signed by the Contractor, Owner and the Architect, issued after the execution of the Contract, authorizing a Change in the Work or adjustment in the Contract Sum or the Contract Time. The Contract Sum and the Contract Time may be changed only by Change Order. I Any changes in work required due to changed or unforeseen conditions, or by request of either the Contractor or the City, shall be coordinated with the Director, Department of Transportation and Publ ic Works. A change order must be written and duly negotiated and executed prior to performing changed work. The cost or credit to the Owner resulting from a Change in the work shall be determined in one or more of the follpwing ways: 1) by mutual acceptance of a lump sum property itemized, including the allowance to Contractor for overhead and profit stipula 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 promptly proceed with the Work involved. The cost of such work shall 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 proposal j In such cases, the Contractor shall keep and present, in such form as the Architect shall prescribe, an itemized accounting togetper with appropriate supporting data . Pending final determination of cost to the Owner, payments on account shall be made ]he 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 pe of the work, Contractor shall process such proposal within seven days of receipt and return the price quote to the Architect in writihg . The Architect shall review the price quotation and if approval is recommended, forward the proposed change order request ~nd price proposal to the Owner for approval. If approval is not recommended, the Architect will attempt to negotiate with Contractot to revise the proposal to a figure which is fair and reasonable and forward it on to the Owner for approval. If the negotiations do r,ot result in an equitable solution, the Architect shall prepare a cost-plus type Change Order with a price-not-to-exceed figure for approval by the City and require specific documentation to be provided by Contractor in accordance with the paragraph above. General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) I I I I I I I I I I I I I Contractor is advised that according to City of Fort Worth Charter, that, the City Council must approve all Change Orders and Work Orders which results in an increase in cost of the contract amount by over $25,000. Normal processing time for the C ity Stan! to obtain City Council approval , once the recommended change order has been received at the City, Is approximately thirty days . Owner and Contractor shall endeavor to identify Change Order items as early in the Construction process as possible to minimize their impact on the construction schedule . I If unit prices are stated in the Contract Documents or subsequently agreed upon , and if the quantities originally contemplated are so changed in a proposed Change Order that application of the agreed unit prices to the quantities of Work proposed will creat a hardship on the C>.vner or the Contractor, the applicable unit prices shall be equitably adjusted to prevent such hardship. If the Contractor claims that additional cost or time is Involved because of ( 1) any written interpretation issued pursuant to Section A, (2) any order by the Architect or Owner to stop the Work pursuant to Section B, where the Contract was not at fault, or (3) any written order for a minor change In the Work, the Contractor shall make such claim . I L-2 CLAIMS FOR ADDITIONAL COST OR TIME: If the Contractor wishes to make a claim for an increase in the Con~ct Sum or an extension in the Contract Time, he shall give the Architect written notice thereof within a reasonable time after tt,e occurrence of the event that gave rise to such claim . This notice shall be given by the Contractor before proceeding to execute the Work, except in an emergency endangering life or property in which case the Contractor shall proceed in accordance with Section! J. No such claim shall be valid unless so made. Any change in the Contract Sum or Contract Time resulting from such claim if approved by the Owner, shall be authorized by Change Order. L-3 OVERHEAD ALLOWANCES FOR CHANGES: Should any change in the work or extra work be ordered , the followi g applicable percentage shall be added to Material and Labor costs to cover overhead and profit: 1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed ~~,1~t . . I 2 . Allowance to the Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by thl e Contractor shall not exceed ten percent !.1.Qfil. L.4 MINOR CHANGES IN THE WORK : The Architect shall have authority to order minor changes in the Work not involvi?g an adjustment in the Contract Sum or an extension of the Contract Time and not inconsistent with the intent of the Con~ct 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. I L-5 FIELD ORDERS: The Architect may issue written Field Orders which interpret the Contract Documents, or which order minor changes in the Work without change in Contract Sum or Contract T ime. The Contractor shall cany out such Field Ordeh. promptly. SECTION M UNCOVERING AND CORRECTION OF WORK M-1 UNCOVERING OF WORK: If any Work should be covered contrary to the request of the Owner, it must be uncovered for observation and replaced, at the Contractor's expense. I If any other work has been covered which the Owner has not specifically requested to observe prior to being covered, the Archit81?' or the Owner may request to see such work and it shall be uncovered by the Contractor. If such Work be found in accordance wim the Plans and Specifications, the cost of uncovering and replacement shall, by appropriate Change Order , be charged to the Own~r. If such work be found not in accordance with the Plans and Specifications, the Contractor shall pay such costs unless it is found thkt this condition was caused by a separate contractor employed by the Owner. I M-2 CORRECTION OF WORK: The Contractor shall promptly correct all work rejected by the Owner as defective or as fai ling to conform to the Plans and Specifications whether observed before or after Substantial Completion and whether or not fabricate(j , installed or completed. The Contractor shall bear all costs of correcting such rejected Work, including the cost of the Architects additional service thereby made necessary. If, within one year after the Date of Substantial Completion or within such longer period of time as may be prescribed by law or ~Y the terms of any applicable special guarantee required by the Contract Documents, any of the work is found to be defective or not jn accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from the Owner ~o do so, unless the Owner has previously given the Contractor a written acceptance of such condition , describing same specifically and not generally. The Owner shall give such notice promptly after discovery of the condition. I 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. I The Contractor shall bear the cost of making good all work of separate contractors destroyed or damaged by such removal or correction . General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) I I I I I I I I I I I I I I I I I If the Contractor does not remove such defective or non-confonning work within a reasonable time fixed by written notice , the Owner, the Owner may remove it and may store the materials or equipment at the expense of the Contractor. If the Contractor does not pay the cost of such removal and storage within ten days thereafter, the Owner may upon ten additional days' written noticeJ sell such work at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs that should ~ave been borne by the Contractor including compensation for additional architectural services. If such proceeds of sale do not cov~r all costs that the Contractor should have borne, the difference shall be charged to the Contractor and an appropriate Change Order shall be issued. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor ~hall pay the difference to the Owner . . If the Contractor falls to correct such defective or non-conforming work, the Owner may correct it in accordance with Section G . The obligation of the Contractor under this Section shall be in addition to and not in limitation of any obligations imposed upon lhim 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 ~on- conforming work, he may do so instead of requiring its removal and correction, In which case a Change Order will be issu 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 cou~ or other public authority having jurisdiction, through no act or fault of the Contractor or a Subcontractor or their ag!31lts or employees or any other persons performing any of the work under a contract with the Contractor, or if the work should be stopped for a period of 30 days by the Contractor for the Owner's failure to make payment thereon as provided in Section I, then the Contractor may ~fter 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 case for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he fails to make prompt payment to Subcontractors or for materials or labor, or falls to comply with al Laws, Statutes, Charter, Ordinances, Regulation~ or Orders of any public authority having jurisdiction , or otherwise Is guilty of a substantial violation of a provision of the Contract Documents, then the Owner, on its own initiative that sufficient cause exists to justify such action , may, without prejudice to ~ny rights or remedy and after giving the Contractor and his surety, if any, seven (7) days' written notice, terminate the employme~t of the Contractor and take possession of the site and of all materials, equipment, tools, construction equipment and machinery thElf'l'On owned by the Contractor and may finish the. work by whatever method he may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished . If the costs of finishing the Work, including compensation for the Architect's additional services. exceed the unpaid balance of the Contract, the Contractor shall pay the difference to the Owner. The City of Fort Worth may terminate this contract in whole, or from time to time, in part, whenever such termination is in the best interest of the C ity. Termination will be effected by delivering to the Contractor a notice of termination specifying to what extent performance of the work of the contract is being terminated and the effective date of termination. After receipt of termination 1the Contractor shall : a) Stop work under the Contract on the date and to the extent specified on the notice of termination. b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated. c) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination . I After termination as above, the City will pay the Contractor a proportionate part of the contract price based on the work completed ; provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the po~ion thereof allocatable to the work not completed and further reduced by the amount of payments, if, any otherwise made. Contractor shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim .I In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph, such dispute or controversy shall be resolved and be decided by the City Council of the C ity of Fort Worth, and the decision by the City Council of the City of Fort Worth shall be final and binding upon all parties to this contract SECTION 0 SIGNS The Contractor shall construct and install the project designation sign as required in the Contract Documents and in strict accordance with the Specifications for "Project Designation Signs." This sign shall be a part of this Contract and shall be includ1 ' in the Contractor's Base Bid for the Project. · General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) I I I I I I I I I I I I I I I SECTIONP TEMPORARY FACILITIES P-1 ~: The Contractor shall furnish, erect, and maintain facilities and perform temporary work required in the performance of this Contract, including those shown and specified . P-2 USE OF TEMPORARY FACILITIES: All temporary facilities shall be made available for use by all workmen and subcontractors employed on the project, subject to reasonable directions by the Contractor as to their proper and most efficient utilization . I P-3 MAINTENANCE AND REMOVAL: The Contractor shall maintain temporary facilities in a proper, safe operating ~ind sanitary condition for the duration of the Contract. Upon completion of the Contract, all such temporary work and facilities shal be removed from the premises and disposed of unless otherwise directed or specified hereunder. P-4 FIELD OFFICES AND SHED: The Contractor is not required to provide a temporary field office or telephone for projects under $1 ,000,000. Contractor shall equip the Project Superintendent with a pager and provide 24-hour contacts to the City. I The Contractor shall provide a temporary field office building for himself, his subcontractors and use by the Architect. for construction contracts with a bid price in excess of $1,000,000.00 , the Contractor shall provide a separate field office for the Ci\}''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 tifY1e during the operation of the work of the Contract. During cold weather months, the field offices shall be suitably insulated and equipped with a heating device to maintain 70 degree Fahrenheit temperature during the workday. During warm weather the officbes shall be equipped with an air conditioning device to maintain temperature below 75 degrees F . Upon completion of the work of ~e Contract, the Contractor shall remove the building from the premises. In addition to the drawing shelf, provide for the City field representatives office: one deck, four chairs, plan rack and a four drawer filing cabinet (with lock). Each office shall contain not l~s than 120 square feet of floor space . I The Contractor shall provide and maintain storage sheds other temporary buildings or trailers on the project site as required for is use. Location of sheds and trailers shall be as approved by the Owner. Remove sheets when work is completed , or as directed . p.5 TELEPHONE: The Contractor shall provide and pay for telephone installation and service to the field offices descritied above. Service shall be maintained for the duration of operations under this contract. The Contractor shall provide for and pay for ian automatic telephone-answering device at the site office for the duration of the project. Contractor will install separate fax lines and instruments for the City and the Contractor. P-6 TOILET FACILITIES: The Contractor shall provide proper, sanitary and adequate toilet facilities for the use of all workmen and subcontractors employed on the project. P-7 UTILITIES: Contractor shall make all necessary arrangements and provide for temporary water and electricity required during the construction . Contractor shall provide and install temporary utility meters during the contract construction period . T!Jse meters will be read and the Contractor will be billed on this actual use. The Contractor shall provide all labor and materials requi~led to tap into the utilities. The Contractor shall make the connections and extend the service lines to the construction area for use of all trades . Upon completion of the work all utility lines shall be removed and repairs made to the existing lines. Only utilities at existing voltages, pressures, frequencies, etc. will be available to the Contractor. I ~-Provide an ample supply of potable water for all purposes of construction at a point convenient to the project or as shown pn the Drawings. Pipe water from the source of supply to all points where water will be required . Provide sufficient hose to carry water to every required part of the construction and allow the use of water facilities to subcontractors engaged on the work . Provil:te pumps, tanks and compressors as may be required to produce required pressures. · Electric Service . Provide adequate electric service for power and lighting to all points where required . Temporary, electric servtce shall be of sufficient capacity and characteristics to supply proper current for various types of construction tools, motors, weldi~g machines, lights, heating plant, air conditioning system , pumps, and other work required . Provide sufficient number of electric outiets so that 50 foot long extension cords will reach all work requiring light or power. I 1.i9l!!i.!!g. Supply and maintain temporary lighting so that work of all trades may be properly and safely performed, in such areas and at such time that day-lighting is inadequate. Provide at least 0 .75 watts of incandescent lighting per squqr4e foot and maintai~ a socket voltage of at least 110 volts. Use at least 100-watt lamps. In any event, the lighting intensity shall not be less than 5 fdot candles in the vicinity of work and traffic areas. I P-8 HEATING: Heating devices required under this paragraph shall not be electric. The Contractor shall provide heat, ventilation, fuel and services as required to protect all work and materials and to keep the humidity down to the extent required [to prevent corrosion of any metal and to prevent dampness or mildew which is potentially damaging to materials and finishes . All such heating, ventilation and services shall be provided and maintained until final acceptance of all work. In addition, the Contractor sh~II provide heat ventilation prior and during the following work operations as follows : I a) At all times during the placing , setting and curing of concrete provide sufficient heat to insure the heating of the spaces involved to not less than 40 F . I General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) I I I I I I I I I I I I I I I I I b) From the beginning of the application cl drywall and during the setting and curing period, provide sufficient heat to produce a temperature in the spaces Involved of not less than 55 F . c) For a period of seven (7) days previous to the placing of Interior finish materials and throughout the placing of fin ish pain ·ng, decorating and laying of resilient flooring materials, provide sufficient heat to produce a temperature of not less than 60 F . p.9 TEMPORARY CONSTRUCTION, EQUIPMENT AND PROTECTION: The Contractor shall provide, maintain , 1 and remove upon completion of the work all temporary rigging, scaffolding, hoisting equipment, rubbish chutes, ladders to rpof, barricades around openings , and all other temporary work as required to complete all work of the Contract. Contractor shall coordinate the use and fumishing of scaffolds with his sub-contractors. I The Contractor shall provide , maintain, and remove upon completion of the work, or sooner, if authorized by the Owner, all fences, barricades, lights, shoring , pedestrian walkways , temporary fire escapes, and other protective structures or devices necessa~ for the safety of workmen, City employees, equipment, the public and property. All temporary construction and equipment shall conform to all regulations , ordinances, laws and other requirements of the authorities having jurisdiction , including Insurance companies, with regards to safety precautions, operation and fire hazard. The Contractor shall provide and maintain pumping facil ities, including power, for keeping the site, all times, whether om underground seepage, rainfall, dra inage of broken lines. The Contractor shall maintain provision for closing and locking the building at such time as possible to do so . If this is not feasible , maintain a night I The Contractor shall provide and maintain all barricades or enclosures, required to protect the work in progress from out~i de elements, dusts, and other disturbances as a result of work under this Contract. Such protection shall be positive, shall meet ithe approval of the Owner and shall be maintained for the duration of the construction period or as required to provide for the protection as~ed. . I P-10 PROJECT BULLETIN BOARD : The Contractor shall furnish , install and maintain during the life of the project a weather- tight bulletin board approximately 3 feet high by 5 feet wide having not less than two hinged or sliding glass doors with provision 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 wh ich will be furnish~ by the City to the Contractor shall be posted on the bulleti n board and shall be maintained by the Contractor in easily readable condition at all times for the duration of the Contract. I a . The Equal Opportunity Poster and Notice Nondiscrimination of Employment (Standard Form 38). b . Wage Rate Information Poster (Form SOL 155), with the Contract Schedule of minimum wage rates as requ ired by the Davis-Bacon Act . c . Safety Posters. SECTIONQ VENUE Should any action arise out of the terms and conditions of this contract, venue for said action shall lie in Tarrant County, Texas . General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) I I I ! I I I I I I I I CITY OF FORT WORTH , TEXAS CONSTRUCTION CONTRACT (LUMP SUM) THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS : This agreement made and entered into this the 7th day of April A.O., 2009 , by and betw en the CITY OF FORT WORTH , a municipal corporation of Tarrant County , Texas , organized and existing under and by virtue of a special charte r adopted by the qualified voters wi t hin said City on the 11th day of December , AD . 1924, under the authority (vested in said vo ters by the "Home Rule" provision) of the Constitution of Texas , and in accordance wit ~ a resolution duly passed at a regular meeting of the City Council of said City , hereinafter ca lled OWNER, and Prime Construction Company of the City of Arlington, County of Tarra nt, State of Texas, hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinaifter mentioned to be made and perfo rmed by the Owner, and under the conditions expressem in the bond bearing even date herewith , the said Contractor hereby agrees with the said o J ner to commence and complete the construction of certain improvements described as follows , CONSTRUCT FIRE STATION N0.27 2940 PRECINCT LINE ROAD FORT WORTH, TEXAS TPW2007-21 PROJECT # 00132 That the work herein contemplated shall consist of furnishing as an independent contracto, 1 all labor, tools , appliances and materials necessary for the construction and completion of s 1 aid 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 Cont ~act 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 he aforesaid work, and for stated additions thereto or deductions there from, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor J nd accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount shall be $2,498,000.00. Contractor agrees to complete the project, suitable for occupancy and beneficial use, within 330 calendar days. Fire Station No. 27 (April 2009) OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX I I I I I I I I I I I I I I I I Insurance Requirements: The Contractor shall not commence work under this contract until it has obtaine all insurance req uired under the Contract Documents, and the Owner has approved sLch insurance. The Contractor shall be responsible for delivering to the Owner the ~ub- contractors' certificates of insurance for approval. The Contractor shall indicate o~ its certificate of insurance included in the documents for execution whether or notl its insurance covers subcontractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all subcontractors a. WORKER'S COMPENSATION INSURANCE: • Statutory limits • Employer's liability • $100,000 disease each employee • $500 ,000 disease policy limit • $100,000 each accident b . COMMERCIAL GENERAL LIABILITY INSURANCE: The Contractor s ~all procure and shall maintain during the life of this contract public liability insura ~ce coverage in the form of a Commercial General Liability insurance poticy to cover boc:tily injury, including death , and property damage at the following limits: $1 ,000 ,000 e~ch occurrence and $2,000 ,000 aggregate limit. c : d: e . • 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 . BUSINESS AUTOMOBILE LIABILITY : • $1,000,000 each accident • The policy shall cover any auto used in the course of the project 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 specifie I in the contract documents . EXCESS LIABILITY UMBRELLA • $1,000 ,000 each occurrence ; $2 ,000 ,000 aggregate limit. Fire Station No. 27 (April 2009) OFFICIAL RECOR D CrrYSECRETARY FT. WORTH , u .J I I I I I I • This insurance shall provide excess coverage over each line of liatlility insurance required herein . The policy shall follow the form(s) of the underlying policies. f. SCOPE OF INSURANCE AND SPECIAL HAZARD : The insurance requ ·red under the above paragraphs shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise f rtlom 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 1the owner with satisfactory proof of coverage by insurance required in these Cont ~act 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 insura ~1 ce requirements made upon the Contractor shall apply to the sub-contractors, should he Contractor's insurance not cover the subcontractor's work operations performed in · he course of this contracted project. ADDITIONAL INSURANCE REQUIREMENTS : a. The Owner, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy . b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the Owner to request required insurance documenta ti on shall not constitute a waiver of the insurance requirements specified herein . I 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 Jnd solvency . f . Deductible limits, or self-funded retention limits , on each po licy must not exceed $10,000. per occurrence unless otherwise approved by the Owner. Fire Station No . 27 (April 2009) I I I I I I I I I I I I I I I I I I g. In lieu of traditional insurance, Owner may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The Owner rljlUSt approve in writing any alternative coverage. I h. Workers' compensation insurance policy(s) covering employees employe9 on the project shall be endorsed with a waiver of subrogation providing rights of reco Jery in favor of the Owner. i. Owner shall not be responsible for the direct payment of insurance prem um costs for contractor's insurance . j. Contractor's insurance policies shall each be endorsed to provide that spch 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 w~ich could give rise to a liability claim or lawsuit or which could result in a property loss. I. Contractor's liability shall not be limited to the specified amounts of insura ce required herein. m. Upon the request of Owner, Contractor shall provide complete copies o 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 prov~de both Payment and Performance Bonds for the full amount of the contract. Contractor spall 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 Specificati , ns 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 w ti ich may thereafter become due him , the liquidated damages outlined in the General Conditi dns, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liabl J to the Owner for such deficiency . IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in four counterparts in its name and on its behalf by the City Manager and attested by l its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor lttas executed this instrument through its duly authorized officers in six counterparts with its corporate seal attached. Fire Station No. 27 (April 2009) OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX I I I I I I I I I I I I I I I I I I Done in Fort Worth, Texas, this the '6 -t-_b.. day of--~----------- PRIME CONSTRUCTION COMPANY By: ~~ Jerry.~dy President APPROVAL RECOMMENDED : By: &!f. J.~. y-(}WiWamA.erkest,P,Oror Transportation & Public Works Dept. By: Amy J. msey Assistan City Attorney Fire Station No . 27 (April 2009) APPROVED: CITY OF FORT WORTH By~~-.~~ Fernando Costa Assistant City Manager RECORDED: By:CV\~b47 Marty Hendri City Secretary M&C C-23430 (April 7, 2009) Contract Authorization Date: ----------- OFFICIAL RECORD CllY SECRETARY FT. WORTH, TX I I I I I I I I _ I _ I- I - I- I- I I I I THE STATE OF TEXAS COUNTY OF TARRANT Bond# 0498344 PERFORMANCE BOND § § § KNOW ALL BY THESE PRESENTS : That we, (1) Prime Construction Company, as Principal herein , and (2) International Fidelity Insurance CDnpany a corporation organized under the laws of the State of (3) __ Ne_w_J_er_s_e_y ______ _ 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 Two Million, Four Hundred Ninety Eight Thousand and No Cents Dollars ($2,498,000.00) 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 7th day of April, 2009, a copy of which is attached hereto and made a part hereof for all purposes , for the construction of CONSTRUCT FIRE STATION NO. 27 AT 2940 PRECINCT LINE ROAD, FORT WORTH, TEXAS TPW2007-21 PROJECT # 00132 (C235-205110013280). 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. Fire Station No . 27 (April 2009) I I I I I I I_ I 1_ I I I ,. I · SIGNED and SEALED this 20th day of _____ Ap __ r_i_l _____ , 2009 . Prime Construction Company PRINCIPAL ATIEST: ~)~~ (Princiai) sedret By:~~ Name: :;r~ F {l')eory,, Title: f&tQ,P#vC: (SE AL) ATTEST: Secretary (SE AL) NOTES: Address: 8101 Valcasi Drive, Suite 01 Arlington, TX 76001 International Fidelity Insurance Comp ny SURETY ~~.1 ,1 I Name: Staci Gross Attorney in Fact Address: 2435 N. Central Expressway #·70 Richardson, TX 75080 Telephone No.: (800)823-3039 (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 . The date of bond shall not be prior to date of Contract. Fire Station No. 27 (April 2009) I I I I I I I I _ I. I I I- I THE STATE OF TEXAS COUNTY OF TARRANT § § § 0498344 Bond# _________ _ PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we, (1) Prime Construction Company, as Principal herein, and (2) ---=I=n=t ... ern=a=t __ io __ n __ a .... l __ F __ i_de_l_i_t .... v_I_n_s_ur_a_n_c_e_Co_mp.._a_n .... Y ________ , a corporation organized and existing under the laws of the State of (3) _N_e_w_Je_r_s_e~y ___ , 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 Two Million, Four Hundred Ninetv Eight Thousand and No Cents Dollars ($2,498,000.00) 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 7th day of April, 2009, 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 FIRE STATION NO. 27 AT 2940 PRECINCT LINE ROAD, FORT WORTH, TEXAS TPW2007-21 PROJECT# 00132 (C235-205110013280). 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. Fire Station No. 27 (April 2009) I I I I I_ I _ l I \ • 1 1 SIGNED and SEALED this __ 2_o_th __ day of __ Ap_r_i_l ______ , 2009 . Prime Construction Company PRINCIPAL ATTEST: .J~/.JL~ (Princip Secretary By:~~ Name: ::::r~ F @«>; Title : f ra.&PAf: (SE AL) ATTEST: Secretary (SEAL) NOTES: (1) (2) (3) Address: 8101 Valcasi Drive, Suite 1@1 Arling ton, TX 76001 I International Fidelity Insurance Comp ny SURETY B~~.'1 Name: Staci Gross Attorney in Fact Address : 2435 N. Central Expressway 470 Ri chardson, TX 75080 Telephone No .: (800)823-3039 Correct name of Principal (Contractor). Correct name of Surety. 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 Cont ract. F ire Station No . 27 (April 2009) I I I I I I I I I Tel(973)624-7200 POWER QF ATTORNEY l . INTERNATIONAL FIDELITY INSURANCE COMP Ah HOME OFFICE : ONE NEW ARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized a existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint Wichita Falls, TX . ................. ....... .... ······ ....................... .. ..... ...... ······· ...................... ............ . ................... . its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of · emnity and other writings obligatory m the nature thereof, which are or may be allowed , required or permitted by law, stature, rule 1 regulation, contract or oth rwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY IN$URANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office . This Power of Attorney is executed, and may_ l:>e revoked, pursuant to and by authority of Article 3-Section 3, of the By-Laws adopted by the Boa d of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February , I974 . The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (l) To appoint Attorneys-in.fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney-in-fact and revoke the authority given . Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a eeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: I Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and bindmg u11on the Comp ny and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with re pect to any bond or undertaking to which it is attached . IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY bas caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 16th day of October, A.D. 2007. I STATE OF NEW JERSEY County of Essex INTERNATIONAL FIDELITY INSURANCE C1 MPANY ~~~ Secretary On this 16th day of October 2007 , before me came the individual who executed the preceding instrument, to me personally km~~~. and, being by me duly sworn, said the he 1s the therein described and authorized officer of the INTERNATIONAL FIDELITY INSIJR.,\NCE COMPAI'II r; that the seal affixed to said instrument is the Corporate Seal of said Company ; that the said Corporate Seal and his signature were duly affixed by order of the Board of irectors of said Company . IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal , at the City of Newark, New Jersey the day and year first above written. CERTIFICATION A NOT ARY PUBLIC OF NEW JERSEY My Commission Expires Nov . 21, 2010 l, the undersigned officer of INTERNATIONAL FIDELITY .INSURANCE COMPANY do hereby certify that l have compared the foregoing c py of the Power of Attorney and affidavit, and the copy of the SectiQn of the By -Laws of said Company as set forth in said Power of Attorney , with the ORlGI-ALS ON IN THE HOME OFFICE OP S>i,ID COMPANY, and that the s~ are correct transcripts thereof, and of tbe whole of the said originals, and that th said Power of Attorney has not been revoked and is now in full force and effect · IN TESTIMONY WHEREOF. I have hereunto set my hand this 20th day of April, 2009 ~ff(~~ Assistant Secretary I I I I I I I I I I I I I I I I I I IMPORTANT NOTICE To obtain information or make a complaint: You may call International Fidelity Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-333-4167 You may also write to International Fidelity Insurance Company at: Attn: Claims Department One Newad Center, 20th Floor Newad, NJ 07102 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) rU"St. If the dispute is not resolved, you may contact the Texas Department of Insurance. A ITACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. A VISO IMPORTANTE Para obtener informacion o para !ilOIDeter una queja: Usted puede Damar al numero de telefono gratis de International Fidelity Insurance Company's para informaclon o para someter una queja al: 1-800-333-4167 Usted tambien puede escribir a International Fidell Insurance Company: Attn: Claims Department One Newark Center, 20th Floor Newark, NJ 07102 Puede comunicarse con el Departamento de Seguros e Texas para obtener infonnaclon acerca de compania$, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection @tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la cmputa, puede entonces comunicarse con departamento (TDI). UNA ESTE A VISO A SU FIANZA DE GARANTIA: &le aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. I I I I I I I I I I I I I I I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3 .23 of Vernon's Annotated Civil Statutes, Contractor certifies that it provides worker's compensation insurance coverage for all of its employee J employed on City of Fort Worth project CONSTRUCT FIRE STATION N0.27 2940 PRECINCT LINE ROAD FORT WORTH, TEXAS TPW2007-21 PROJECT # 00132 Title 4-21-2.fdi Date STATE OF TEXAS COUNTY OF TARRANT (a) : ~ Notary Public in and for the State of Texas -:... C/J; --. ')' +"" . -~ ·. ~OF i~ ; ~ , . ~ . .. Contra~~~r~ ,o p(dvide to the City a certificate showing that it has obtained a policy ot,Nffi~~~'mpensation insurance covering each of its employees on the project in ge>mpliance with state law . No Notice to Proceed will be issued until the Contractor has complied with this section . (b) Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired . Contractor shall provide a copy of all such certificates to the City. Fire Station No . 27 (April 2009) I I I I I I I I I I I 1Hta 1iNDOAIEIENT CHANGIIII THE POLICY. ruM8E READ IT CAR&PULLY. PRIMARY AND NON CONTRIBUTORY ENDORSEMENT Ttia endorMmert mocltle& lnstnnce provided lllder the followl~: ALL COVERAGE PARTS Af'P/ ~ provided to an Additional Insured sct.klled in endorlemeri CG 201 o or endoniemert CG 2037 (when either is attaohed to thi6 policy} shall be e,cce9B over any other valid and collectible inauranoe available to such Addtlonal ln&lftd whether primary, excess, cont ingent or on any other basis unla.8 : 1) a written oontraet or written agreement specifically requires that this inslJ'ance apply on a primary and noncortribl.tory beeis ; or 2) prior to a lo&s. you request in writing and we agree that this instnnce lhall apptv on a primary and ~ontributory basi9 . ALL OTHl!R TERMS AND CONOfflONS OF THli POLICY REJMIN UNCHANCJaD . AP5031 US 05-07 Page 1 ol 1 I I I I I I I I .. : . \·/ .. :: .. : .... :::/·.::: t':':?::;:::;:;j:j;11\l1:11l1J!::11:1:;1::I:t:> : . .. : ', ;_ SIGN IS WHffE;::1;Luii BORDeR AN D LETT ~~~: IN PMS 28~. PR d~ec'U ;~~. .·· ........... . . . :: . CONTRACTOR; BOND AND CO.M~IQ.N DAT!= INFORMATION.IS lN H=l~ICA \ .. }). ·········-~~~· i ·. TRANSPORTATION AND PUBLIC WORKS BID TABULATION Project: FIRE STATION 27 PRECINCT LINE ROAD/ TRINIT Y BOULEVARD FORT WORTH Project#: C235-20511001 3280 TPW Project#: TPW2007-21 Bid Date : OCTOBER 9 , 2008 Advertised : SEPTEMBER 11 & 18 , 2008 DESCRIPTION BASE BID J .C . Comme ric al, Inc. 1865 McGee Lane , Suite 0 Lewisvi ll e, Texas 75077 972-436-4622 972-436-4822 FAX BID $ 2,447 ,777.00 ALTERNATES DAYS Add Alternate No. 1 $ Add Altern ate No. 2 $ Add Altern ate No. 3 $ Add Alternate No. 4 $ TOTAL OF ALTERNATES : $ ADDENDUM 'S : CALENDAR DAYS : 390,000.00 1 19,000.00 5 4 ,000.00 8 ,8 00 .00 571 ,800 .00 · 3 345 8 Fort Constru ction , LP DESCRIPTION BASE BID ALTERNATES Add A ltern ate No . 1 Add Alte rnate No. 2 A dd Alternate No . 3 Add Al ternate No . 4 224 E Vickery Bou levard Fort Worth , TX 76 104 817-885-7979 817-885-7977 FAX BID $ 2,647,377.00 $-122,000.00 $ 4 5,000.00 $ 11 ,000.00 $ 60,000.00 25 8 8 2 43 DAYS 0 0 0 0 Tabulated by: Eng . Estimate: Addendums : 2 Tegrity Contractors, Inc . $ $ $ $ $ $ 106 E Un ivers ity Drive McKinney , Texas 75069 972-562-6060 972-562 -6064 FAX BID 2,466 ,000.00 8 0 ,000.00 72,000.00 30 ,000.00 20 ,000.00 202 ,000 .00 3 300 9 Gilbert May, Inc. dba Ph illips/May Corporation 486 1 Sharp Street Da ll as , Texas 75247 214-631-3331 214-630-56 07 FAX BID $ 2,656 ,000 .00 $ 285,000.00 $ 37,000 .00 $ 22 ,000.00 $ 1 1,600.00 TOTALOFALTERNATES : $ 238 ,000 .00 0 $ 355,600.00 ADDENDUM'S : CALENDAR DAYS : 3 330 3 365 VICKI MCDONALD $ 2,000,000.00 3 Prime Construction Company 8101 Va lcasi Drive, Ste 101 Arlington , Texas 76001 8 17-572-5550 817-572-6354 FAX BID $ 2,498 ,000 .00 4 Alshall Construction Company Inc. 24 08 E Trinity Mill s Road, Ste 100 Carrollton, Texas 75006 214-390-1668 214-390-1266 FAX BID $ 2,545,786.00 5 C. R. Reynolds , Inc. 714 N Tra vis Street Sherman , Texas 75090 903-891-3996 903-891-3997 FAX BID $ 2,585 ,000.00 6 CORE Construction Services o f Texas , Inc. 10625 North Cou nty Road Ste 100 Frisco , Texas 75034 972-668-9 34 0 972-668-935 1 FAX BID $ 2,639 ,000.00 DAYS DAYS DAYS DAYS DAYS 0 $ 169,000 .00 0 $ 129,25 9.00 2 1 No Bid 0 $ 176,000.00 60 0 $ 5 2,000.00 0 $ 47,395.00 10 $ 70 ,000 .00 0 $ 65,000.00 0 .0 $ 28,000.00 0 $ 44,550.00 0 $ 23,000 .00 15 $ 50,000.00 0 0 $ 10,000.00 0 $ 6 ,570.00 12 $ 7,000.00 0 $ 9,000.00 0 0 $ 259 ,000.00 0 $ 227,774.00 43 $ 100,000.00 15 $ 300 ,000 .00 60 3 3 3 3 330 330 270 304 10 11 12 13 MDI Inc. General Reeder General SEDALCO, LP. LEMCO Construction Contractors Contractors , Inc. Services, LP 1225 Lakeshore Drive , Ste. 100 109 Aviato r Drive 2554 East Long Avenue 14131 Midway Road , Ste . 660 Coppell , Texas 75019 Fort Worth , Texas 76179 Fort Worth , Texas 76137 Addi son , Texas 75001 469-635-3400 817 -439-2022 817-83 1-2245 214-637-4222 469-635-3499 FAX 81 7-439-2024 FAX 817-831-2248 FAX 214-637-4 22 0 FAX BID BID BID BID $ 2,676 ,500.00 $ 2,685 ,000.00 $ 2,690,000.00 $ 2,750 ,000.00 DAYS DAYS DAYS DAYS DAYS 0 $ 108 ,000.00 0 $ 97,000.00 14 $ 123,000.00 30 $ 0 0 $ 45 ,700.00 0 $ 174 ,000.00 0 $ 5 0 ,000.0.0 0 $ 0 0 $ 40,700.00 0 $ 30 ,000.00 0 $ 23,000.00 0 $ 3 0 $ 8 ,200.00 0 $ 7 ,500.00 0 $ 7,000 .00 0 $ 0 0 $ 202,600 .00 0 $ 308 ,500 .00 14 $ 203 ,000 .00 30 $ 3 3 3 3 3 240 240 335 0 7 Hasen Design Build and Development dba Hasen Construction Services 2501 Parkview Dr., Suite 400 Fort Worth , TX 76102 817-877-1 144 817-877-1149 FAX BID $ 2,646 ,951.00 $ 100,000.00 $ 57,500 .00 $ 25,000.00 $ 12,560.00 $ 195,060.00 3 9 Months 14 Centerline Construction Services, Inc. 13526 Cyp ress Lane Cypress , Texas 77429 281 -807 -4443 281-970-0233 FAX BID $ 3,029 ,416.00 $ 86 ,956.00 $ 45,41 9 .00 $ 36,956.00 $ 16 ,972.00 $ 186 ,303.00 3 365 DAYS 0 0 0 0 0 DAYS 0 0 0 0 0 SITE OF FIRE STATION U BER 27 SITE OF FIRE STATION NUMBER 27 H CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 FIRE STATION NO. 27 Request for Proposals Submittal Date: October 9, 2008 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows: 1 . Section 02282 Term ite Control is added to the Specifications (Attachment 1 ). Acknowledge the receipt of this Addendum No. 3 on your Proposal. GREG SIMMONS, PE ACTING DIRECTOR, TRANSPORTATION & PUBLIC WORKS DEPT By:--------- Dalton Murayama . AIA Arch itectural Services Manager 817-392-8088 , FAX 817-392-8488 RELEASE DATE: October 6, 2008 Construct Fire Stat ion No. 27 Addendum No . 3 , October 6 , 2008 Page 1 of 1 Fire Station #27 City of Fort Worth PART1GENERAL 1.01 SUMMARY SECTION 02282 TERMITE CONTROL TERMITE CONTROL -02282 A. Furnish and install a chemical barrier to afford the structure protection from termites and other common ground insects. 1.02 SUBMITTALS A. Submit for approval product data , warranty. 1.03 QUALITY ASSURANCE A. Comply with govern ing codes and regulations. Provide products of acceptable manufacturers which have been in satisfactory use in similar service for three years . Use experienced installers. Deliver, handle , and store materials in accordance with manufacturer's instructions. 1.04 WARRANTY A. The Contractor shall provide a five (5) year guarantee to the Owner for all work done under this Section against Re-infestation. B. At the end of the five year period, the Owner shall be offered a renewable contract (guarantee) on a year-to-year basis , at the Owner's option, at an agreed upon annual fee . PART 2PRODUCTS 2.01 MATERIALS A. Chemicals and Concentrations: Apply to soil areas to be treated . 1. Material Name : Prevail FT Termiticide 2. CHEMICAL FAMILY: Pyrethroid Insecticide 3. MOLECULAR FORMULA: C22H19Cl2N03 (cypermethrin) 4. SYNONYMS: FMC 30980 ; ( +/-)-a-cyano(3-phenoxyphenyl)methyl ( +/-) cis , trans-3-(2 ,2- dichloroethenyl)-2 ,2-dimethylcyclopropanecarboxylate; IUPAC: (RS)-a-cyano-3- phenoxybenzyl ( 1 RS)-cis-trans-3-(2 ,2-dichlorovinyl)-1 , 1-dimethylcyclopropanecarboxylate 5. For use by individuals/firms licensed or reg istered by the State to apply termiticide products . States may have more restrictive requirements regarding qualifications of persons using this product. Consult the structural pest control regulatory agency of your State prior to use of this product. a . EPA Reg . No . 279-3082 EPA Est. 279- b . Active Ingredient: By Wt. 1) 24 .8% -Cypermethrin ** 2) 75.2% -Inert Ingredients 3) 100 .0% c. **Cis/trans ratio: Max. 55% (±) cis and min . 45% (±) trans Prevail® FT contains 2 pounds cypermethrin per gallon . U.S. Patent No . 4 ,024 ,163 B. Materials shall be used , provided : 1. They are determined to meet five (5) year test conducted by the U.S. Forest Service, or the U.S . Department of Agriculture. 2. Evidence is provided ind icating any toxic effects to humans , plants or animal life. 3. Allowed by governing laws and/or ordinances . RPGA Design Group , Inc. 1 of 2 Fire Station #27 City of Fort Worth TERMITE CONTROL -02282 C. Any chemical toxic to animals and plant life should be applied with caution by an experienced person who is licensed in accordance the regulatory agency of the State . PART 3EXECUTION 3.01 INSTALLATION A. Treat soil i n strict compliance with National Pest Control Association standards and with manufacturer's printed instructions and recommendations . B. Apply as recommended by manufacturer for Pre-Construction Subterranean Termite Treatment. C . Under all building slabs apply treatment at a ratio of one and a half (1 1h ) gallons per 10 sq . ft., or as recommended by manufacturer to achieve specified performance , prior to placing of vapor barrier. D. Apply to a depth of 1 foot and to a width of one foot along each side of the foundation walls and around piers where applicable around utility openings for pipes, conduits or other slab penetrations at a rate of 4 gallons per 10 lineal feet. Chemical shall be mixed with soil as it is being placed in the trench. 1. The guarantee shall state that the application was made at the concentration, ratio, and methods which comply with the manufacturers recommendations and these Specifications. 2 . Re-treatment upon evidence of subterranean termite activity shall be at no charge to the Owner and in accordance with accepted trade practice . E. Post signs and other warnings indicating that soil poisoning has been applied . Protect persons and property from injury or damage from soil treatment work. 3.02 CLEAN UP A. Upon completion, remove debris related to this work from the site. END OF SECTION RPGA Design Group , Inc. 2 of2 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 FIRE STATION NO. 27 Request for Proposals Submittal Date: October 9, 2008 (NO CHANGE} The Request for Proposals for the above project is hereby revised and amended as follows: 1. Revised "Proposal" in Instructions to Offerors (Attachment 1 ). The "Proposal " is dated October 1, 2008. Use this revised "Proposal" pages to submit the contractor's proposal. 2. Request for Information and Specifications (Attachment 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 Arch itectural Services Manager 817-392-8088 , FAX 817-392-8488 RELEASE DATE: October 1, 2008 Construct Fire Station No. 27 Addendum No. 2, October 1 , 2008 Page 1 of 1 TO: MR. DALE FISSELER, PE CITY MANAGER ATIN: PURCHASING OFFICE 1000 THROCKMORTON PROPOSAL CITY OF FORT WORTH, TEXAS FOR: Fire Station No. 27 On Precinct Line Road near the Intersection With Trinity Boulevard Fort Worth, Texas Project No . TPW2007-21 Pursuant to the foregoing "Instructions to Offerers," 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 $25,000.00, furnish acceptable Performance and/or Payment Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum, to wit: DESCRIPTION OF ITEMS Base Bid ------- Completion within ___ calendar days after date of Notice to Proceed Add Alternate No . 1 (Ground Water Source Heat Pumps) ___ _ Additional calendar days, if needed __ _ Add Alternate No. 2 (Preformed Metal Roof Panels) ___ _ Additional calendar days, if needed __ _ Add Alternate No . 3 (Energy Management System) ___ _ Additional calendar days, if needed __ _ Add Alternate No. 4 (Ground Concrete Flooring) ___ _ Additional calendar days, if needed __ _ Include Unit Pricing as follows : Item: 18" Pier; additional$ per foot of depth _____ _ Item : 18" Pier, reduction in $ per foot of depth _____ _ Item: Well Loops and Piping ; additional $ per foot ____ _ Fire Station No . 27 Addendum No. 2 , October 1, 2008 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 emp loyment and those of any labor organization , subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ord i nance 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. U Non-resident vendors in (give state), our principal place of business, are required to be __ percent lower than resident bidders by state law. U Non-resident vendors in (give state), are not required to underbid resident bidders. B . U Our principal place of business or corporate offices are in the State of Texas . 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 ($ 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 I 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 , Company Name By: Signature Fire Station No . 27 Addendum No . 2, October 1, 2008 Address: Printed Name of Principal Street City Phone : ----------- Fax : Email: ___________ _ Receipt is acknowledged of the following addenda: Addendum No . 1 : __ Addendum No . 2 : __ Addendum No. 3 : __ _ Addendum No . 4 : __ _ Addendum No. 5: --- Fire Station No . 27 Addendum No . 2 , October 1, 2008 Title Zip Fire Station #27 City of Fort Worth, Texas October , 2008 Addendu No . 2 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTME T RPGA Design Group, Inc. Fire Station #27 Addendum No. 2 October 1, 2008 RPGA Design Group, Inc. 101 S. Jennings Avenu~. Suite 100 Fort Worth , Texas 76104 (817) 332-9477 1 of 4 Fire Station #27 City of Fort Worth , Texas October 1, 2008 Addendum No . 2 ADDENDUM #2 FIRE STATION #27 Bidders are advised of the following revisions and clarifications and shall be governed accordingly. A. ADDITIONS: 1. None B. REVISIONS/CLARIFICATIONS: 1. PROJECT MANUAL (Specifications):· a . Section 07260 -Vapor Barrier Part 2. 2.03. A: (Change) Vapor "Barrier Sheet: ASTM E 1745 Class A Part 2. 2.03, A1: (Change) Thickness: 15 mil Part 2, 2 .03, A2: (Change) Water Vapor Permeance : Permeance of less than 0.01 Perms [grains/(ft2 *hr* in.Hg)] per ASTM F 1249 or ASTM E 96 . I Part 2, 2.03, A3: (Change) Product: Stego Wrap Vapor Barrier (15-mil) by Stego Industries LUC, o'r Zero Perm Vapor Barrier by Alumiseal. Part 2, 2.03, B: (Change) Seam Tape, Vapor Proofing Mastic and Pipe Boots . Part 2. 2.03, B1a: (Change) As recommended by manufacturer to maintain permeance. C. RE UEST FOR INFORMATION: 1. Question: "Section 01270 , Unit Prices, list 3 unit prices in the Schedule of Unit Prices. However, th \ bid form does not show a location to provide unit prices . How should we submit the unit prices?" 2 . Answer: Use the revised "Bid Form " included in Addendum #2 Question: "How many copies of the proposal are to be turned in at bid time?" Answer: One ( 1) 3. Question: "What is the published budget fo r this project?" Answer: The base bid is anticipated in the $2 ,000 ,000 range 4. Question: "Is th is project to be a "LEED " constructed project? If so, what level of LEED is required?' Answer: No 5. Question : "The alternates in spec. section 01230 , does not match the alternates in the proposal form provided in the "Instruction to Offerors". Can you revise the bid form or revise spec . section 01230 to correspond with each other?" Answer: Use the revised "Bid Form " included in Addendum #2 6. Question: "Warranty is mentioned in the document "Section A" under item D-8 . It does not state the required warranty time . Is this one or two years, or other?" Answer : One (1) year RPGA Design Group , Inc . 2 of 4 Fire Station #27 AOdcdteonbdiurm1, N2 0 00. a 2 City of Fort Worth, Texas 7. Question: "Item #13, Permits (in the smaller specification booklet), states City of Fort Worth Buildin J and Trade Permit fees are waived . Are there any other permits that the contractor must pay for besides these for this project?" Answer: No 8. Question: "Drawing L-1 .01 has a note beneath the legend that states we are to "provide unit prices on all plant types shown and for Bermuda grass per SQ . YD." There is not a location on the bid form for t~ese unit prices , nor are they mentioned in the unit prices spec. section 1270. Are we to provide these unit prices for this project at bid time?" Answer: No 9. Question: "Drawing L-1 .01 & L-1 .03 shows a note near the condenser units at the rear of the bu ilding that state "Alternate #1, Landscape Area ." This alt. 1 is not the same as the Alt 1 in "Alternates spec. se d:tion I 1230," and it's not listed at all. Also, the "Special Note" on L-2 .01 states to "ADD VALVE #20; valve #20 is in a different location on the plans . And, no irrigation connection is shown on L-2.01 for this area as r ell. a. Are we to provide an alternate for this area at bid time? b. If we are to include an alternate for this area, can you please define the total scope for this alternate?" I Answer: Alternate #1 for the Ground Water Source Heat Pumps eliminates the condenser at the re~r of the fire station. In eliminating the condensers, the paving at the condensers is replaced by additional landscaping and irrigation . 10 . Question : "In the ADDITIONAL INSURANCE REQUIREMENTS, note f. states "Deductible limits, or elf- funded retention limits, on each policy must not exceed $10,000. per occurrence unless otherwise approved by the Owner." Most general contractors are going to have insurance deductibles higher t~an this amount. Our retention limit though Travelers insurance is $500,000. Is this deductible amount going to prohibit us from being a general contractor on this project?" I Answer: The intent of the requirement is to protect the City from contractors who do not have the finr,ncial resources to indemnify high deductibles . When Certificates of Insurance (COi) are presented to Risk jMgmt. we check for compliance to various items. Examples: (1) we ck. Insurer's for financial solvency ratings; (2) we make certain the City is listed as an "additional insured "; (3) determine if the insurer is an admitte8 carrier in Texas; etc. Pursuant to high deductibles: Risk Mgmt. verifies financials for a particular company. Normally, large General Contractor companies need not worry. If Risk Mgmt were to question &/or reject an item, we would explain in writing and extend a deadline to come into compliance . 11. Question : "Schlage does not make a finish US32D Satin Stainless Steel. Should we substitute US2 D Brushed Chrome?" Answer: Yes 12. Question: "Keying needs to be confirmed . Construction keys , Master keys and Grand Master keys appear to be too much keying . Is this correct?" I Answer: Yes, construction keys during construction, master key(s) for the fire station , grand master l<ey(s) for the fire department. 13 Question: "Patio locks are an extended lead time item and very pricey. Could store room locks be u ed in their place ?" Answer: Patio locks are provided to prevent personnel from accidentally locking themselves out. 14. Question: "Regarding the mosaic pattern tile area shown on detail 1/A-3.08, is the note that states "ceram ic tile" incorrect? Detail 02/A-3 .08 and the specifications only mention porcelain tile . Please clarify." Answer: All floor tiles are porcelain; wall tiles with the exception of the base are ceramic. 15 . Question : 'There is a spec section 10552 for Mail Boxes. We are not finding a location for the Mail ox( es) in the drawings. Are we to include pricing for a mailbox in this bid? What location will it be installed 1t?" RPGA Design Group, Inc . 3 of 4 Fire Station #27 Octobe 1, 2008 Addend i m No . 2 City of Fort Worth , Texas Answer: One (1) mailbox is required . The mailbox is a freestanding box set in concrete that will be coordinated with the postal service and located during construction . 16 . Question: "Drawing A-3.06 shows a note that says "Window Blinds Typical @ Windows in Living Ar~as" while the Note: at the bottom of the window schedule on sheet A-3.09 states to provide & install block out shades at living room. Please clarify whether we are supposed to use shades or blinds at the living ~oom." 17. Answer: Block out shades are required at the Living Room Question: "Specification 16721 , 2.2 A. page 4 of 15 states that the manufacturer of the fire alarm/life safety system must be EST, Siemans , or Notifier. Can we quote a different manufacturer as long as we mdet the IFC 2003 and NFPA 72?" Answer: Yes END OF ADDENDUM #2 RPGA Design Group, Inc . 4 of 4 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 FIRE STATION NO. 27 Request for Proposals Submittal Date: October 9, 2008 {NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows: The Pre-Submittal Conference was held at 10:00 AM, September 23, 2008 at the Architectural Services Conference Room at 401 West 131h Street in Fort Worth . Attached is the list of the attendees (Attachment 1 ). 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 : September 23 , 2008 Construct Fire Station No. 27 Addendum No. 1, September 23 , 2008 Page 1 of 1 NOTICE TO OFFERORS Proposals for the new construction of Fire Station No. 27 (located on Precinct Line Road near the intersection with Trinity Boulevard) will be received at the Purchasing Office, City of Fort Worth, 1000 Throckmorton, Fort Worth , 76107, until 1 :30 P.M., Thursday, October 9, 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. The Best Value selection will be with one contractor for both fire stations or one contractor for each fire station, at the City's option. Offerers may submit proposals for both projects or for one project. A Pre-Bid Conference will be held at 10:00 A.M., Tuesday, September 23, 2008 at the Architectural Services Conference Room at 401 West 13th Street in Fort Worth. The offers will be valid for ninety (90) calendar days. Estimated construction cost is in the $2 ,000,000 range for the base bid . There are four additive alternates: Alternate No. 1 (Geothermal Ground Source Heat Pump), Alternate No. 2 (Energy Management system), Alternate No. 3 (Polished Concrete), and Alternate No. 4 (Standing Seam Metal Roof). MWBE participation will be evaluated in awarding this Contract. The MWBE participation requirement is 29%. Offerers 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 M/WBE Office at 817-392-6104 to obtain list of certified subcontractors and suppliers. Offerers must submit a bid bond with their proposal. Offeror may provide proposal for one or both fire station projects. Offeror(s) to whom an award of contract(s) is made will be required to provide Payment and Performance Bonds and provide Contractors General Liability and Statutory Workers Compensation Coverage. If you intend to submit a proposal, inform the Project Manager or Architect who can then inform interested subcontractors. General Contractors and Suppliers may make copies of the Instructions to Offerors, Gen.era! 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 https://projectpo int.buzzsaw.com/fortworthqov with the user name "Cowtown", password "Cowtown2004", and click on "T/PW Projects". Contact the Project Manager, Don Powell, at (817) 392- 8014 or Email Donald.powell@fortworthgov.org for assistance. For additional information contact Javier Lucio, RPGA Design Group, (817) 332-9477 , Ext. 207 or Email jlucio@rpgaarch itects .com. Advertisement: September 11, 2008 September 18, 2008 Fire Station No. 27 September 2008 NOTICE TO OFFERORS TABLE OF CONTENTS INSTRUCTIONS TO OFFERORS PROPOSAL TABLE OF CONTENTS TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE WAGES RATES WEATHER TABLE CONSTRUCTION CONTRACT PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW PROJECT SIGN Fire Station No. 27 September 2008 INSTRUCTIONS TO OFFERORS 1. PROPOSAL REQUIREMENTS: The following requirements shall be used in the prepara tion 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 no t 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 (5% of the total of both fire stations if the Offeror is submitting proposals for both fire stations). In order fo r 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 qual ify as a surety on obligations permitted or requ ired under federal law ; or (2) have obtained re insurance for any liab ility 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 qual ify 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 Best Value selection will be with one contractor for both fire stations or one contractor for each station , at the City's option . 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 Offerer 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 Fire Station No . 27 September 2008 2 . 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 . MINORITY/WOMENS BUSINESS ENTERPRISE (M/WBE} (BEST VALUE PROPOSAL} All Offerors shall note that it is the policy of the City of Fort Worth to ensure the f ull 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 submitta l date , exclusive of the proposal subm ittal date , all Offerors will be requ ired to submit information concerning the M/WBE(s) that will participate in the contract. The M/WBE goal is 29%. The information shall i nclude: (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 bus iness 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 be ing certified by the North Central Texas Regional Certification Agency (NCTRCA), or Texas Department of Transportation (TXDOT), Highway Divis ion 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 t he proposal non-responsive. The plan will be part of the final weighted selection criteria . 3. BID SECURITY: Cash ier'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 subm itted [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 fa ils to award the contract within 90 calendar days of rece ipt of bids , unless the Bidder agrees to an extens ion . 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 requ ired 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 prov ided 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 . Fire St ation No. 27 September 2008 5 . 6 . 7. 8. 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 re insurance shall be provided to the City upon request. The City , in its sole discretion, will determine the adequacy of the proof required herein . No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City If the total contract price is $25,000 or less , payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been 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. 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. 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. WAGE RATES : Not less than the prevailing wage rates set forth in Contract Documents must be paid on this project. POST BID -PREAWARD SUBMITIALS: Offerors are required to submit the following information to the Architectural Services Division, 401 West 13th Street, Fort Worth , Texas 76102 (phone number 817-392-8088), within five business days subsequent to bid opening (normally by 5:00 PM the next 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 Fire Station No. 27 September 2008 10. preparing recommendations for award of the contract. The Contractor must provide and use subcontractors listed unless the City agrees to allow a substitute. DISCREPANCIES AND ADDENDA: Should a Offerer 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 Offerers at the Plans Desk or place designated for distribution of Bid Documents by the Notice to Offerers. The Contractor is responsible for determining if addenda are available and for securing copies prior to submitting a response to 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. Offerer 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: Offerers 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 bu ilding side of the water meter and sewer tap. 15. BID DOCUMENTS: Hard cop ies of bidding documents may be obtained directly from printers or downloaded and printed by the Offerer . 16. MANUFACTURER'S REFERENCE: Catalog, brand names, and manufacturer's references are descriptive , not restrictive. Use of brands of like nature and qual ity 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 01630 Product Options and Substitutions. 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 , Fire Station No . 27 September 2008 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 . Fire Station No. 27 Septeinber 2008 TO : MR. DALE FISSELER , PE CITY MANAGER ATTN: PURCHASING OFFICE 1000 THROCKMORTON PROPOSAL CITY OF FORT WORTH , TEXAS FOR: Fire Station No . 27 On Precinct Line Road near the Intersection With Trinity Boulevard Fort Worth , Texas Project No . TPW2007-21 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 ITEMS twfl /11///,011 FOcJr /11111okd Base BidJ/ J..'-l'l(_(}{J() o_g_ U,'lfdy E"tjA.f Tho(lfa,,d. Completion within 3 3 0 calendar days after date of Notice to Proceed Add Alternate No. 1 (Ground Water Source Heat Pumps}#l6't 00<2 '!.! Additional calendar days , if needed 0 --- Add Alternate No . 2 (Preformed Metal Roof Panels) IS ,J,,, oor, "..!! Additional calendar days, if needed 0 Add Alternate No. 3 (Energy Management System),:# :l clj (JOO " 11 Additional calendar days , if needed 0 Add Alternate No. 4 (Ground Concrete Flooringr#:t<', <JOO O ! Additional calendar days , if needed _o __ Include Unit Pricing as follows : Item : 18 " Pier ; additional $ per foot of depth # Jc, ~ Item: 18" Pier, reduction in $ per foot of depth ./IS 0~ Item : Well Loops and Piping ; additional $ per toot4f IS ~ Fire Station No. 2 7 Addendum No. 2 , October 1, 200 8 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 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 res ident 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. IJ Non-resident vendors in (give state), our principal place of business , are required to be __ percent lower than resident bidders by state law. IJ Non-resident vendors in (give state), are not required to underbid resident bidders. B. I~ 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 w ill deliver approved Performance and Payment Bonds for the faithful performance of this contact. The attached deposit check in the sum of Dollars ($ NIA ) 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 I 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, PRIME CONSTRUCTION COMPANY By : :::?fi1+- Fire Station N o . 27 Addendum No. 2, October I , 2008 JERRY F. MOODY, PRESIDENT Printed Name of Principal Title Address : 8101 VALCASI DRIVE, SUITE 101 Street FORT WORTH, TEXAS 76001 ~~ ~p Phone : 81 7 -5 7 2 -5 5 5 0 Fax: 817-572 -6354 Email: jmoody@primeconstructionco.com Receipt is acknowledged of the following addenda : Addendum No . 1:_Q~.L..;n/ 08 Addendum No. 2:...!QL91/08 Addendum No . 3 : 10 /06/ 08 Addendum No. 4 : __ _ Addendum No . 5 : __ _ Fire Station N o. 27 Addendum N o . 2 , October I , 2008 --.: --~ -- ' TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE Name of Purchaser, Firm or Agency: City of Fort Worth, Texas Address (Street & Number. P.O . Box or Route Numbe r): 1000 Throckmorton City, State, Zip Code : -Fo=rt ..... w ___ · '"'"o ..... rth ___ . ._T ___ e __ x __ as~7_6-1-0_2 ________ _ 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 be low or on the attac hed order or invo ice from : All vendors Description of the items to be purchased , or on the attached order or invo ice : All items exce t motor vehicles as listed below Purchaser claims this exemption for the follow ing reason: Governmental Entity I understand that I will be liable for payment of sales or use taxes which may becom J due for failure to comply with the provisions of the state, city, and/or metropolitan tra I sit 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 ftems 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. ~,.1,/[\ Purchaser. v,'.1)4...: Title : Purchasing Manager Date: February 1, 2007 Note: This certificate cannot be issued for the purchase , lease or rental of a motor vehicle. THIS CERTIFICATE DOES NOT REQUIRE A NUMBER TO BE VALID Sales and Use Tax "Exemption Numbers" or "Tax Exempr Numbers do not ex ist. This certificate shou ld be furnished to the supplier. Do not send the completed certificate to the Comptroller of Public Accounts . Classification AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechanic Bricklayer /Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper Fire Station No . 27 (April 2009) 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate Classification $21.69 Plumber $12.00 Plumber Helper $15 .24 Reinforcing Steel Setter $19.12 Roofer $10 .10 Roofer Helper $16.23 Sheet Metal Worker $ 11 . 91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13.12 Spr i nkler System Installer Helper $14 .62 Steel Wo rker Structural $10.91 Concrete Pump Crane , Clamsheel , Backhoe, Derrick , D'Line $13 .00 Shovel $9.00 Forklift $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Helper $20.00 $13.00 $18 .00 $13.00 $14 .78 $11.25 $10.27 $13.18 $16.10 $14.83 $8.00 $18.85 $12.83 $17.25 $12 .25 Hrly Rate I $20.43 I $14 .90 $10 .00 I $14 .00 $10 .00 $16 .96 I $12 .31 I $18.00 I $9 .00 $17.43 I $20.50 I $17.76 I $12 .63 I $10 .50 I $14. 91 I $16.06 I $9 .75 ( 1) (2) (3) * WEATHER TABLE Month Average Inches Days of of Rain Rainfall January 7 1.80 February 7 2 .36 March 7 2 .54 April 8 4 .30 May 8 4.47 June 6 3.05 July 5 1.84 August 5 2 .26 September 7 3 .15 October 5 2.68 November 6 2.03 December 6 1.82 I ANNUALLY I 77 I 32 .30 Mean number of days rainfall , 0.01" or more Average normal precipitation , in inches Mean number of days 1.0 inch or more Less than 0.5 inches Snow/Ice Pellets 1 * * 0 0 0 0 0 0 0 * * I 1 I This table is based on information reported from Dallas-Fort Worth Reg ional A irport , 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 This tab le 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. Fire Station No . 27 September 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 SECTION A DEFINITIONS , PROCEDURES AND INTERPRETATIONS I A-1 CONTRACT DOCUMENTS: By the term Contract Documents is meant all of the written and drawn documents setting forth or affecting the rights of the parties , including but not necessarily limited to, the Contract, Notice to Bidders , Proposal , Ge~eral Conditions , Special Conditions , Specifications , Plans , Bonds and all Addenda, Amendments signed by all parties , Change Orders , written Interpretations and any written Field Order for a minor change in the Work . l A-2 ENTIRE AGREEMENT: The Contract Documents represent the entire agreement between the Parties , and no pri r or contemporaneous , oral or written agreements , instruments or negotiations shall be construed as altering the terms and effects of the Contract Documents . After being executed , the Contract Documents can be changed only by a written Amendment signed by the Contractor and the Owner, or Change Order, or by a written Field Order for a minor change. I A-3 WORK: By the term Work is meant all labor, supervision, materials and equ ipment necessary to be used or incorporated in order to produce the construction required by Contract Documents . I A-4 EXECUTION OF THE CONTRACT DOCUMENTS: The Contract Documents shall be executed in six originals , witr, 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 contractsland provide required enclosures will be grounds for revocation of award and taking of Bid Bond . A-5 FAMILIARITY WITH PROPOSED WORK: Before filing a Proposal , the bidder shall examine carefully the , plans , specifications, special provisions , and the form of contract to be entered into for the work contemplated . He shall examine thei site of work and satisfy himself as to the conditions that will be encountered relating to the character, quality and quantity of work to be performed and materials to be furn ished . The filing of a bid by the bidder shall be considered evidence that he has complied 1 1 with these requirements and has accepted the site as suitable for the work. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated by the plans will not be allowed . I A-6 ONE UNIFIED CONTRACT: Insofar as possible, the Contract Documents will be bound together and executed as a single unified Contract. The intention of the Contract Documents being to provide for all labor, supervision , materials, equipment Jand other items necessary for the proper execution and completion of the Work. Words that have well-recognized technical or !l ade 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 olther 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 Specifi cations as may be necessary for the proper execution or progress of the work . Such Interpretations shall be furnished at the instance of the Architect or at the request of the Contractor , or Owner, and will be issued with reasonable promptness and at such times and in accordance with Such schedule as may be agreed upon . Such Interpretations shall be consistent with the purposes and intent of the Plans :and Specifications and may be effected by Field Order . In the event of any dispute between any of the parties to the Contract andl the Architect or each other involving the interpretation of the Contract Documents , the evaluation of work or materials performed or furnished by the Architect Contractor, or any subcontractor or materialsman , or involving any question of fault or liability of any party, the decision of the Owner shall be final and binding . I 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 ~nd dimensions on Drawings ; Technical Specifications ; Special Provisions ; Supplementary General Conditions ; General Conditi ! ns ; and , Construction Contract. A-9 COPIES OF WORKING DRAWINGS AND SPECIFICATIONS: The Architect will furnish to Contractor free of charge 15 sets of working Drawings and 15 sets of Specifications . Contractor shall pay the cost of reproduction for all other copie$ of Drawings and Specifications furnished to him. All Drawings , Specifications and copies thereof furnished by the Owner or the Architect are and shall remain the property of the Owner. They are not to be used on any other project and , with the exception of one Contract set for each Party to the Contract , are to be returned to the Owner on request at the completion of the work. General Conditions for Facil ity Construction Lump Sum Contract Fire Station No . 27 (September 2008) Page 1 of 26 A-10 MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) POLICY: The City of Fort Worth has goals to ri the participation of Minority and Women Bus iness Enterprises (M/WBE) in City contracts . Compliance with the pol icies designed to meet these goals is mandatory in order to be considered a respons ive bidder. The City policy and procedures to be followJd in submitting bids is included. I The City of Fort Worth MWBE Program will take precedence over other subcontractor utilization programs on Block Grant and other federally funded Projects . I 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 requ ired . Work ind icated on the drawings and not specified of vice-versa, shall be furn ished as though set forth in both . Work not deta iled , marked or specified shall be the sa ~e as sim ilar parts that are detailed, marked or specified . If the drawings are in conflict or conflict with the specifications the better quality or greater quantity or work or materials shall be estimated and shall be furnished or included. Dimensions on drawings shall 1take precedence over small-scale drawings. Drawings showing locations of equ ipment, piping , ductwork, electrical apparatus, etc . are diagrammatic and job conditions may not allow installation in the exact location shown. Relocation shall not occur w ithou the Architects approval. I A-12 AGE: In accordance w ith the policy ("Policy") of the Executive Branch of the federal government, Contractor covenants that neither it nor any of its officers , members, agents , employees , program participants or subcontractors , while engag ~d in performing this contract, shall , in connection with the employment, advancement or discharge of employees or in connection with the tenns, conditions or privileges of their employment, d iscriminate against persons because of their age except on the basis of a bona fide occupational qualification , retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers , members, agents , employees , subcontractors , program participants , or persons acting on their behalf, shall specify, in sol icitations or advertisements for employees to work on this con tract , a maxi~um age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification , retirement plan or statutory equipment. I Contractor warrants it will fully comp ly with the Policy and will defend , indemnify and hold City harmless against any clai"'/5 or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of th is agreement. I A-13 DISABILITY : In accordance with the provisions of the Americans W ith Disabilities Act of 1990 ("ADA"), Contr1ctor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general publ ic , nor in the availability, terms and/or conditions of employment for applicants for employment wilh , or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA provisions and any other applicable federal , state and local laws concerning disability and will defend , indemnify and hold City harmless against any clairris or allegations asserted by th ird parties or subcontractors against City arising out of Contractor's and/or its subcontractors' all ged 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 Contrac\ for Construction", it shall refer to the Director, Transportation and Public Works or his designated Building Construction Manager. [he Director, Transportation will designate a Project Manager and Building Construction Manager (BCM) to administer this contract and perform the functions of the "Architect" as indicated in the General Conditions . The design architect or engineer may alsq be designated to perform the duties of "Architect". The term "City" and "Owner" are used interchangeably and refer to the City of ort Worth as represented by the Director of Transportation and Public Works or his designated representative . B-2 TERMINATION AND SUSPENSION OF WORK: The Owner has the right to terminate the Project for any reason . project is terminated, the Contractor shall : II the a) Stop work under the Contract on the date and to the extent specified on the notice of termination . b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated . I c) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination . After termination as above, the City will pay the Contractor a proportionate part of the contract price based on the work completed ; provided , however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion thereof allocatable to the work not completed and further reduced by the amount of payments, if, any otherwise made . Contrabtor shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph , such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth , and the decision by the Ci ty 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 Fire Station No . 27 (September 2008) B-3 DUTIES OF THE ARCHITECT: As used herein , the term Arch itect means the Architect or his authorized representative . Nothing contained in these Contract Documents shall create any privily of Contract between the Architect and the Contractor. I B-4 ARCHITECT AS REPRESENTATIVE OF THE OWNER: The Building Construction Manager will provide gel')eral administration of the Contract on behalf of the Owner and will have authority to act as the representative of the Owner to the extent provided in the Contract Documents unless changed in writing by the Owner. The Architect will be available for conferences and consultations with the Owner or the Contractor at all reasonable times . B-5 ACCESS TO JOB SITES: The Arch itect 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 unde nl the Contract Documents . The Architect will make periodic visits to the Site to familiarize himself with the progress and quality of the work and to determine if the work is proceeding in accordance with the Contract documents . On the basis of on-site observations , the Architect will keeJ the Owner informed of the progress of the Work and will endeavor to guard the Owner against defects and defic iencies in the Wo 1k 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 certificate J for payment amounts . B-6 INTERPRETATIONS: The Arch itect will be , in the first instance , the interpreter of t he requirements of the Plans and Specifications and the judge of the performance thereunder by the Contractor, subject to the final decision of the Owner. The Architect's decisions in matters relating to artistic effect will be final if consistent with the intent of the Contract Documents . B-7 AUTHORITY TO STOP WORK: The BCM will have authority to reject work that does not conform to the Plans and Specifications. In addition , whenever, in its reasonable opinion , the BCM considers it necessary or advisable in order to insure! the proper realization of the intent of the Plans and -Specifications , the BCM will have authority to require the Contractor to stop the Work or any portion thereof, or to require special inspection or testing of the Work whether or not such Work be then fabricated , installed or completed . B-8 MISCELLANEOUS DUTIES OF ARCHITECT Shop Drawings. The Arch itect will review Shop Drawings and Samples . Two copies of each approved Shop Drawing and submittal will be provided to the Owner by the Architect. Three copies will be returned to the Contractor. Change Orders. Change Orders and Field Orders for Minor Changes in the Work will be issued by the Owner Guarantees . The Owner will receive all written guarantees and related documents requ ired of the Contractor . Upon completion of the project the Contractor shall provide the Owner five copies of each guarantee. Inspections The Owner will conduct inspections for the purpose of determining and making his recommendations concerning the dates of substantial completion and final completion . The Arch itect 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 . I B-9 TERMINATION OF THE ARCHITECT: In case of the termination of the employment of the Architect by the Owner, the Owner shall either assume the duties of the Architect through the Director of the Department of Transportation and Public Works , or shall appoint a successor Arch itect against whom the Contractor makes no reasonable objection . SECTION C OWNER C-1 IDENTIFICATION: By the term Owner is meant the City of Fort Worth acting herein by its duly authorized representatives in the manner provided by law. Authorized representatives include the City Manager, Assistant City Manager, the Director an d of Transportation and Public Works Department and members of the Facilities Management Division . Generally speaking a designated representative will be a Building Construction Manager identified from within the Facilities Management Group to aci as a point of contact for day-to-day contract administration . I C-2 DUTIES OF THE OWNER: The Owner shall furn ish surveys describing the physical characteristics , legal limits and u\ility 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 thatthe locations of utilities and other obstacles to the prosecution of the Work as shown on Jthe Owner's survey are for information only, are not binding upon the Owner, and the Owner shall not incur any liability for loss or damage by virtue of any inaccuracies or deficiencies in such surveys . The Owner shall secure and pay for title to the site and all necessary permanent or construction easements . The Owner will cooperate with the Contractor in the prosecution of the Work in such manner and to such extent as may be reasonable and shall furnish information under its control w ith reasonable promptnesb at the request of the Contractor. General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) C-3 INSTRUCTIONS: The Owner shall issue all instructions to the Contractor through the BCM . C-4 ACCESS TO JOB SITE: The Owner shall at all times have access to the Work whenever it is in preparation and progress . The Contractor shall provide facilities for such access so the Owner may perform its assigned functions under the Contract Documents . C-5 PROGRESS INSPECTIONS: The Owner will make visits to the Site to familiarize themselves with the progress and quality of the Work and to determine if the work is proceed ing in accordance with the Contract documents . On the basis of on1site observations and reports concerning the progress and quality of the work , the Owner will approve and authorize the Contrac or'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 pr , per 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 testi rl g of the Work whether or not such Work be then fabricated , installed or completed. C-7 SUBSTANTIAL COMPLETION INSPECTION: Upon agreement of the Contractor and Architect that the Wo is substantially complete , the Owner will schedule a Substantial Completion Inspection to be conducted by the Architect and atte rl ded by representatives of the Architect, Owner and Contractor. Items identified during this inspection as being incomplete , defectiv~ or deficient shall be incorporated into a punch list and attached to the AIA document G704 , which is to be prepared and signed b,1 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. I Contractor further agrees to include in all his subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall , until the expiration of three years after final payment under the subcontract, have access to and the right to examine !any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract. The erm "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 fo the costs of copies at the rate published in the Texas Administrative Code . SECTION D CONTRACTOR 0-1 IDENTIFICATION: The Contractor is the person or organization identified as such in the Contract. The term Contralctor means the Contractor or his authorized representative. 0-2 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 controll the details of the Work and services performed hereunder, and all persons performing same , and Contractor shall be solely responsible for the acts of its officers, agents , and employees. Nothing herein shall be construed as creating a partnership or joint enterprise between City and the Contractor, its officers , agents and employees, and the doctrine of respondeat superior shall not apply. I 0-3 SUBLETTING: It is further agreed that the performance of this Contract, either in whole or in part , shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of Transportation and Pub lic Works of the City of Fort Worth . 0-4 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 b ny error, inconsistency or omission he may discover. The Contractor shall do no work without Drawings, Specifications bnd Interpretations . 1 0-5 SUPERVISION : The Contractor shall supervise and direct the Work, using his best skill and attention . He shall be solely responsible for all construction means, methods, safety, techniques , sequences and procedures and for coordinating all portionk of the Work under the Contract Documents . 0-6 LABOR AND MATERIALS: Unless otherwise specifically noted , the Contractor shall provide and pay for all la or, materials , equipment, tools , construction equipment and machinery, water, heat, utilities , transportation and other facilities I nd services necessary for the proper execution and completion of the Work . The succ(;lssful low bidder will use its reasonable best efforts to hire local laborers , workmen and materialmen . The general condition is not to be constructed as limiting the right of any bidder to employee laborers , workmen or materialmen from outJide local area. General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) The Contractor shall at all times enforce strict discipline and good order among his employees , and shall not employ on the Work any unfit person or anyone not skilled in the task assigned to him . D-7 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATE Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258 , Texas Government Code (Chapter 2258), includ ing the payment of not less than the rates determined by the City Council of the City of Fort Worth to be thb prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents . Penalty for Violation . A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is pa id less than the preva iling wage rates stipulated in these contract documents . This penalty shall be retained by the City to offset its adm inistrativ costs , pursuant to Texas Government Code 2258 .023 . Complaints of Violations and City Determination of Good Cause . On receipt of information , includi ng a complaint by a worker, concerning an alleged violation of 2258 .023 , Texas Government Code, by a contractor or subcontractor, the City shall make an I initial determination , before the 31 •1 day after the date the City receives the information , as to whether good cause exists to belie e that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023 , Texas Government Code , including a penalty owed to the City or an affected worker, shall be submitted to bind ing arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected wo rker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragra ph (c) above . If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date tr at arbitration is required , a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained. The Contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the Work , maintain records that show (i) the name and occupation of each worker employed by the Contractor in t e construction of the Work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall ~e open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall perttain to this inspection . Pay Estimates . With each partial payment estimate or payroll period , whichever is less , the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258 , Texas Government Code . Posting of Wage Rates. The Contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all ::::ntractor Compliance . The Contractor shall include in its subcontracts and/or shall otherwise require all of its subcontracto rl 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 program D-8 WARRANTY: The Contractor warrants to the Owner and the Architect that all materials and equipment furnished u der this Contract will be new unless otherwise specified , and that all work will be of good quality, free from faults and defects , and in conformance with the Contract Documents . All work not so conforming to these standards may be considered defective . If requ ired by the Architect or the Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials knd equipment. I The warranty provided in this Section shall be in addition to and not in limitation of any other warranty or remedy provided by law or the Contract Documents . D-9 TAXES: The Contractor is exempt from State Sales Tax on material incorporated into the finished construction , E) ise 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 , Rules, Regulations and Orders of any public auth rity bearing on the performance of the Work . If the Contractor observes or becomes aware that any of the Contract Documents ar~ at variance therewith in any respect , he shall promptly notify the Architect Owner in writing and any necessary changes will be madt If the Contractor performs any Work knowing that it is in violation of, or contrary to , any of such Laws , Statutes, Charter, Ordinances , Orders or Directives , or Regulations without furnishing Notice to the Owner, the Contractor will assume full responsibil ity therefore and bear all costs attributable thereto . I General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 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 , an ~ all applicable taxes . The Contractor's handling costs on the site , labor, installation costs , overhead , profit and other expe?ses contemplated for the original allowance shall be included in the Contractor Sum and not in the allowance . The Contractor !;,hall cause the Work covered by these allowances to be performed for such amounts and by such persons as the Owner may direct! but he will not be required to employ persons against whom he makes a reasonable objection . If the cost, when determined , is Tore than or less than the allowance , the Contract Sum shall be adjusted accord ingly by Change Order which will include additipnal handling costs on the site , labor, installation costs , field overhead , profit and other direct expenses resulting to the Contractor rrom any increase over the original allowance . j D-12 SUPERINTENDENT: The Contractor shall employ a competent superintendent and necessary assistants who shall be in attendance at the Project site during the progress of the Work . The superintendent shall be satisfactory to the Contractor an ~ the Owner. The superintendent shall represent the Contractor and all communications given to the superintendent shall be binding r s if given to the Contractor. Important communications will be confirmed in writing . Other communications will be so confirmed on written request in each case . I D-13 RESPONSIBILITIES FOR EMPLOYEES AND SUB-CONTRACTORS: The Contractor shall be responsible to the Owner for the acts and omissions of all his employees and all Sub-contractors, their agents and emp loyees, and all other perJons 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 ime herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the Work and complete same in accordance with the Contract Documents or to take charge of and complete the Work in such a manner as it may deem prdper, and if, in the completion thereof, the cost to the said City shall exceed the contract pri ce or prices set forth in the sa id plans 1and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing , setting forth land specifying an itemized statement of the total cost thereof, said excess cost. D-15 PROGRESS SCHEDULE: The Contractor, immediately after being awarded the contract, shall prepare and submit for the Architect's approval , an estimated progress schedule for the Work. The progress schedule shall be related to the entire ProJect. This schedule shall indicate the dates for the starting and completion of the various states of construction and shall be revised as required by the conditions of the Work, subject to the Arch itect's approval. It shall also indicate the dates for submission 1and approval of shop drawings and submittals as well as the delivery schedule for major pieces of equipment and/or materials . I The Contractor shall subm it an updated progress schedule the BCM at least monthly for approval along with the Contractor's monthly progress payment requests . I 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 gpod order and marked to record all changes made during construction . These shall also be available to the Architect. The Drawi ~gs , marked to record all changes made during construction , shall be delivered to the Owner upon completion of the Work . The Architect will prepare, and provide to the Owner , one complete set of reproducible record drawings of the Work . I D-17 SHOP DRAWINGS AND SAMPLES: Shop Drawings are drawings , diagrams, illustrations , schedules , performance charts , brochures and other data which are prepared by the Contractor or any Subcontractor, manufacturer, supplier or distribJtor, and which illustrate some portion of the Work . I Samples are physical examples furnished by the Contractor to illustrate materials, equipment or workmanship , and to establ ish standards by which the Work will be judged. I The Contractor shall review , stamp w ith his approval and submit, with reasonable promptness and in orderly sequence so as to cause no delay in the Work or in the work of any other contractor, normally within the first 90 days of the work , six copies of all shop Drawings and Samples required by the Contract Documents or subsequently by the Architect as covered by changeJ or amendments . Shop Drawings and Samples shall be properly identified as specified , or as the Architect may require . At the tim ~ of submission the Contractor shall inform the Architect in writing of any deviation in the Shop Drawings or Samples from lthe 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 ~nd coordinated each shop drawing given in the Contract Documents. The Architect's approval of a separate item shall not indidate approval of an assembly in which the item functions . I 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 Archit~t's approval of a separate item shall not indicate approval of an assembly in which the item functions : I 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 S op Drawings to revisions other than the corrections requested by the Architect on previous submiss ions . General Conditions for Faci lity Construction Lump Sum Contract Fire Station No. 27 (September 2008) The Architect's approval of Shop Drawings or Samples shall not relieve the Contractor of responsibility for any deviation fro"l the requirements of the Contract Documents unless the Contractor has informed the Architect in w ri ting of such deviation at the time of submission and the Architect has given written approval to the specific deviation. Architect's approval shall not relieve the Contractor from responsibility for errors or omissions in the Shop Drawings or Samples. No portion of the Work requiring a Shop Drawing or Sample submission shall be commenced until the Architect has approve the submittal. All such portions of the Work shall be in accordance with approved Shop Drawings and Samples. D-18 SITE USE: The Contractor shall confine operations at the site to areas permitted by law, ordinances , permits and the Contract Documents and shall not unreasonably encumber the site with any materials or equipment. Until acceptance of the Work by the City Council of the City of Fort Worth , the entire site of the Work shall be under the exclusive control , care and responsi bility of the Contractor. Contractor shall take every precaution against injury or damage to persons or property by the action ofj the elements or from any other cause whatsoever. The Contractor shall rebuild , repair, restore and make good at his own expenses all injuries or damages to any portions of the Work occasioned by any of the above , caused before acceptance . I D-19 CUTTING AND PATCHING OF WORK : The Contractor shall do all cutting , fitting or patch ing of his Work that may required to make its several parts fit together properly, and shall not endanger any Work by cutting , excavating or otherwise alt~ring the Work or any part of it. I D-20 CLEAN UP: The Contractor at all times shall keep the premises free from accumulation of waste materials or rubbis ~. At the completion of the Work he shall remove all his waste materials and rubb ish from and about the Project as well as all his tools, construction equipment , machinery and surplus materials , and shall clean all glass surfaces and leave the Work "Broom-clean· dr its equivalent, except at otherwise specified . In addition to removal of rubbish and leaving the build ings "broom-clean·, Contractor Jhall clean all glass , replace any broken glass, remove stains , spots , marks and dirt from decorated work , clean hardware , remove Aaint 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 BOM . D-22 CONTRACTOR REQUIREMENTS ON FEDERALLY FUNDED PROJECTS: Contractor shall observe and comply ith the requirements of the City of Fort Worth Fiscal Department, Intergovernmental Affairs and Grants Management as outlined in the Supplemental Conditions contained in the Project Manual SECTION E SUBCONTRACTORS E-1 DEFINITION: A Subcontractor is a person or organization that has a direct contract with the Contractor to perform an1)' of the Work at the site. The term Subcontractor is referred to throughout the Contract Documents as if singular in number and masculine in gender and means a Subcontractor or his authorized representative . I Nothing contained in the Contract , Documents shall create any contractual relation between the Owner and the Arch itect and any subcontractor or any of his sub-subcontractors or materialmen. I E-2 AWARD OF SUBCONTRACTS: The bidder shall furnish a list of the names of the subcontractors or other personf or organizations (including those who are to furnish materials or equipment fabricated to a special design) proposed for such portions of the Work as may be designated in the bidding requirements , or if none is so designated in the bidding requirements , the namek of the Subcontractors proposed for the principal portions of the Work. Prior to the award of the Contract, the Architect shall notifyjthe successful bidder in writing if either the Owner or Architect , after due investigation , has reasonable objection to any perso~ or organization on such list. Failure of the Owner and Architect to make an objection to any person or organization on the list prior to the award of this Contract shall not constitute acceptance of such person or organizati on . I 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 ofj bid security. If such bidder submits an acceptable substitute , the Owner may, at its discretion , accept the bid or he may disqualify the bid . If, after the award , the Owner or Architect objects in writing to any person or organization on such list, the Contractor shall provide an acceptable substitute . The Contractor shall not make any substitution for any Subcontractor or person or organ ization 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 ub- subcontractors) which shall contain provisions that: I 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejud ice such rights ; 2. Require that such Work be performed in accordance with the requirements of the Contract Documents ; General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) 3 . 4 . 5 . 6 . Require submission to the Contractor of applications for payment under each subcontract to wh ich the Contractor is a party, in reasonable time to enable the Contractor to apply for payment; I Require that all claims for additional costs , extensions of time, damages for delays or otherwise with respect to subcontracted portions of the Work shall be submitted to the Contractor (via any Subcontractor or Sub-subcontractor where appropriatb ) in the manner provided in the Contract Documents for like claims by the Contractor upon the Owner; I Waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by the property insurance, except such rights , if any, as they may have to proceeds of such insurance held by the Owner, and , Obligate each Subcontractor specifically to consent to the provisions of th is Section All of the provisions set out in this section shall be deemed to have been included in every subcontract, and every subcontract shall be so construed and applied as to the Owner and the Architect, whether or not such provisions are physically included in the bub- contract. E-4 MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBEI: 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 fo the participation of minority and women business enterprises (M/WBE) in City contracts . Ordinance No 15530 is incorporated in these General Conditions by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to coin! 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 subm itted w ith in five city busimess days after bid opening . Failure to comply with the City's M/WBE Ordinance , or to demonstrate a "good faith effort", shall result in a bid being considered non-responsive . During Construction : Contractor shall provide copies of subcontracts or cosigned letters of intent with approved M"fBE subcontractors and or suppliers prior to issuance of the Notice to Proceed . Contractor shall also provide monthly report~ on utilization of the subcontractors to the M/WBE Office and the Construction Manager. Contractor must provide the City with com~lete and accurate information regarding actual work performed by an M/WBE on the contract and proof of payment thereof. Contr~ctor further agrees to permit an audit and/or examination of any books, records or files in it's possession that will substantiate the a~tual work performed by an M/WBE. The misrepresentation of facts and/or the commission of fraud by the Contractor will be ground for termination of the contract and/or initiating action under appropriate federal , state , or local laws or ordinances relating to alse statement. An offerer who intentionally and/or knowingly misrepresents material facts shall be determ ined to be an irrespon i ible offeror and barred from participating in City work for a period of time of not less than three (3) years . The failure of an offer6r to comply with this ordinance where such non-compliance constitutes a material breach of contract as stated herein , may result i~ the offerer being determined to be an irresponsible offerer and barred from participating in City work for a period of time of not less than one (1) year. I The Contractor may count toward the goal any tier of MWBE subcontractors and/or suppliers . The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation iri 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 give I 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 d ring negotiation , without prior submission of the proper documentation 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 , I the Contractor shall notify the City before subcontracts for work and/or supplies are awarded and shall be required to comply ith subsections 12 .3 and 12.4 of the OOrdinance, exclusive of the time requirements 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 : 1. ~n M/WBE's failure to provide Workers ' Compensation Insurance evidence as required by state law; or 2 . An M/WBE's-failure to provide evidence of general liability or other insuranc~ under the same or similar terms as contained in the Contract Documents with limits of coverage no greater than the lower ~f 1) the limits required of the Contractor by the City ; or 2) the limits contained in the Contractor's standard subcontract or su ply General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) agreements used on other projects of similar size and scope and within the Contractor's normal business practice with on- M/WBE subcontractor's/subconsultant'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 business , unless such failure is due to : a) A change in the amount of the previously agreed to bid or scope of work; or b) The contract presented provides for payment once a month or longer and the Contractor is rece ving payment from the City twice a month ; or c) Any !imitation being placed on the ability of the M/WBE to report violations of the Ord inance or any other ordinance or violations of any state or federal law or other improprieties to the City or to pro.vide 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 documentation of compliance with (a) and (b) above . 5. Any reason found to be acceptable by the M/WBE Office in its sole discretion . Within ten days after final payment from the City the Contractor shall provide the M/WBE Office with documentation to reflect 1nal participation of each subcontractor and supplier, including non-M/WBEs, used on the project. I 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 f a particular subcontractor, the Contractor shall pay that Subcontractor on demand, made at any time after the Certificate for Payi 1 ent would otherwise have been issued, for his Work to the extent completed , less the retained percentage . The Contractor shall pay each Subcontractor a just share of any insurance monies received by the Contractor, and he shall re uire each Subcontractor to make similar payments to his Subcontractors. The Owner may, on request and at its discretion, furnish to any Subcontractor, if practicable , information regarding percentages of completion certified to the Contractor on account of Work done by such Subcontractors . I Neither the Owner nor the Architect shall have any obligation to pay or to see to the payment of any monies to any Subcontracto . E-6 SUBCONTRACTOR REQUIREMENTS FOR EDA FUNDED PROJECTS: The Contractor will cause approp~iate provisions to be inserted in all subcontracts to bind subcontractors to FDA contract requirements as contained herein and to 15 G:FR 24 or 0MB Circular A-110 , as appropriate . I Each subcontractor must agree to comply with all applicable Federal , State , and local requirements in addition to those set forth in this section . I 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 govemnp ent departments. The wc:irk performed by any such contractor or subcontractor will be ineligible for reimbursement wholly or partially from EDA grant fluids . I All subcontracts in excess of $10,000 shall include , or incorporate by reference, the equal opportunity clause of Executive Order 11246 . All subcontracts must contain a nondiscrimination clause. Each subcontract must contain a requirement for compliance with the Davis-Bacon and related acts. Each subcontractor must submit weekly each weekly payroll record and a weekly statement of compliance . These documents will be submitted to the prime contractor who will compile them and subm it to the City. The subcontractor can satisfy this requirement by submitting a properly executed Department of Labor Form WH-347. General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) Each subcontract with every subcontractor must contain a clause committing the subcontractor to employment of local labor to the maximum extent possible . I All subcontractors who employ more than 50 employees , and is a prime or first tier subcontractor, and has a subcontract or purchase order of $50,000 or more must submit a completed Standard Form 100 (Compliance Report) by March 30 of each yea i' Subcontractors performing work in areas covered by published goals for minorities will be requ ired 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 w ith other portions o~ the Work. When separate contracts are awarded for other portions of the Work, "the Contractor" in the Contract Documents in each case shall be the contractor who signs each separate contract. F-2 MUTUAL RESPONSIBILITY OF CONTRACTORS: The Contractor shall afford other contractors reasonable opport nity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect 1 1 and coordinate his work with theirs . If any part of the Contractor's Work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Owner any apparent discrepancies or defects in such work that rend~r it unsuitable for such proper execution and results . Failure of the Contractor to inspect and report shall constitute an acceptance ofi the other contractor's work as fit and proper to receive his Work , except as to defects which may develop in the other sepa te contractor's work after the execution of the Contractor's Work. Should the Contractor cause damage to the work or property of any separate contractor on the site , the Contractor shall , upon clue notice , settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the Owner on accou~I t 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 judg'1i1ent and shall reimburse the Owner for all attorney's fees, court costs and expenses which the Owner has incurred in connection ith such suit. F-3 CUTTING AND PATCHING UNDER SEPARATE CONTRACTS: The Contractor shall do all cutting, fitting or patching of his Work that may be required to fit it to receive or be received by the work of other contractors shown in the Contract Documents. The Contractor shall not endanger any work or any other contractors by cutting , excavating or otherwise altering any work and ~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 responsibili~ for cleaning up , the Owner may clean up and charge the cost thereof to the several contractors as the Director of the Departme t of Transportation and Public Works shall determine to be just. SECTION G MISCELLANEOUS PROVISIONS G-1 CONFLICT OF LAWS : The law of the place where the site is located shall govern the Contract. The Contractor must familiarize himself and strictly comply with all Federal, State , and County and City Laws , Statutes, Charter, Ordinances, Regulati9ns, or Directives controlling the action or operation of those engaged upon the work affecting the materials used . He shall indemnify and save harmless the City and all of its officers and agents against any claim or liability arising from or based on the violation of bny such Laws , Statutes , Charter, Ordinances , Regulations , or Directives, whether by himself, his employees, agents or subcontractdrs . G-2 GOVERNiNG LAWS: It is mutually agreed and understood that this agreement is made and entered into by the pa ~ies hereto with reference to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas ~th reference to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions oflthe same . G-3 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In performing their duties under the Statutes of the State of Texas and the Charter and Ordinances of the City of Fort Worth in connection with this Contract, or in exercising any of the powers granted lthe Owner herein , the officers , agents and employees of the City of Fort Worth are engaged in the performance of a governmertal function and shall not incur any personal liability by virtue of such performance hereunder, except for gross negligence or willful wrong . I G-4 COMPLIANCE WITH LAWS. Contractor agrees IQ comply with all laws , Federal , state and local , including all ordinan9es , rules and regulations of the City of Fort Worth , Texas . Materials incorporated into the finished Project are not subject to State Sales Tax. General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) The Owner is responsible for obtaining the Building Permit. The Contractor and the appropriate subcontractor are responsible for obtaining all other construction pe rmits from the governing agencies . Contractor shall schedule all code inspect ions with the dode Inspection Division in accordance with the permit requirements and submit a copy of updated schedule to the Construction Man 13ger weekly. Bu ilding , plumbing , electrical and mechanical building permits are issued without charge . Water and sewer tap , impact & access fees will be paid by the City. Any other permit fees are the responsibil ity of the Contractor. I G-5 INDEMNIFICATION: Contractor covenants and agrees to in demnify City's eng ineer and architect , and their personnel at the project site for Contractor's sole negligence. In addition , Contractor covenants and agrees to indemn ify, hold ha rmless l and defend , at its own expense , the Owner, its officers, servants and employees , from and aga inst any and all claims or suits for property loss , property damage , personal injury, including death , arising out of, or alleged to arise out of, the work and services tb be performed hereunder by Contractor, its officers, agents , employees, subcontractors , licensees or invitees , whether or not any ~uch iniury. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its offiders. servants, or employees. Contractor likewise covenants and agrees to indemn ify and hold harmless the Owner from and ag ai nst any and all injuries to Owner's officers , servants and employees a nd any damage, loss or destruction to property of the Oiiner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers. servants or employees. lri the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, 1nal payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled a~d/o r a release from the claimant involved , or (b) provides Owne r with a letter from Contractor's liability insurance carrier that the cla im has been referred to the insurance carrier. I The Director may, if he deems it appropriate , refuse to whom a cla im for damages is outstanding as a result of work perfo ed under a City Contract. G-6 SUCCESSORS AND ASSIGNS: Except as provided in Paragraph E-2 , th is contract shall be binding upon and insu ~e to the benefit of the parties hereto, their Successors or Assigns . Contractor shall not assign or sublet all or any part of th is Contract or his rights or duties hereunder without the prior written consent of the Owner. Any such purported assignment or subletting wi th out the prior written consent of Owner shall be void . I G-7 WRITTEN NOTICE: Written Notice shall be deemed to have been duly served if del ivered in person to the ind ividual or member of the firm or to an officer of the corporation for whom it was intended , or if delivered at or sent by reg istered or certified mail to the last business address known to him who gives the notice. G-8 SURETY BONDS: Surety Bonds are required on all City contracts in excess of $25 ,000 . The Contractor agrees, o the submittal of his Proposal to make , execute and deliver to said City of Fort Worth good and sufficient surety bonds for the fai hful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnish Jd in the prosecution of the Work , such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texa{ as amended , in the form included in the Contract Documents , and such bonds shall be 100 percent of the total contract price , and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas , and acceptable to the City Council of the City of Fort Worth. Bonds shall be made on the forms furnished by or otherwise acceptable to the City . Each bond shall be properly executed by oth the Contractor and the Surety Company . Bonds required by the City shall be in compliance with all relevant local , state and fe eral statutes . To be an acceptable surety on the bond the name of the su rety should be included on the current U. S . Treasury List of Accept13 ble Securities [Circular 570], and must be authorized to do business in Texas . Sureties not listed in Circular 570 may write performance and payment bonds on a project without reinsurance to the limit of 1 O percent of its capital and surplus . Such a surety must rein ~ure any obligation over 10 percent. The amount in excess of 10 percent must be re insured by reinsurers who are duly authori~ed , accredited , or trusteed to do business in the State of Texas . I · Should any surety for the contracted project be determined unsatisfactory at any time during same , the Contractor shall immediately provide a new surety bond satisfactory to the City. If the contract amount is less than $25 ,000 , payment shall be made in one lump sum 30 calendar days after completion and acceptance of the Work . G-9 OWNER'S RIGHT TO CARRY OUT THE WORK: If the Contractor defau lts or neg lects to carry out the Work in accordance with the Contract Documents or fails to perform any provision of the Contract, t he Owner may, without prejud ice to lany other remedy he may have , enter the site and make good such deficiencies. In such case an appropriate Change Order sha (I be issued deducting from the payments then or thereafter due the Contractor the cost of co rrecting such deficiencies, including the bost of the Architect's additional services made necessary by such default, neglect or failure . If the payments then or thereafter du I the Contractor are not sufficient to cover such amount , the Contract shall pay th e difference to t he Owner. G-10 ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees . He shall defend all suits or claims for infringement of any patent rights and shall save the Owner harmless from loss on account thereof and shall be responsible fdr all such loss when a particular design , process or the product of a particular manufacturer or manufacturers is specified ; however, i ' the General Conditions for Facility Construction Lump Sum Cont ract Fire Station No . 27 (September 2008 ) Contractor has reason to believe that the design , process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to Owner. I G-11 TESTS: If the Contract Documents , Laws , Ordinances , Rules, Regulations or Orders of any public authority having jurisdiction require any Work to be inspected, tested or approved, the Contractor shall give the Owner timely notice of its readi pess 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 approva 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 te ~ting reveals a failure of the Work to comply (1) with the requirements of the Contract Documents or (2) with respect to the performance of the Work, with Laws, Statutes, Charter, Ordinances, Regulations or Orders of any public authority having jurisdiction,! the Contractor shall bear all costs thereof, including the Architect's additional services made necessary by such costs ; otherwise the Owner shall bear such costs, and an appropriate Change Order shall be issued. The Contractor shall secure certificate of inspection , testing or approval , and three copies will be promptly delivered by him t the Owner. The Architect will review the certificates and forward one copy of each with his recommendation(s) to the Owner. I If the Owner wishes to observe the inspections , tests or approvals required by this Section, they will do so promptly and , w ere practicable , at the source of supply. Neither the observations of the Architect or the Owner in their administration of the Construction Contract, nor inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the Work in accordJnce with the Contract Documents. I G-12 INTERRUPTION OF EXISTING UTILITIES SERVICES: The Contractor shall perform the Work under this Contract with a minimum of outage time for all utilities . Interruption shall be by approved sections of the utility . In some cases , the Contractor r,iay be required to perform the Work while the existing utility is in service. The existing utility service may be interrupted only when approved by the Owner. When it is necessary to interrupt the existing utilities, the Contractor shall notify the Owner in writing at lbast ten days in advance of the time that he desires the existing service to be interrupted. The interruption time shall be kept 1 to a minimum. Depending upon the activities at an existing facility that requires continuous service from the existing utility , an interruption may not be subject to schedule at the time desired by the Contractor. In such cases, the interruption may have to be scheduled jat a time of minimum requirements of demand for the utility. The amount of time requested by the Contractor of existing utility servlices 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 J..ork affected is performed. Failure to make such notification shall place responsibility upon Contractor to carry out work in satisfa tory workmanlike manner at the Contractor's sole expense. The Contractor shall be held responsible for the location and elevation of all the construction contemplated by the Construction Documents . Prior to commencing work, the Contractor shall carefully compare and check all Architectural, Structural , Mechanical an Elect ical drawings; each with the other that in any affects the locations or elevation of the work to be executed by him, and should iany 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 a , the site or at the building and shall be wholly responsible for the correctness of same. No extra charge or compensation will be allowed on account of any difference between actual dimensions and dimensions indicated on the drawings . Any difference that ma } be found shall be submitted to the Architect for consideration and adjustment before proceeding with the. project. I G-15 EXISTING OVERHEAD OR UNDERGROUND WORK: The Contractor shall carefully check the site where the projept is to be erected and observe any existing overhead wires and equipment. Any such work shall be moved, replaced or protected, as required , whether or not shown or specified at the Contractor's sole expense. Attention is directed to the possible existence of pipe and other underground improvements that may or may not be shown on the Drawings. All reasonable precautions shall be taken to preserve and protect any such improvements whether or not shown on the Drawings. Location of existing underground lines, shown the Drawings are based on the best available sources , but are to be regarded as approximate only. Exercise extreme care in locating and identifying these lines before excavation in adjacent areas . G-16 ALIGNMENT OF JOINTS IN FINISH MATERIALS: It shall be the responsibility of the Contractor to make certain i the installation of jointed floor , wall and ceiling materials that: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be perfor1T1ed under the subcontract so that the subcontracting thereof will not prejudice such rights; General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) 2 . Place joints to relate to all opening and breaks in the structure and be symmetrically placed wherever possible . This includes heating registers , light fixtures , equipment, etc. I If because of the non-related sizes of the various materials and locations of openings, etc ., it is not possible to accomplistj the above, the Contractor shall request the Architect to determine the most satisfactory arrangement. The Contractor shall establish centerlines for all trades . I G-17 INTEGRATING EXISTING WORK: The Contractor shall protect all existing street and other improvements rom damages. Contractor's operations shall be confined to the immediate vicinity of the new work and shall not in any interfere with or obstruct the ingress or egress to and from existing adjacent facilities . Where new site work is to be connected to existing work, special care shall be exercised by the Contractor not to disturb or da age the existing work more than necessary. All damaged work shall be replaced, repaired and restored to its original condition at no lcost to the Owner. G-18 HAZARDOUS MATERIAL CERTIFICATION: It is the intent of the contract documents , whether expressly stated or not, that nothing containing hazardous materials, such as asbestos, shall be incorporated in to the project. The Contractor shall exe~cise every reasonable precaution to ensure that asbestos-containing materials are not incorporated into any portion of the prd~ect, 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, p1p1ng , ductwork, etc. are diagrammatic and job conditions may not always permit their installation in the location shown. When this situation occurs , it shall be brought to the Architect's attention immediately and the relocation determined in a joint conference. The Contractor will be held responsible for the relocating of any items without first obtaining the Architect's approval. He shall remove and relocate such it~ms at his own expense if so directed by the Architect. Where possible , uniform margins are to be maintained between parallel ines 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 . I G-21 MANUFACTURER'S INSTRUCTIONS: Where ii is requ ired in the Specifications that materials, products, proce~ses , equipment, or the like be installed or applied in accordance with manufacturer's instructions, direction or specifications, or words to this effect, ii shall be construed to mean that said application or installation shall be in strict accordance with printed instructions furnished by the manufacturer of the material concerned for use under conditions similar or those at the job site . Six copies of $uch instructions shall be furnished to the Architect and his approval thereof obtained before work is begun . I G-22 CLEANING UP : The Contractor shall keep the premises free from accumulation of waste material or rubbish caused by employees or as a result of the Work. I At completion of work, the General Contractor shall , immediately prior to final inspection of complete building , execute the following final cleaning work with trained janitorial personnel and with material methods recommended by the manufactures of instJlled materials. 1. 2 . 3. 4. 5 . 6 . 7. 8 . 9 . Sweep and buff resilient floors and base, and vacuum carpeting . Dust all metal and wood trim and similar finished materials . Clean all cabinets and casework . Dust all ceilings and walls . Dust, and if necessary wash, all plumbing and electrical fixtures. Wash all glass and similar non-resilient materials. All hardware and other unpainted metals shall be cleaned and polished and all equipment and paint or decorated work sha ll be cleaned and touched-up if necessary, and all temporary labels, tags, and paper coverings removed throughout the buildings . Surfaces ~hat are wax~d. shall be polished . . . . . . I The exterior of the bu1ld1ng, the grounds, approaches, equipment, sidewalks, streets, etc. shall be cleaned s1m1lar to interior of buildings and left in good order at the time of final acceptance . All paint surfaces shall be clean and unbroken, hardware Jhall be clean and polished , all required repair work shall be completed and dirt areas shall be scraped and cleared of weed grovh h . Clean all glass surfaces and mirrors of putty, paint materials, etc ., without scratching or injuring the glass and leave the l ork bright , clean and polished . Cost of this cleaning work shall be borne by Contractor. General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) 10. Cleaning , polishing, scaling, waxing and all other finish operations indicated on the Drawings or required in the Specifications shall be taken to indicate the required condition at the time of acceptance of all work under the Contract. 11 . Burning : Burning of rubbish on the premises will not be permitted . G-23 DUST CONTROL: Precaution shall be exercised at all times to control dust created as a result of any operations duiring the construction period . If serious problems or complaints arise due to air-borne dust, or when directed by the Architect , opera/ions causing such problems shall be temporarily discontinued and necessary steps taken to control the dust. I G-24 FIRE PROTECTION: The Contractor shall at all times maintain good housekeeping practices to reduce the risk of fire damage or injury to workmen . All scrap materials , rubbish and trash shall be removed daily from in and about the building and hall not be permitted to be scattered on adjacent property . Suitable storage space shall be provided outside the immediate building area for storing flammable materials and paints ; no sto age will be permitted in the building. Excess flammable liquids being used inside the building shall be kept in closed metal containe and removed from the building during unused periods . A fire extinguisher shall be available at each location where cutting or welding is being performed. Where electric or gas weldi ,9 or cutting work is done, interposed shields of incombustible material shall be used to protect against fire damage due to sparks and hot metal. When temporary heating devices are used , a watchman shall be present to cover periods when other workmen are not o I the premises. The Contractor shall provide fire extinguishers in accordance with the recommendations and NFPA Bulletins Nos . 10 and 41 . However, in all cases a minimum of two fire extinguishers shall be available for each floor of construction . G-25 CUTTING AND PATCHING: Wherever cutting and removal of portions of the existing work is indicated, such work shall be neatly sawed or cut by Contractor in a manner that will produce a neat straight line , parallel to adjacent surfaces or plumb for vertical surfaces. Care should be exercised not to damage any work that is to remain . At no time shall any structural members be cut without written consent from the Architect. G-26 PROJECT CLOSEOUT Final Inspection, Record Drawings : Attention is called to General Conditions Section entitled , "Substantial Completion and ftl· inal Payment". Maintenance Manual : Sheets shall be 8 Y:," x 11 ", except pull out sheets may be neatly folded to 8 Y:, "x 11 ". Manuals shall be bound in plastic covered , 3 ring , loose leaf binder with title of project lettered on front and shall contain : 1) Name, address and trade of all sub-contractors. 2) Complete maintenance instructions ; name , address , and telephone number of installing Contractor, manufacturer's local representative , for each piece of operative equipment. I 3) Catalog data on plumbing fixtures , valves , water heaters , heating and cooling equipment, temperature control , fan , electrical panels , service entrance equipment and light fixtures . I 4) Manufacturer's name, type , color designation for resilient floors, windows , doors, concrete block , paint , roofing , other mater'als . Subm it six copies of Maintenance Manual , prior to request for final payment. Operational Inspection and Maintenance Instruction: The Contractor shall provide at his expense , competent manufactu er's representatives to completely check out all mechanical and electrical systems and items covered by the Drawings and Specifications . This requirement shall be scheduled just prior to and during the initial start up. After all systems are functio ing properly the representatives shall instruct maintenance personnel of the Owner in the proper operation and maintenance of Jach ~-I 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 subm itted through the Contractor to Architect. Delivery of guarantees shall not relieve Contractor from any obligation assumed under Contr 1 ct. The Contractor shall guarantee the entire Project for one year. In addition , where separate guarantees, for certain portions of Vlj ork , are for longer periods , General Contractor's guarantee shall be extended to cover such longer periods . Manufacture r's extended warrantees shall be included in this contract. I Guarantees shall become valid and operative and commence upon issuance of Certificate of Inspection and Acceptance by O er. Guarantees shall not apply to work where damage is result of abuse, neglect by Owner or his successor(s) in interest. The Contractor agrees to warrant his work and materials provided in accordance with this contract and the terms of the Technical Specifications contained herein . Unless supplemented by the Technical Specifications or the manufacturer's normal exte ~ded I General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) warrantees , the Contractor shall warrant all work materials , and equipment against defects for a period of one year from the d~te of final acceptance . The Contractor further agrees to bear all costs of making good all work that is found to be defective or not provided in accordance with the Contract Documents. Additionally if the facility or contents are damaged due to defective materia ls or workmanship of the Contractor, the Contractor further agrees to bear all cost of repairing and/or replacing damaged item~ and components to bring such items back to at least their original condition . I 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 betwee ~ the construction actually provided and that indicated or specified in the Contract Documents . The annotated documents shall be delivered to Architect. Where a choice of materials and/or methods is permitted herein and where variations in the sco~e or character of the work from the entire work indicated or specified are permitted either by award of bidding items specified fo~ 1 that purpose, or by subsequent change to the drawings , the record drawings shall define the construction actually provided . The representation of such variations shall conform to standard drafting practice and shall include supplementary notes , legends and details which may be necessary for legibility and clear portrayal of the actual construction . The record drawings shall indicate , in addition , the actual location of all sub-surface utility lines , average depth below the surface and other appurtenances. I G-29 CONSTRUCTION FENCE: At the Contractor's option , he may provide a substantial chain-link construction fence ar?und all or a part of the site . The fences and gates must be maintained throughout the construction period . Remove the fences and gates upon completion of the Project and restore the site to the required original or contract condition . G-30 PRODUCT DELIVERY, STORAGE, HANDLING: The Contractor shall handle , store and protect materials and prod cts, including fabricated components , by methods and means which will prevent damage, deterioration and loss, including theft {and resulting delays), thereby ensuring highest quality results as the work progresses. Control delivery schedules so as to mini ' ize 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 Pr , ject site and dispose of it in accordance with the law. Equipment or material identified in the Specifications or Plans for Owner sal ~age shall be carefully removed and delivered to the Owner at any location in within the City limits as directed by the City. I G-32 MANUFACTURER'S REFERENCE: Catalog, brand names , and manufacturer's references are descriptive , not restrictive. Bids on brands of like nature and quality will be considered . Contractor shall inform the City of any substitutions intended for the project within 5 business days of bid opening . Failure to inform the City of substitute projects will obligate the Contractbr to provide the specified material if awarded the contract. Within 14 days after bid opening and upon request of the Contracto r! 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 t I the specified equipment. H-1 DEFINITIONS SECTION H CONTRACT TIME The Contract Time is the period of time allotted in the Contract Documents for completion of the Work and is the number of caleljl dar days elapsing between the date of commencement and the date of substantial Completion plus additional days assessed for failure to complete punch list items from the Final Inspection in a timely manner The Date of Commencement of the Work is the date established in the Notice to Proceed . If there is no notice to proceed , it sha I be the date of the Agreement or such other date as may be established therein . I The Date of Substantial Completion of the Work or designated portion thereof is the Date certified by the Architect with the approval of the Owner that construction is sufficiently complete, in accordance with the Contract Documents , so the Owner may occup~ the Work or designated portion thereof for the use for which it is intended. Final acceptance of the completed work or any po ion thereof can be made only by the Assistant City Manager, and no other form of acceptance will be binding upon the Owner. A Calendar Day constitutes 24 hours of time and is any one of the seven days of a week , including Sunday, regardless of whether a "Working Day" or not, and regardless of weather conditions or any situation which might delay construction . An extension of con tract time shall be in accordance with this Section . Extensions of time will be as recommended by the BCM with final approval by Ci ty of ~~. I 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 performance of work for a continuous period of not less than s 1ven 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 IJlay, Labor Day , Thanksgiving Day , Christmas Day, Memorial Day, and Veteran's Day. I 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 fo l ard expeditiously with adequate forces and shall complete it within the Contract Time. General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) H-3 DELAYS AND EXTENSIONS OF TIME: If the Contractor is delayed at any time in the progress of the Work by any al t or neglect of the Owner or the Architect , or by any employee of the Owner, or by any separate contractor employed by the Owne , or by any separate contractor employed by the Owner, or by changes ordered in the Work , or by labor disputes , fire , unusual delJy in transportation , unavoidable casualties or any causes beyond the Contractor's control , or by any cause which the Arch ·tect 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 conditibns , the weather table provided as WT-1 in these Contract Documents shall be used as the basis for provid ing a fa ir and equ itk ble adjustment of the contract time . I All claims for extension of time shall be made in writing to the Architect no more than fifteen days after the occurrence of the delay; otherwise they shall be waived . I If no schedu le or agreement is made stating the dates upon which written interpretations shall be furnished , then no claim for d\:!lay 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 . I H-4 NO DAMAGE FOR DELAY: No payment, compensation or adj ustment or any kind (other than the extensions of time provided for) shall be made to the Contractor for damages because of hindrances or delays from an cause in the progress ofjthe 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 liquidated damages for any such delays , and will accept in full satisfaction for such defays said extension of time . SECTION I PAYMENTS AND COMPLETION 1-1 CONTRACT SUM: The Contract Sum is stated in the contract and is the total amount payable by the Owner to the Contractor for the performance of the Work under the Contract Documents. 1-2 SCHEDULE OF VALUES: Before the first Applicable for Payment , the Contractor shall submit to the Architect a Schedule of Values of the various portions of the Work , including quantities if required by the Architect , aggregating the tbtal Contract Sum , divided so as to facilitate payments to Sub-contractors •. prepared in such form as speci_fied or as the Architect ~nd Jthe Contractor may agree upon , and supported by such data to substantiate ,ts correctness as the Architect may require. Each 1tenr ,n the Schedule of Values shall include its proper share of overhead and profit. Th is Schedule , when approved by the Arch itect and the Owner, shall be used as a basis for the Contractor's Applications for Payment. 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 Contra tor will make current estimates in writing for review by the Architect of materials in place complete and the amount of work perforn\ed during the preceding month or period and the value thereof at the prices contracted for as shown on the approved Schedul I of Values and Progress Schedule . If payments are to be made on account of materials or equipment not incorporated in the Work but del ivered and suitably store at the site or in an independent, bonded warehouse such payments shall be cond itioned upon subm iss ion by the Contractor of bill ~ of sale or such other procedures satisfactory to the Owner to establish the Owner's title to such materials or equ ipment or otherwise protect the Owner's interest including applicable insurance and transportation to the site . I The Contractor warrants and guarantees that title to all Work , materials and equipment covered by an Application for Payment , whether incorporated in the Project or not, will pass to the Owner upon the receipt of such payment by the Contractor, free and cl ~ar of all liens , claims , security interests or encumbrances hereinafter referred to as "liens·: and that no Work , materials or equipmbnt covered by an Application for Payment will have been acquired by the Contractor, or by any other persons performing the Wor at . the site or furnishing materials and equipment for the Work, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person . I The Contractor shall prepare each appl ication for payment on AIA Document G702 , "Application and Certificate for Payment", and attached thereto AIA Document G703 , "Continuation Sheet", to indicate the progress made to date and the period or month for which payment is requested for each Item listed in the Schedule of Values . A copy of the revised monthly work progress sched ~le must be attached before the pay request can be accepted . I 1-5 CERTIFICATES FOR PAYMENT: If the Contractor has made Application for Payment as above , the above , the Architect will , with reasonable promptness but not more than seven days after the rece ipt of the Application , prepare a Certificate of Paymeht, with a copy to the Contractor, for such amount determined to be properly due , or state in writing reasons for withholding! a Certificate . The issuance of a Certificate for Payment will constitute a representation by the Owner, based on the BCM 's observations at the site and the data comprising the Application for Payment , that the Work has progressed to the point indicated ; that the quality of the Work is in accordance with the Contract Documents (subject to an evaluati on of the Work as a function ing whole upon Substanti al Completion , to the results of any subsequent tests required by the Contract Documents , to minor deviations from the ContrJct Documents correctable prior to completion , and to any specific qualifications stated in the Certificate); and recommendations to tt General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) Owner that the Contractor be paid in the amount certified . In addition , the Architect's approval of final payment assures the Owner that the conditions precedent to the Contractor's being entitled to final payment as set forth in this Section have been fulfilled. I After the Arch itect has issued a Certificate for Payment , the Owner shall approve or disapprove same within ten days after it has been delivered to the Director of the Department of Transportation and Public Works . For contracts less than $400 ,000 , Owner shall pay 90% of the approved estimate to the Contractor within seven days after its approval, and the remaining 10% of each Juch estimate will be retained by the Owner until the final estimate is approved and the Work is accepted by the City Council of the Ci !Y of Fort Worth . For contracts in excess of $400 ,000, the Owner will retain only 5% of each estimate until the final estimate is apprdved 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 b I the Owner, shall constitute an acceptance of any Work not in accordance with the Contract Documents , or relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship . The Contractor shall promptly remedy any defects in the Work and pay for any damage to other work resulting therefrom that shall appear with in a period of one year fro the date of final acceptance of the Work unless a longer period is specified . 1-6 PAYMENTS WITHHELD: The BCM may decline to approve an Application for Payment and may withhold his Certificate in whole or in part if in his opinion he is unable to make the representations to the Owner as provided in this Section . The Arch itect may also decline to approve any Applications for Payment or, because of subsequently discovered evidence or subseq ~ent inspections , may nullify the whole or any part of any Certificate for Payment previously issued to such extent as may be neces I 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) Fa ilure of the Contractor to make payments properly to Subcontractors , or for labor, materials or equipment; 4) Reasonable doubt that the Work can be completed for the unpaid balance of the Contract Sum ; 5) Damage to another contractor; 6) Reasonable indication that the Work will not be completed within the Contract Time ; or 7) Unsatisfactory prosecution of the Work by the Contractor. When such grounds for the refusal of payment are removed, payment shall be made for amounts withheld because of them . he 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 1-8 NOT USED 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 ,000to $500 ,000 $210 $500,001 to $1 ,000 ,000 $315 $1 ,000 ,001 to $2 ,000 ,000 $420 $2 ,000 ,001 to $5 ,000 ,000 $630 $5 ,000 ,001 to $10 ,000 ,000 $840 over $10,000,000 $980 1-9 FAILURE OF PAYMENT: If, without fault on the part of the Contractor, the BCM should fail to issue any Certificate for Payment within seven days after receipt of the Contractor's Application for Payment , if the Contractor's Application for Payment, or if, without fault on the part of the Contractor, the Owner should fail to approve such estimate or to pay to the Contractor 90% or 9 % (as applicable) of the amount thereof within the period of time specified , then the Contractor may, upon seven (7) days additional written notice to the Owner and to the Architect, stop the Work until payment of the amount owing has been received . I 1-10 SUBSTANTIAL COMPLETION AND FINAL PAYMENT: Prior to the request for final payment , the Contractor must meet all provisions for Project Closeout. I 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 ill prepare a Certificate of Substantial Completion (G704) which , when approved by the Owner, shall allow the Contractor to request a Certificate of Occupancy which will establish the Date of Substantial Completion . The Certificate of Final Completion shall state the General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) responsibilities of the Owner and the Contractor for maintenance, heat, util ities , and insurance, shall set forth the remaining wo ~k as a "final punch list". The Contractor shall complete the remaining work listed therein within 60 calendar days. When the Certificate of Occupancy has been issued, the retainage will be reduced to 4%. I 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 to2 .5%. 1 Should the Contractor fa il to complete all contractual requ irements of the contract, includ ing subm ittals and final pay request Wi thin the fixed time , the contract time will again commence . Should the Contractor fa il to complete the work within the contract duration , liquidated damages w ill be assessed I Upon receipt of written notice that the Work is ready for final inspection , the City will conduct a joint inspection and certify completion of the fi nal punch list by cosigning it wi th the Contractor. The Contractor shall submit the following items to the City prior to requesting final payment: 1) 2) 3) 4) 5) 6) 7) 8) Contractor's Affidavit of Payment of Debts and Claims (G706) stating that all payrolls , bills for materials and equ ipment, and other indebtedness connected w it h the Work for which the Owner or his property m ight in any way be responsible , have blben paid or otherwise sati sfied , Consent of Surety to Final Payment (G707), if any, to final payment, Contractor's Affidavit of Release of Liens (G706A), and , Other data establishing payment or satisfaction of all such obl igati ons , 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 t he Owner. Contractor's Warranty Statement that all outstanding work has been completed Issuance of the Final Certificate of Substantial Completion Final acceptance by the City of Fort Worth. If any Subcontractor, materialman or laborer refuses to furnish a Contractor's Affidavit of Release of Liens , the Contractor may,, at · the election of the Owner, furn ish a bond satisfactory to the Owner to indemnify him against any right , claim or lien which mighl be asserted by such Subcontractor, materialman or laborer. If any such right , claim or li en rema ins unsatisfied after all payments ia re made. The Contractor shall refund to the Owner all mon ies that the latter may be compelled to pay to discharging such right , claim or lien , including all costs and reasonable attorney's fees . I The Contractor may then request fi nal payment. The acceptance of final payment shall constitute a waiver of all claims by the Contractor except those previously made in writing and still unsettled. The Contractors one-year warranty will commence upon final acceptance of the Proj ect by the City of Fort Worth. The designated representative of the City Council of the City of Fort Worth will make final acceptance and no other form of acceptance will be binding upon the Owner. Final payment and release of the reta inage amount will become due with in fifteen days following acceptance. I 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. SECTIONJ PROTECTION OF PERSONS AND PROPERTY J-1 SAFETY PRECAUTIONS AND PROGRAMS: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. The Contractor shall designate a responsible member of his organization at the site whose du ty shall be the prevention of accidents. This person shall be the Contractor's superintend~nt unless otherwise designated in writing by the Contractor to the Architect. I J-2 SAFETY OF PERSONS AND PROPERTY: The Contractor shall take all reasonable precautions for the safety of, and shall provi de all reasonable protection to prevent damage, injury or loss to : ( 1) All employees on the Work and all other persons who may be affected thereby ; (2) All the Work and all materials and equipment to be incorporated therein , whether in storage on or-off the site , under the care, custody or control of the Contractor or any of his Subcontractors or Sub-contractors; and I (3) Other property at the site or adjacent thereto, including trees , shrubs , lawns, walks , pavements, roadways , structures and utilities not designated for removal , relocation or replacement in the course of construction . I Until acceptance of the Work , it shall be under the charge and care of the Contractor, and he shall take every precaution agai ~st injury or damage to the Work by the action of the elements or from any other cause whatsoever, whether ari sing 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 injuri~s or damages to any portion of the Work occasioned by any of the above , caused before its completion and acceptance . General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) The Contractor shall comply with all applicable Laws , Ordinances , Rules , Regulations and Orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss . He shall erect and maintai~. as required by existing conditions and progress of the Work, all reasonable safeguards for safety and protection , including po~ting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adj 1cent utilities. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the Work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel All damage or loss to any property referred to in the preceding paragraphs caused in whole or in part by the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them , or by anyone for whose acts any of them may be lil\lble , shall be remedied by the Contractor, including damage or loss attributable to faulty Drawings or Specifications and acts or om iss,ions of the Architect or anyone employed by him or for whose acts he may be liable , and not attributable to the fault or negligence o the Contractor or anyone cla iming 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 included in this Contract from start to completiop of work . Each Contractor, employee and visitor at any construction site included in the Contract will be required to wear a hard hat. The Contractor shall enforce the wearing of hard hats by Contractor, employees and visitors . Contractor shall provide ten hard hats fo r use by the consulting Architects and Engineers and visitors . \ J-4 EMERGENCIES: In any emergency affecting the safety of persons or property , the Contractor shall act at his discretion to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the ContractoJI on account of emergency work shall be determined as provided in Changes in the Work . J-5 SAFE WORK PRACTICES: The Contractor shall employ safe practices in handling materi als and equ ipment used in performing required work so as to insure the safety of his workmen, City employees and the public. The Contractor shall keep l the premise free at all times from accumulation of waste materials or rubbish. At the completion of the work , the Contractor shall remove all his wastes and rubbish from and about the work area , as well as his tools, equipment and surplus materials and shall leave the area as clean and free of spot, stains, etc ., as before the work was undertaken . I J-6 TRENCH SAFETY: The Contractor shall be responsible for all design and implementation of trench shoring and stabilization to meet regulatory requirements . If the Proposal requires , the Contractor shall include a per-unit cost for trench saf ety measures in his bid . If not included in the Proposal , the Contractor shall include a cost for trench safety measures for all trenches over 5 feet in depth in his Schedule of Values . SECTION K • INSURANCE K-1 INSURANCE REQUIRED: The Contractor shall not commence work under this Contract until he has obtained all insurance required under this Section and such insurance has been approved by the City of Fort Worth, nor shall the Contra¢tor allow any Subcontractor to commence work to be performed under this Contract until all similar insurance of the Subcontractor ~as been so obtained and approved . The City of Fort Worth will be listed as an "additional insured" on all policies except Worker's Compensation . K-2 WORKERS' COMPENSATION INSURANCE 1) General a) b) c) d) Contractor's Worker's Compensation Insurance. Contractor agrees to provide to the Owner (City) a certificate showing that it has obtained a policy of workers compensation insurance covering each of its employees employed on the projb ct in compliance with state law . No Notice to Proceed will be issued until the Contractor has complied with this section . I Subcontractor's Worker's Compensation Insurance. Contractor agrees to require each and every subcontractor who 'f'ill perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a pol icy 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 cop~ of all such certificates to the Owner (City). By signing this Contract or providing or causing to be provided a certificate of coverage , the Contractor is representing to the City that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured , with the Texas Worker's Compensation Commission's Division of Self-Insurance Regulati6n. Providing false or misleading information may subject the Contractor to administrative penalties , criminal penalties , dvil penalties or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles t e City to declare the contract void if the Contractor does not remedy the breach w ithin ten days after rece ipt of notice of breach from the City . General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) 2) Definitions: a) b) c) Certificate of Coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-i nsure issu~d by the Texas Workers' Compensation Commission , or a coverage agreement (TWCC-81 , TWCC-82 , TWCC-83, or "fvi'CC- 84), showing statutory workers' compensation insurance coverage for the person's or entity's employees prov'ding services on a project. for the duration of the project. Duration of the Project. Includes the ti me from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the City. I Persons p roviding services on the project ("subcontractor" in section 406 .096)-i ncludes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that pe~son contracted directly with the Contractor and regardless of whether that person has employees. Th is includes. witt out limitation , independent contractors, subcontractors. leasing companies, motor carriers, owner-operators, employe1s 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, transportati on . or dther services related to a project. "Services" does not include activities unrelated to the project, such as food/beve tage vendors, office supply deliveries . and delivery of portable toilets . 3) Requirements a) b) c ) d) e) f) g) h) The Contractor shall provide coverage, based on proper reporting of classifi cation codes and payroll amounts and filinp of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 .011 (44) for all employees of the Contractor providing services of the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded t he contract. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the proJ~Ct , the Contractor must, prior to the end of the coverage period , fi le a new certificate of coverage with the City showing that coverage has been extended . The Contractor shall obtain from each person providing services on a project, and provide to the City: i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity w ill have on file certificates of coverage showing coverage for all persons p roviding services on the project; and I ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extensio~ of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the p rojict. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall notify the City in writing by certified mail or personal delivery, within ten (10) days after the Contrabtor knew or should have known , of any change that materially affects the provision of coverage of any person provi 'ing services on the project. 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 cove I d, and stating how a person may verify coverage and report lack of coverage . The Contractor shall contractually require each person with whom it contracts to provide services on a project, to : i) provide coverage, based on proper reporting on the classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401 .011 (44) for all o its employees providing services on the project, for the duration of the project; ii) provide to the Contractor. prior to that pe rson beginning work on the project, a certificate of coverage showing t ~at coverage is being provided for all employees of the person providing services on the project, for the duration of he 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: v) vi) ( 1) a certificate of coverage , prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period , if the coverage period shown on the current certificate of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year thereafter. notify the City in writing by certified mail or personal del ivery, w ith in ten (10) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on th e project; and vii) contractually require each person w ith whom it contracts, to perform as requ ired by paragraphs h-i) -vii), w ith t e certificates of coverage to be provided to the person for whom they are providing services . General Conditions for Facil ity Construction Lump Sum Contract Fire Station No. 27 (September 2008) 4) Posting of Required Worker's Compensation Coverage a) The Contractor shall post a notice on each project site informing all persons providing services on the project that thel( are required to be covered , and stating how a person may verify current coverage and report failure to provide coverage. f his notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and \text in at least 19-point normal type , and shall be in both English and Spanish and any other language common to the worker p_opulation. 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 deliv~ring equipment or materials, or providing labor or transportation or other service related to the project, regardleJs of the identity of their employer or status as an employee". I Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage , to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage ." I K-3 LIABILITY INSURANCE: The Contractor shall procure and maintain during the term of this Contract such Lial!>ility Insurance as shall protect him , the City of Fort Worth and any Subcontractor performing work covered by this Contract , from cl~ims of damage which may arise from operations under this Contract, including blasting , when blasting is done on , or in connection Y'ith the Work of the Project, whether such operations be by himself or by any Subcontractor or by anyone directly or indirectly empl yed 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. · I 2) Commercial General Liability: $1,000,000 each occurrence. Coverage under the policy shall be as comprehensive as that provided in a current Insurance Services Office (ISO) policy form approved for use in Texas and the policy shall hav~ no exclusions by endorsement unless such are approved by the City. j 3) Asbestos Abatement Liability Insurance: When the Project specifically requires the removal of Asbestos Containing Matenals, the Contractor, or subcontractor performing the removal, shall be required to maintain Asbestos Abatement Liability lnsurar ce as follows : $1 ,000 ,000 per occurrence ; $2,000 ,000 aggregate limit. The coverage shall include any pollution exposure , including environmental impairment liability, associated with the services and operations performed under this contra dt in addition to sudden and accidental contamination or pollution liability for gradual emissions and clean-up costs. I K-4 BUILDER'S RISK INSURANCE: Unless stated otherwise in the Proposal or Invitation , the Contractor shall procure, pay for and maintain at all times during the term of this Contract, Builder's Risk Insurance against the perils of fire, lightning , windstdrm , hurricane, hail, riot, explosion, civic commotion, smoke, aircraft, land vehicles, vandalism, and malicious mischief, at a limit equal to 100% of the Contract Sum. I The policy shall include coverage for materials and supplies while in transit and while being stored on or off site . If specifically required in the Instructions to Bidders , the policy shall include coverage for flood and earthquake . Different sub-limits for thbse 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) cov~red by the Contractor's insurance as documented on the .certificate of insurance. More than one certificate may be required of lthe Contractor depending upon the agents and/or insurers for the Contractor's insurance coverages specified for the project(s). K-6 1) 2) 3) OTHER INSURANCE RELATED REQUIREMENTS The City of Fort Worth shall be an additional insured, by endorsement, on all applicable insurance policies . Applicable insurance policies shall each be endorsed with a waiver of subrogation in favor of the City of Fort Worth .. 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 insdfar as their financial strength and solvency are concerned. Any company through which the insurance is placed must havb 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 l~ss favorable rate may be accepted by the City. General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) 4) 5) 6) 7) 8) 9) 10) 11) Deductible limits on insurance policies and/or self-insured retentions exceeding $10,000 require approval of the City of Fort Worth as respects this Contract. The City of Fort Worth shall be notified in writing a minimum of thirty days prior to an insurer's action in the event of cancellation , non-renewal or material change in coverage regard ing any policy providing insurance coverage requ ired in this Contract. Full limits of insurance shall be available for claims arising out of th is Contract with the C ity of Fort Worth. The Contractor shall prov ide certificates of insurance to the City prior to commencement of operations pursuant to this Contract. Any failure on part of the City of Fort Worth to request such documentation shall not be construed as a waiver of insurance requirements specified herein . I The City of Fort Worth shall be entitled , upon request and without incurring expense, to review the insurance policies including endorsements thereto and , at its discretion , to require proof of payment for policy premiums. The City of Fort Worth shall not be responsible for paying the cost of insurance coverages requ ired herein . Notice of any actual or potential claim and/or litigation that would affect insurance coverages required herein shall be prov1 1 ded to the City in a timely manner. "Other insurance" as referenced in any policy of insurance providing coverages required herein shall not apply to any insurance policy or program maintained by the C ity of Fort Worth . 12) Contractor shall agree to either require its subcontractors to maintain the same insurance coverages and limits thereo 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 adju ~ted accordingly. All Such Changes in the Work shall be authorized by Change Order, and shall be executed under the applieclble cond itions of the Contract Documents . I A Change Order is a written order to the Contractor signed by the Contractor, Owner and the Architect, issued after the executiom of the Contract, authorizing a Change in the Work or adjustment in the Contract Sum or the Contract Time. The Contract Sum and the Contract Time may be changed only by Change Order. I Any changes i n work required due to changed or unforeseen conditions, or by request of either the Contractor or the City, shall be coordinated w ith the Director, Department of Transportation and Public Works. A change order must be written and duly negotiated and executed prior to performing changed work. The cost or credit to the Owner resulting from a Change in the work shall be determ ined in one or more of the follp wing ways: 1) by mutual acceptance of a lump sum property itemized , including the allowance to Contractor for overhead and profit stipula 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 rece ives a Change Order, shall promRtly proceed with the Work involved . The cost of such work shall then be determined on the basis of the Contractor's reasonable expenditures and savings, including a reasonable allowance for overhead and profit as ind icted in t he original contract proposal.\ In such cases , the Contractor shall keep and present, in such form as the A rchitect shall prescribe, an itemized accounting togett\er with appropriate supporting data. Pending final determination of cost to the Owner, payments on account shall be made on the Architect's Certificate of Payment as approved by the Owner. I If after the Contract has been executed , the Architect, requests a price proposal from the Contractor for a proposed change in scope of the work , Contractor shall process such proposal within seven days of receipt and return the price quote to the Architect in writing . The Architect shall review the price quotation and if approval is recommended , forward the proposed change order request ah d price proposal to the Owner for appro~al. !f approval is not recommende~. the Architect will attempt to negotiate with Contractorj to revise the proposal to a figure which 1s fair and reasonable and forward 1t on to the Owner for approval. If the negotiations do not result in an equitable solution, the Architect shall prepare a cost-plus type Change Order w ith a price-not-to-exceed figure for approval by the City and require specific documentation to be provided by Contractor in accordance w ith the paragraph above . General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) Contractor is advised that according to City of Fort Worth Charter, that, the City Council must approve all Change Orders and I ark Orders which results in an increase in cost of the contract amount by over $25 ,000. Normal processing time for the City Staff to obtain City Council approval , once the recommended change order has been received at the City , is approxim·ately thirty days . Owner and Contractor shall endeavor to identify Change Order items as early in the Construction process as possible to mini I ize their impact on the construction schedule. If unit prices are stated in the Contract Documents or subsequently agreed upon , and if the quantities originally contemplated a'r so changed in a proposed Change Order that application of the agreed unit prices to the quantities of Work proposed will create a hardship on the Owner or the Contractor, the applicable unit prices shall be equitably adjusted to prevent such hardship . I If the Contractor claims that additional cost or time is involved because of (1) any written interpretation issued pursuant to Section A , (2) any order by the Arch itect or Owner to stop the Work pursuant to Section B, where the Contract was not at fault , or (3)1 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 cla im for an increase in the Contract Sum or an extension in the Contract Time , he shall give the Architect written notice thereof within a reasonable time afte ri the occurrence of the event that gave rise to such claim . This notice shall be given by the Contractor before proceeding to execut1 the Work , except in an emergency endangering life or property in which case the Contractor shall proceed in accordance with Section J . No such claim shall be valid unless so made. Any change in the Contract Sum or Contract Time resulting from such clai/n, if approved by the Owner, shall be authorized by Change Order. I L-3 OVERHEAD ALLOWANCES FOR CHANGES : Should any change in the work or extra work be ordered , the follor ing applicable percentage shall be added to Material and Labor costs to cover overhead and profit: 1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed fifteen percent (15 %). 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 (10%). 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 Con\ract 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. I L-5 FIELD ORDERS: The Architect may issue written Field Orders which interpret the Contract Documents , or which order minor changes in the Work without change in Contract Sum or Contract Time. The Contractor shall carry out such Field Or~ers promptly . SECTION M UNCOVERING AND CORRECTION OF WORK M-1 UNCOVERING OF WORK: If any Work should be covered contrary to the request of the Owner, it must be uncovered for observation and replaced, at the Contractor's expense . I If any other work has been covered which the Owner has not specifically requested to observe prior to being covered, the Architect or the Owner may request to see such work and it shall be uncovered by the Contractor. If such Work be found in accordance With the Plans and Specifications , the cost of uncovering and replacement shall , by appropriate Change Order , be charged to the owlier. If such work be found not in accordance with the Plans and Specifications , the Contractor shall pay such costs unless it is found 1 1that this condition was caused by a separate contractor employed by the Owner . M-2 CORRECTION OF WORK: The Contractor shall promptly correct all work rejected by the Owner as defective or as failing to conform to the Plans and Specifications whether observed before or after Substantial Completion and whether or not fabricated , installed or completed. The Contractor shall bear all costs of correcting such rejected Work, including the cost of the ArchitJct's additional service thereby made necessary . I If, within one year after the Date of Substantial Completion or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents , any of the work is found to be defective or not in accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from the OwnJr to do so, unless the Owner has previously given the Contractor a written acceptance of such condition , describing same specifi dally 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 . I General Conditions for Facility Construction Lump Sum Contract Fire Station No . 27 (September 2008) If the Contractor does not remove such defective or non-conforming work within a reasonable time fixed by written notice from the Owner, the Owner may remove it and .may store the materials or equipment at the expense of the Contractor. If the Contractor does not pay the cost of such removal and storage within ten days thereafter , the Owner may upon ten additional days' written noti~ sell such work at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs that should have been borne by the Contractor including compensation for additional architectural services . If such proceeds of sa le do not covJr all costs that the Contractor should have borne , the difference shall be charged to the Co ntractor and an appropriate Change d rder shall be issued . If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor I hall pay the difference to the Owner . . If the Contractor fa ils to correct such defective or non -conforming work, the Owner may correct it in accordance with Section G . The obligation of the Con tractor under th is Section shall be in addition to and not in li mitation of any obligations imposed upon him by special guarantees required by the Contract Documents or otherwise prescribed by law. M-3 ACCEPTANCE OF DEFECTIVE OR NON-CONFORMING WORK : If the Owner prefers to accept defective or non- conforming work , he may do so instead of requiring its removal and correction , in wh ich 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. SECTIONN 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 cou or other public authority having jurisdiction , through no act or fault of the Contractor or a Subcontractor or their ag~nts or employee$ or any other persons performing any of the wo rk under a contract with the Contractor, or if the work should be stopped for a period of 30 days by the Contractor for the Owner's failure to make payment thereon as provided in Section I, then the Contractor may after the end of such period of 30 days and upon seven additional days ' written notice to the Owner , terminate the Contract. I N-2 TERMINATION BY THE OWNER: If the Contractor is adjudged as bankrupt, or if he makes a general assignment for he benefit of his creditors . or if a receiver is appointed on account of his insolvency , of if the Contractor refuses , except in cases for wh ich extension of time is provided , to supply enough properly skilled workmen o r proper materials , or if he fails to make prorp pt payment to Subcontractors or for materials or labor, or fails to comply with al Laws , Statutes , Charter, Ord inances , Regulation s or Orders of any public authori ty having jurisd iction , or otherwise is guilty of a substantial violation of a provision of the Contrkct Documents , then the Owner, on its own initiative that sufficient cause exists to justify such action , may, without prej udice to J ny rights or remedy and after giving the Contractor and his surety , if any, seven (7) days ' written notice, terminate the employment of the Contractor and take possession of the site and of all materials, equipment, tools , construction equipment and machinery therdon 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 . I If the costs of finishing the Work, including compensation for the Architect's additional services . exceed the unpaid balance of the Contract, the Contractor shall pay the difference to the Owner . I 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 be ing terminated and the effective date of termination. After receipt of term ination the Contractor shall : a) Stop work under the Contract on the date and to the extent specified on the notice of termination . b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated . c) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of terminati on . After termination as above , the City will pay the Contractor a proportionate part of the contract price based on the work completed ; provided , however, that the amount of payment on termination shall not exceed the total contract price as reduced by the porti bn thereof all ocatable to the work not completed and further reduced by the amount of payments, if, any otherwise made . Contractb r shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim . 11n the event of any dispute or controversy as to the propriety or allowabi lity of all or any portion of such claim under this paragrap~, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth , and the decision by the City Council of the City of Fort Worth shall be final and bind ing upon all parties to th is con tract SECTION 0 SIGNS The Contractor shall construct and install the project designation sign as requ ired in the Contract Documents and in strict accordance with the Specifications for "Project Designation Signs ." This sign shall be a part of th is Contract and shall be included In the Contracto r's Base Bid for the Project I General Conditions for Facil ity Construction Lump Sum Contract Fire Station No. 27 (September 2008 ) SECTION P TEMPORARY FACILITIES P-1 SCOPE: The Contractor shall furnish, erect, and maintain facilities and perform temporary work required performanceofthis Contract , including those shown and specified . the P-2 USE OF TEMPORARY FACILITIES: All temporary facilities shall be made available for use by all workmen and subcontractors employed on the project, subject to reasonable directions by the Contractor as to their proper and most efficient utilization . I p.3 MAINTENANCE AND REMOVAL : The Contractor shall maintain temporary facilities in a proper, safe operating and sanitary condition for the duration of the Contract. Upon completion of the Contract , all such temporary work and facilities shall be removed from the premises and disposed of unless otherwise directed or specified hereunder. I P-4 FIELD OFFICES AND SHED: The Contractor is not required to provide a temporary field office or telephone for projects under $1 ,000 ,000 . Contractor shall equip the Project Superintendent with a pager and provide 24-hour contacts to the City . I The Contractor shall provide a temporary field office building for himself, his subcontractors and use by the Architect. For construction contracts with a bid price in excess of $1 ,000 ,000 .00 , the Contractor shall provide a separate field office for the qty's field representative {but the separate office may be in the same structure). The buildings shall afford protection against the wea~er, 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 Jocks . Field offices shall be maintained for the full l ime during the operation of the work of the Contract. During cold weather months , the field offices shall be suitably insulated '.and equipped with a heating device to maintain 70 degree Fahrenheit temperature during the workday . During warm weather the offjces shall be equipped with an air conditioning device to maintain temperature below 75 degrees F. Upon completion of the work o~ the Contract, the Contractor shall remove the building from the premises. In addition to the drawing shelf, provide for the City ~eld representatives office: one deck, four chairs , plan rack and a four drawer filing cabinet (with Jock). Each office shall contain not less than 120 square feet of floor space. The Contractor shall provide and maintain storage sheds other temporary buildings or trailers on the project site as required fo his use . Location of sheds and trailers shall be as approved by the Owner. Remove sheds when work is completed , or as directed . P-5 TELEPHONE: The Contractor shall provide and pay for telephone installation and service to the field offices descri ed above . Service shall be maintained for the duration of operations under this contract. The Contractor shall provide for and pay fo ~ an automatic telephone-answering device at the site office for the duration of the project. Contractor will install separate fax lines nd instruments for the City and the Contractor. P-6 TOILET FACILITIES: The Contractor shall provide proper, sanitary and adequate toilet facilities for the use of all workmen and subcontractors employed on the project. P-7 UTILITIES: Contractor shall make all necessary arrangements and provide for temporary water and electricity requi ed during the construction. Contractor shall provide and install temporary utility meters during the contract construction period . Thf1 se meters will be read and the Contractor will be billed on this actual use. The Contractor shall provide all labor and materials requi ed to tap into the utilities. The Contractor shall make the connections and extend the service lines to the construction area for use o I 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. I Water. Provide an ample supply of potable water for all purposes of construction at a point convenient to the project or as shown on the Drawings . Pipe water from the source of supply to all points where water will be required. Provide sufficient hose to carry water to every required part of the construction and allow the use of water facilities to subcontractors engaged on the work. Provide pumps , tanks and compressors as may be required to produce required pressures . · · I Electric Service . Provide adequate electric service for power and lighting to all points where required. Temporary, electric service shall be of sufficient capacity and characteristics to supply proper current for various types of construction tools , motors , welding machines, lights , heating plant, air conditioning system , pumps, and other work required. Provide sufficient number of electric ouuits so that 50 foot long extension cords will reach all work requiring light or power. I Lighting . Supply and maintain temporary lighting so that work of all trades may be properly and safely performed, in such areas and at such time that day-lighting is inadequate . Provide at least 0 .75 watts of incandescent lighting per squqr4e foot and maintai~ a socket voltage of at least 110 volts . Use at least 100-watt lamps. In any event, the lighting intensity shall not be less than 5 fdot candles in the vicinity of work and traffic areas. P-8 HEATING: Heating devices required under this paragraph shall not be electric. The Contractor shall provide he t, ventilation, fuel and services as required to protect all work and materials and to keep the humidity down to the extent required Jto prevent corrosion of any metal and to prevent dampness or mildew which is potentially damaging to materials and finishes . All such heating , ventilation and services shall be provided and maintained until final acceptance of all work . In addition, the Contractor shbll provide heat ventilation prior and during the following work operations as follows : I a) At all times during the placing, setting and curing of concrete provide sufficient heat to insure the heating of the spaces involved to not Jess than 40 F. I General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) b) From the beginning of the appl ication of drywall and during the setting and curing period , provide sufficient heat to produce a temperature in the spaces involved of not less than 55 F. I c) For a period of seven (7) days previous to the placing of interior finish materials and throughout the placing of fin ish painting , decorating and laying of res ilient flooring materi als , provide sufficient heat to produce a temperature of not less than 60 F . I P-9 TEMPORARY CONSTRUCTION, EQUIPMENT AND PROTECTION: The Contractor shall provide , maintain , and remove upon completion of the work all temporary rigging , scaffold ing , hoisting equ ipment , rubb ish 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 . I The Contractor shall provide , maintain , and remove upon completion of the work , or sooner, if authorized by the Owner, all fences , barricades , lights , shoring , pedestrian walkways , temporary fire escapes, and other protective structures or devices necessa ~ for the safety of workmen , City employees , equ ipment , the public and prope rty. All temporary construction and equipment shall conform to all regulations , ordinances, laws and other requiremen ts of the authorities having jurisdiction , includ ing insurance companies , with regards to safety precautions , operation and fire hazard . The Contractor shall prov ide and maintain pumping facil ities , including power, for keeping the site , all times , whether rom underground seepage , rainfall, dra inage of broken lines . The Contractor shall ma intain prov ision for closing and locking the bu ilding at such time as possible to do so . If this is not feasible , maintain a night I The Contractor shall provide and maintain all barricades or enclosures, required to protect the work in progress from ou tp ide elements, dusts, and other disturbances as a result of work under this Contract. Such protection shall be positive , shall meet the approval of the Owner and shall be mainta ined for the duration of the construction period or as required to provide for the protet tion as specified . I P-10 PROJECT BULLETIN BOARD: The Contractor shall furnish , install and mainta in during the life of the project a weather- tight bulletin board approximately 3 feet high by 5 feet wide having not less than two hinged or sliding glass doors with provision r 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 appl icants for employment. The bulletin board shall remain the property ofi the Contractor and shall be removed by him upon completion of the Contract work. The following information which will be furnished by the City to the Contractor shall be posted on the bulletin board and shall be maintained by the Contractor in easily read ~ble condition at all times for the duration of the Contract. I a . The Equal Opportunity Poster and Notice Nondiscrimination of Employment (Standard Form 38). b. Wage Rate Information Poster (Form SOL 155), with the Contract Schedule of minimum wage rates as requ ired b~ the Davis-Bacon Act. c. Safety Posters . SECTION Q VENUE Should any action arise out of the terms and conditions of this contract , venue for said action shall lie in Tarrant County , Texas . General Conditions for Facility Construction Lump Sum Contract Fire Station No. 27 (September 2008) CITY OF FORT WORTH , TEXAS CONSTRUCTION CONTRACT (LUMP SUM) THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: This agreement made and entered into this the 7th day of April A.O., 2009 , by and be 1 een the CITY OF FORT WORTH , a municipal corporation of Tarrant County , Texas, organ ized and existing under and by virtue of a special charter adopted by the qualified voters w jthin said City on the 11th day of December, A.O . 1924, under the authority (vested in said vo 1 ters 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 , here inafter cd lled OWNER , and Prime Construction Company of the City of Arlington , County of Tar~ant , State of Texas , hereinafter called CONTRACTOR. I WITNESSETH : That for and in considerat ion of the payments and agreements herein ~fter 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 0 1 ner to commence and complete the construction of certain improvements described as follow : CONSTRUCT FIRE STATION N0.27 2940 PRECINCT LINE ROAD FORT WORTH, TEXAS TPW2007-21 PROJECT # 00132 That the work herein contemplated shall consist of furnishing as an independent contract9 r 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 adopte~ by the City Council of the City of Fort Worth , which Plans and Specifications and Con ~ract Documents are hereto attached and made a part of this contract the same as if wriltten 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 ot the aforesaid work, and for stated additions thereto or deductions there from , the price show I on the Proposal submitted by the successful bidder hereto attached and made a part her'.eof . Payment will be made in monthly installments upon actual work completed by contractor 1 1 and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount shall be $2,498,000.00 . Contractor agrees to complete the project, suitable for occupancy and benefic ial use , within 330 calendar days . Fire Station No. 27 (April 2009) OFFICIAL RECORD CITY SECRETARY FtWORTH,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 s:uch insurance . The Contractor shall be responsible for delivering to the Owner the sub- contractors' certificates of insurance for approval. The Contractor shall indicate o ~ 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 insura1nce coverage required herein shall include the coverage of all subcontractors a. WORKER 'S COMPENSATION INSURANCE: • Statutory limits • Employer's liability • $100 ,000 disease each employee • $500,000 disease policy limit • $100,000 each accident b. COMMERCIAL GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract public liability insura c ce coverage in the form of a Commercial General Liability insurance pol"icy to cover b9dily 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 sh 9 11 include , but not be limited to, contingent liability for independent contractors , XCU coverage , and contractual liability . c : BUSINESS AUTOMOBILE LIABILITY: d: • $1 ,000 ,000 each accident • The policy shall cover any auto used in the course of the project 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 specifie ~ in the contract documents. e . EXCESS LIABILITY UMBRELLA • $1 ,000 ,000 each occurrence ; $2 ,000,000 aggregate limit. Fire Station No . 27 (April 2009) OFFICIAL RECORD crrv SECRETARY FT.WO TH ,U \ L-------\ • This insurance shall provide excess coverage over each line of liab>ility insurance required herein . The policy shall follow the form(s) of the underlying policies. f. SCOPE OF INSURANCE AND SPECIAL HAZARD : The insurance requ 'ired under the above paragraphs shall provide adequate protection for the Contractor Jand its subcontractors, respectively , against damage claims which may arise trom operations under this contract, whether such operations be by the insured o ~ by anyone directly or indirectly employed by it, against any insurable hazards which nnay 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. )fhe form to be used shall be the current Accord certificate of insurance form or such other form as the Owner may in its sole discretion deem acceptable. All insurance requirements made upon the Contractor shall apply to the sub-contractors , should the Contractor's insurance not cover the subcontractor's work operations performed in the course of this contracted project. ADDITIONAL INSURANCE REQUIREMENTS: a. The Owner, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy . b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c . Any failure on part of the Owner to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. I d. Each insurance policy shall be endorsed to provide the Owner a minimum th 'rty 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 nd 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. Fire Station No. 27 (April 2009) g. In lieu of traditional insurance, Owner may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The Owner must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of reco t ery 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 cove ~age 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 manne I• to Owner's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I. Contractor's liability shall not be limited to the specified amounts of insurJ nce required herein . m. Upon the request of Owner, Contractor shall provide complete copies o 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 pro Y.ide both Payment and Performance Bonds for the full amount of the contract. Contractor ;hall 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 I 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 Conditi ~ns, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency . IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signetl in four counterparts in its name and on its behalf by the City Manager and attested b~ its Secretary, with the corporate seal of the City of Fort Worth attached . The Contractor lhas executed this instrument through its duly authorized officers in six counterparts witH its corporate seal attached. Fire Station No . 27 (April 2009) OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Done in Fort Worth, Texas , this the 9,-r_b.. day of .....:~'----------A.D., 200,9. PRIME CONSTRUCTION COMPANY By ~~ Jerry.~dy President APPROVAL RECOMMENDED: By:.di_)~, c:::r() WilliamA.erkest, P,DI or Transportation & Public Works Dept. By: Amy J. msey Assistan City Attorney Fire Station No. 27 (April 2009) APPROVED : CITY OF FORT WORTH By ~7/'4n-,.~~/ Fernando Costa Assistant City Manager RECORDED : M&C C -23430 (APJil 7, 2009) Contract Authorization Date : ---------------. OFFICIAL RECORD crrv SECRETARY FT. WORTH, TX THE STATE OF TEXAS COUNTY OF TARRANT Bond# 0498344 PERFORMANCE BOND § § § KNOW ALL BY THESE PRESENTS : That we, (1) Prime Construction Company , as Principal herein , and (2) In t ern a tion a l Fidel ity I n surance Co mp any a corporation organized under the laws of the State of (3) __ Ne_w_J_e_r _se_y ______ _ 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 Two Million, Four Hundred Ninety Eight Thousand and No Cents Dollars ($2.498,000.00) 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 7th day of April , 2009 , a copy of which is attached hereto and made a part hereof for all purposes, for the construction of CONSTRUCT FIRE STATION NO. 27 AT 2940 PRECINCT LINE ROAD. FORT WORTH, TEXAS TPW2007-21 PROJECT # 00132 (C235-205110013280}. NOW, THEREFORE , the condition of this obligation is such , if the said Principal shall faithfully perform the work in accordance w ith 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 th is instrument. Fire Station No . 27 (April 2009) ,.· -&IGNED_and SEALED this _2_0_th __ day of _--'Ap __ r_i_l _____ , 2009. ---= --/', .......... .:: Prime Con s truction Company ATIEST: ~ ---,_ .......... . • PRINCIPAL d!:t,2Ji £a (Princial) Secret By: <?162~<= Name: ~ r-. /YJec1,, Title: fc~,p~ (SE AL) ATIEST: Secretary (SE AL) NOTES: (1) (2) (3) Address: 8101 Valcasi Drive, Suite ]01 Arling ton, TX 76001 International Fidelity Insurance ~Comp afiy A SURETY I . ~· ~:::U,.~~(__/..::::!:~;.:::.i.::::~:.__--=~:.... -r --= .: • /~ •. -· j Name: Staci Gross -. __ . _.--f -----------I Attorney in Fact Address: 2435 N. Ce ntral Expressway #4 70 Richardson, TX 75080 Telephone No.: (800)823-3039 Correct name of Principal (Contractor). Correct name of Surety. 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. Fire Station No . 27 (April 2009) THE STATE OF TEXAS COUNTY OF TARRANT § § § Bond# 049 8344 PAYMENT BOND KNOW ALL BY THESE PRESENTS : That we, (1} Prime Construction Company, as Principal herein, and (2) ___;:I;..:.;n~t.:;e r;;.:n=a=t..;;:.io=n=a=l'--F;;..;i;;..;d=e--l=it=y......;;I =n.;;;..s u_r_a_nc_e_Co_mp_._a_n..._y ________ , a corporation organized and existing under the laws of the State of (3) New J e rs ey , 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 Two Million, Four Hundred Ninety Eight Thousand and No Cents Dollars ($2,498,000.00) 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 7th day of April, 2009, 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 FIRE STATION NO. 27 AT 2940 PRECINCT LINE ROAD, FORT WORTH, TEXAS TPW2007-21 PROJECT# 00132 (C235-2051100132SO). 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. Fire Station No. 27 (April 2009) I ._:.. StGN.ED and SEALED this __ 2_o_th __ day of __ A..;;..p_ri_· 1 ______ , 2009. --=- -----........ :: ;:::-::: Prime Construction Company ATTEST: .J~/J,/·~ (Princip) Secretary PRINCIPAL By:~~ Name : :::r--~ F @o°? Title: ffl.r...&tP~ (SE AL) ATTEST: Secretary (SE AL) NOTES: (1) (2) (3) Address: 8101 Valcasi Drive, Suite 1©1 Arling ton, TX 76001 I j International Fidelity Insurance Comp any SURETY 1' . A-f . : : . f - !~------/',a,- Name: Staci Gross -:. __ ~~. ·--~~-~:~f >-- -----------=··--,-_ .-'-.. --..... --1·· Attorney in Fact Address: 2435 N. Central Expressway 470 Richardson, TX 75080 Telephone No .: (800)823-3039 Correct name of Principal (Contractor). Correct name of Surety. 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. Fire Station No. 27 (April 2009) I Tel (973) 624-7200 POWER OF .ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMP A · HOME OFFlCE : ONE NEW~:RK CENTER, 20TH FLooR. NEW ARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMP ANY, a corporation organized an . existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint Wichita Falls, TX . its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety , any and all bonds and undertakings, contracts of indfmnity and other writings obligatory m the nature thereof, which are or may be allowed, required or permitted by law, stature, rule , regulation , contract or oth¢rwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY , as fully and amply, to all intents and purposes , as if the same had been duly executed and acknowledged by its regularly elected of cers at its principal office. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of Article 3-Section 3, of the By-Laws adopted by the Boa tl of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys-in fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto , bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2 ) To remove, at any time, any such attorney-in-fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a eeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and bindmg upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with re ' pect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 16th day of October, A .D . 2007 . I STATE OF NEW JERSEY County of Essex ( INTERNATIONAL FIDELITY INSURANCE CI MPANY Secretary On this 16th day of October 2007 , before me came the individual who executed the preceding instrument, to me personall_y known, and, bein~ by me duly sworn said the he 1s the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the s al affixed to said i~strument is the Corpo rate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company . IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. CERTIFICATION A NOTARY PUBLIC OF NEW JERSEY My Commission Expires Nov . 21 , 2010 I, the undersigned offi.c ~r of INTERNA 'l'IONAL FIDELITY INSURANCK COMP ANY do hereby certify . that I have compared the foregoing ~opy of the Power ofArtorner ~nd)rf~davit, and tl,1:e c~py of the Se~tion of the By-Laws o( said C~mpany as set forth in $aid Pp wer of A~orney ' .'."'ith . the ORIGjNALs Pl'l IN THE HOME OFFIGE OF.SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said ongmals, and that b said. Power of Attorney has n·ot been rev b ked ;nd is now in full force and effect . -~. ~ / IN TESTIMONY_V{HEREOF, I ha ye h~reunto set my hand this 20th day of April, 2009 . ~.:;. ~~~~:m {, ... IMPORTANT NOTICE To obtain information or make a complaint: You may call International Fidelity Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-333-4167 You may also write to International Fidelity Insurance Company at: Attn: Claims Department One Newark Center, 20th Floor Newark, NJ 07102 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: h tt p://www.tdi.state.tx.u s E-mail: Cons um erProtec ti on @tdi.sta te.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of1nsurance. ATTACH THIS NOTICE TO YOUR BOND: Thls notice is for information only and does not become a part or condition of the attached document. A VISO IMPORT ANTE Para obtener informacion o para someter una queja: Usted puede Damar al numero de telefono gratis de International Fidelity Insurance Company's para infonnacion o para someter una queja al: 1-800-333-4167 Usted tambien puede escribir a International Fidelity Insurance Company: Attn: Claims Department One Newark Center, 20th Floor Newark, NJ 07102 Puede comunicarse con el Departamento de Seguros ~e Texas para obtener informacion acerca de compani , coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas! P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www .tdi.state.tx.us E-mail: ConsumerProtecti on @tdi.state.tx.u s DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE A VISO A SU FIANZA DE GARANTIA : E ste aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3 .23 of Vernon's Annotated Civil Statutes , Contractor certifies that it provides worker's compensation insurance coverage for all of its employee 1 employed on City of Fort Worth project CONSTRUCT FIRE STATION N0.27 2940 PRECINCT LINE ROAD FORT WORTH, TEXAS TPW2007-21 PROJECT# 00132 By: Title 4-21-2«!9 Date STATE OF TEXAS COUNTY OF TARRANT uthority, on this day personally appeared I _______ ___:-:;:t:,.IZ£.(.U,4=-.:::z._LfLJ.'.tQ~=-----------' known t<J> name is bscribed to the foregoing instrument, an ~ me to be the acknowledged at he executed the same as the act and deed ot as, cte cJ I for the purposes and considerations therein expressed and in the capacity therein stated . (a) (b) ,,,,11 11 ,,,, -,""')_ /) cl NUN ~-tt~\c:-~2 SEAL OF \YIY-n day o! ~ :~ ~ ·.. ~ 'I /} /V")/f = : / -(~ 7/~ : ! ~ (/J \ ~ Notary Public in and for the State of Texas :: ·. >';-'Z" .. = I Cont,}~J.ir~~;,/~c..,{ide to the City a certificate showing that it has obtaine1 a policy 6f,,v1fi~\,~'mpensation insurance covering each of its employees o ~ the project in ~~mpliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. I Contractor agrees to require each and every subcontractor who will perform wor~ on the project to provide to it a certificate from such subcontractor stating tha1 the subcontractor has a policy of workers compensation insurance covering eac~ employee employed on the project. Contractor w ill 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 C ity. Fire Station No . 27 (April 2009 ) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following: ALLCOVERAGEPARTS Arry coverage provided to an Additional Insured scheduled in endorsement CG 2010 or endorsement CG 2037 (when either is attached to this ix,licy} shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless : 1) a written contract or written agreement specifically requires that this insurance apply on a primary and noncontributory basis; or 2) prior to a loss. you request in writing and we agree that this insurance shall apply on a primary and non-<:ontributory bas is. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REPMIN UNCHANGED . AP5031US 05-07 Page 1 of 1 l i j: I ~ J - City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 4/7/2009 DATE: Tuesday, April 0_7 , 2009 REFERENCE NO.: C-23430 LOG NAME: 20FS27PRIME SUBJECT: Authorize a Construction Contract in the Amount of $2,498 ,000.00 with Prime Construction Company o Construct Fire Station No. 27_ Located at 2940 Precinct Line Road I RECOMMENDATION: . . . . . . I It is recommended that the City Council authorize the City Manager to execute a construction contrac~ in the amount of $2,498,000.00 with Prime Construction Company to construct Fire Station No . 27 locate d at 2940 Precinct Line Road. . I DISCUSSION: . . . I On July 15, 2003, (M&C C-19661) the City Council authorized the C ity Manager to execute an agreement with RPGA Des ign Group, Inc ., for the design of Fire Station No . 38 and the development of a prototy ~e design for a two-company, three-bay fire station. Fire Station No . 27 is a prototype facility design ada pted to the specific site . On June 19 , 2007, (M&C C-22192) the City Council authorized the City Manager to execute an architectural design contract in the amount of $109,100.00 with RPGA Design Group , Inc ,, for the design and construction administration services for Fire Station No . 27. I On December 7 , 2004, (M&C C-20426) the City Council was advised of a shift in funding strategy for the Fire Department's compressed air foam system for fire apparatus in the amount of $1,000,000.00 \ approved in the 2004 CIP Fire Proposition (Proposition). These funds would be available for other projects within the Proposition and would be used as interim financing for Fire Station No. 8 until the Texas I Department of Transportation (TxDOT) reimbursement was received. TxDOT has reimbursed the City and Fire Station No . 8 is now operational making the $1 ,000 ,000.00 available for construction of Fire Station No. 27 . On July 31 , 2007, (M&C C-22287 and C-22285) the City Council was advised that Fire Station! No. 11 came in under projected cost by $317,334 .00 and Fire Station No. 41 required additional funding in the amount of $142,800.00 leaving a balance of $174,534.00 that is available for other projects in the 2004 CIP Fire Proposition. Staff recommends that $152 ,326 .73 of the $174 ,534.00 plus the $1,000 ,000.00 from the compressed air foam system for a total of $1 ,152 ,326.73 be added to the funding for Fire Station No. · 27. . _ I The 2004 CIP budget for this fire station was $2,047 ,000 .00. On March 6, 2007 , (M&C G-15621) the y ity Council approved additional funding in the amount of $500 ,000.00 from the Critical Capita l Needs .I Certificate of Obligation, Series 2007 for the land purchase for this project. With $1,152 ,326.73 available from other fire improvement projects in the Proposition, the total funding available from all sources is $3 ,699 ,326.73 . A request for competitive sealed proposals with weighted selection criteria was advertised in the Fort Worth Star-Telegram on September 11, 2008, and September 18, 2008. The following proposals were received: I J. C. Commercial, Inc. Tegrity Contractors, Inc. Prime Construction Company $2,447,777.00 $2,466,000.00 $2,498 ,000.00 Alshall Construction Company $2,545 ,786. 0 C. R. Reynolds, Inc. $2,585,000.00 CORE Construction Services of Texas , Inc. $2 6 1 • 39,ooo.qo Hasen Construction Services $2,646,951.00 Fort Construction, L.P. $2,647,377 .q o Phillips/May Corporation $2,656,000.qo MDI Inc. General Contractors $2,656,500.qo Reeder General Contractors, Inc. $2,685,000 .qo SEDALCO, L.P. $2,690,000.qo LEMCO Construction Services, L.P. $2,750,000.QO Centerline Construction Services, Inc. $3,029, 198.dO Based on a weighted matrix including price , schedule, M/WBE participation, reputation and experiencl. Prime Construction Company was determined to offer the best value forthe City. J.C. Commercial , lp c., submitted an M/WBE goal of 16 percent and did not submit a Good Faith Effort to justify not meeting the City's goal of 29 percent. Tegrity Contractors, Inc., lacked the experience for this size and type of project. The overall project cost is estimated to be: Design Construction Land Purchase Utilities, ITS, FF&E Contingency, Geotech, · Staff Total -. $109,100.qo $2$:~::ggg :~g s21 s.ooo.do $362,926.71 3 $3 ,699,326.71 3 Prime Construction Company is in compliance with the City's M/WBE Ordinance by committing to 31 percent M/WBE participation. The City's goal for this project is 29 percent. The project is located in COUNCIL DISTRICT 5. The completion of the fire station will add 9,750 square feet to the City's facility inventory and add approximately $5,000 .00 per year in the facility maintenance and repair requirements. FISCAL INFORMATION/ CERTIFICATION: r The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Fire Improvements Fund : FUND CENTERS: TO Fund/Account/Centers CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 1. Aerial Map FS 27.pdf (Public) FROM Fund/Account/Centers C235 541200 205110013280 Fernando Costa (6122) William Verkest (7801) Dalton Murayama (8088) 2. Draft M&C 20FS27PRIME Accounting l nfo.pdf (CFW Interna l) _ 3. Fire Sstation 27.doc (CFW Internal) 4. FS 27 Available Funds 12Mar09.pdf (CFW Internal) 5. FS 27 M&C BFTs 12Mar09 .pdf (CFW Internal) .6. FS 27 MWBE Compliance Jan09.pdf (CFW Internal) $2,498,000 .00