Loading...
HomeMy WebLinkAboutContract 56341THIS COPY IS FOR: __ CONTRACTOR CITY SECRETARY CONTRACT NO.---- CITY SECRETARY __ SPONSORING DEPT PROJECT MANAGER PMD FILE COPY THE CIIY O.EEOKL.WOJUH,-IEXAS BOB BOLEN PUBLIC SAFETY COMPLEX POLICE EVIDENCE and FIRE ARSON RENOVATIONS PMD2018-18/PMD2019-04 City Project No. 101920 BETSY PRICE DAVID COOKE MAYOR CITY MANAGER Steve Cooke Director, Property Management Department Neil Noakes Chief, Police Department Elements of Architecture, Inc. August 2021 Instruction to Offerors (May 2020R) CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 1 of 34 August 2021 56341 City of Fort Worth, Texas Mayor and Council Communication DATE:Tuesday, August 10, 2021 REFERENCE NO.: **M&C 21-0556 LOG NAME: 21POLICE EVIDENCE STORAGE CONSTRUCTION CONTRACT SUBJECT: (CD 9) Authorize Execution of a Construction Contract with RJM Contractors, Inc., in an Amount Not to Exceed $1,232,239.00, Including 7.5 Percent for the Owner's Construction Allowance for the Police Evidence and Fire Arson Renovation at the Bob Bolen Public Safety Complex for a Total Anticipated Project Cost of $3,750,000.00 (CCPD Funded) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with RJM Contractors, Inc., in an amount not to exceed $1,232,239.00, including 7.5 Percent for the Owner's Construction Allowance, for the Police Evidence and Fire Arson Renovation at the Bob Bolen Public Safety Complex. DISCUSSION: The purpose of this M&C is to recommended that the City Council authorize the execution of a construction contract with RJM Contractors, Inc., in an amount not to exceed $1,232,239.00, including 7.5 Percent for the Owner's Construction Allowance, for the Police Evidence and Fire Arson Renovation at the Bob Bolen Public Safety Complex. This construction contract will accomplish the renovations at the Bob Bolen Public Safety Complex to provide separate evidence storage facilities for both the Police Department's evidence and the Fire Department's arson evidence. The City issued a Request for Proposals on April 1st and 8th, 2021 in the Fort Worth Star-Telegram, and received eight responses for the renovation project from general contractors. These general contractors were: CMP Commercial Construction, Inc. Henthorn Commercial Construction, LLC MSB Constructors, Inc. Northridge Construction Group, LLC Post L Group RJM Contractors, Inc. Scott Dennett Construction, LC Tegrity Contractors, Inc. Three of these firms provided the required "Post Proposal–Pre Award Submittals" to be further evaluated by the City. These proposals were reviewed by members of the Police Department, Fire Department, Office of Business Diversity and the Property Management Department and were evaluated for best value based on the criteria set forth in the Request for Proposals. The selection team recommends award of the construction contract to RJM Contractors, Inc. Criteria RJM Contractors, Inc. Post L Group Northridge Construction Group, LLC Proposed Price 60.0 59.0 50.0 M/WBE 3.0 8.0 6.0 The overall project costs are expected to be as described in the table below: Funding Sources -The City of Fort Worth CCPD funds will be used for the construction of this project. Waiver of Building Permits - In accordance with the City Code of Ordinances, Part II, Chapter 7-1 Fort Worth Building Administrative Code, Section 109.2.1, Exception 2; “Work by non-City personnel on property under the control of the City of Fort Worth shall be exempt from the permit fees only if the work is for action under a contract that will be or has been approved by City Council with notes in the contract packages stating the fee is waived." Building Operating and Maintenance - Property Management Department anticipates the annual operating impact for operating, utilities and maintenance associated with this project, beginning in the second quarter of Fiscal Year 2023, to be $158,000.00 annually. Business Equity - is in compliance with the City's Business Equity Ordinance by committing to 17\% Business Equity participation on the project’s base bid. The City's Business Equity goal on this project is 12\%. The Bob Bolen Public Safety Complex is located in COUNCIL DISTRICT 9. Proposed Schedule 5.0 4.0 5.0 Reputation/Experience 12.0 7.0 10.0 Past Work in the City of Fort Worth 10.0 6.0 7.0 TOTAL 90.0 84.0 78.0 PROJECT BUDGET TOTALS Architectural & Engineering Design $217,550.00 Construction Contract (including Owner's Construction Allowance)$1,232,239.00 Project Administration Cost: Project Management, Bid Advertisement,Site Utilities, IT, Security, Project Management, Materials Testing, Contingency, FFE, etc. $1,043,067.00 PROJECT TOTAL $2,492,856.00 FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are appropriated within the Crime Control and Prevention District Capital Project Fund for the Police Evidence and Fire Arson Renovation at the Bob Bolen Public Safety Complex project to support the approval of the above recommendation and execution of the construction contract. Prior to any expenditure being incurred, the Police Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount FROM Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount Submitted for City Manager's Office by:Dana Burghdoff (8018) Originating Department Head:Steve Cooke (5134) Additional Information Contact:Brian Glass (8088) ATTACHMENTS 1.101920 Project Budget Summary.pdf (CFW Internal) 2.21POLICE EVIDENCE STORAGE CONSTRUCTION CONTRACT FID Table.xlsx (CFW Internal) 3.BBPSC PD-FD M&C map.pdf (Public) 4.Bob Bolen Police Evidence and Fire Arson Renovation_COMPLIANCE MEMO2.pdf (CFW Internal) 5.Form 1295.pdf (CFW Internal) 6.RJM SAMS Report.pdf (CFW Internal) PROPERTY MANAGEMENT DEPARTMENT FACILITIES / ARCHITECTURAL SERVICES BID TABULATION Project:POLICE EVIDENCE & FIRE ARSON RENOVATIONS BOB BOLEN PUBLIC SAFETY COMPLEX 505 W FELIX STREET FORT WORTH Tabulated by:Vicki McDonald Project #:101920 PMD Project #:PMD2018-18 / PMD 2019-04 Eng. Estimate:$1,959,500.00 Bid Date:APRIL 29, 2021 Advertised:MARCH 16, 2021 & APRIL 8, 2021 Addendums:2 DESCRIPTION DAYS DAYS DAYS DAYS Base Proposal 1,082,679.00$ 1,096,816.00$ 1,209,000.00$ 1,219,777.00$ Owner's Contingency Allowance 81,200.93$ 82,261.20$ 90,675.00$ 91,483.28$ Base Proposal Plus Owner's Contingency Allowance 1,163,879.93$ 120 1,179,077.20$ 180 1,299,675.00$ 120 1,311,260.28$ 120 ALTERNATESAlternate #1 9,462.00$ 9,180.00$ 17,000.00$ 8,077.00$ Alternate #2 40,984.00$ 31,300.00$ 57,000.00$ 55,777.00$ Alternate #3 13,144.00$ 26,000.00$ 12,200.00$ 23,777.00$ TOTAL ALTERNATES 63,590.00$ 66,480.00$ 86,200.00$ 87,631.00$ ADDENDUM'S:2 2 2 2 North Richland Hills, Texas 76180 817-520-2300 817-520-2301 FAX bids@northridgecg.com 1125 Berry Street Fort Worth, Texas 76110 tbrowne@rj-miller.com jeff@postlgroup.com 1 7616 Benbrook Pkwy Benbrook, Texas 76126 817-377-0971 817-377-0973 FAX RJM Contractors, Inc. 2 3 4 Post L Group Northridge Construction Group, LLC Tegrity Contractors Inc. 202 N Allen Drive Allen, Texas 75013 972-562-6060 972-562-6064 FAX roger@tegrity-contractors.com 682-312-7888 6904 NE Loop 820 PROPERTY MANAGEMENT DEPARTMENT FACILITIES / ARCHITECTURAL SERVICES BID TABULATION Project:POLICE EVIDENCE & FIRE ARSON RENOVATIONS BOB BOLEN PUBLIC SAFETY COMPLEX 505 W FELIX STREET FORT WORTH Tabulated by:Vicki McDonald Project #:101920 PMD Project #:PMD2018-18 / PMD 2019-04 Eng. Estimate:$1,959,500.00 Bid Date:APRIL 29, 2021 Advertised:MARCH 16, 2021 & APRIL 8, 2021 Addendums:2 7 8 CMP Commerical Construction, Inc. Scott Dennett Construction, LC 150 Martin Luther King Jr Freeway 2313 Cullen Street Fort Worth, Texas 76104 Fort Worth, Texas 76107 855-443-0774 817-882-9420 817-882-6596 817-882-9424 FAX estimating@cmp2013.com nickm@dennettconstruction.com DESCRIPTION DAYS DAYS DAYS DAYS Base Proposal 1,240,000.00$ 1,270,000.00$ 1,289,979.00$ 1,319,516.00$ Owner's Contingency Allowance 93,000.00$ 95,250.00$ 96,748.43$ 98,963.70$ Base Proposal Plus Owner's Contingency Allowance 1,333,000.00$ 160 1,365,250.00$ 250 1,386,727.43$ 150 1,418,479.70$ 150 ALTERNATESAlternate #1 8,400.00$ 15,000.00$ 2,516.00$ 9,753.00$ Alternate #2 28,000.00$ 50,000.00$ 24,717.00$ 46,837.00$ Alternate #3 1,250.00$ 15,000.00$ 12,374.00$ 1,731.00$ TOTAL ALTERNATES 37,650.00$ 80,000.00$ 39,607.00$ 58,321.00$ ADDENDUM'S:2 2 2 2 mark@mdbconstructorsinc.com 6 MSB Constructors Inc 103 Oak Grove Lane Boyd, Texas 76023 817-825-5956 5 Henthorn Commercial Construction, LLC 972-266-4755 jim@henthorncommercial.com 312 NW Highway Grapevine, Texas 79051 NOTICE TO OFFERORS Proposals for the Bob Bolen PSC Police Evidence and Fire Arson Renovations located at 505 W Felix Street in Fort Worth Texas will be received at the Purchasing Office, City of Fort Worth, 200 Texas Street, Fort Worth, 76102, until 1:30 P.M on Thursday, April 29, 2021, 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 t�Offeror that offers tneBest 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 last day for questions from prospective Offerors is at 5:00 PM on Wednesday, April 21, 2021. A Pre-Proposal Conference will be held at 10:00 A.M., Thursday, April 8, 2021 at 505 W Felix Street in the Auditorium, Room 1708. A Site Visit/Walk-Thru will be done after the Pre-Proposal Conference. The offers will be valid for ONE HUNDRED TWENTY (120) calendar days. Estimated construction cost is approximately $1,959,500. There are no Alternates for this project. The Offeror will add a 7.5% Owner's Contingency Allowance on a separate line item on the Proposal form and only the Owner will approve the use of this allowance during construction. Any Allowance remaining at the end of construction will be retained by the City of Fort Worth. This Allowance is not to be included in the Base Proposal and will not be used in the Best Value selection process. Refer to the evaluation matrix for the selection of the Best Value Offeror in the Instructions to Offerors. Refer to the Request for Proposal documents for the Minority Business Enterprise (MBE) Information. MBE participation will be evaluated in awarding this Contract. The MBE participation goal is 12%. Offerors must submit the attached Best Value Utilization Form within 5 business days of submitting their Best Value Proposal. Failure to document proposed attainment will remove the Proposal from further consideration. Also, Refer to Section 2. MINORITY BUSINESS ENTERPRISE (MBE) (BEST VALUE PROPOSAL) in the Instructions to Offerors. Offerors must submit a bid bond with their proposal. 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. Criminal Justice Information System (CJIS) clearance is required for non-city employees who provide support to police department systems or have physical access to police department systems and will be supervising non CJIS cleared employees or subcontractors. These identified individuals are required to complete a Security Addendum, specifically with the City. The Security Addendum must include a full and complete list of each employee with authorized access. Individuals in this category must complete a criminal history check, fingerprint check, and CJIS security training at least 30 days prior to date of the individual's initial access to a Police Department facility with CJIS. All non­ police department personnel, including vendors, must review CJIS Security Awareness material and sign a document acknowledging their receipt of training every two years. The criminal history check and CJIS security training are completed through a signed form. The security training also includes an informational sheet to review before signing the acknowledgement form. The fingerprinting cost $10-$12. More information on fingerprinting locations and how to schedule will be communicated to the party that is awarded the contract. If you intend to submit a Proposal, request you inform the Project Manager or Architect/Engineer who can then inform the interested subcontractors. 2 34 April 1, 2021 April 8, 2021 TABLE OF CONTENTS •PROJECT COVER PAGE •NOTICE TO OFFERORS •TABLE OF CONTENTS •INSTRUCTIONS TO OFFERORS •PROPOSAL FORM •CONFLICT OF INTEREST AFFIDAVIT •CONFLICT OF INTEREST QUESTIONAIRE (CIQ) •CONFLICT DISCLOSURE STATEMENT (CIS) •TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE •2013 PREVAILING WAGE RATES •WEATHER TABLE •GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION •CONSTRUCTION CONTRACT •PAYMENT BOND •PERFORMANCE BOND •CERTIFICATE OF INSURANCE •CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW •PROJECT SIGN Instruction to Offerors (May 2020R) CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 4 of 34 August 2021 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 fhe 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 Offerer is a corporation, the president or a vice­ president must sign the Proposal. If the Offerer is a partnership, then the person/entity who is the managing/general partner must sign the proposal. •Complete and submit the Conflict of Interest Affidavit form. (Also submit associated Form CIQ and Form CIS if required.) •Include cashier's check or an acceptable bidder's bond written by a corporate surety payable to the City of Fort Worth, in an amount of not less than five (5%) per cent of the total of the bid submitted. •In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States 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 City shall select the Offerer that offers the best value based upon the following criteria and on its ranking evaluation. In determining the Best Value Offerer, the City will consider: 1.Proposed Price (60 points) -The lowest priced responsive Proposal will receive 60 points for this rating criterion. Higher priced proposals will receive proportionally lower scores. When compared to the lowest price, the higher priced proposal will have its score reduced by one percent of the available points for every percent it is higher than the lowest price. The score will be rounded to the nearest whole number. 2.Proposed level of MBE participation (10 points). 3.Proposed project schedule (5 points) -Proposals should include a general schedule showing the amount of time necessary to complete the project, critical path, major phases of the work, and major impacts on the project. This is to demonstrate an understanding of the project and the most efficient justifiable time. The best schedule demonstrating the most complete understanding of the project will receive 5 points. All others will be graded accordingly. 4.References/Experience (15 points) -References and experience of the Offerer as demonstrated by listing past and current projects including references with names and current telephone numbers: and, list of subcontractors if applicable. Instruction to Offerors (May 2020R) Page 5 of 34 August 2021 CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations 2. 5.Past Work in the City of Fort Worth (10 points) -Points shall be awarded for experience working on similar projects within the city limits of the City of Fort Worth. Contractors with no experience in the City of Fort Worth will receive 5 points. Contractors demonstrating strong experience will receive more than 5 points. Contractors with poor examples may receive less than 5 points. 6.If the score for any individual rating criteria is rated as zero, this will result in the overall score being zero regardless of how many points could ha'1e been earned in the other categories. After ranking the responses to the Request for Proposal (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 BUSINESS ENTERPRISE (MBE) (BEST VALUE PROPOSAL) BUSINESS DIVERSITY ENTERPRISE (BDE) ORDINANCE MINORITY BUSINESS ENTERPRISE (MBE) PROVISION: All proposers shall note that the Business Diversity Enterprise Ordinance (Chapter 20, Article X of the Fort Worth Code of Ordinances, as amended) was adopted to ensure the full and equitable participation of Minority Business Enterprises (MBEs) in the procurement of services $50,000 or more. The Minority Business Enterprise (MBE) diverse goal on this project is 12%. Proposers must obtain MBE listing from the City of Fort Worth's Office of Business Diversity at (817) 392-2674 or email mwbeoffice@fortworthtexas.gov. This will ensure that Competitive Sealed Proposal firms are acknowledging MBE firms currently certified by the North Central Texas Regional Certification Agency (NCTRCA) or the Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and accepted by the City of Fort Worth at the time proposals are submitted, in order for the participation to be counted towards the established diverse goals. The firms must be located in the City's six (6) county geographic marketplace that includes the counties of: Tarrant, Dallas, Denton, Johnson, Parker and Wise. A Minority Business Enterprise is defined as a business concern located in the Marketplace meeting the following criteria: a.is at least 51 percent owned by one or more minority persons, or, in the case of any publicly owned business, at least 51 percent of the stock is owned by one or more minority persons; and b.management and daily business operations are controlled by one or more minority persons who own it. The business must be certified prior to recommendation of award in order for the participation to be counted towards the established goal. Offerors must submit the best value utilization form within 5 business days of submitting their Best Value Proposal. If an Offeror is certified as a DBE, MBE, SBE or WBE firm. please be aware that the City's Ordinance does not allow a certified company to count itself towards the established goal; the goal represents subcontracting opportunities. Instruction to Offerors (May 2020R) Page 6 of 34 August 2021 CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations 3. 4. If an Offeror (regardless of certification status or if a non-D/M/S/BE), however, forms a joint venture with one or more MBEs, the MBE joint venture percentage participation will be counted towards the established goal. The appropriate City of Fort Worth Joint Venture form must be submitted for review and approval in order for it to be counted. The City of Fort Worth strongly encourages joint ventures. If Offeror failed to meet the stated MBE goal, in part or in whole, then a detailed explanation must be submitted to explain the Good and Honest Efforts your firm made to secure MBE participation. Failure to submit the MBE participation information or the detailed explanation of the proposer's Good and Honest Efforts to meet or exceed the stated MBE goal, may render the proposal non­ responsive. The MBE plan will be part of the final weighted selection criteria. PROPOSAL SECURITY: Cashier's check or an acceptable Offeror's bond payable to the City of Fort Worth, in an amount of five (5) per cent of the Proposal submitted (See paragraph 1 above). The Proposal Security must accompany the Proposal and is subject to forfeit in the event the successful Offeror fails to execute the contract documents within ten (10) days after the contract has been awarded. The Proposal Security shall be included in the envelope containing the Proposal. Failure to submit the Proposal Security will result in the Proposal not being considered for this project. Offeror's bond will be returned if the City fails to award the contract within 90 calendar days of receipt of proposals, unless the Offeror 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 Offeror entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Texas Government Code Section 2253, as amended. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the State of Texas and is the holder of a certificate of authority from the United States 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 completed and accepted by the City. If the contract is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall also be provided, in the amount of the contract, conditioned on the faithful performance of the work in accordance with the plans, specification, and contract documents. Said bond shall be solely for the protection of the City of Fort Worth. 5.PRE-PROPOSAL SITE INVESTIGATION: Prior to filing a response, the Offerer shall examine the site(s) of the work and the details of the requirements set out in these specifications to satisfy itself Instruction to Offerors {May 2020R) CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 7 of 34 August 2021 as to the conditions which will be encountered relating to the character, quality, and quantity of the work to be performed and materials and equipment required. The filing of a response by the Offeror shall be considered evidence that it has complied with these requirements. 6.AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 7.WAGE RATES: Not less than the prevailing wage rates set forth in the Contract Documents must be paid on this project. 8.POST PROPOSAL-PREAWARD SUBMITTALS: Offerors are required to submit seven (7) copies of the following information to the Architectural Services Office, 401 West 13th Street, Fort Worth, Texas 76102 (phone number 817-392-2586), 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: 9. 10. 11. 12. •Minority Business Enterprise Documentation (for proposals in excess of $50,000) •Contractors Qualification Statement (AIA Form A305), including client references •List of current projects & past projects built within the last 10 years, including owners' and architects' names with contact information for both current & past projects. •Proposed Subcontractors and Suppliers•Project Schedule •Schedule of Values (Breakout by CSI Divisions) •Proof of insurability for Statutory Workers Compensation Insurance PROPOSED SUBCONTRACTORS: Acceptance of the Proposal in no way requires the City to accept the qualifications of the subcontractors. The Subcontractor lists are for use by the City in preparing recommendations for award of the contract. The Contractor must provide and use subcontractors listed unless the City agrees to allow a substitute. DISCREPANCIES AND ADDENDA: Should an 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 place designated for distribution of the Request for Proposal Documents by the Notice to Offerors. The Contractor is responsible for determining if addenda are available and for securing copies prior to submitting a response to this request for sealed proposals. Oral instructions or decisions unless confirmed by written addenda will not be considered valid, legal or binding. No extras will be authorized because of failure of the contractor to include work called for in the addenda. Offeror must acknowledge addenda in the Proposal. Failure to acknowledge addenda may cause the Proposal to be ruled non-responsive. It is the Contractor's responsibility to obtain Addenda and include its information in the Proposal. 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. Instruction to Offerors (May 2020R) Page 8 of 34 August 2021 CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations 17. 18. 9 34 I l TO: MR. DAVID COOKE CITY MANAGER ATIN: PU RCHASING OFFICE 200 TEXAS STREET CITY OF FORT WORTH, TEXAS FOR: City of Fort Worth Bob Bolen Public Safety Complex PROPOSAL Police Evidence & Fire Arson Renovations 505 W Felix Street Fort Worth, Texas PMD2018-18IPMD2019-04 City Project No. 101920 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: I . DESCRIPTION OF ITEMS 1-'f« 1,0B2, ''l'I. �0 $ � Base Proposalt / 20 Calendar Days ·Af,4,f qf I :;)()0.13 \l v ,,821 '/�a. � $ � dfiner's Contingency Allowance (7.5%) added to Base Proposal (This l Allowance amount is not included in the Base Proposal but is added to the Base Proposal. Only the Owner will approve the use of this Allowance during construction. Any Allowance remaining at the end of construction will be retained by the City of Fort Worth). t'IA{ 1.11 • � /1 l�3tf?4'.q,5yfl f ' I , I �2.-' $ � Bas& Propcrsal Plus Ownllr's Contingency Allowance [ '. I J I l. L ALLOWANCES -N/ A ALTERNATES-NIA ALT#1 jt/11/,%.-:!A LT#2 /J/a,f/ll/, �· UNIT PRICES -NIA ALT #3 I/L3,. /1/J/ st 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 Instruction to Olferors (May 2020R) CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 10 of 34 April 2021 ) l , ) l L 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 Otferors: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. A. B. LI Non-resident vendors in (give state), our principal place of business, are required to be __ percent lower than resident bidders by state law. LI Non-resident vendors in (give state), are not required to underbid resident bidders. �Our principal place of business or corporate offices are in the State ofTexas. 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 Paymer:it Bonds for the faithful performance of this contact. The attached deposit check in the sum of __ .....t,,s�,.JJIOI(_ ____ _ 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 BUSINESS ENTERPRISE (MBE): (For Proposals in excess of $50,000) I am aware that I must submit information to the Director, Property Management Department, concerning the MBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. Instruction to Olferors (May 2020A) CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 11 of 34 April 2021 l l I l I J J I J I t. Respectfully submitted, RJM Contractors, Inc. Co� By: � -- -Signat-ur-e ---==------===== ====- ---;;;;;=====;....-------- Address: Trevor Browne Printed Name of Principal 7616 Benbrook Pkwy Street Reobcook City Phone: 817-377-0971 Fax: 817-377-0973 Email: tbrowne@rj-miller.com President Title 76126 Zip Receipt is acknowledged of the following addenda: Addendum No. 1�4121 � Addendum No. 2J 4/23/21 /'-,. Addendum No. 3: __ Addendum No. 5: __ Addendum No. 7: __ Addendum No. 9: __ _ Instruction to Olferors (May 2020A) AddendumNo.4:. __ _ AddendumNo.6:. __ _ AddendumNo.8:. __ _ Addendum No. 10: __ CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 12of 34 April 2021 I J I I I 1, 1 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/CIO.pdf http://www.ethics.state. tx, us/fo rms/CIS. pdf D CIQ Form is on file with City Secretary � CIQ Form is being provided to the City Secretary D CIS Form is on File with City Secretary � CIS Form is being provided to the City Secretary BIDDER: _R_J_M_C_o_n_tra_ct_o_rs _, _1n_c. ___________ By: ___ 7':._,.--=•:....,._..:;_,_, __ 4_�..::"1:......-,-=---""-<. ____ _ Company (Plea�e Print) �-----_76_1_6_B_e_nb_ro_o _k_P_kwy ____________ Signature: �Address _e_e_nb _ro_o_k_. T_e_x_as _1_6_12_6 __________ Title: ____ R_,..;.�..::f....;.,_'/._c._-.._., ______ _City/State/Zip Instruction to Offerors (May 2020A) CFW PMD -Bob Bolen PSC Poli ce Evidence & Fire Arson Renovations (Please Print) P age 13 of34 Aprll 2021 ) 1 t I J i I I CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USEONL V This questionnaire Is being filed In accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a focal governmental entity and the Date Received vendor meets requirements under Seclion 176.006(a). By law this questionnaire must be flied with the records administrator of the focal governmental entity not later than the 7th business day alter the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a·1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section Is a misdemeanor. l!J Name of vendor who has a business relationship with local governmental entity . NIA D Check this box If you are II ling an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was inc omplete or inaccurate.) !J Name of local government officer about whom the Information Is being disclosed. Name of Officer � Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relatlonshlp described. Attach addltlonal pages to this Form CIQ as necessary. I A.Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? oves DNo 8. Is the vendor receiving or likely to receive taxable income, other than Investment income, from or at the directionof the local government officer or a family member of the officer AND the taxable Income is not received from the local governmental entity? oves DNo L!J Describe each employment or business relationship that the vendor named In Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership Interest of one percent or more. [!] D Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a}(2)(B), ex cluding gifts described in Section 176.003(a-1 }. l!J -------�4f,01 _-:;;::::::: --Signature of vendor doing business with the governmental enlily ate 1�,;:rc��ife(MatsQei�mmission www.ethlcs.s tate .tx.us Page 14of34Revlsed 11/30/2015 April 2021 CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations ,,.,_.. \ f ) J I I I ,. I J ! l : I. CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.sta tutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code§ 176.001 {1-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A)a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B)a transaction conducted at a price and subject to terms available to the public; or _____ ,_ (C)a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. H .1 LOCAL GOVERNMENT CODE§ 176.003{A){2)(A) AND {B): ( a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:*** (2)the vendor: (A)has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i)a contract between the local governmental entity and vendor has been executed; or (ii)the local governmental entity is considering entering into a contract with the vendor; (B)has given to the local government officer or a fami ly member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i)a contract between the local governmental entity and vendor has been executed; or (ii)the local governmental entity is considering entering into a contract with the vendor. h .2 LOCAL GOVERNMENT CODE § 176.006{A) AND (A-1) ( a)A vendor shall file a completed conflict of Interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1)has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2)has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(8), excluding any gift described by Section 176.003(a-1 ); or (3)has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: ( 1)the date that the vendor: (A)begins discussions or negotiations to enter into a contract with the local governmental entity; or (B)submits to the local governmental entity an application, response to a requestfor proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2)the date the vendor becomes aware: (A)of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); , (B) that the vendor has given one or more gifts described by Subsection (a); or (C)of a family relationship with a local government officer. Instruction to Offerors (May 2020R) CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 15 of 34 April 2021 1 l I i I : LOCAL GOVERNMENT OFFICER FORMCIS CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.OFFICE USE ONLY This is the notice to the app.ropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file.this statement Date Received ,_ in accordance with Chapter 176, Local Government Code. Name of Local Government Officer N/A � Office Held � Name of vendor described by Sections 176.001 (7) and 176.003(a), Local Government Code � Description of the nature and extent of each employment or other business relatlonshlp and each famllyrelatlonshlp with vendor named In Item 3. � List gifts accepted by the local government officer and any family member, If aggregate value of the gifts accepted from vendor named In Item 3 exceeds $100 during the 12-month period described by Section 176.003(a)(2)(B). Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift (attach additional forms as ne cessary) AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to each family member (as defined by Seclion 176.001(2), Local Government Code) of this local government oflicer. I also acknowledge that this statement covers the 12-monlh period described by Section 176.003{a)(2)(B), Local Government Code. Signature of Local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said , this the day of , 20 • to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Instruction to Olf erors (May 2020R) C!PNIJlrt11J>lll9la>l&oltl¥�11110ldeQIM(I� Fire Arson Renovations www.ethi cs.state.tx.us Page 16 0134 April 2021 Revised 11/30/2015 I I I I I r I ! ( J t J LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A "local government officer" is defined as a member of the governing body of a local governmental entity; a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh business day after thedate on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. PART 2 -INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1.Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2.Office Held. Enter the name of the office held by the local government officer filing this statement. 3.Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code. Enter thename of the vendor described by Section 176.001 (7), Local Government Code, if the vendor: a) has an employment orother business relationship with the local government officer or a family member of the officer as described by Section176.003(a)(2)(A), Local Government Code; b) has given to the local government officer or a family member of the officer oneor more gifts as described by Section 176.003(a)(2)(BJ, Local Government Code; ore) has a family relationship with the localgovernment officer as defined by Section 176.001 (2-a), Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in Item 3. Describe the nature and extent of the employment or otherbusiness relationship the vendor has with the local government officer or a family member of the officer as described bySection 176.003(a)(2)(A), Local Government Code, and each family relationship the vendor has with the local government officer as defined by Section 176.001 (2·a), Local Government Code. 5. List gifts accepted, If the aggregate value of the gifts accepted from vendor named in item 3 exceeds $100. List gifts accepted during the 12-month period (described by Section 176.003(a)(2)(B), Local Government Code) bythe local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed $100 in value. 6.Affidavit. Signature of local government officer. Local Government Code § 176.001(2-a): "Family relationship" means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by Subchapter B, Chapter 573, euoe,, Hil61 n euae. PART 3 -LOCAL GOVERNMENT CODE§ 176.003{A)(2)(Al: • (a)A local government officer shall file a conflicts disclosure statement with respect to a vendor if:*** (2)the vendor: (A)has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that: instruction to OHerors (May 2020R) (i)a contract between the local governmental entity and vendor has been executed; or (ii)the local governmental entity is considering entering into a contract with the vendor. CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 110134 Aprii 2021 Texas Sales and Use Tax Exemption Certification City, Sla1e, ZIP code THIS CERTIRCATE DOES NOT REQUIRE A NUMBER TO BE VAUD. 2013 PREVAILING WAGE RATES Commercial Construction Projects CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Instruction to Offerors (May 2020R) CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 19 of 34 August 2021 Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Metal Building Assembler Metal Building Assembler Helper Metal Installer (Miscellaneous) Metal Installer Helper (Miscellaneous) Metal Stud Framer Metal Stud Framer Helper Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper Plumber Plumber Helper Reinforcing Steel Setter Reinforcing Steel Setter Helper Roofer Roofer Helper Sheet Metal Worker Sheet Metal Worker Helper Sprinkler System Installer Sprinkler System Installer Helper (May $ 12.81 $ 16.59 $ 11.21 $ 10.89 $ 14.15 $ 12.99 $ 16.00 $ 12.00 $ 13.00 $ 11.00 $ 16.12 $ 12.54 $ 16.44 $ 9.98 $ 21.22 $ 15.39 $ 16.17 $ 12.85 $ 21.98 $ 15.85 $ 12.87 $ 11.08 $ 16.90 $ 11.15 $ 16.35 $ 13.11 $ 19.17 $ 14.15 20 34 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump 18.50 Crane, Clamshell, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Month January Februarv March �ril May June July !August September K)ctober November !December Annually CITY OF FORT WORTH WEATHER TABLE Average Days of Inches of Rainfall Rain/Snownce 6 2.51 7 2.23 9 3.49 7 2.97 10 4.56 8 3.31 4 1.83 5 1.88 5 2.34 7 3.65 7 2.70 6 2.34 81 33.81 (1) Mean number of days precipitation of 0.01· or more or 1/2" snowJice (2) Average normal precipitalion, in inches This table is based on information reported from Danas-Fort Worth lntematiooal Airport, Texas. Latitude 32 deg 54 min north, longitude 97 deg 02 min wes� elevation (groond) 551 n. Average number of days of rain, snow, and ice days are based on records covenng 21 years. Precipitation is based on recorded information from 1996 through 2016 period. This table is to be used as a baisis for calculation of excess rain or weather days for projects with duration in calendar days. If the site records indicate that the Contractor was unable to cany 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 days for the contract duration, the contract will be adjusted by Change Order. Fon Worth Weather Tilble 24 April 2017 Instruction to Offerors (May 2020R) CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 22 of 34 August2021 City of Fort Worth, Texas Property Management Department Facilities Management Group/Architectural 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, General Conditions, Special Conditions, Specifications, Plans, Bonds and all Addenda, Amendments signed by all parties, Change Orders, written Interpretations and any written Field Order for a minor change in the Work. A-2 ENTIRE AGREEMENT: The Contract Documents represent the entire agreement between the Parties. and no prior or contemporaneous, oral or written agreements, instruments or negotiations shall be construed as altering the terms and effects of the Contract Documents. After being executed, the Contract Documents can be changed only by a written Amendment signed by the Contractor and the Owner. or Change Order, or by a written Field Order for a minor change. A-3 WORK: By the term Work is meant all labor, supervision, materials and equipment necessary to be used or incorporated in order to produce the construction required by Contract Documents. A-4 EXECUTION OF THE CONTRACT DOCUMENTS: The Contract Documents shall be executed in four originals, with all required attachments. including required bonds and insurance certificates, by the Contractor and the Owner in such form as may be prescribed by law and returned to the Owner within ten business days of notification to Contractor. Failure to execute contracts and provide required enclosures will be grounds for revocation of award and taking of Bid Bond. A-5 FAMILIARITY WITH PROPOSED WORK: Before filing a Proposal, the Contractor shall examine carefully the, plans. specifications. special provisions, and the fonn of contract to be entered into for the work contemplated. They shall examine the site of work and satisfy themselves 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 they have complied with these requirements and has accepted the site as suitable for the work. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated by the plans will not be allowed. A-6 ONE UNIFIED CONTRACT: Insofar as possible, the Contract Documents will be bound together and executed as a single unified Contract. The intention of the Contract Documents being to provide for all labor. supervision, materials, equipment and other items necessary for the proper execution and completion of the Work. Words that have well-recognized technical or trade meanings are used herein in accordance with such recognized meanings. A-7 DIVISION OF WORK: The arrangement of Drawings and/or Specifications into Divisions, Sections, Articles. or other Subdivisions shall not be binding upon the Contractor in dividing the work among Subcontractors or Trades. A-8 INTERPRETATIONS: In the event of inconsistency in the contract documents, the following sequence for interpretation shall be used in order of precedence: Change Orders and/or Field Orders (by date of issuance): Addenda (by date of issuance); Drawings; Notes and dimensions on Drawings; Technical Specifications; Special Provisions; Supplementary General Conditions; General Conditions; and Construction Contract. The Architect will furnish such Interpretations of the Plans and Specifications as may be necessary for the proper execution or progress of the work. Such Interpretations shall be furnished at the instance of the Architect or at the request of the Contractor, or Owner. and will be issued with reasonable promptness and at such times and in accordance with such schedule as may be agreed upon. Such Interpretations shall be consistent with the purposes and intent of the Plans and Specifications and may be effected by Field Order. In the event of any dispute between any of the parties to the Contract and the Architect or each other involving the interpretation of the Contract Documents, the evaluation of work or materials performed or furnished by the Architect Contractor. or any subcontractor or materialsman, or involving any question of fault or liability of any party, the decision of the Owner shall be final and binding. A-9 CORRELATION AND INTENT: In general. the drawings indicate dimension, locations. positions, quantities, and kinds of construction: the specifications indicate the quality and construction procedures required. Work indicated on the drawings and not specified of vice-versa, shall be furnished as though set forth in both. Work not detailed. marked or specified shall be the same as similar parts that are detailed, marked or specified. If the drawings are in conflict or conflict with the specifications the better quality or greater quantity or work or materials shall be estimated and shall be furnished or included. Dimensions on drawings shall take precedence over small-scale drawings. Drawings showing locations of equipment, piping, ductwork, electrical apparatus, etc., are diagrammatic and job conditions may not allow installation in the exact location shown. Relocation shall not occur without the Architects approval. General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 1 of 27 August 2021 A-10 COPIES OF WORKING DRAWINGS AND SPECIFICATIONS: The Architect will furnish to Contractor electronic working Drawings and Specifications. Contractor shall pay the cost of reproduction for all other copies of Drawings and Specifications furnished to them. All Drawings, Specifications and copies thereof furnished by the Owner or the Architect are and shall remain the property of the Owner. They are not to be used on any other project and, with the exception of one Contract set for each Party to the Contract, are to be returned to the Owner on request at the completion of the work. A-11 MINORITY BUSINESS ENTERPRISE (MBE) POLICY: As of June 1, 2012, The City of Fort Worth has implemented Business Diversity Ordinance (BOO) to reflect the City's availability and disparity study findings and recommendations. During this transition period, interested Offerors must obtain an MBE listing from the MIWBE Office at 817-212-2674. This will ensure that the MBE listings reflect .Q!!)y those currently certified by the North Central Texas Regional Certification Agency (NCTRCA) located in the six (6)-county geographic marketplace that have been accepted by the City. The City's geographic marketplace includes the counties of: Tarrant, Dallas. Denton, Johnson, Parker and Wise. Offerors are strongly encouraged to confirm that each MBE that it intends to use is located in the geographic marketplace that will be counted towards the established goal. The City of Fort Worth has goals for the participation of Minority Business Enterprises (MBE) in City contracts. Compliance with the policies designed to meet these goals is mandatory in order to be considered a responsive bidder. The City policy and procedures to be followed in submitting proposals are included. The City of Fort Worth MBE Program will take precedence over other subcontractor utilization programs on Block Grant and other federally funded Projects. A-12 �: In accordance with the policy ("Policy") of the Executive Branch of the federal government, Contractor covenants that neither themselves nor any of their officers, members, agents, employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither themselves nor their officers, members, agents, employees, subcontractors. program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory equipment. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any claims or allega­ tions asserted by third parties or subcontractor against City arising out of Contractor's and/or their subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. A-13 DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that themselves and any and all of their subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of their subcontractors. Contractor warrants it will fully comply with ADA provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or their subcontractors' alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this agreement. A-14 IMMIGRATION NATIONALITY ACT: City actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Vendor shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Vendor shall complete the Employment Eligibility Verification Form (1-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall establish appropriate procedures and controls so that no services will be performed by any employee who is not legally eligible to perform such services. Vendor shall provide City with a certification letter that it has complied with the verification requirements required by this Agreement. Vendor shall indemnify City from any penalties or liabilities due to violations of this provision. City shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. A-15 No Boycott of Israel. If Contractor has fewer than 10 employees or the Agreement is for less than $100,000, this section does not apply. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and ·company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this Agreement, Contractor certifies that Contractor's signature provides written verification to City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 2 of 27 August 2021 the Owner's survey are for information only, are not binding upon the Owner, and the Owner shall not incur any liability for loss or damage by virtue of any inaccuracies or deficiencies in such surveys. The Owner shall secure and pay for title to the site and all necessary permanent or construction easements. The Owner will cooperate with the Contractor in the prosecution of the Work in such manner and to such extent as may be reasonable and shall furnish information under their control with reasonable promptness at the request of the Contractor. C-3 INSTRUCTIONS: The Owner sli'all issue all instructions to the Contractor t rough the Architect. 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 their assigned functions under the Contract Documents. C-5 PROGRESS INSPECTIONS: The Owner and Architect will make visits to the Site to familiarize themselves with the progress and quality of the Work and to determine if the work is proceeding in accordance with the Contract Documents. On the basis of on-site observations and reports concerning the progress and quality of the work, the Owner and Architect will approve and authorize the Contractor's applications for payments. C-6 AUTHORITY TO STOP WORK: The City will have authority to reject work that does not conform to the Plans and Specifications. Whenever, in their reasonable opinion, the City considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications, the City 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. The Contractor shall be responsible for the cost of special inspections and testing for work that is found not to comply with the plans and specifications. C-7 SUBSTANTIAL COMPLETION INSPECTION: Upon agreement of the Contractor and Architect that the Work is substantially complete, the Owner will schedule a Substantial Completion Inspection to be conducted by the Architect and attended by representatives of the Architect, Owner and Contractor. Items identified during this inspection as being incomplete, defective or deficient shall be incorporated into a punch list and attached to the AlA document G704, which is to be prepared by the Architect and signed by the Contractor, and accepted, approved and signed by the Owner. C-8 RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor further agrees to include in all their subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract. The term "subcontract" as used herein includes purchase orders. Contractor agrees to photocopy such documents as may be requested by the city. The city agrees to reimburse Contractor for the costs of copies at the rate published in the Texas Administrative Code. C-9 TERMINATION AND SUSPENSION OF WORK: The Owner has the right to terminate the Project for any reason. If the project is terminated, the Contractor shall: a) Stop work under the Contract on the date and to the extent specified on the notice of termination. b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated. c)Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination. After termination as above, the City will pay the Contractor a proportionate part of the contract price based on the work completed; provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion thereof allocable to the work not completed and further reduced by the amount of payments, if. any otherwise made. Contractor shall submit their claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim. In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the City Council of the City of Fort Worth shall be final and binding upon all parties to this contract. SECTION 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 their authorized representative. D-2 INDEPENDENT CONTRACTOR: Contractor shall perform all work and services hereunder as an independent contractor, not as agent, or employee of the City. Contractor shall have exclusive control of and the exclusive right to control the details of the Work and services performed hereunder, and all persons performing same, and Contractor shall be solely responsible for the acts of General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 4 of 27 August 2021 D-3 REVIEW OF CONTRACT DOCUMENTS: D-4 SUPERVISION: D-5 LABOR AND MATERIALS: D-6 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATE D-7 WARRANTY: Prior to occupancy of the Project by the Owner, the Contractor warranties and obligations to correct defective Work exclude remedy for damage or defect caused by (i) abuse by the Owner's separate contractors, or (ii) modifications made by the Owner or the Owner's separate contractors. After occupancy of the Project by the Owner, the Contractor warranties and obligations to correct defective Work exclude remedy for damage or defect caused by (i) abuse. (ii) modifications not executed by the Contractor, (iii) improper or insufficient maintenance, (iv) improper operation, (v) normal wear and tear, or (vi) normal usage. 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-8 TAXES: The Contractor is exempt from State Sales Tax on material incorporated into the finished construction, Excise and Use Tax. 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. D-9 LICENSES, NOTICES AND FEES: The Contractor shall obtain all Permits, Licenses, Certificates, and Inspections. whether permanent or temporary, required by law or these Contract Documents. The City of Fort Worth Building and Trade Permit fees are waived. Separate permits may be required for each work location. If the Contractor allows any permit to expire, they shall be responsible for all renewals including any associated fees. The Contractor shall give all Notices and comply with all Laws, Ordinances, Rules. Regulations and Orders of any public authority bearing on the performance of the Work. If the Contractor observes or becomes aware that any of the Contract Documents are at variance therewith in any respect, he shall promptly notify the Architect and Owner in writing and any necessary changes will be made. If the Contractor performs any Work knowing that it is in violation of, or contrary to, any of such Laws, Statutes. Charter, Ordinances, Orders or Directives, or Regulations without furnishing Notice to the Architect and Owner, the Contractor will assume full responsibility therefore and bear all costs attributable thereto. D-10 CASH ALLOWANCES: The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. These allowances shall cover the net cost of the materials and equipment delivered and unloaded at the site, and all applicable taxes. The Contractor's handling costs on the site. labor, installation costs, overhead, profit and other expenses contemplated for the original allowance shall be included in the Contractor Sum and not in the allowance. The Contractor shall cause the Work covered by these allowances to be performed for such amounts and by such persons as the Owner may direct, but they will not be required to employ persons against whom they make a reasonable objection. If the cost, when determined, is more than or less than the allowance, the Contract Sum shall be adjusted accordingly by Change Order which will include additional handling costs on the site, labor, installation costs. field overhead, profit and other direct expenses resulting to the Contractor from any increase over the original allowance. D-11 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 Owner. The superintendent shall represent the Contractor and all communications given to the superintendent shall be binding as if given to the Contractor. Important communications will be confirmed in writing. Other communications will be so confirmed on written request in each case. D-12 RESPONSIBILITIES FOR EMPLOYEES AND SUB-CONTRACTORS: The Contractor shall be responsible to the Owner for the acts and omissions of all employees and all Sub-contractors, their agents and employees, and all other persons performing any of the Work under a contract with the Contractor. D-13 FAILURE TO COMMENCE WORK: Should the Contractor fail to begin the Work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans. Specifications and Contract Documents. then the Owner shall have the right to either demand the surety to take over the Work and complete same in accordance with the Contract Documents or to take charge of and complete the Work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifica­ tions made a part hereof. the Contractor and/or their Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. D-14 PROGRESS SCHEDULE: The Contractor, immediately after being awarded the contract, shall prepare and submit for the Architect's and Owner's approval, an estimated progress schedule for the Work. The progress schedule shall be related to the entire Project and indicate critical path. This schedule shall indicate the dates for the starting and completion of the various states of construction and shall be revised as required by the conditions of the Work, subject to the Architect's approval. It shall also indicate the dates for submission and approval of shop drawings and submittals as well as the delivery schedule for major pieces of equipmentand/or materials. The Contractor shall submit an updated progress schedule to the Architect and Owner at least monthly for approval along with the Contractor's monthly progress payment requests. D-15 DRAWINGS AND SPECIFICATIONS AT THE SITE: The Contractor shall maintain at the site for the Owner one copy of all Drawings, Specifications, Addenda, approved Shop Drawings, Change Orders, and other Changes and Amendments in good order and marked to record all changes made during construction. These shall also be available to the Architect. The Drawings, clearly marked to record all changes made during construction, shall be delivered to the Architect upon completion of the Work. The Architect will prepare, and provide to the Owner, one complete set of reproducible record drawings of the Work. General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 6 of 27 August 2021 D-16 SHOP DRAWINGS AND SAMPLES: Shop Drawings are drawings, diagrams, illustrations, schedules. performance charts, brochures and other data which are prepared by the Contractor or any Subcontractor, manufacturer, supplier or distributor, and which illustrate some portion of the Work. These may be provided in an electronic format acceptable to the Architect. 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. Three copies of all physical examples shall be provided. The Contractor shall review, approve, 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, three copies of all shop Drawings and Samples required by the Contract Documents or subsequently by the Architect as covered by changes or amendments. Shop Drawings and Samples shall be properly identified as specified, or as the Architect may require. At the time of submission the Contractor shall inform the Architect in writing of any deviation in the Shop Drawings or Samples from the requirements of the Contract Documents. By approving and submitting Shop Drawings and Samples, the Contractor thereby represents that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers and similar data. and that they have checked and coordinated each shop drawing given in the Contract Documents. The Architect's approval of a separate item shall not indicate approval of an assembly in which the item functions. The Architect will review and approve Shop Drawings and Samples with reasonable promptness so as to cause no delay, but only for conformance with the design concept of the Project and with the information given in the Contract Documents. The Architect's approval of a separate item shall not indicate approval of an assembly in which the item functions. The Contractor shall make any corrections required by the Architect and shall resubmit the required number of corrected copies of Shop Drawings or new Samples until approved. The Contractor shall direct specific attention in writing or on resubmitted Shop Drawings to revisions other than the corrections requested by the Architect on previous submissions. The Architect's approval of Shop Drawings or Samples shall not relieve the Contractor of responsibility for any deviation from the requirements of the Contract Documents unless the Contractor has informed the Architect in writing of such deviation at the time of submission and the Architect has given written approval to the specific deviation. Architect's approval shall not relieve the Contractor from responsibility for errors or omissions in the Shop Drawings or Samples. No portion of the Work requiring a Shop Drawing or Sample submission shall be commenced until the Architect has approved the submittal. All such portions of the Work shall be in accordance with approved Shop Drawings and Samples. Payment for Shop Drawings will not be made until they are approved by the Architect or City. D-17 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, the entire site of the Work shall be under the exclusive control, care and responsibility of the Contractor. Contractor shall take every precaution against injury or damage to persons or property by the action of the elements or from any other cause whatsoever. The Contractor shall rebuild, repair, restore and make good at their own expenses all injuries or damages to any portions of the Work occasioned by any of the above, caused before acceptance. D-18 CUTTING AND PATCHING OF WORK: The Contractor shall do all cutting, fitting or patching of their Work that may require making several parts fit together properly, and shall not endanger any Work by cutting, excavating or otherwise altering the Work or any part of it. D-19 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 the contractor shall remove all their waste materials and rubbish from and about the Project as well as all their tools, construction equipment, machinery and surplus materials, and shall clean all glass surfaces and leave the Work "Broom­ clean" or equivalent, except at otherwise specified. In addition to removal of rubbish and leaving the buildings "broom-clean", Contractor shall clean all glass, replace any broken glass, remove stains, spots, marks and dirt from decorated work, clean hardware, remove paint spots and smears from all surfaces, clean fixtures and wash all concrete, tile and terrazzo floors. If the Contractor fails to clean up, the Owner may do so, and the cost thereof shall be charged to the Contractor. D-20 COMMUNICATIONS: The Contractor shall forward all communications to the Owner through the Architect. D-21 CONTRACTOR REQUIREMENTS ON FEDERALLY FUNDED PROJECTS: Contractor shall observe and comply with the requirements of the City of Fort Worth Fiscal Department, Intergovernmental Affairs and Grants Management as outlined in the Supplemental Conditions contained in the Project Manual. SECTION E SUBCONTRACTORS E-1 DEFINITION: A Subcontractor is a person or organization that has a direct contract with the Contractor to perform any of the Work at the site. The term Subcontractor is referred to throughout the Contract Documents as if singular in number and masculine in gender and means a Subcontractor or their authorized representative. General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 7 of 27 August 2021 Nothing contained in the Contract, Documents shall create any contractual relation between the Owner and the Architect and any subcontractor or any of their sub-subcontractors or materialmen. E-2 AWARD OF SUBCONTRACTS: The Contractor shall furnish a list of the names of the subcontractors or other persons or organizations (including those who are to furnish materials or equipment fabricated to a special design) proposed for such portions of the Work as may be designated in the bidding requirements. or if none is so designated in the bidding requirements. the names of the Su6'contractors proposed for the principal portions of the Work. Prior to the award of the Contract, fhe Architect shall notify the successful bidder in writing if either the Owner or Architect. after due investigation. has reasonable objection to any person or organization on such list. Failure of the Owner and Architect to make an objection to any person or organization on the list prior to the award of this Contract shall not constitute acceptance of such person or organization. If, prior to the award of the Contract. the Owner or Architect has an objective to any person or organization on such list, and refuses to accept such person or organization. the apparent low bidder may, prior to the award, withdraw their bid without forfeiture of bid security. If such bidder submits an acceptable substitute, the Owner may, at their discretion, accept the bid or he may disqualify the bid. If, after the award, the Owner or Architect objects in writing to any person or organization on such list, the Contractor shall provide an acceptable substitute. The Contractor shall not make any substitution for any Subcontractor or person or organization that has been accepted by the Owner and the Architect, unless the substitution is also acceptable to the Owner and the Architect. E-3 TERMS OF SUBCONTRACTS: All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub­ subcontractors) which shall contain provisions that: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; 2. Require that such Work be performed in accordance with the requirements of the Contract Documents; 3. Require submission to the Contractor of applications for payment under each subcontract to which the Contractor is a party, in reasonable time to enable the Contractor to apply for payment; 4. Require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the Work shall be submitted to the Contractor (via any Subcontractor or Sub-subcontractor where appropriate) in the manner provided in the Contract Documents for like claims by the Contractor upon the Owner; 5. Waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by the property insurance, except such rights, if any, as they may have to proceeds of such insurance held by the Owner, and, 6. Obligate each Subcontractor specifically to consent to the provisions of this Section All of the provisions set out in this section shall be deemed to have been included in every subcontract, and every subcontract shall be so construed and applied as to the Owner and the Architect, whether or not such provisions are physically included in the sub­ contract. E-4 MINORITY BUSINESS ENTERPRISE (MBE): Should the base proposal be $50,000 or less, the requirements of this section do not apply. As of June 1, 2012, The City of Fort Worth is implemented a new Business Diversity Ordinance (BOO) to reflect the City's availability and disparity study findings and recommendations. During this transition period, interested Offerers must obtain a MBE listing from the M/\NBE Office. This will ensure that MBE listings reflect Q!l!y those currently certified by the North Central Texas Regional Certification Agency (NCTRCA) located in the six 16}-county geographic marketplace that have been accepted by the City. The City's geographic marketplace includes the counties of: Tarrant, Dallas. Denton, Johnson, Parker and Wise. Offerers are strongly encouraged to confirm that each MBE that it intends to use is located in the geographic marketplace that will be counted towards the established goal. In accordance with City of Fort Worth Diversity Business Ordinance (BOO) No 20020-12-2011 (the "Ordinance"), the City of Fort Worth sets goals for the participation of Minority Business Enterprises (MBE) in City contracts. Ordinance No 20020-12-2011 is incorporated in these General Conditions by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the Ordinance shall be a material breach of contract. Prior to Award: The MBE documentation required by the procurement solicitation must be submitted within five city business days after the proposals are opened. Failure to comply with the City's Business Diversity Ordinance, or to demonstrate a "good faith effort", shall result in a bid being considered non-responsive. During Construction: Contractor shall provide copies of subcontracts or cosigned letters of intent with approved MBE subcontractors and or suppliers prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the M/\NBE Office and the designated representative identified from within the Facilities Management Division. Contractor must provide the City with complete and accurate information regarding actual work performed by an MBE on the contract and proof of payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in their possession that will substantiate the actual work performed by an MBE. The misrepresentation of facts and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 8 of 27 August 2021 ------ laws or ordinances relating to false statement. An Offeror who intentionally and/or knowingly misrepresents material facts shall be determined to be an irresponsible Offeror and barred from participating in City work for a period of lime of not less than three (3) years. The failure of an Offeror to comply with this ordinance where such non-compliance constitutes a material breach of contract as stated herein, may result in the Offeror being determined to be an irresponsible Offeror and barred from participating in City work for a period of time of not less than one (1) year. The Contractor may count toward the goa any tier of MBE subcontractors and/or suppliers. The Contractor may count toward their goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the MBE participation in the joint venture for a clear1y defined portion of the work to be performed. All subcontractors used in meeting the goals must be certified prior to the award of the Contract. Change Orders: Whenever a change order affects the work of an MBE subcontractor or supplier, the MBE shall be given an opportunity to perform the work. Whenever a change order is $50,000 or more, the M/V\/BE Office Coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the Contractor shall: 1. Make no unjustified changes or deletions in their MBE participation commitments submitted with the bid/proposal or during negotiation, without prior submission of the proper documentation for review and approval by the M/V\/BE Office. 2. If substantial subcontracting and/or supplier opportunities arise during the term of any contract when the Contractor represented in their bid/proposal to the City that ii alone would perform the subcontracting/supplier opportunity work, the Contractor shall notify the City before subcontracts for work and/or supplies are awarded and shall be required to comply with subsections of the Ordinance, exclusive of the time requirements stated in such subsections. 3. The Contractor shall submit to the M/V\/BE Office for approval an MBE REQUEST FOR APPROVAL OF CHANGE FORM, if, during the term of any contract, the Contractor wishes to change or delete one or more MBE subcontractors or suppliers. Justification for change of subcontractors may be granted for the following: 1. An MBE's failure to provide Workers' Compensation Insurance evidence as required by state law; or 2. An MBE's-failure to provide evidence of general liability or other insurance under the same or similar terms as contained in the Contract Documents with limits of coverage no greater than the lower of 1) the limits required of the Contractor by the City; or 2) the limits contained in the Contractor's standard subcontract or supply agreements used on other projects of similar size and scope and within the Contractor's normal business practice with non-MBE subcontractors/sub consultant's or suppliers; or 3. An MBE's failure to execute the Contractor's standard subcontract form, if entering a subcontract is required by the Contractor in their normal course of business, unless such failure is due to: a) A change in the amount of the previously agreed to bid or scope of work; or b) The contract presented provides for payment once a month or longer and the Contractor is receiving payment from the City twice a month; or c)Any [imitation being placed on the ability of the MBE to report violations of the Ordinance or any other ordinance or violations of any state or federal law or other improprieties to the City or to provide notice of any claim to the Contractor's surety company or insurance company. d) Mediation shall be a consideration before the request for change is approved. 4. An MBE defaults in the performance of the executed subcontract. In this event, the Contractor shall: a) Request bids from all MBE subcontractors previously submitting bids for the work, b) If reasonably practicable, request bids from previously non-bidding MBEs, and c) Provide to the M/V\/BE Office documentation of compliance with (a) and (b) above. 5. Any reason found to be acceptable by the M/V\/BE Office in their sole discretion. Within ten days after final payment from the City the Contractor shall provide the M/V\/BE Office with documentation to reflect final participation of each subcontractor and supplier, including non-MBEs, used on the project. E-5 PAYMENTS TO SUBCONTRACTORS: The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner, an amount equal to the percentage of completion allowed to the Contractor on account of such Subcontractor's Work. The Contractor shall also require each Subcontractor to make similar payments to their subcontractors. General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 9 of 27 August 2021 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 their 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 they shall require each Subcontractor to make similar payments to their Subcontractors. The Owner may, on request and at their 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 ECONOMIC DEVELOPMENT ADMINSTRATION (EDA} FUNDED PROJECTS: The Contractor will cause appropriate provisions to be inserted in all subcontracts to bind subcontractors to FDA contract requirements as contained herein and to 15 CFR 24 or 0MB Circular A-1 10, as appropriate. Each subcontractor must agree to comply with all applicable Federal, State, and local requirements in addition to those set forth in this section. No subcontractor will be employed on this Project. except as specifically approved by the City, who is contained in the listing of contractors debarred, ineligible, suspended or indebted to the United States from contractual dealings with Federal government departments. The work performed by any such contractor or subcontractor will be ineligible for reimbursement wholly or partially from EDA grant fluids. All subcontracts in excess of $10,000 shall include, or incorporate by reference, the equal opportunity clause of Executive Order 11246. All subcontracts must contain a nondiscrimination clause. Each subcontract must contain a requirement for compliance with the Davis-Bacon and related acts. Each subcontractor must submit weekly each weekly payroll record and a weekly statement of compliance. These documents will be submitted to the prime contractor who will compile them and submit to the City. The subcontractor can satisfy this requirement by submitting a proper1y executed Department of Labor Form WH-347. Each subcontract with every subcontractor must contain a clause committing the subcontractor to employment of local labor to the maximum extent possible. All subcontractors who employ more than 50 employees, and is a prime or first tier subcontractor, and has a subcontract or purchase order of $50,000 or more must submit a completed Standard Form 100 (Compliance Report) by March 30 of each year. Subcontractors performing work in areas covered by published goals for minorities will be required to report monthly on Form CC- 257. SECTION F SEPARATE CONTRACTS F-1 OWNER'S RIGHT: The Owner reserves the right to award separate contracts in connection with other portions of the Work. When separate contracts are awarded for other portions of the Work, '1he 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 opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate work with theirs. If any part of the Contractor's Work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Owner any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive their Work. except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's Work. Should the Contractor cause damage to the work or property of any separate contractor on the site. the Contractor shall, upon due notice, settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the Owner on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend against such suit at the Contractor's expense, and if any judgment against the Owner arises therefrom. the Contractor shall pay or satisfy such judgment and shall reimburse the Owner for all attorney's fees. court costs and expenses which the Owner has incurred in connection with such suit. F-3 CUTIING AND PATCHING UNDER SEPARATE CONTRACTS: The Contractor shall do all cutting, fitting or patching of 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 General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 10 of 27 August 2021 Contractor shall not endanger any work or any other contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the wor11 of any other contractor except with the written consent of the Architect. Any costs caused by defective or ill-timed work shall be borne by the party responsible therefor. F-4 OWNER'S RIGHT TO CLEAN UP: If a dispute arises between the separate contractors as to their responsibility for cleaning up, the Owner may clean up and charge the cost thereof to the several contractors as the Director of the Project Management Department 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 themselves and strictly comply with all Federal, State. and County and City Laws, Statutes, Charter, Ordinances. Regulations. or Directives controlling the action or operation of those engaged upon the work affecting the materials used. The contractor shall indemnify and save harmless the City and all of their officers and agents against any claim or liability arising from or based on the violation of any such Laws. Statutes. Charter, Ordinances. Regulations. or Directives. whether by themselves. their employees, agents or subcontractors. G-2 GOVERNING LAWS: It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with reference to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with reference to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. G-3 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In performing their duties under the Statutes of the State of Texas and the Charter and Ordinances of the City of Fort Worth in connection with this Contract, or in exercising any of the powers granted the Owner herein, the officers, agents and employees of the City of Fort Worth are engaged in the performance of a governmental function and shall not incur any personal liability by virtue of such performance hereunder. except for gross negligence or willful wrong. G-4 COMPLIANCE WITH LAWS: Contractor agrees to comply with all laws, Federal, state and local, including all ordinances, rules and regulations of the City of Fort Worth, Texas. Materials incorporated into the finished Project are not subject to State Sales Tax. The Owner is responsible for obtaining the Building Permit. The Contractor and the appropriate subcontractor are responsible for obtaining all other construction permits from the governing agencies. Contractor shall schedule all code inspections with the Code Inspection Division in accordance with the permit requirements. Building. plumbing, electrical and mechanical buil ding permits are issued without charge. Water and sewer tap, impact & access fees will be paid by the City. Any other permit fees are the responsibility of the Contractor. G-5 INDEMNIFICATION: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at their own expense, the Owner, their officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, their officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused. in whole or in part, by the negligence or alleged negligence of Owner. their officers. servants. or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner. their officers. servants or employees. In the event Owner rece ives a written claim for damages against the Contractor or their subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to whom a claim for damages is outstanding as a result of work performed under a City Contract. G-6 SUCCESSORS AND ASSIGNS: Except as provided in Paragraph E-2. this contract shall be binding upon and insure to the benefit of the parties hereto, their Successors or Assigns. Contractor shall not assign or sublet all or any part of this Contract or their rights or duties hereunder without the prior written consent of the Owner. Any such purported assignment or subletting without the prior written consent of Owner shall be void. G-7 WRITTEN NOTICE: Written Notice shall be deemed to have been duly served if delivered in person to the individual or member of the firm or to an officer of the corporation for whom it was intended, or if delivered at or sent by registered or certified mail to the last business address known to them who gives the notice. G-8 SURETY BONDS: Surety Bonds are required on all City contracts in excess of $25,000. The Contractor agrees, on the submittal of their Proposal to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC. Police Evidence & Fire Arson Renovations Page 11 of 27 August 2021 affected is performed. Failure to make such notification shall place responsibility upon Contractor to carry out work in satisfactory workmanlike manner at the Contractor's sole expense. The Contractor shall be held responsible for the location and elevation of all the construction contemplated by the Construction Documents. Pr1or fo commencing work, the Contractor shall carefully compare andcheck all Arcliitectural. Structural, Mechanical an Electrical drawings; each with the other that in any affects the locations or elevation of the work to be executed, and should any discrepancy be found, they shall immediately report the same to the Architect for verification and adjustment. Any duplication of work made necessary by failure or neglect on their part to comply with this function shall be done at the Contractor's sole expense. G-14 MEASUREMENTS: Before ordering any material or doing any work, the Contractor shall verify all measurements at the site or at the building and shall be wholly responsible for the correctness of same. No extra charge or compensation will be allowed on account of any difference between actual dimensions and dimensions indicated on the drawings. Any difference that may be found shall be submitted to the Architect for consideration and adjustment before proceeding with the project. G-15 EXISTING OVERHEAD OR UNDERGROUND WORK: The Contractor shall carefully check the site where the project is to be erected and observe any existing overhead wires and equipment. Any such work shall be moved, replaced or protected, as required. whether or not shown or specified at the Contractor's sole expense. Attention is directed to the possible existence of pipe and other underground improvements that may or may not be shown on the Drawings. All reasonable precautions shall be taken to preserve and protect any such improvements whether or not shown on the Drawings. Location of existing underground lines, shown the Drawings are based on the best available sources. but are to be regarded as approximate only. Exercise extreme care in locating and identifying these lines before excavation in adjacent areas. G-16 ALIGNMENT OF JOINTS IN FINISH MATERIALS: It shall be the responsibility of the Contractor to make certain in the installation of jointed floor, wall and ceiling materials that: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights: 2.Place joints to relate to all opening and breaks in the structure and be symmetrically placed wherever possible. This includes heating registers. light fixtures, equipment. etc. If because of the non-related sizes of the various materials and locations of openings, etc., it is not possible to accomplish the above. the Contractor shall request the Architect to determine the most satisfactory arrangement. The Contractor shall establish centerlines for all trades. G-17 INTEGRATING EXISTING WORK: The Contractor shall protect all existing street and other improvements from damages. Contractor's operations shall be confined to the immediate vicinity of the new work and shall not in any interfere with or obstruct the ingress or egress to and from existing adjacent facilities. Where new site work is to be connected to existing work, special care shall be exercised by the Contractor not to disturb or damage the existing work more than neces.sary. All damaged work shall be replaced, repaired and restored to original condition at no cost to the Owner. G-18 HAZARDOUS MATERIAL CERTIFICATION: It is the intent of the contract documents. whether expressly stated or not, that nothing containing hazardous materials, such as asbestos. shall be incorporated in to the project. The Contractor shall exercise every reasonable precaution to ensure that asbestos-containing materials are not incorporated into any portion of the project, including advising all materials suppliers and subcontractors of this requirement. The Contractor shall verify that components containing lead do not contact the potable water supply. G-19 LOCATION OF EQUIPMENT AND PIPING: Drawing showing location of equipment, piping, ductwork, etc. are diagrammatic and job conditions may not always permit their installation in the location shown. When this situation occurs. it shall be brought to the Architect's attention immediately and the relocation determined in a joint conference. The Contractor will be held responsible for the relocating of any items without first obtaining the Architect's approval. They shall remove and relocate such items at their own expense if so directed by the Architect. Where possible; uniform margins shall be maintained between parallel lines and/or adjacent wall, floor or ceiling surfaces. G-20 OVERLOADING: The Contractor shall be responsible for loading of any part or parts of structures beyond their safe carrying capacities by placing of materials, equipment, tools. machinery or any other item thereon. No loads shall be placed on floors or roofs before they have attained their permanent and safe strength. G-21 MANUFACTURER'S INSTRUCTIONS: Where it is required in the Specifications that materials, products. processes. equipment. or the like be installed or applied in accordance with manufacturer's instructions, direction or specifications. or words to this effect, it shall be construed to mean that said application or installation shall be in strict accordance with printed instructions furnished by the manufacturer of the material concerned for use under conditions similar or those at the job site. Six copies of such instructions shall be furnished to the Architect and their approval thereof obtained before work is begun. General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 13 of 27 August2021 G-22 CLEANING UP: The Contractor shall keep the premises free from accumulation of waste material or rubbish caused by employees or as a result of the Work. At completion of work, the General Contractor shall. immediately prior to final inspection of complete building, execute the following final cleaning work with trained janitorial personnel and with material methods recommended by the manufactures of installed materials. 1.Sweep and buff resilient floors and base, and vacuum carpeting. 2. Dust all metal and wood trim and similar finished materials. 3.Clean all cabinets and casework. 4. Dust all ceilings and walls. 5. Dust, and if necessary wash, all plumbing and electrical fixtures. 6. Wash all glass and similar non-resilient materials. 7.All hardware and other unpainted metals shall be cleaned and polished and all equipment and paint or decorated work shall be cleaned and touched-up if necessary, and all temporary labels, tags, and paper coverings removed throughout the buildings. Surfaces that are waxed shall be polished. 8. The exterior of the building, the grounds, approaches, equipment, sidewalks, streets, etc. shall be cleaned similar to interior of buildings and left in good order at the time of final acceptance. All paint surfaces shall be clean and unbroken, hardware shall be clean and polished, all required repair work shall be completed and dirt areas shall be scraped and cleared of weed growth. 9. Clean all glass surfaces and mirrors of putty, paint materials, etc., without scratching or injuring the glass and leave the work bright. clean and polished. Cost of this cleaning work shall be borne by Contractor. 10. Cleaning, polishing, scaling, waxing and all other finish operations indicated on the Drawings or required in the Specifications shall be taken to indicate the required condition at the time of acceptance of all work under the Contract. 11. Burning: Burning of rubbish on the premises will not be permitted. G-23 DUST CONTROL: Precaution shall be exercised at all times to control dust created as a result of any operations during the construction period. If serious problems or complaints arise due to air-borne dust. or when directed by the Architect, operations causing such problems shall be temporarily discontinued and necessary steps taken to control the dust. G-24 FIRE PROTECTION: The Contractor shall at all times maintain good housekeeping practices to reduce the risk of fire damage or injury to workmen. All scrap materials, rubbish and trash shall be removed daily from in and about the building and shall not be permitted to be scattered on adjacent property. Suitable storage space shall be provided outside the immediate building area for storing flammable materials and paints; no storage will be permitted in the building. Excess flammable liquids being used inside the building shall be kept in closed metal container and removed from the building during unused periods. A fire extinguisher shall be available at each location where cutting or welding is being performed. Where electric or gas welding or cutting work is done, interposed shields of incombustible material shall be used to protect against fire damage due to sparks and hot metal. When temporary heating devices are used, a watchman shall be present to cover periods when other workmen are not on the premises. The Contractor shall provide fire extinguishers in accordance with the recommendations and NFPA Bulletins Nos. 10 and 241. However, in all cases a minimum of two fire extinguishers shall be available for each floor of construction. G-25 CUTIING 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 Final Payment''. Maintenance Manual: Sheets shall be 8 W' 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. General Conditions of the Contract for Construction Lump Sum Contract {July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 14 of 27 August 2021 2)Complete maintenance instructions; name, address. and telephone number of installing Contractor, manufacturer's local representative, for each piece of operative equipment. 3)Catalog data on plumbing fixtures, valves. water heaters, heating and cooling equipment, temperature control, fan, electrical panels, service entrance equipment and light fixtures. 4) Manufacturer's name, type, color designation for resilient floors. windows, doors. concrete block, paint, roofing, and other materials. Submit two digital electronic copies and one hard copy of Maintenance Manuals, prior to request for final payment. Operational Inspection and Maintenance Instruction: The Contractor shall provide at their expense. competent manufacturer's representatives to completely check out all mechanical and electrical systems and items covered by the Drawings and Specifications. This requirement shall be scheduled just prior to and during the initial start-up. After all systems are functioning properly the representatives shall instruct maintenance personnel of the Owner in the proper operation and maintenance of each item. G-27 GUARANTEE AND EXTENDED GUARANTEE: Upon completion of the Project, prior to final payment, guarantees required by technical divisions of Specifications shall be properly executed in quadruplicate by subcontractors and submitted through the Contractor to Architect. Delivery of guarantees shall not relieve Contractor from any obligation assumed under Contract. The Contractor shall guarantee the entire Project for one year. In addition. where separate guarantees, for certain portions of work, are for longer periods, General Contractor's guarantee shall be extended to cover such longer periods. Manufacturer's extended warrantees shall be included in this contract. Guarantees shall become valid and operative and commence upon issuance of Certificate of Inspection and Acceptance by Owner. Guarantees shall not apply to work where damage is result of abuse, neglect by Owner or their successor(s) in interest. The Contractor agrees to warrant their 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 extended warrantees, the Contractor shall warrant all work materials, and equipment against defects for a period of one year from the date of final acceptance. The Contractor further agrees to bear all costs of making good all work that is found to be defective or not provided in accordance with the Contract Documents. Additionally if the facility or contents are damaged due to defective materials or workmanship of the Contractor, the Contractor further agrees to bear all cost of repairing and/or replacing damaged items and components to bring such items back to at least their original condition. G-28 RECORD DRAWINGS: Upon completion of the Work and prior to application for final payment, one print of each of the drawings accompanying this specification shall be neatly and clearly marked in red by the Contractor to show variations between the construction actually provided and that indicated or specified in the Contract Documents. The annotated documents shall be delivered to Architect. Where a choice of materials and/or methods is permitted herein and where variations in the scope or character of the work from the entire work indicated or specified are permitted either by award of bidding items specified for that purpose, or by subsequent change to the drawings, the record drawings shall define the construction actually provided. The representation of such variations shall conform to standard drafting practice and shall include supplementary notes, legends and details which may be necessary for legibility and clear portrayal of the actual construction. The record drawings shall indicate, in addition, the actual location of all sub-surface utility lines, average depth below the surface and other appurtenances. G-29 CONSTRUCTION FENCE: The Contractor shall provide a substantial chain-link construction fence around all or a part of the site. The fences and gates must be maintained throughout the construction period. Remove the fences and gates upon completion of the Project and restore the site to the required original or contract condition. G-30 PRODUCT DELIVERY. STORAGE, HANDLING: The Contractor shall handle, store and protect materials and products, including fabricated components, by methods and means which will prevent damage, deterioration and loss, including theft (and resulting delays), thereby ensuring highest quality results as the work progresses. Control delivery schedules so as to minimize unnecessary long-term storage at project site prior to installation. G-31 REMOVAL OF SALVAGED MATERIAL: The Contractor shall remove salvaged material and equipment from the Project site and dispose of it in accordance with the law. Equipment or material identified in the Specifications or Plans for Owner salvage shall be carefully removed and delivered to the Owner at any location in within the City limits as directed by the City. G-32 MANUFACTURER'S REFERENCE: Catalog, brand names. and manufacturer's references are descriptive, not restrictive. Bids on brands of like nature and quality will be considered. Contractor shall inform the City of any substitutions intended for the project within 5 business days of bid opening. Failure to inform the City of substitute projects will obligate the Contractor to provide the specified material if awarded the contract. Within 14 days after bid opening and upon request of the Contractor. the Contractor will submit a full sized sample and/or detailed information as required to allow the architect to determine the acceptability of proposed substitutions. Where equipment has been listed as "no substitute accepted"; the City will accept no alternates to the specified equipment. H-1 DEFINITIONS SECTION H CONTRACT TIME General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 15 of 27 August 2021 The Contract Time is the period of time allotted in the Contract Documents for completion of the Work and is the number of calendar days elapsing between the date of commencement and the date of Substantial Completion plus additional days assessed for failure to complete punch list items from the Final Inspection in a timely manner and additional weather days beyond what is allotted in the contract. The Date of Commencement of the Work is the date established in the Notice to Proceed. See attachment "A" for a sample Notice to Proceed. The Date of Substantial Completion of the Work or designated portion thereof is the Date certified by the Architect with the approval of the Owner that construction is sufficiently complete. in accordance with the Contract Documents. so the Owner may occupy the Work or designated portion thereof for the use for which it is intended. Final acceptance of the completed work or any portion thereof can be made only by the Owner, and no other form of acceptance will be binding upon the Owner. A Calendar Day constitutes 24 hours of time and is any one of the seven days of a week. including Sunday, regardless of whether a 'Working Day" or not. and regardless of weather conditions or any situation which might delay construction. An extension of contract time shall be in accordance with this Section. Extensions of time will be as recommended by the Architect with final approval by City of Fort Worth. A Working Day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of work for a continuous period of not less than seven hours between 7:00 a.m. and 6:00 p.m. However. nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturdays if he so desires. Legal holidays for the City of Fort Worth are defined as being New Year's Day, Independence Day, Labor Day, Thanksgiving Day, and the day after Thanksgiving, Christmas Day, Memorial Day and Martin Luther King Jr. Day. H-2 PROGRESS AND COMPLETION: All the time limits stated in the Contract Documents are of essence to the Contract. The Contractor shall begin the Work on the date of commencement as defined in this Section. He shall carry the Work forward expeditiously with adequate forces and shall complete it within the Contract Time. H-3 CONSTRUCTION WORK: Noise created by construction work within three hundred (300) feet of an occupied residential structure involving the erection. excavation. demolition, alteration. or repair of any building, structure. or flatwork is prohibited as follows: Before 7:00 a.m. or after 8:00 p.m. Monday-Friday Before 9:00 a.m. or after 8:00 p.m. Saturday-Sunday H-4 DELAYS AND EXTENSIONS OF TIME: If the Contractor is delayed at any time in the progress of the Work by any act or neglect of the Owner or the Architect. or by any employee of the Owner. or by any separate contractor employed by the Owner, or by changes ordered in the Work. or by labor disputes, fire. unusual delay in transportation. unavoidable casualties or any causes beyond the Contractor's control, or by any cause which the Architect determines may justify the delay, then the contract time may be extended by Change Order for such reasonable time as recommended by the Architect and approved by the Owner. When the Contractor is delayed due to abnormal weather conditions. the weather table provided as WT-1 in these Contract Documents shall be used as the basis for providing a fair and equitable adjustment of the contract lime. All claims for extension of time shall be made in writing to the Architect no more than fifteen days after the occurrence of the delay: otherwise they shall be waived. If no schedule or agreement is made stating the dates upon which written interpretations shall be furnished, then no claim for delay shall be allowed on account of failure to furnish such interpretation until fifteen days after demand is made for them. and not then unless such a claim is reasonable. H-5 NO DAMAGE FOR DELAY: No payment, compensation or adjustment or any kind (other than the extensions of time provided for) shall be made to the Contractor for damages because of hindrances or delays from an cause in the progress of the work, whether such hindrances or delays be avoidable or unavoidable, and the Contractor agrees that they will make no claim for compensation, damages or mitigation of liquidated damages for any such delays, and will accept in full satisfaction for such delays said extension of time. SECTION I PAYMENTS AND COMPLETION 1-1 CONTRACT SUM: The Contract Sum is stated in the contract and is the total amount payable by the Owner to the Contractor for the performance of the Work under the Contract Documents. 1-2 SCHEDULE OF VALUES: Before the first Applicable for Payment, the Contractor shall submit to the Architect a Schedule of Values of the various portions of the Work, including quantities if required by the Architect. aggregating the total Contract Sum, divided so as to facilitate payments to Sub-contractors, prepared in such form as specified or as the Architect and the Contractor may agree upon. and supported by such data to substantiate correctness as the Architect may require. Each item in the Schedule of Values shall include proper share of overhead and profit. This Schedule, when approved by the Architect and the Owner. shall be used as a basis for the Contractor's Applications for Payment. General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC. Police Evidence & Fire Arson Renovations Page 16 of 27 August 2021 1-3 PROGRESS PAYMENTS: On the first day of each month after the first month's work has been completed, the Contractor will make current estimates in writing for review by the Architect and Owner of materials in place complete and the amount of work performed during the preceding month or period and the value thereof at the prices contracted for as shown on the approved Schedule of Values and Progress Schedule. If payments are to be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at the site such payments shall be conditioned upon submission by the Contractor of bills of sale or such other procedures satisfactory to the Owner to establish the Owner's title to such materials or equipment or otherwise protect the Owner's interest including applicable insurance and transportation to the site. The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an Application for Payment, whether incorporated in the Project or not, will pass to the Owner upon the receipt of such payment by the Contractor. free and clear of all liens. claims, security interests or encumbrances hereinafter referred to as "liens"; and that no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or by any other persons performing the Work at the site or furnishing materials and equipment for the Work, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. The Contractor shall prepare each application for payment on AIA Document G702, "Application and Certificate for Payment", and attached thereto AIA Document G703, "Continuation Sheet", to indicate the progress made to date and the period or month for which payment is requested for each Item listed in the Schedule of Values. A copy of the revised monthly work progress schedule must be attached before the pay request can be accepted. 1-4 CERTIFICATES FOR PAYMENT: If the Contractor has made Application for Payment as above, the Architect will, with reasonable promptness but not more than seven days after the receipt of the Application, prepare a Certificate of Payment, with a copy to the Contractor, for such amount determined to be properly due, or state in writing reasons for withholding a Certificate. The issuance of a Certificate for Payment will constitute a representation by the Owner, based on the Architect's observations at the site and the data comprising the Application for Payment, that the Work has progressed to the point indicated; that the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole upon Substantial Completion, to the results of any subsequent tests required by the Contract Documents, to minor deviations from the Contract Documents correctable prior to completion, and to any specific qualifications stated in the Certificate); and recommendations to the Owner that the Contractor be paid in the amount certified. In addition, the Architect's approval of final payment assures the Owner that the conditions precedent to the Contractor's being entitled to final payment as set forth in this Section have been fulfilled. After the Architect has issued a Certificate for Payment, the Owner shall approve or disapprove same within ten days after it has been delivered to the Owner. For contracts less than $400,000, Owner shall pay 90% of the approved estimate to the Contractor within seven days after approval, and the remaining 10% of each such estimate will be retained by the Owner until Substantial Completion. For contracts in excess of $400,000, the Owner will retain only 5% of each estimate until Substantial Completion. No Certificate for a progress payment, nor any progress payment, nor any partial or entire use or occupancy of the Project by the Owner, shall constitute an acceptance of any Work not in accordance with the Contract Documents. or relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the Work and pay for any damage to other work resulting therefrom that shall appear within a period of one year from the date of final acceptance of the Work unless a longer period is specified. 1-5 PAYMENTS WITHHELD: The Architect may decline to approve an Application for Payment and may withhold the Certificate in whole or in part if in their opinion they are unable to make the representations to the Owner as provided in this Section. The Architect may also decline to approve any Applications for Payment or, because of subsequently discovered evidence or subsequent inspections, may nullify the whole or any part of any Certificate for Payment previously issued to such extent as may be necessary in their opinion to protect the Owner from loss because of: 1) Defective work not remedied; 2) Claims filed or reasonable evidence indicating probable filing of claims; 3)Failure of the Contractor to make payments properly to Subcontractors, or for labor, materials or equipment; 4) Reasonable doubt that the Work can be completed for the unpaid balance of the Contract Sum; 5)Damage to another contractor; 6) Reasonable indication that the Work will not be completed within the Contract Time; or 7) Unsatisfactory prosecution of the Work by the Contractor. When such grounds for the refusal of payment are removed, payment shall be made for amounts withheld because of them. The Owner reserves the right to withhold the payment of any monthly estimate, without payment of interest. if the Contractor fails to perform the Work in accordance with the specifications. 1-6 LIQUIDATED DAMAGES: The parties agree and acknowledge that actual damages are uncertain and difficult to ascertain because the Project relates to construction for a municipality. Normal damages of lost rent or profit are not applicable in this circumstance because the City is a municipality and the Project will not receive rent and the City will not have lost profits. Therefore, General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 17 of 27 August 2021 the parties agree that because City's actual damages are too difficult to ascertain that the liquidated damages stated below are reasonable and a correct representation of actual damages to the City. The parties also agree that the liquidated damages called for in this contract are not a penalty but an agreed upon damages calculation by two sophisticated parties. The deduction for liquidated damages shall be as follows: Amount of Contract $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 s2.ooo,ooo $2,000,001 to $5,000,000 $5,000,001 to $10,000,000 Over $10,000,000 Liquidated Damages per Day $45 $63 $105 $154 $210 $315 $420 $630 $840 $980 1-7 FAILURE OF PAYMENT: If, without fault on the part of the Contractor, the Architect 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 95% (as applicable) of the amount thereof within the period of time specified, then the Contractor may, upon seven (7) days additional written notice to the Owner and to the Architect, stop the Worl( until payment of the amount owing has been received. 1-8 SUBSTANTIAL COMPLETION AND FINAL PAYMENT: Prior to the request for final payment, the Contractor must meet fill provisions for Project Closeout. When the Contractor determines that the Worl( is substantially complete, the City shall inspect the project with the Contractor and the contractor will prepare a "Preliminary Punch List". When the Architect. on the basis of a subsequent inspection, determines that the Work is substantially complete, they 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 Substantial Completion shall state the responsibilities of the Owner and the Contractor for maintenance, heat, utilities, and insurance, shall set forth the remaining work as a "final punch list·. The Contractor shall complete the remaining work listed therein within 30 calendar days. When the Certificate of Occupancy has been issued, the retainage may be reduced to 4%. Upon completion of the worl( listed on the final punch list to the satisfaction of the City of Fort Worth, the retainage may be reduced to 2.5%. Should the Contractor fail to complete all contractual requirements of the contract, including submittals and final pay request within the fixed time, the contract time will again commence. Should the Contractor fail to complete the work within the contract duration, liquidated damages will be assessed Upon receipt of written notice that the Work is ready for final inspection, the City will conduct a joint inspection and certify completion of the final punch list by cosigning it with the Contractor. 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 Worl( for which the Owner or their property might in any way be responsible. have been paid or otherwise satisfied, 2) Consent of Surety to Final Payment (G707), if any, to final payment, 3) Contractor's Affidavit of Release of Liens (G706A), and, 4) Other data establishing payment or satisfaction of all such obligations. such as receipts, releases, and waivers of liens arising out of the Contract, to the extent and in such form as may be designated by the Owner. 5)Contractor's Warranty 6) Statement that all outstanding work has been completed 7) Issuance of the Final Certificate of Substantial Completion 8) Final acceptance by the City of Fort Worth. If any Subcontractor, materialman or laborer refuses to furnish a Contractor's Affidavit of Release of Liens, the Contractor may, at the election of the Owner, furnish a bond satisfactory to the Owner to indemnify them against any right, claim or lien which might be asserted by such Subcontractor, materialman or laborer. If any such right, claim or lien remains unsatisfied after all payments are made. The Contractor shall refund to the Owner all monies that the latter may be compelled to pay to discharging such right, claim or lien, including all costs and reasonable attorney's fees. The Contractor may then request final payment. The acceptance of final payment shall constitute a waiver of all claims by the Contractor except those previously made in writing and still unsettled. General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 18 of 27 August 2021 The Contractors one-year warranty will commence upon Substantial Completion of the Project. Trees will be warranted for a period of two-years per City ordinance. Prior to the expiration of the one year warranty there will be a walk through attended by the Owner, Architect, and Contractor to identify any items that need to be addressed. These items will be agreed upon by all parties and the contractor will complete the work within 30 days. The designated representative of the City of Fort Worth will make final acceptance and no other form of acceptance will be binding upon the Owner. 1-9 FINAL PAYMENT FOR UN-BONDED PROJECTS: Final payment will not be made for a period of 30 calendar days and until all requirements have been met, with the exception of Consent of Surety for Final Payment. SECTION J PROTECTION OF PERSONS AND PROPERTY J-1 SAFETY PRECAUTIONS AND PROGRAMS: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. The Contractor shall designate a responsible member of their organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Architect. J-2 SAFETY OF PERSONS AND PROPERTY: The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to: (1)All employees on the Work and all other persons who may be affected thereby; (2)All the Work and all materials and equipment to be incorporated therein, whether in storage on or-off the site, under the care, custody or control of the Contractor or any of their Subcontractors or Sub-contractors; and (3)Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. Until acceptance of the Work, it shall be under the charge and care of the Contractor, and they shall take every precaution against injury or damage to the Work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non-execution of the Work. The Contractor shall rebuild, repair, restore and make good, at his own expense. all injuries or damages to any portion of the Work occasioned by any of the above, caused before completion and acceptance. The Contractor shall comply with all applicable Laws, Ordinances. Rules, Regulations and Orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. They shall erect and maintain, as required by existing conditions and progress of the Work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. When the use or storage of explosives or other hazardous materials or equipment is nece ssary for the execution of the Work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All damage or loss to any property referred to in the preceding paragraphs caused in whole or in part by the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor, including damage or loss attributable to faulty Drawings or Specifications and acts or omissions of the Architect or anyone employed by them or for whose acts they 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 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 hard hats for use by the consulting Architects and Engineers and visitors. J4 EMERGENCIES: In any emergency affecting the safety of persons or property, the Contractor shall act at their discretion to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on account of emergency work shall be determined as provided in Changes in the Work. J-5 SAFE WORK PRACTICES: The Contractor shall employ safe practices in handling materials and equipment used in performing required work so as to insure the safety of their workmen. City employees and the public. The Contractor shall keep the premise free at all t.imes from accumulation of waste materials or rubbish. At the completion of the work, the Contractor shall removeall their wastes and rubbish from and about the work area, as well as their tools, equipment and surplus materials and shall leave the area as clean and free of spot. stains, etc., as before the work was undertaken. J� TRENCH SAFETY: The Contractor shall be responsible for all design and implementation of trench shoring and stabilization to meet regulatory requirements. If the Proposal requires, the Contractor shall include a per-unit cost for trench safety measures in their 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 their Schedule of Values. General Conditions of the Contract for Construction Lump Sum Contract {July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 19 of 27 August 2021 SECTION K - INSURANCE K-1 INSURANCE REQUIRED: The Contractor shall not commence work under this Contract unlil they have obtained all insurance required under this Section and such insurance has been approved by the City of Fort Worth, nor shall the Contractor allow any Subcontractor to commence work to be performed under this Contract until all similar insurance of the Subcontractor has been so obtained and approved. The City of Fort Worth will be listed as an "additional insured" on all policies except Worker's Compensation. K-2 WORKERS' COMPENSATION INSURANCE 1) General: a) Contractor's Worker's Compensation Insurance. Contractor agrees to provide to the Owner (City) a certificate showing that it has obtained a policy of workers compensation insurance covering each of their employees employed on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has complied with this section. b)Subcontractor's Worker's Compensation Insurance. Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the Owner (City). c)By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the City that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured. with the Texas Worker's Compensation Commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. d)The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the City to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the City. 2) Definitions: a) Certificate of Coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC- 84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. b)Duration of the Project. Includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the City. c) Persons providing services on the project ("subcontractor'' in section 406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 3)Requirements: a) The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all employees of the Contractor providing services of the project, for the duration of the project. b) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. c) If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the City showing that coverage has been extended. d) The Contractor shall obtain from each person providing services on a project, and provide to the City: i)a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. e)The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC. Police Evidence & Fire Arson Renovations Page 20 of 27 August 2021 f) The Contractor shall notify the City in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. g)The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, infonning all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. h) The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: i) provide coverage, based on proper reporting on the classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code. Section 401.011 (44) for all of their employees providing services on the project, for the duration of the project: ii)provide to the Contractor. prior to that person beginning work on the project. a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project: iii)provide the Contractor. prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project: iv) obtain from each other person with whom it contracts, and provide to the Contractor: (1)a certificate of coverage, prior to the other person beginning work on the project: and (2)a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project: v)retain all required certificates of coverage on file for the duration of the project and for one year thereafter. vi)notify the City in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project: and vii) contractually require each person with whom it contracts. to perform as required by paragraphs h-i) -vii), with the certificates of coverage to be provided to the person for whom they are providing services. 4)Posting of Required Worker's Compensation Coverage: a)The Contractor shall post a notice on each project site infonning all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering equipment or materials. or providing labor or transportation or other service related to the project. regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." K-3 LIABILITY INSURANCE: The Contractor shall procure and maintain during the term of this Contract such Liability Insurance as shall protect them, the City of Fort Worth and any Subcontractor performing work covered by this Contract, from claims of damage which may arise from operations under this Contract, including blasting, when blasting is done on. or in connection with the Work of the Project, whether such operations be by themselves or by any Subcontractor or by anyone directly or indirectly employed by either of them and the limits of such insurance shall be not less than the following: 1)Automobile Liability: $1,000,000 each accident or reasonably equivalent split limits for bodily injury and property damage. Coverage shall be on "any auto" including leased. hired, owned, non-owned and borrowed vehicles used in connection with this Contract. 2)Commercial General Liability: $1,000,000 each occurrence. Coverage under the policy shall be as comprehensive as that provided in a current Insurance Services Office (ISO) policy form approved for use in Texas and the policy shall have no exclusions by endorsement unless such are approved by the City. 3) Asbestos Abatement Liability Insurance: When the Project specifically requires the removal of Asbestos Containing Materials, the Contractor, or subcontractor performing the removal, shall be required to maintain Asbestos Abatement Liability Insurance as follows: $1,000,000 per occurrence: $2,000,000 aggregate limit. The coverage shall include any pollution exposure, including environmental impainnent 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. General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 21 of 27 August 2021 K-4 BUILDER'S RISK INSURANCE: Unless stated otherwise in the Proposal or Invitation. the Contractor shall procure, pay for and maintain at all times during the term of this Contract, Builder's Risk Insurance against the perils of fire, lightning, windstorm, hurricane, hail, riot, explosion, civic commotion, smoke, aircraft, land vehicles, vandalism, and malicious mischief, at a limit equal to 100% of the Contract Sum. The policy shall include coverage for materials and supplies while in transit and while being stored on or off site. If specifically required in the Instructions to Bidders the policy shall include coverage for flood and earthquake. Different sub-limits for these coverages must be approved by the City. Consequential damage due to faulty workmanship and/or design performed by the Contractor or their 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 Property Management Department, City of Fort Worth as a "Certificate Holder", and noting the specific project(s) covered by the Contractor's insurance as documented on the certificate of insurance. More than one certificate may be required of the Contractor depending upon the agents and/or insurers for the Contractor's insurance coverages specified for the project(s). K-6 OTHER INSURANCE RELATED REQUIREMENTS 1)The City of Fort Worth shall be an additional insured, by endorsement, on all applicable insurance policies. 2) Applicable insurance policies shall each be endorsed with a waiver of subrogation in favor of the City of Fort Worth. 3)Insurers of policies maintained by Contractor and their subcontractor(s), if applicable, shall be authorized to do business in the State of Texas, or otherwise approved by the City of Fort Worth, and such shall be acceptable to the City of Fort Worth insofar as their financial strength and solvency are concerned. Any company through which the insurance is placed must have a rating of at least A:VII, as stated in current edition of A. M. Best's Key Rating Guide. At the City's sole discretion, a less favorable rate may be accepted by the City. 4)Deductible limits on insurance policies and/or self-insured retentions exceeding $10,000 require approval of the City of Fort Worth as respects this Contract. 5)The City of Fort Worth shall be notified in writing a minimum of thirty days prior to an insurer's action in the event of cancellation or non-renewal in coverage regarding any policy providing insurance coverage required in this Contract. 6) Full limits of insurance shall be available for claims arising out of this Contract with the City of Fort Worth. 7)The Contractor shall provide certificates of insurance to the City prior to commencement of operations pursuant to this Contract. Any failure on part of the City of Fort Worth to request such documentation shall not be construed as a waiver of insurance requirements specified herein. 8) The City of Fort Worth shall be entitled, upon request and without incurring expense, to review the insurance policies including endorsements thereto and, at their discretion, to require proof of payment for policy premiums. 9)The City of Fort Worth shall not be responsible for paying the cost of insurance coverages required herein. 10) Notice of any actual or potential claim and/or litigation that would affect insurance coverages required herein shall be provided to the City in a timely manner. 11) "Other insurance" as referenced in any policy of insurance providing coverages required herein shall not apply to any insurance policy or program maintained by the City of Fort Worth. 12)Contractor shall agree to either require their subcontractors to maintain the same insurance coverages and limits thereof as specified herein or the Contractor shall provide such coverage on the Contractor's subcontractors. SECTION L CHANGES IN THE WORK L-1 CHANGE ORDER: The Owner, without invalidating the Contract, may order Changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum and the Contract Time being adjusted accordingly. All Such Changes in the Work shall be authorized by Change Order, and shall be executed under the applicable conditions of the Contract Documents. A Change Order is a written order to the Contractor signed by the Contractor, Owner and the Architect, issued after the execution of the Contract, authorizing a Change in the Work or adjustment in the Contract Sum or the Contract Time. The Contract Sum and the Contract Time may be changed only by Change Order. Any changes in work required due to changed or unforeseen conditions, or by request of either the Contractor or the City, shall be coordinated with the Director, Property Management Department. A change order must be written and duly negotiated and executed prior to performing changed work. The cost or credit to the Owner resulting from a Change in the work shall be determined in one or more of the following ways: General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 22 of 27 August 2021 1)by mutual acceptance of a lump sum property itemized, including the allowance to Contractor for overhead and profit stipulated in the original contract proposal; 2) by unit prices stated in the Contract Documents or subsequently agreed upon: or 3) by cost and a mutually acceptable fixed or percentage fee. If none of the methods set forth herein above is agreed upon, the Contractor, provided they receive 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. In such cases, the Contractor shall keep and present, in such form as the Architect shall prescribe, an itemized accounting together with appropriate supporting data. Pending final determination of cost to the Owner. payments on account shall be made on the Architect's Certificate of Payment as approved by the Owner. If after the Contract has been executed, the Architect, requests a price proposal from the Contractor for a proposed change in scope of the work. Contractor shall process such proposal within seven days of receipt and return the price quote to the Architect in writing. The Architect shall review the price quotation and if approval is recommended, forward the proposed change order request and price proposal to the Owner for approval. If approval is not recommended, the Architect will attempt to negotiate with Contractor to revise the proposal to a figure which is fair and reasonable and forward it on to the Owner for approval. If the negotiations do not result in an equitable solution, the Architect shall prepare a cost-plus type Change Order with a price-not-to-exceed figure for approval by the City and require specific documentation to be provided by Contractor in accordance with the paragraph above. Contractor is advised that according to City of Fort Worth Charter, that, the City Council must approve all Change Orders and Work Orders which results in an increase in cost of the contract amount by over $100,000. Normal processing time for the City Staff to obtain City Council approval, once the recommended change order has been received at the City, is approximately thirty days. Owner and Contractor shall endeavor to identify Change Order items as early in the Construction process as possible to minimize their impact on the construction schedule. If unit prices are stated in the Contract Documents or subsequently agreed upon. and if the quantities originally contemplated are so changed in a proposed Change Order that application of the agreed unit prices to the quantities of Work proposed will create a hardship on the Owner or the Contractor. the applicable unit prices shall be equitably adjusted to prevent such hardship. If the Contractor claims that additional cost or time is involved because of (1) any written interpretation issued pursuant to Section A, (2) any order by the Architect or Owner to stop the Work pursuant to Section B, where the Contract was not at fault, or (3) any written order for a minor change in the Work, the Contractor shall make such claim. L-2 CLAIMS FOR ADDITIONAL COST OR TIME: If the Contractor wishes to make a claim for an increase in the Contract Sum or an extension in the Contract Time, they shall give the Architect written notice thereof within a reasonable time after the occurrence of the event that gave rise to such claim. This notice shall be given by the Contractor before proceeding to execute the Work, except in an emergency endangering life or property in which case the Contractor shall proceed in accordance with Section J. No such claim shall be valid unless so made. Any change in the Contract Sum or Contract Time resulting from such claim, if approved by the Owner, shall be authorized by Change Order. L-3 OVERHEAD ALLOWANCES FOR CHANGES: Should any change in the work or extra work be ordered. the following applicable percentage shall be added to Material and Labor costs to cover overhead and profit: 1.Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed fifteen percent (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 Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be confirmed in writing by the Architect and shall be binding on the Owner and the Contractor. L-5 FIELD ORDERS: The Architect may issue written Field Orders which interpret the Contract Documents, or which order minor changes in the Work without change in Contract Sum or Contract Time. The Contractor shall carry out such Field Orders promptly. SECTION M UNCOVERING AND CORRECTION OF WORK M-1 UNCOVERING OF WORK: If any Work should be covered contrary to the request of the Owner, it must be uncovered for observation and replaced, at the Contractor's expense. If any other work has been covered which the Owner has not specifically requested to observe prior to being covered, the Architect or the Owner may request to see such work and it shall be uncovered by the Contractor. If such Work be found in accordance with the Plans and Specifications, the cost of uncovering and replacement shall, by appropriate Change Order, be charged to the Owner. If such work be found not in accordance with the Plans and Specifications, the Contractor shall pay such costs unless it is found that this condition was caused by a separate contractor employed by the Owner. General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 23 of 27 August 2021 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 allocable to the work not completed and further reduced by the amount of payments, if, any otherwise made. Contractor shall submit a 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 daim under this paragraph, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the City Council of the City of Fort Worth shall be final and binding upon all parties to this contract. SECTION 0 SIGNS The Contractor shall construct and install the project designation sign as required in the Contract Documents and in strict accordance with the Specifications for "Project Designation Signs." This sign shall be a part of this Contract and shall be induded in the Contractor's Base Bid for the Project. The Contractor may install their company sign and shall allow the Architect to install their company sign. No other signs will be allowed. SECTION P TEMPORARY FACILITIES P-1 SCOPE: The Contractor shall furnish, erect, and maintain facilities and perform temporary work required in the performance of this Contract, including those shown and specified. P-2 USE OF TEMPORARY FACILITIES: All temporary facilities shall be made available for use by all workmen and subcontractors employed on the project, subject to reasonable directions by the Contractor as to their proper and most efficient utilization. P-3 MAINTENANCE AND REMOVAL: The Contractor shall maintain temporary facilities in a proper, safe operating and sanitary condition for the duration of the Contract. Upon completion of the Contract, all such temporary work and facilities shall be removed from the premises and disposed of unless otherwise directed or specified hereunder. P-4 FIELD OFFICES AND SHED: The Contractor is not required to provide a temporary field office or telephone for projects under $1,000,000. Contractor shall equip the Project Superintendent with a pager and provide 24-hour contacts to the City. The Contractor shall provide a temporary field office building for themselves, their subcontractors and use by the Architect and Owner. For construction contracts with a bid price in excess of $1,000 ,000.00, the Contractor shall provide a separate field office for the City's field representative (but the separate office may be in the same structure). The buildings shall afford protection against the weather, and each office shall have a lockable door, at least one window, adequate electrical outlets and lighting, and a shelf large enough to accommodate perusal of the project drawings. Openings shall have suitable locks. Field offices shall be maintained for the full time during the operation of the work of the Contract. During cold weather months, the field offices shall be suitably insulated and equipped with a heating device to maintain 70 degree Fahrenheit temperature during the workday. During warm weather the offices shall be equipped with an air conditioning device to maintain temperature below 75 degrees F. Upon completion of the work of the Contract, the Contractor shall remove the building from the premises. In addition to the drawing shelf, provide for the City field representatives office: one desk, four chairs, plan rack and a four drawer filing cabinet (with lock). Each office shall contain not less than 120 square feet of floor space. The Contractor shall provide and maintain storage sheds and other temporary buildings or trailers on the project site as required for their use. Location of sheds and trailers shall be as approved by the Owner. Remove sheds when work is completed, or as directed. P-5 Architect. WIRELESS CONNECTION: The Contractor shall provide and pay for wireless internet connection {WIFI) for the City and P-6 TOILET FACILITIES: The Contractor shall provide proper, sanitary and adequate toilet facilities for the use of all workmen and subcontractors employed on the project. P-7 UTILITIES: Contractor shall make all necessary arrangements and provide for temporary water and electricity required during the construction. Contractor shall provide and install temporary utility meters during the contract construction period. These meters will be read and the Contractor will be billed on this actual use. The Contractor shall provide all labor and materials required to tap into the utilities. The Contractor shall make the connections and extend the service lines to the construction area for use of all trades. Upon completion of the work all utility lines shall be removed and repairs made to the existing lines. Only utilities at existing voltages, pressures, frequencies, etc. will be available to the Contractor. Water. Provide an ample supply of potable water for all purposes of construction at a point convenient to the project or as shown on the Drawings. Pipe water from the source of supply to all points where water will be required. Provide sufficient hose to carry water to every required part of the construction and allow the use of water facilities to subcontractors engaged on the work. Provide pumps, tanks and compressors as may be required to produce required pressures. General Conditions of the Contract for Construction Lump Sum Contract (July 20 19R) CFW PMD -Bob Bolen PSC, Police Evidence & Fire Arson Renovations Page 25 of 27 August 2021 Electric Service. Provide adequate electric service for power and lighting to all points where required. Temporary, electric service shall be of sufficient capacity and characteristics to supply proper current for various types of construction tools, motors, welding machines, lights, heating plant, air conditioning system, pumps, and other work required. Provide sufficient number of electric outlets so that 50 foot long extension cords will reach all work requiring light or power. Lighting. Supply and maintain temporary lighting so that work of all trades may be properly and safely performed, in such areas and at such time that day-lighting is inadequate. Provide af'least 0.75 watts of incandescent lighting per squqr4e fool and maintaTn a socket voltage of at least 110 volts. Use at least 100-watt lamps. In any event, the lighting intensity shall not be less than 5 foot candles in the vicinity of work and traffic areas. P-8 HEATING: Heating devices required under this paragraph shall not be electric. The Contractor shall provide heat. ventilation, fuel and services as required to protect all work and materials and to keep the humidity down to the extent required to prevent corrosion of any metal and to prevent dampness or mildew which is potentially damaging to materials and finishes. All such heating, ventilation and services shall be provided and maintained until final acceptance of all work. In addition, the Contractor shall provide heat ventilation prior and during the following work operations as follows: a)At all times during the placing, setting and curing of concrete provide sufficient heat to insure the heating of the spaces involved to not less than 40 F. b) From the beginning of the application of drywall and during the setting and curing period, provide sufficient heat to produce a temperature in the spaces involved of not less than 55 F. c) For a period of seven (7) days previous to the placing of interior finish materials and throughout the placing of finish painting, decorating and laying of resilient flooring materials, provide sufficient heat to produce a temperature of not less than 60 F. P-9 TEMPORARY CONSTRUCTION, EQUIPMENT AND PROTECTION: The Contractor shall provide, maintain, and remove upon completion of the work all temporary rigging, scaffolding, hoisting equipment, rubbish chutes, ladders to roof, barricades around openings, and all other temporary work as required to complete all work of the Contract. Contractor shall coordinate the use and furnishing of scaffolds with their sub-contractors. The Contractor shall provide, maintain, and remove upon completion of the work, or sooner, if authorized by the Owner, all fences, barricades, lights, shoring, pedestrian walkways, temporary fire escapes, and other protective structures or devices necessary for the safety of workmen, City employees, equipment, the public and property. All temporary construction and equipment shall conform to all regulations, ordinances, laws and other requirements of the authorities having jurisdiction, including insurance companies, with regards to safety precautions, operation and fire hazard. The Contractor shall provide and maintain pumping facilities, including power, for keeping the site. all times. whether from underground seepage, rainfall, drainage of broken lines. The Contractor shall maintain provision for closing and locking the building at such time as possible to do so. If this is not feasible. maintain a night The Contractor shall provide and maintain all barricades or enclosures, required to protect the work in progress from outside elements. dusts, and other disturbances as a result of work under this Contract. Such protection shall be positive, shall meet the approval of the Owner and shall be maintained for the duration of the construction period or as required to provide for the protection as specified. P-10 PROJECT BULLETIN BOARD: The Contractor shall furnish, install and maintain during the life of the project a weather­ tight bulletin board approximately 3 feet high by 5 feet wide having not less than two hinged or sliding glass doors with provisions for locking. The bulletin board shall be mounted where and as approved by the Owner, in a prominent place accessible to employees of the Contractor and sub-contractors, and to applicants for employment. The bulletin board shall remain the property of the Contractor and shall be removed by them upon completion of the Contract work. The following information which will be furnished by the City to the Contractor shall be posted on the bulletin board and shall be maintained by the Contractor in easily readable condition at all times for the duration of the Contract. a. The Equal Opportunity Poster and Notice Nondiscrimination of Employment (Standard Form 38). b. Wage Rate Information Poster (Form SOL 155), with the Contract Schedule of minimum wage rates as required by the Davis-Bacon Act. c. Safety Posters. SECTION Q VENUE Should any action arise out of the terms and conditions of this contract. venue for said action shall lie in Tarrant County, Texas. General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC. Police Evidence & Fire Arson Renovations Page 26 of 27 August 2021 FORT WORTH _____________ ..... __ :::t: __ #' __ _ Attachment "A" Date: NOTICE TO PROCEED Contractor Address Phone: (xxx) xxx-xxxx Project Name: Gentlemen: Pursuant to the provisions of City Secretary Contract Number xxxxx this is your authority to proceed on the referenced project on date. Prior to commencing work, it will be necessary for you to contact James Diestel, Construction Superintendent, who will be in charge of subject project, and make arrangements with him to inspect project construction. He may be contacted at (817) 392-8072. Sincerely, James Diestel Construction Superintendent Cc: M/WBE Office File PROPERTY MANAGEMENT DEPARTMENT F ACILITrES DIVISION THE CITY OF FORT WORTH* 40 l WEST 13 T" STREET* FORT WORTH, TEXAS 76102 (817) 392-2586 * FAX (817) 392-8488 General Conditions of the Contract for Construction Lump Sum Contract (July 2019R) CFW PMD -Bob Bolen PSC. Police Evidence & Fire Arson Renovations Page 27 of 27 August 2021 THE ST ATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONSTRUCTION CONTRACT (LUMP SUM) § § § KNOW ALL BY THESE PRESENTS: This agreement made and entered into this the 101h day of August A.D., 2021, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.O. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular, meeting of the City Council of said City, hereinafter called OWNER, and RJM Contractors, Inc. of the City of Benbrook County of Tarrant , State of Texas, hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: City of Fort Worth Bob Bolen Public Safety Complex Police Evidence & Fire Arson Renovations 505 W Felix Street Fort Worth, Texas PMD2018-18/PMD2019-04 City Project No. 101920 That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (1 O) days after being notified in writing to do so by the Owner. City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for stated additions thereto or deductions there from, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount shall be $1,227,469.93 including the Base Proposal ($1,082,679.00), Owner's Contingency Allowance ($81,200.93), and Alternate Nos. I through 3 ($63,590.00). Insurance Requirements: The Contractor shall not commence work under this contract until it has obtained all insurance required under the Contract Documents, and the Owner has approved such insurance. The Contractor shall be responsible for delivering to the Owner the sub-contractors' certificates of insurance for approval. The Contractor shall indicate on its certificate of insurance included in the documents for execution whether or not its insurance covers subcontractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all subcontractors. a.WORKER'S COMPENSATION INSURANCE: Instruction to Offerors (May 2020R) CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 23 of 34 August 2021 b. •Statutory limits. •Employer's liability: •$100,000 disease each employee. •$500,000 disease policy limit. •$100,000 each accident. COMMERCIAL GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract public liability insurance coverage in the form of a Commercial General Liability insurance policy to cover bodily injury, including death, and property damage at the following limits: $1,000,000 each occurrence and $2,000,000 aggregate limit. •The insurance shall be provided on a project specific basis and shall be endorsed accordingly. •The insurance shall include, but not be limited to, contingent liability for independent contractors, XCU coverage, and contractual liability. c.BUSINESS AUTOMOBILE LIABILITY: d. e. f. •$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 specified in the contract documents. EXCESS LIABILITY UMBRELLA: •$1,000,000 each occurrence; $2,000,000 aggregate limit. •This insurance shall provide excess coverage over each line of liability insurance required herein. The policy shall follow the form(s) of the underlying policies. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, against any insurable hazards which may be encountered in the performance of the Contract. g.PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by insurance carriers satisfactory to the Owner. The form to be used shall be the current Accord certificate of insurance form or such other form as the Owner may in its sole discretion deem acceptable. All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Contractor's insurance not cover the subcontractor's work operations performed in the course of this contracted project. ADDITIONAL INSURANCE REQUIREMENTS: a.The Owner, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. Instruction to Offerers (May 2020R) CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 24 of 34 August 2021 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, 200 Texas Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c.Any failure on part of the Owner to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d .Each insurance policy shall be endorsed to provide the Owner a minimum thirty days' notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days' notice shall be acceptable in the event of non-payment of premium. e.Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A:VII or equivalent measure of financial strength and solvency. f.Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the Owner. g.In lieu of traditional insurance, Owner may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The Owner must approve in writing any alternative coverage. h.Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the Owner. i.Owner shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j.Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by Owner shall not be called upon to contribute to loss recovery. k.In the course of the project, Contractor shall report, in a timely manner, to Owner's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I.Contractor's liability shall not be limited to the specified amounts of insurance required herein. m.Upon the request of Owner, Contractor shall provide complete copies of all insurance policies required by these contract documents. If this Contract is in excess of $25,000, the Contractor shall provide a Payment Bond in the full amount of the contract. If the contract is in excess of $100,000 Contractor shall provide both Payment and Performance Bonds for the full amount of the contract. Construction shall not start without a "Notice to Proceed". The Notice to Proceed shall not be issued without bonds in place. Contractor shall apply for all City of Fort Worth Permits and for any other permits required by this project. City of Fort Worth Permit fees are waived. Separate permits will be required for each facility. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Condi­ tions, there shall be deducted from any monies due or which may thereafter become due him, the liquidated damages outlined in the General Conditions, not as a penalty but as liquidated damages, the Contractor and their Surety shall be liable to the Owner for such deficiency. Instruction to Offerors (May 2020R) CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 25 of 34 August 2021 IMMIGRATION NATIONALITY ACT: City actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Vendor shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Vendor shall complete the Employment Eligibility Verification Form (1-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall establish appropriate procedures and controls so that no services will be performed by any employee who is not legally eligible to perform such services. Vendor shall provide City with a certification letter that it has complied with the verification requirements required by this Agreement. Vendor shall indemnify City from any penalties or liabilities due to violations of this provision. City shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. No Boycott of Israel. If Contractor has fewer than 10 employees or the Agreement is for less than $100,000, this section does not apply. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this Agreement, Contractor certifies that Contractor's signature provides written verification to City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. Instruction to Offerors (May 2020R) CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 26 of 34 August 2021 Executed effective as of the date signed by the Assistant City Manager below. FORT WORTH: City of Fort Worth By: Name: Dana Burghdoff, AICP Title: Assistant City Manager Date: Approval Recommended: By: Name: Steve Cooke Title: Director, Property Management Dept. Attest: By: Name: Ronald P. Gonzales Title: Acting City Secretary CONTRACTOR: RJM Contractors, Inc. Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: Name: Brian Glass Title: Architectural Services Manager Approved as to Form and Legality: By: Name: John B. Strong Title: Assistant City Attorney Contract Authorization: 8/10/2021 M&C: M&C 21-0556 ----------=�--' By:�--------Name: Trevor Browne Title: President Date: 8/,}-,o I;-. t -- Instruction to Offerors (May 2020R) CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 27 of 34 August 2021 Steve Cooke (Sep 9, 2021 13:39 CDT) JB Strong (Sep 17, 2021 16:26 CDT) JB Strong Dana Burghdoff (Sep 20, 2021 16:39 CDT) Dana Burghdoff Sep 20, 2021 Bond# PB115Q9BQ1897 PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, ______ R ...... J .... M ................ C .... o ...... n ....... tr __ a __ c_to __ r __ s ... , ..... I ....... n __ c. _____ , known as "Principal" herein, and Philadelphia Indemnity Insurance Company surety (sureties), duly authorized to do business in the State of a corporate known as "Surety" herein (whether one or more), are held and firm1y bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of, One Million Two Hundred Twenty-Seven Thousand Four Hundred Sixty-Nine Dollars and Ninety-Three Cents), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the 10th day of August , 2021, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Bob Bolen Public Safety Complex Police Evidence and Fire Arson Renovations located at 505 W Felix Street, Fort Worth, Texas (PMD2018-18/PMD2019-04, City Project No. 101920}. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. Instruction to Offerers (May 2020R) CFW PMD - Bob Bolen PSC Police Evidence & Fire Arson Renovations Page 28 of 34 August2021 IN VNITi�IESS WHCREOF, chc Principal and S�irety ha�•e each 51C;N�.0 and SEALEI3 this instrume«t l�y duly authoriaed a�ents and of�ccrs �r� this th� 24th day at AUqUSt , 2Q21, PR[NC:iPAL: / Witt�ess as to Prinripal ATTEST: [5urety} 5e�retar}� � Vditness as t❑ Suret�• :i�TC ._, _ . . i B Y : __��---r_ �- 5ign�ture Trevor Browne President Nar��t aiir� Tit�� .. . :-�. ... - .,, genbaoic, Texas 76126 SURCTY: Philadelphia lndemnit� I�sura�ce Comoany �� � �/ � — Fred A. Thetford IV. Attorney-In-Fact Nan�e and Title ,�ddress: ❑ne Bafa Plaza. 5uite 100 L��[�39'i�,Tl�' -2�iT'�� -[►FTiiFiE'I���L'! Telepkaane Numbzr: 1-$77-438-7459 '`Note: [f si�ned 6y asi ofticer af tlie Surely. titere ¢nust 6e o�i #ile a certified extract froin the byia�vs sltotvin� tliat this persn�� 1�as authority to sign sucli nhlsgation. [f 5urety's physi�al acidress is difterent f'rn�ii its mailin� address, both inust E�e pra��ided. The date nithe hond shail nc�t �� priar tn the dat� the Cont;�act is awarded. Instruatian ta �fferors (Nlay 2p20R} Page 29 0� 34 CFV+1 PM� — Bab Bvlen PSC Poli�e �uidence & Fire Arson Renovations Augusf 2021 (Prin�ipal} 5ecretary Bond # PB11509801897 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: That we, RJM Contractors, Inc. , known as "Principal" herein and Philadelphia lndemnity Insurance Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whethei• one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Dollais ($1,227,469.93), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 10"' day of Au�ust , 2021, which Contract is het•eby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Bob Bolen Public Safetv Complex Police Evidence and Fire Arson Renovations located at 505 W Felix Street, Fort Worth, Texas (PMD2018-18/PMD2019-04, Citv Proiect No. 1019201. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully pet•form it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifcations, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. Instruction to Offerors (May 2020R) Page 30 of 34 CFW PMD — Bob Bolen PSC Police Evidence & Fire Arson Renovations August 2021 IN W�TNESS WHEFtEOF, the Princi}�al azzd the Suret� ha��e S[C:NE� and S�,ALE:D this instruiZlesit by duly aulhurized a�ents and office��s nn this tE�e 24thday nf Au�uSt . 2421. i'RIIVC[PAL: RJM Contractors. Inc. AT7�C : � [Pri�iripal} 5ecretary ��: �. 5i�nat�Erc Trevor Browne President ���me aiid Titlz Address� 7616 Benbrook �arkway Benbook, Texas 7fi126 W itness as to Principal SL�RETY: Philadelphia lndemnfty Insuran�e Campany BY: _ � Si�nature � Fred A. ThefFord iV, Attarney-In-Fact �iai��z and Title ��w[I�- r Witszess as to Suret�• Address: pne Bala Plaza. 5uite 1a0 Bala GY�wyd, F�BnnSYl�ania'f90Q4 Telephoi7e l�un�ber: 1-877-438-7459 *h'ate: {f si�ned by an nff�er of the 5in•ety Company, there must be on fil� a �ertified eYFract fi•om the b��-laws sliowiizg tl�at this �ersnii has aulhority ro si�n sucki obli�ation. 1F5urely's phvsical address is differenl fi•oiii its maiiiiig address, both must }�e pro� ided. The daie of the hand sllall not he prior to the date llie Cantraci is a�varded. instruciivn tfl aftErors (May 2020R} Page 37 fl# 34 CFW PlN� — 8ob 8alen PSC Pofice E�idence & Fire Arson Renovatians August 2D21 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-09�0 Power of Attorney Bond No: PB11509801897 KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Jared Youn�. Fred A. Thetford, Jr., Tobin Tucker. Tom Youn�. Diane Brown, Fred A. Thetford IV and/or Fred A. Thetford, III of Contract Bond A�encv, LLC, its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $50.000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14"' of November, 2016. RGSOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attorney(s) in Fact and auYhorize the Attomey(s) in Faet to execuYe on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature ti�ereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And, be it FURTHGR RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsii��ile signatures and facsiiroile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADGLPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27��� DAY OF OCTOBER, 2017. �..�` �G Y � C'fi'w r �� ��f �� �'� ,� �. (Seal) �'•"� ��� `�r^�a--'--�-"_,�-�' Robert D. O'Leary 7r., President & CEO Philadelphia lndemnity Insuranee Company On this 27"' day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDENINITY INSURANCE COMPANY; 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. UOGt1.10NWEALTkOFV NYS I HOTARW.9EAL "'°""°"""D1>M"o'O;a�;°�°i°" Notary Public: Owe kthrufnlrp.. n � CPu AtYCumniubrtEadia, SepI.25. Y�S � •e.n,�cwF w � or residing at: (Notary Seal) My commission expires: � ����-H Ba(a C, i�vyd. PA Seotember 25_ 2021 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attomey issued pursuant thereto on the 27°i day of October, 2017 are true and correct and are still in full force and effect. I do further ceRify that Robert D. O'Leary Jr., who executed the Power of Attomey as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA 1NDEMNITY INSURANCE COMPANY. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 24th day of AUgUSt , 2p 2� °�, � ��5�-. .Y � �� � Edward Sayago, Corporate Secretary � � ' `� � " � ` PHILADELPHIA INDEMNITI' 1NSURANCE COMPANY : by t'Jk�. � �,;:tr. � -•*,. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project, Bob Bolen Public Safety Complex Police Evidence and Fire Arson Renovations located at 505 W Felix Street, Fort Worth, Texas (PMD2018-18/PMD2019-04, City Project No. 101920). Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b ), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: By: ---'""'��t>�c.:....:""=-«>�"-...!!��,,.._=-.:�""""=-=--""-c... __ _ Company (Please Print) 7616 -----� Signature:--====--'_......,__-'------------ Address Title: ____ R._r1.._J�•'_di_t:._"-_I-______ _ City /State /Zip THE ST ATE OF TEXAS COUNTY OF TARRANT § § § (Please Print) KNOW ALL BY THESE PRESENTS: BEFORE ME, the under · ned authority, on this day personally appeared ----�:s..<lj'....1.l...L--&.<:JL..l,I...L.:II...L..L£\.-----------------' known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of '¥:) M �U,:XDy� \\n c_.for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �y of �A� ,,,����t,,, AMBERLY L. SPEARS �"\: ••••• d':'; H'r�'{�� Notary Public, State of Texas��-.. �.i�§ Comm. Expires 02-24-2023,,,im,�,,,,' Notary 10 130127986 Instruction to Offerors (May 2020R) CFW PMD -Bob Bolen PSC Police Evidence & Fire Arson Renovations , 2021. Page 33 of 34 August 2021 4'-0" 2'-0" 2'-0" Architect: Architect's Name Contractor: Contractor's Name SCHEDULED COMPLETION DATE YEAR BACKGROUND -WHITE BORDER -5/16'WIDE, 3"RADIUS CORNERS, PMS 288 (BLUE) TEXT -HELVETICA or ARIAL, PMS 288 (BLUE) FORT WORTH -PMS 288 (BLUE), CHELTENHAM BOLD LONGHORN LOGO -PMS 725 (BROWN) From:Gatewood, Sophia D. To:McDonald, Vicki Cc:Ramirez, Priscilla; Strong, JB; Glass, Brian R. Subject:RE: BBPSC - POLICE EVIDENCE AND FIRE ARSON RENOVATIONS Date:Wednesday, September 1, 2021 1:14:42 PM Attachments:COI RJM.PDF image002.png image003.png image004.png image005.png Approved.   Sophia Gatewood, CPCU, ARM-P, AIC, AINS, FCLS Property & Casualty Manager HR/ Risk Management ( (817) 392-7784 | 6 (817) 392-5874 City of Fort Worth — Working together to build a strong community. Follow Fort Worth   From: McDonald, Vicki  Sent: Wednesday, August 25, 2021 9:52 AM To: Gatewood, Sophia D. <Sophia.Gatewood@fortworthtexas.gov> Cc: Ramirez, Priscilla <Priscilla.Ramirez@fortworthtexas.gov>; Strong, JB <John.Strong@fortworthtexas.gov>; Glass, Brian R. <Brian.Glass@fortworthtexas.gov> Subject: BBPSC - POLICE EVIDENCE AND FIRE ARSON RENOVATIONS   Please review and approve COI for the above project.  Contract is in the amount of $1,227,469.93.  Thanks.     Vicki McDonald Administrative Assistant Property Management Department 401 West 13th Street  Fort Worth Texas 76102 817-392-2586 vicki.mcdonald@fortworthtexas.gov   From:Mahl, Jo Anne To:McDonald, Vicki Subject:RE: PAYMENT & PERFORMANCE BOND PB11509801897 - RJM CONTRACTORS INC Date:Thursday, August 26, 2021 9:49:49 AM CAUTION: This email originated from outside of the City of Fort Worth email system. Do not click any links or open attachments unless you recognize the sender and know the content is safe. Vicki, Please accept this email as verification of the above bond for RJM in the amount of $1,227,469.93. Let me know if you need any further information. Thanks, JoAnne Mahl Sr. Underwriting Assistant – Surety Philadelphia Insurance Companies A Member of the Tokio Marine Group 5340 Legacy Dr Ste 135 | Plano, TX 75024 O: 469.221.7979 | joanne.mahl@phly.com Hear what our agents are saying about their experience with The PHLY Difference Watch our video series to learn more about PHLY’s surety options From: Kent, Travis <Travis.Kent@phly.com> Sent: Wednesday, August 25, 2021 3:13 PM To: Mahl, Jo Anne <JoAnne.Mahl@phly.com> Cc: Ganci, Glenn <Glenn.Ganci@phly.com> Subject: FW: PAYMENT & PERFORMANCE BOND PB11509801897 - RJM CONTRACTORS INC Travis N. Kent Assistant Vice President – Contract Surety Southwest Region Philadelphia Insurance Companies AM Best Rated A++ A Member of the Tokio Marine Group O: 512-652-0508 | M: 512-470-6911 | travis.kent@phly.com 2600 Via Fortuna, Suite 220 Austin, TX 78746 PHLY.com From: McDonald, Vicki <Vicki.McDonald@fortworthtexas.gov> Sent: Wednesday, August 25, 2021 1:42 PM To: Kent, Travis <Travis.Kent@phly.com> Subject: PAYMENT & PERFORMANCE BOND PB11509801897 - RJM CONTRACTORS INC CAUTION: Be mindful prior to opening non-TMNA attachments and/or links. Can you please verify bond # PB11509801897 for RJM Contractors Inc.? City project Bob Bolen Public Safety Complex Police Evidence and Fire Arson Renovations. What amount do you have it listed as? Thanks. Vicki McDonald Administrative Assistant Property Management Department 401 West 13th Street Fort Worth Texas 76102 817-392-2586 vicki.mcdonald@fortworthtexas.gov Please consider the environment before printing this email. ******************* Internet Email Confidentiality ******************* The information contained in this message (including any attachments) may be privileged and confidential and protected from disclosure. If the reader of this message is not the intended recipient, or an employee or agent responsible for delivering this message to the intended recipient, you are hereby notified that it is strictly prohibited (a) to disseminate, distribute or copy this communication or any of the information contained in it, or (b) to take any action based on the information in it. If you have received this communication in error, please notify us immediately by replying to the message and deleting it from your computer. **********************************************************************