Loading...
HomeMy WebLinkAboutContract 45746 (2)�� SEC��, CONT�� ��o � � .�,. AGREEMENT FOR CONSTRUCTION MANAGER AT RISK PRE-CONSTRUCTION SERVICES AND CONSTRUCTION SERVICES THIS AGREEMENT FOR CONSTRUCTION MANAGER AT RISK SERVICES which INCLUDES SECTIONS FOR PRE-CONSTRUCTION PHASE SERVICES AND CONSTRUCTION PHASE SERVICES, is made and entered into by and between the City of Fort Worth, a Texas municipality, ("City") and McCarthy Building Companies, Inc., a legal entity existing under the laws of the State of Texas, ("CMAR"). City and CMAR may be referred to herein as a"Party" or the "Parties". WITNESSETH: � � � � � r� � � c r� � � 0 � WHEREAS, City desires to procure Construction Manager-At-Risk services from CMAR, which consist of Pre-Construction Phase Services and Construction Phase Services, and CMAR possesses broad experience, knowledge and technical resources to provide such services related to the design, permitting, construction and construction management for the Village Creek Peak Flow Management Facilities construction project (the "Project"); and WHEREAS, the City desires to contract with CMAR for the Pre-Construction and Construction services and CMAR is willing and able to undertake and provide the services and to be responsibla for the overall completion of the Project, as described on Attacl�ment A, upon the terms, covenants, recitals, and conditions hereinafter set forth; and WHEREAS, City has engaged the services of CDM Smith, Inc. ("Design Engineer"), to prepare the design of the Project; and WHEREAS, CMAR agrees to provide Pre-Construction and Construction services as defined in Attachment A and as further set forth in the written proposal to City from CMAR, dated 6th day of June, 2013, attached hereto as Attachment B; and WHEREAS, the CMAR agrees to be bound by and incorporate into its construction phase contracts with its primary subcontractors(s) to which CMAR awards contracts, the City's Standard General Conditions for a CMAR Construction Contract, Attachment C; and WHEREAS, capitalized terms not specifically defined herein shall have the meaning associated with those capitalized terms as found in the Standard General Conditions for a CMAR Construction Contract. NOW THEREFORE, for and in consideration of these recitals, compensation by City for the services to be rendered by CMAR, and of the covenants and promises to be carried out by the Parties, it is agreed by and between the Parties that the City hereby contracts with CMAR and CMAR hereby accepts such contract to perform the services hereinafter defined upon the terms and conditions set forth herein, including any Attachments and Exhibits, which are hereby incorporated. ARTICLE 1 — SERVICES 1. CMAR agrees to furnish all Pre-construction Phase Services, as described in Attachments A and B. CMAR — Water — Peak Flow Management Facility �FFICIAL C�ECOR�i �1'�`l° ����E�'��.`i� Page 1 of 13 ' ��'n �'��T�� �'i� 2. The Pre-Construction Phase Services shall commence within 7 calendar days after receipt of an authorization in the form of a Notice to Proceed from the City to CMAR and terminate upon conclusion of Guaranteed Maximum Price ("GMP") negotiations. CMAR may initiate early works packages, such as for utility relocations, prior to final development of the GMP. Costs of early works packages shall be included in the GMP. 3. CMAR agrees to furnish all Construction Phase Services for the amount of the GMP, as hereinafter described, abiding by this Agreement and its Amendments and Attachments, to also include the Construction Documents created to effect the Work on the Project. 4. The Construction Phase Services shall commence within 7 calendar days after receipt of an authorization in the form of a Notice to Proceed from the City to CMAR. ARTICLE 2 — COMPENSATION 1. The City shall compensate CMAR for providing the Pre-Construction Phase services for the Pre-Construction Services Fee of Ninetv-Five Thousand Dollars $95,000.00 as further described on Attachment B. 2. The City shall compensate CMAR for providing the Construction Phase services for the Construction Services Fee of 3.5% (percent) of the Cost of Work as further described on Attachment B. 3. Notwithstanding Article 1, Paragraph 3, above, or Paragraph 2 of this Article, City may, by giving written notice at any time before the end of the Pre-Construction Services Phase, elect to terminate this Agreement should a GMP not be successfully negotiated or if the GMP, in the City's reasonable estimation, exceeds or would exceed the City's Estimated Construction Budget. In such event, CMAR shall be paid for Work performed up to the date of termination in accordance with this Agreement. 4. CMAR Contingency - CMAR's GMP shall include a Contingency of 5% of the GMP for CMAR's exclusive use, with City's written approval, which approval shall not be reasonably withheld, to cover those costs considered reimbursable as a Cost of Work but not included in a Change Order, such as those costs related to unanticipated Costs resulting from local market, labor and material conditions, bidder and subcontractor defaults, errors or negligence of the CMAR, interFacing omissions between the various work categories, and General Conditions costs in excess of estimate. Any unspent contingency funds shall be shared on a 50/50 basis between CMAR and City. 5. Savings — In the event the final Cost of Work, inclusive of the CMAR Fee, is less than the GMP, as may be adjusted by Change Orders, 50% of the resulting savings will be paid to the CMAR as an additional incentive. 6. Schedule Incentives to promote performance results by contractors may be established by CMAR for the Construction Phase. During development of the GMP, CMAR and City may determine an allowance amount, which will be a part of the GMP, to be used for Schedule Incentives. Any of these funds unspent shall be returned to City. 7. Hourly Preconstruction rates for additional Pre-Construction Phase services required or requested in writing by City: Executive $161/hr, Project Director $143/hr, QC Director $133/hr, Lead Estimator $118/hr, Civil Estimator $113/hr, Construction Manager $104/hr, Pr'oject Superintendent $118/hr, Scheduler $94/hr. CMAR — Water — Peak Flow Management Facility Page 2 of 13 ARTICLE 3 — PAYMENT Payment by City to CMAR is to be made as follows: 1. CMAR shall submit a monthly invoice for Pre-Construction Phase Services describing the work performed during the preceding month. The City shall make payment of any undisputed amounts to CMAR within thirty days after receipt of said invoice. 2. CMAR shall submit a monthly invoice for Construction Phase Services describing the Work performed during the preceding month. The City shall make payment of any undisputed amounts to CMAR within thirty days after receipt of said invoice, less 5% retainage, except that no retainage shall be held on CMAR's Construction Services Fee or General Conditions Costs. Payment shall be based on invoices for Work performed by CMAR or its subcontractors, which City has a right to review upon request (if not included with CMAR's invoice). CMAR's Construction Services Fee and General Conditions costs shall be included and each shown as a line item in said invoice to City. 3. Unless City has disputed the accuracy of any portion of an invoice, City shall make its payments on the invoice on the undisputed portions of an invoice within thirty days from the receipt of the invoice. Upon failure by City to so pay, CMAR may suspend performance of Work (whichever phase), or to immediately terminate this Agreement in the event any invoice remains unpaid for ninety days on the basis of non-performance on the part of the City. Interest at the rate of two percent per annum shall be payable on any amounts which are due but unpaid after sixty days after receipt of such invoice. When such progress payments are restored, CMAR shall resume providing all agreed upon Services. ARTICLE 4— GUARANTEED MAXIMUM PRICE The Guaranteed Maximum Price proposal for Construction of the Project shall be presented to the City no later than 30 days after receipt by CMAR of approved 90% plans or as otherwise mutually agreed. When established and accepted by City, the GMP shall be memorialized and incorporated as an amendment to this Agreement. ARTICLE 5— CHANGES IN THE WORK The City, during either phase of services and without invalidating this Agreement, may order changes in the design of the Project and/or the Work consisting of additions, deletions or other revisions, and, where necessary, the GMP and the Contract Time shall be adjusted accordingly. All such changes in the Work shall be authorized by "Change Order", a written order to the CMAR signed by the CMAR, City and the Design Engineer, issued after the execution of this Agreement, authorizing a change in the Work or adjustment in the GMP or the Contract Time. The GMP and the Contract Time may be changed only by Change Order. CMAR — Water — Peak Flow Management Facility Page 3 of 13 ARTICLE 6- PROJECT TIME AND LIQUIDATED DAMAGES Project Time shall not be longer than as indicated in Attachment A as modified by CMAR in Attachment B and the Project Schedule, as developed by CMAR and presented simultaneously with the GMP. CMAR will perform the required services in a timely manner and comply with the Project Schedule and any minor adjustments as reasonably requested by City. Major changes to the Project Schedule may be negotiated and memorialized by a Change Order. CMAR recognizes that time is of the essence to this Agreement and that City will suffer financial loss if the Work is not completed within the Project Time, plus any mutually agreed extension thereof. The CMAR also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, CMAR agrees that as liquidated damages for delay (but not as a penalty), CMAR shall pay City $1,250.00 for each day that expires after the expiration of the Project Time until such time as Substantial Completion of the Project is issued by the City in writing. ARTICLE 7 — MBE The CMAR is not required to meet an MBE participation goal for the Pre-Construction Phase Services for this Project. CMAR must meet the MBE goal of 20°/a during construction phase services to meet a minimum qualification for self-performing any or all of the construction phase services. The CMAR commits to 20°/a MBE participation for the Construction Phase Services for this Project. ARTICLE 8- GENERAL TERMS AND CONDITIONS CONSTRUCTION DOCUMENTS. In addition to the definitions in the attachments or exhibits to this Agreement, which are incorporated for use herein, the term "Construction Documents" shall mean those written or electronic documents indicating the basic scope of work as set forth by the Design Engineer, Design Engineer's formal construction documents and related specifications, including bid materials, the Request for Proposals, CMAR's proposal, and the other necessary documents as may be indicated by the Owner whether specifically attached hereto or provided separately. 2. PROFESSIONA� STANDARDS. The CMAR shall be responsible, to the level of care and skill ordinarily used by practicing professionals in the same type of work in the City's community, for the professional and technical soundness, accuracy, and adequacy of all consultation, cost estimating, pre-construction and other services and materials furnished under this Agreement. 3. CONSTRUCTION PHASE GENERAL CONDITIONS. Attachment C contains the City's Construction General Conditions applicable to this Project. CMAR is expected to have reviewed and hereby agrees to comply with said Construction General Conditions, including providing a copy to any contractors or subcontractors, as applicable. 4. PROJECT PROGRESS. CMAR's services and compensation under this Agreement have been agreed to in anticipation of the orderly and continuous progress of the Project through completion. CMAR — Water — Peak Flow Management Facility Page 4 of 13 , 5. PROJECT DELAYS. Should completion of the services be delayed for cause(s) beyond CMAR's reasonable control, including force majeure, or delays occasioned by factors which could not reasonably have been foreseen at the time this Agreement was prepared and executed, CMAR and City shall work together to adjust the project time schedule(s). Should adjustment be necessary, the time for performance may be extended for a period mutually agreed upon in writing by the parties or if the parties cannot agree then a reasonable time as determined by City. 6. PERFORMANCE OF WORK. CMAR shall publicly advertise for bids or proposals and receive bids or proposals from trade contractors or subcontractors for the pertormance of all major elements of the work other than the minor work that may be included in the general conditions. CMAR may seek to pertorm portions of the work itself by submitting its bid or proposal for those portions of the work in the same manner as all other trade contractors or subcontractors and City determines that the CMAR's bid or proposal provides the best value for the City. . 7. REVIEW OF BIDS OR PROPOSALS. The CMAR shall review all trade contractor or subcontractor bids or proposals in a manner that does not disclose the contents of the bid or proposal during the selection process to a person not employed by the CMAR, Design Engineer, or City. All bids or proposals shall be made available to the City on request and to the public after the later of the award of the contract or the seventh day after the date of final selection of bids or proposals. If the CMAR reviews, evaluates, and recommends to the City a bid or proposal from a trade contractor or subcontractor but the City requires another bid or proposal to be accepted, City shall compensate the CMAR by a change in price, time, or GMP for any additional cost and risk that the CMAR incurs because of the City's requirement that another bid or proposal be accepted. 8. DEFAULT; PERFORMANCE OF WORK. If a selected trade contractor or subcontractor defaults in the performance of its work or fails to execute a subcontract after being so selected, the CMAR may fulfill, without advertising, the contract requirements or select a replacement trade contractor or subcontractor to fulfill the contract requirements. 9. ASSIGNMENTS. CMAR shall not assign its interest in this Agreement without the written consent of the City. CMAR may enter into subcontracts with respect to the services required by this Agreement but shall remain fully responsible to the City in connection therewith. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of City. 10. PERSONNEL. CMAR, an Equal Opportunity Employer, (including any agents, employees, subcontractors, successors and assigns of CMAR), now has or will secure at its own expense, personnel required to perform the services under this Agreement. Such personnel are not employees of, nor have any contractual relationship with the City. CMAR acknowledges responsibility for all federal, state, and local requirements for employers that apply to CMAR. 11. EXTENT OF AGREEMENT/NO THIRD PARTY RIGHTS. The City and CMAR agree that this Agreement represents the entire and integrated Agreement between them and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement is solely and exclusively for the benefit of the City and CMAR and not for the benefit of any third party. The City and CMAR agree that there are no third-party beneficiaries and each agrees that the obligations in this Agreement are owed CMAR — Water — Peak Flow Management Facility Page 5 of 13 exclusively to the other party to the Agreement and are not intended to create any rights, contractuai or otherwise, to any other person or entity. The doctrine of respondeat superior shall not apply. 12. INSURANCE. CMAR shall, during the performance of the Agreement, keep in force insurance with the following requirements: • The City shall be shown as an Additional Insured on all coverages, except Worker's Compensation and Professional Liability. • These certificates shall require that coverage afforded under the policies will not be canceled unless at least 30 days prior to cancellation written notice has been given to the City. The policy in existence is to read as the certificates read. • The insurance company used by Contractor must be licensed to do business by the state of Texas, and have an A.M. Best rating of "A -, VII" or higher except in the worker's compensation category. • The Certificates of Insurance, and any subsequent renewals, shall reference the Project. • Required Coverages: ■ Statutory Worker's Compensation ■ Employer's Liability: - Bodily Injury by Accident -$100,000 each accident - Bodily Injury by Disease -$500,000 policy limit - Bodily Injury by Disease -$100,000 each employee - If setf-insured, proof of filing with the State of Texas and secured, set aside funds shall be required. ■ General Liability -$1,000,000 Limit of liability per occurrence for bodily injury and property damage ■ Automobile Liability Insurance -$1,000,000 limit of liability per occurrence for bodily injury and property damage. Coverage to include all owned non-owned and hired vehicles. ■ Professional Liability Insurance with $1,000,000 limit. Within ten days after execution of this contract and during the entire period of CMAR responsibility under this contract, CMAR shall maintain professional liability insurance as provided herein. CMAR shall file with the City the certificate from an insurance company authorized to do business in the State of Texas showing issuance of professional liability insurance (errors and omissions insurance). 13. DUTY TO PAY PREVAILING WAGE RATES. The CMAR shall comply with all requirements of Texas Government Code Chapter 2258, ("Chapter 2258"), including the payment of not less than the rates as determined by the City Council of the City of Fort Worth on October 29, 2013, and unless subsequently revised prior to establishment of the GMP shall be the minimum prevailing wage rates to be paid by CMAR and/or its contractors in accordance with Chapter 2258: Such prevailing wage rates are included in the Construction Documents. 14. OWNERSHIP OF WORK PRODUCT. CMAR shall maintain detailed records of its Services relating to this Agreement and upon completion of the Project, such records, including all accounts, bills, vouchers, associated documentation and estimates relative thereto, become the property of the City. If the City should reuse the Project's information, it shall assume full responsibility therefor. CMAR — Water — Peak Flow Management Facility Page 6 of 13 15. TERMINATION. The City may terminate this agreement at any time by providing a thirty- day notice to the Contractor. If this Agreement is terminated, CMAR shall be compensated for work actually performed and expenses incurred plus any profits earned up to date of termination. Notice of termination shall be given by the City through certified mail, return receipt requested, to the principal office of the CMAR. The effective date of termination shall be 30 days after the date of receipt of the notice. 16. COST ESTIMATES. CMAR's opinions of probable cost are to be made on the basis of CMAR's experience and qualifications and represent CMAR's best judgment as a qualified professional familiar with the industry. 17. INDEMNIFICATION. CMAR COVENANTS AND AGREES TO, AND DOES HEREBY ASSUME LIABILITY, INDEMNIFY, HOLD HARMLESS AND DEFEND, AT ITS OWN EXPENSE, CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR SUITS FOR PROPERTY DAMAGE OR �OSS AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF WHATSOEVER KIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE WORK TO BE PERFORMED UNDER THIS AGREEMENT, WHETHER OR NOT CAUSED lN WHOLE OR IN PART BY ANY ACT, OMISSION OR NEGLIGENCE ON THE PART OF THE OFFICERS, AGENTS, SERVANTS, EMPLOYEES, LICENSEESOR INVITEES OF CITY, CMAR LIKEWISE COVENANTS AND AGREES TO, AND DOES HEREBY, INDEMNIFY AND HOLD CITY HARMLESS FROM AND AGAINST ANY AND A�L INJURIES, LOSS, OR DAMAGES TO PROPERTY OF CITY ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE WORK TO BE PERFORMED UNDER THIS AGREEMENT, WHETHER ARISING OUT OF OR IN CONNECTION WITH OR RESULTING FROM, lN WHOLE OR lN PART, ANY AND ALL ALLEGED ACTS OR OM/SS/ONS OF CITY'S OFFICERS, AGENTS, SERVANTS, EMPLOYEES, LICENSEES OR INVITEES. THE INTENT OF THIS PARAGRAPH IS TO REQUIRE CMAR TO INDEMNIFY THE CITY FOR ITS SOLE OR CONCURRENT NEGLIGENCE. 18. SURETY BONDS. The CMAR shall, within ten days of the final execution by the Parties of this Agreement, deliver to the City a letter from CMAR's surety acceptable to the City to ensure that the CMAR is able to furnish the required perf'ormance and payment bonds when a guaranteed maximum price is established and as a condition precedent to the City issuing of a Notice to Proceed with the Construction Phase of this Agreement. Payment and Pertormance Bonds, when issued for the Construction Phase Work shall be on a form acceptable to the City and in compliance with Texas Government Code Chapter 2253, for the Construction Work. The Payment and Performance Bonds shall name the City as obligee, and shall each be in a penal sum equal to the GMP. Maintenance Bonds, valid for two years from the substantial completion date of the Work, in the amount of the GMP shall be provided by the CMAR on or before the final acceptance of the Work by the City on a form acceptable to the City and in the name of and in favor of the City. All payment, performance and maintenance bonds issued shall be provided by a surety in accordance with Texas Gov't Code 2253. No sureties will be accepted by the City that are at the time if issuance 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 CMAR — Water — Peak Flow Management Facility Page 7 of 13 unsatisfactory at any time by the City, notice will be given to the CMAR to that effect and the CMAR shall immediately provide a new surety and bonds satisfactory to the City. 19. CITY NON-APPROPRIATION OF FUNDS. Notwithstanding any other provisions of this Agreement, if this Agreement provides for the City to make payments to the CMAR in any fiscal year following the City's fiscal year in which this Agreement begins and the City Council fails to appropriate funds to make the payments, then this Agreement automatically terminates at the beginning of the first day of the successive fiscal year for which funds were not appropriated, and the City shall not be obligated to make or have any liability to the CMAR for the payments. 20. EXTRA SERVICES. In the event of any legal proceedings or other claims requiring services of CMAR in providing expert testimony on behalf of the City in connection with the Project, except suits or claims by a third party against the City arising out of alleged errors or omissions of Design Engineer or CMAR, the City shall provide additional compensation to CMAR based on actual cost. ARTICLE 9— THE CITY'S RESPONSIBI�ITIES The City shall: Upon request from CMAR, provide all criteria and full information as to its requirements for the Project, including design objectives and constraint, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; and furnish copies of all design and construction standards which the City will require to be included in the Project's design. 2. Designate a person to act as its representative with respect to the services to be rendered under this Agreement for Pre-Construction Services. Such person will have complete authority to transmit instructions, receive information, interpret and define City's policies and decisions with respect to CMAR's services. 3. Furnish to CMAR all non-confidential technical data in its possession which it may lawfully release, including but not limited to, maps, surveys, drawings, soils or geotechnical reports, and any other information required by CMAR, all of which may be used and relied upon in performing services under this Agreement. 4. Arrange for access to and make all provisions for CMAR to enter upon public and private property as required for CMAR to perform services under this Agreement. 5. May examine all studies, reports, sketches, estimates, and other documents presented by CMAR. ARTICLE 10 — AMENDMENTS This Agreement may only be amended in writing, agreed to by both Parties ARTICLE 11 - EXTENT OF AGREEMENT This Agreement represents the entire and integrated agreement between the City and Contractor with respect to the subject matter of this Agreement and supersedes all prior understandings, negotiations, representations or agreements, either written or oral contracts CMAR — Water — Peak Flow Management Facility Page 8 of 13 between City and Contractor respecting this Project. This Agreement will be binding upon and inure to the benefit of City and Contractor and their respective successors and assigns. ARTICLE 12 — GOVERNING LAW & JURISDICTION Arbitration will not be allowed on this Project. The terms of the Agreement shall be construed and interpreted under, and all respective rights and duties of the parties shall be governed by, the laws of the State of Texas, without regard to its conflict of law provisions. CMAR hereby submits to the jurisdiction of the Texas Courts and will obtain and maintain an agent for service of process in the State of Texas. Neither party will bring any action against the other party arising out of or relating to this Agreement in any forum or venue except in Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. CMAR irrevocably waives any present or future objections to such legal action and irrevocably waives the right to bring any legal action in any other jurisdiction. ARTICLE 13 — SEVERABILITY It is agreed that in the event any covenant, condition or provision herein contained is held to be invalid by any court of competent jurisdiction, the invalidity of such covenant, condition or provision shall in no way affect any other covenant, condition or provision herein contained, provided however, that the invalidity of any such covenant, condition or provision does not materially prejudice either CMAR or City in connection with the rights and obligations contained in the valid covenants, conditions or provisions of this agreement. ARTICLE 14 — WAIVER. The waiver by the City of any default or breach of a term, covenant or condition of this Agreement shall not be deemed to be a waiver of any other breach of that term, covenant or condition or any other term, covenant or condition of this Agreement, regardless of when the breach occurred. ARTICLE 15 — HEADINGS. The headings in this Agreement are inserted for reference only, and shall not define or limit the provisions hereof. ARTIC�E 14 - NOTICE. All notices required herein shall be addressed to City as follows: S. Frank Crumb, P.E. Water Director 1000 Throckmorton Street Fort Worth, Texas 76102 CMAR — Water — Peak Flow Management Facility Page 9 of 13 All notices to CMAR shall be addressed as follows: Jerry Mayer, P.E. McCarthy Building Companies, Inc. 12001 N. Central Expressway, Suite 400 Dallas, TX 75243 jmayer@mccarthy.com 972-991-5500 ext. 52265 Executed and effective as of the last day executed by a duly authorized representative of each Party hereto in three counterparts, each of which may be deemed an original. CMAR McCarthy Building Companies, Inc. L� Dai � ti�� ��� . CITY OF FORT WORTH: By: ��tyt�t�o(,�o�. Fernando Costa Assistant City Manager Date: By City: Approved as to Form and Legality _ ��f �� , Douglas W. Black Assistant City Attorney nn&c: G - 26'6 y�3 Date: � - �� ` � �! Ap r al Recommended: ���/' �l�� �"'� I S. Frank Crumb, P.E. Director, Water Department ATTEST: ������ ��°�� �°° J. K o � g ��-r � ec� �$� oo�,� ,. �+�`�O(�o�°o°°n°�� l���'� • � " �+TI �.�rvS)�,'Zi]y CMAR — Water — Peak Flow Management Facility C�FFNC6A6. l��C�id� �°�i 1( �`•i>`�'� n�����i �,�a1��J�)L�'��;�li'3� ATTACHMENT A Pre-Construction Phase Services Scope of Work CMAR — Water — Peak Flow Management Facility Page 11 of 13 ATTACHMENT A Pre-Construction Phase Services Scope of Work Pre-Construction Services will include the CMAR working with the City and its Design Engineer to share ideas and experience in assisting the Design Engineer in developing construction documents suitable for construction and suitable for preparing a Guaranteed Maximum Price. The Preconstruction Phase Services will include: i. Provide a Project Manager, all Key Personnel and all other associated personnel necessary to fully meet the CMAR obligations for the Preconstruction Phase Services; In providing such Pre-Construction Phase Services, Contractor does not assume any responsibility for design errors, omissions or inconsistencies. 2. Consult with, advise and provide recommendations to the City and the Design Engineer on all aspects of the planning, design, and proposed construction and drawings and specifications; 3. Provide constructability review and consult on constructability issues in the development of the 30%, 60% and 90% final design review plans and specifications, including recommendations on design packaging to advance construction, material availability and independent quantity calculations to verify quantities provided by Design Engineer; 4. Provide list of additional details needed on 60% design review plans that would be needed to complete the project in the allotted time or to accelerate aspects of the work; 5. Project Manager, Estimator, Scheduler and Superintendent along with any other necessary personnel shall attend review workshops at the 30%, 60% and 90% final design review milestones, assume each workshop is one complete eight (8) hour day; 6. Provide on-going value engineering review, including written reports and recommendations on the 30%, 60% and 90% final design review, as applicable; 7. Identify, evaluate and propose cost-effective alternatives; 8. Develop independent detailed construction cost estimates for the Project and Critical Path Method schedules at the 30%, 60% and 90% final design review milestones; 9. Provide monthly project planning and scheduling report (using critical path method) to minimize the construction impact and prepare cash flow analyses for both the design and construction phases; 10. Identify long-lead equipment procurement needs and submit a report to the City; 11. Identify, evaluate and recommend elements of the Project that may require less than 100% design; 12. Make recommendations to the City regarding the division of the Work to facilitate bids and proposals for the major elements of the Work; 13. Advise the City of ways to gain efficiency in Project delivery; 14. Provide a complete, detailed, written GMP proposal including line item cost breakdowns with conditions, assumptions, and CMAR contingency; CFW-CMAR Village Creek Attachment A Page 1 of 4 15. Provide a construction emergency response plan; 16. Prepare and submit a construction site safety plan; 17. Develop, implement and maintain a quality management plan that assures conformance to every section of the specifications. Develop a QA/QC program to ensure continuing attention to the production and installation of error-free work; 18. Provide an environmental management plan detailing programs for a storm water pollution prevention plan and handling other environmental issues (dust, on site chemicals and fuel, etc.) required to comply with permits and regulations applicable to the Project; 19. Incorporate the City's terms relating to quality, safety, community, and environmental factors; 20. Schedule all Project construction related activities; 21. Identify Work which the Proposer intends to self perform. Identify and recommend which work, if any, should be procured through value based competitive selections, in lieu of low bid; 22. Identify and recommend Early Works Packages; 23. Participate in monthly progress meetings on site; 24. Participate in one Project kick off ineeting for Preconstruction Phase Services; 25. Participate in up to 10 additional meetings or workshops with the Design Engineer, Owner or others as needed. 26. The CMAR's Preconstruction Phase Services shall include, in addition to preparation of the Plan described below, a general outreach program to MBEs or potential MBEs to educate the MBE community about the project and raise awareness of the opportunities to bid on Work. The CMAR shall have attending at the workshop meetings above the CMAR's project manager, procurement specialist, cost estimator, and scheduler, plus any other persons whom it deems appropriate. Payment of the full amount of the Pre-Construction Services Fee is contingent upon the appropriate persons attending and contributing to the aforementioned workshop meetings. In providing such Pre-Construction Phase Services, CMAR does not assume any responsibility for design errors, omissions or inconsistencies. Upon conclusion of evaluating input from CMAR on the 60% documents, Design Engineer will incorporate such items as it deems appropriate, with the resulting modified 60% documents constituting the Final Pricing Package for use in calculating GMP. Upon receipt of the Final Pricing Package, the CMAR shall: 1. Thoroughly review these documents; 2. Develop a Guaranteed Maximum Price; 3. Prepare a detailed schedule of construction of the project; CFW-CMAR Village Creek Attachment A Page 2 of 4 4. Prepare a list of additional details needed to supplement the 60% compiete construction documents and when such details would be needed to complete the project within the allotted time. 5. Attend a minimum of two all-day meetings at the offices of the City in Fort Worth, Texas, to present the basis of the amount of the Guaranteed Maximum Construction Cost and negotiate in good faith based on open book cost estimates; 6. Attend two all-day workshop meetings, in addition to those listed above, excluding the effort for GMP pricing and negotiation, at the offices of the City or Design Engineer in Fort Worth, Texas. Construction Phase Services Scope of Work Construction Phase Services will include the following: 1. Under the relevant state laws, including Local Government Code Chapter 252 and Government Code Subchapter F, Chapter 2269.251 et seq. (each as may be amended), solicit and publicly conduct trade contractor or subcontractor bidding and proposals for all major elements of the construction work estimated at greater than $50,000.00, and for material suppliers for the Project, unless incorporated above or otherwise exempted; 2. Discuss Project with subcontractors and material suppliers to determine work loads, bonding capacity, and worker/mechanic availability; 3. Review and monitor the final design and suggest equipment, materials and systems for selection; 4. Prepare the Bids/Proposals packages for the elements of the Work which must incorporate the requirements of the Contract; 5. Develop and submit recommendations for the award of the subcontracts to construct the Project; 6. Participate in one Project kick off ineeting for Construction Phase Services; 7. Performance of the construction portion of the Work in strict accordance with all applicable Contract Documents; 8. Coordinate and manage the Work that includes all required appurtenances, necessary site improvements, and all other work required to make a complete and operable system within the Guaranteed Maximum Price and within the allowable contract time; 9. Coordinate with various local and state agencies, as necessary; 10. Arrange for procurement of materials and equipment; 11. Manage all procurement and construction-related subcontracts while meeting the City's requirements for procurement of subcontractor and supplier bids or proposals, including compliance with the MBE participation goal. This effort includes inspection of the Work performed by subcontractors to ensure conformance with the Contract; 12. Monitor and maintain quality controls over shop drawings, equipment and materials, implementation and Work; CFW-CMAR Village Creek Attachment A Page 3 of 4 13. Provide Performance Bond, Payment Bond, and 2-year Maintenance Bond(s) as detailed in this Agreement; 14. Provide insurance for as detailed in this Agreement; 15. Implement the construction site safety plan to provide a safe working site for the Project, maintain, update and implement as needed the emergency response plan; 16. Conduct a pre-construction meeting with all the contractors and sub- contractors performing major elements of the work prior to the start of their work activities; 17. Obtain any necessary construction permits; 18. Manage storm water runoff and dust; 19. Establish and implement procedures to track, expedite and process all submittals, change orders, and requests for information; 20. Review and process shop drawings and other submittals for submission to Owner for City approval; 21. Establish a Critical Path Method schedule for the Project, monitor and update the construction schedule monthly, prepare three week look ahead work schedules consistent with overall schedule; 22. Review and process all pay request applications from subcontractors; 23. Conduct monthly progress meetings with the on-site trade foremen or superintendents; 24. Attend monthly meetings with the Design Engineer and City staff and provide written monthly progress report and updated schedule; 25. Maintain current hard copies of Project as-built drawings, including all subcontracted work, and submit in hard copy, PDF and electronic format specified by the Design Engineer monthly; 26. Develop, implement and manage a commissioning, the start-up and testing plan necessary for the City to accept the Project as completed and ready to use; 27. Expedite and coordinate delivery and installation of Owner-procured material and equipment, as applicable; 28. Maintain strict enforcement of Owner's or other applicable prevailing wage requirements; 29. Update and revise the Operation and Maintenance Manual developed by the Design Engineer as necessary; 30. Supervise and manage the warranties provided to the City for the equipment and construction work; 31. Receive warranty/guaranty Work items from the construction contractors and subcontractors and provide same to Owner upon Final Completion of the Project, or at a date negotiated by the Parties; 32. Conduct a walk-through with the City and Design Engineer regarding the two-year Maintenance warranty; 33. Implement close out procedures necessary for the City to accept the Project as being finally complete; provide lien waivers from all subcontractors and material suppliers; 34. Complete all Construction Phase Services and Work; 35. Prepare a final report on all construction costs. CFW-CMAR Village Creek Attachment A Page 4 of 4 E� �o Z6 a6�d �t�i�i�e� ;uawa6eueW nnol� �{ead — �a}eM — 2i`dW� ��/SOd02ld N�11RlM s�2lb�W� 81N� W H �t/ll�d , ..� � �� �,�� ,5, ` � � '� .J� :, t . _j `+ / RFQ/P Group 2013A Village Creek Water Reclamation Facility Peak Flow Management Facilities Construction-Manager-at-Risk 6 r - f, _ ' - --: �. ^7: ''R-a 1—� `G _ �11�1�I/,�, �' . . ^ '�1 � r� �,�,,��e�', , � / _�-.�.. -� `� ' __ � � . . � RESPONSE TO REQUEST FOR PROPOSAL City of Fort Worth Project No. 02009 June 6, 2013 e �^ l ` � ` � � �, � ..Uy � i . -_ a'� �____.- - �. Submitted to: Submitted by: � �� �� � � � � � Attachment B TABLE OF CONTENTS FORT WORTH City of Fort Worth Water Reclamation Facility Peak Flow Management Facilities Preconstruction and Construction Phase Services - Project No. 02009 ..................................................................................................................................................................................................... COVER LETTER �l �. _ _ ;r�-� y, - APPENDIX: Qualifications and Experience Key Personnel CMAR Project Approach Cost and Schedule Control EXHIBIT D - Preconstruction Services Fee and CMAR Fee Percentage QA/QC Plan Compliance with the Business Diversity Enterprise Ordinance - Minority Business Enterprise Participation Resumes Exhibit B- Exceptions to Draft Contract Page 1 - 5 Page 6 - 14 Page 15 - 17 Page 18 Page 19 - 23 Page - 24 - 26 FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES 1. QUALIFICATIONS AND EXPERIENCE KEY PERSONNEL CMAR McCarthy is proposing a highly qualified and immediately available project team with experience working together. Reasons this team will bring value to the Village Creek Peak Flow project include: • 11 team members that have successfully completed projects under CM-at-Risk Delivery. • 4 team members that have worked together on the $191M SJRA CMAR Project. • 2 team members have worked directly with CDM and the City of Fort Worth on the highly successful Westside Water Treatment Plant project. This team, more so than any other, will be able to hit the ground running and provide the City with high quality CM-at-Risk services. Our entire preconstruction team is currently available to begin working with the City and the CDM design team to provide preconstruction services for the project imme- diately. McCarthy commits that all proposed on-site project team members will be available to move on-site when construction begins in October 2014. CMAR Project Organization The McCarthy Team has developed a collaborative staff- ing chart that reflects a focus on efficiency as well as accountability for the Village Creek project. Our top down approach offers Fort Worth one Project Director, Jerry Mayer, P.E.. Jerry will give the City a single point of contact for all project level communication from cradle to grave - preconstruction through completion and warranty period. Jerry directs and oversees both the Preconstruction and Construction teams, as well as the project support team. Reporting directly to Jerry are Troy Larson, Preconstruction Manager, who will lead our Preconstruction Team and John Frazier, Construction Manager, who will manage all of the Construction opera- tions on-site. Reporting to John on-site are Superintendent, Chris Arpaia and Quality Control Manager, Matt Robben, who will manage construction of the Village Creek Peak Flow Management Facilities project. Project support staff such as Project Engineers, Safety, and Administration individuals will carry out the necessary managerial duties that allow us to project certainty of cost, sched- ule, safety and quality to each element of this large FoR�T Wlo�RTH project. Our team will be seamlessly integrated as the project staff will be individually focused yet accountable to one another to deliver the Village Creek project in a coor- dinated effort. Construction Manager John Frazier will act as the primary liaison to the City and the CDM-led Design Team. Our Team's philosophy is to facilitate individuals at the correct position level to solve problems expeditiously by empowering decision making. Our team is organized such that each team member brings the proper level of experience to his or her various project responsibil- ity. This ensures that the knowledge base and decision making abilities are present to facilitate an efficient project work environment. McCarthy has found that communication during a project between our Team members and Owner or Designers works best when members from each party hold equivalent positions. Matching the correct level of decision makers together creates an empowered Owner- Engineer-Contractor CMAR Team. This model allows quick reaction, quick consensus and quick decisions which ultimately lead to a well-run project. Key Team Members �' : �, � PROJECT DIRECTOR ��:, The McCarthy Team is led by Project Director, Jerry Mayer, P.E., who will be committed 33°/a to the proj- ect. Jerry will provide leadership of the entire project from cradle to grave. He will provide leadership to the construction team, attend monthly owner meetings with Fort Worth, and be ultimately accountable to the City for McCarthy's performance on the project. Jerry has more than 30 years of construction experience and has successfully led numerous civil projects, CMAR projects, and large treatment plant projects, including the $191 million SJRA Surface Water Facility CMAR project and the $42 million TRWD Richland Chambers Wetlands CMAR project. Most recently, Jerry worked with CDM and Fort Worth while overseeing McCarthy's construction team on the $47 million Westside Water Treatment Plant for the City of Fort Worth. Jerry is a well-rounded construction professional with excellent credentials to direct the activities of the proj- ect team. He will be Fort Worth's main point of contact FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 1 1. QUALIFICATIONS AND EXPERIENCE KEY PERSONNEL CMAR the day-to-day activities of the construction team and remain on-site during project close-out to make certain that the project is constructed and delivered in accor- dance with the City's requirements. PROJECT SUPERINTENDENT Chris Arpaia, Project Superintendent will be com- mitted 20% during Preconstruction and 100°/a during Construction and will serve as the General Superintendent. In this role, he will coordinate, sched- ule, and inspect the work of the various subcontractors and any self-performed labor. His emphasis is on the actual construction work, as opposed to the documen- tation and submittal process. Chris possesses unique experience with both large treatment plant projects and vertical building projects. He is currently working on the $113M NTMWD Ozone facilities project in Wylie, TX, and recently completed two major CMAR building projects in Dallas, one of which won the 2010 National AGC/Aon Build America Award, the most prestigious building award in the country. Chris has 34 years of experience and will be located on-site, full-time during construction. �� � � i \, �.w QUALITY CONTROL MANAGER Matt Robben, Quality Control Mananger will be commit- ted 100% to the project during construction and will be responsible for implementing the Quality Control pro- gram during the construction phase for this project. He will play a key role in assisting with the implementation of our quality procedures. Matt is recently served on- site on McCarthy's $113 million, 770 MGD water treat- ment facility project for NTMWD. Matt will oversee McCarthy's Quality program for the project and will lead the pre-installation meetings with all subcontractors to ensure quality control standards are met for the project. He will supervise and coordi- nate required mock-ups while and take the lead in Shop Drawing and Submittal review and processing. He will also actively participate in quality management of the commissioning and start up process. FORT�WoR.TH SAFETY COORDINATOR i, John Salsman, Safety Coordinator will be commit- ted 100% to the project during construction and will be McCarthy's on-site safety professional responsible for implementing McCarthy's safety procedures and job-site specific safety program to all on-site con- struction personnel. He will conduct on-site safety meetings, task-hazard analysis, toolbox safety meet- ings and all on-site safety training. John bring 30 years of experience to the project. John is current- ly serving as the on-site safety coordinator on the $42M CMAR Richland Chambers Wetlands project for TRWD, a very similar project with construction of levees, pipelines and lift station modifications. Additional support resources include: � C �SAFETY DIRECTOR t� Bruce Fuller, Safety Director: Bruce has 30 years of con- struction safety experience. Bruce is an OSHA certified trainer and spends a considerable amount of his time at each of McCarthy's Texas job sites to ensure McCarthy's safety program is fully implemented and adhered to by both our employees and our subcontractors. During preconstruction, Bruce will be involved with the con- struction planning activities to assist the field staff in configuring the jobsite with the safest methods possible. During construction, Bruce will visit the site on a regular basis to make sure McCarthy's safety program is being properly implemented. � QUALITY DIRECTOR Dan Petry, Quality Director: will provide our team with guidance and direction regarding quality. During precon- struction, Dan will be work with our on-site project team to tlevelop and implement the Site Specific Quality Plan for the project. He will maintain overall responsibility for implementing McCarthy's quality initiative, "Quality without Question" and will also facilitate formal partner- ing sessions throughout the project. FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 3 1. QUALIFICATIONS AND EXPERIENCE KEY PERSONNEL CMAR �c eQa � Z � a N Z Q � � � H U W O � a � I xW w I Q � � a w� Z F- �i J W F-� p O a� �d �� � a `o I W w .. Q 0 �. . ___ . � � il K o I W n' I I ��_ �i N �'p.! � > � � U . d "O C N '�L-+ N � v i N � N '- O. d � �. 3 N on a� > c � c �° v�i� �a�3 � o 0 N p � U O 3� � � m s � � ,L.. � � ry Y d0 � n- ,Lti. O .0 � Y c 3 � � O C N M N �U � n�i� � o � � @ � E V U @ m� o y c � _ .- � E °' cn T> a�i .n E a ,� L � � � � X bA y d 1a �.�+ w N L O N � ? � C � � � d O U � � .0 > @ ' C E "O � �p O � N � � N N � >"0 cL � d C @ � �y @ � a N N N U � O � W � � �� N V H U � a+ C V � � O- N��� � � >N l i.1 T 3 � Q� Q � > T C � Y '-' O v'° °'� � x — a on y � y w `o � Q � 'u v, �Y @ � 'v � U 'c � d � � -o �� N L �p 'O �' � C p n N �O C � N � � � �- m� E�-. � E a3i a`ni N 0'p'N O.. a � T � p �. �-+ .> L U � N a+ (0 ,��, i�'_' 3.O U F U 2i � U N- � � p- � V C ' V L � • • • • � �� a�i a�i v�i y Y o w, Z c m 0 � , s '-' v I y o � a Q I � w � m a� ' z� z� �I v wA am �� a � '�i � m � � � , �, C'� 'li � p o � o '. , y � '. � C �, 11� U N U Z U y ' � " O m �. p � , . -' N �I � �. � a , I � - - -- ; I I , � �I Wc III m �c I � - �� -- 2 � ' 2 � O� V � � q'�" W O � O � V v J v i N y�� �o �o a cu w c W �' a �' w - mh QpC7 Z v a �, O�A N C O� N C � J u >2 �y F- o � a FoR� x ,, �; „ „� , ri i�i �,; , l o J �+ W w � H v � v _ � U ' 3� � � N V1 r. a� � p o 'a �a a , =T U I i C � O U I L b=D I O t I o�n � �I E� o I T I _ C I C I U � � \� � y 3 � J � � Y W C \ � a � � � 00 �° `-� L Q °i � F 3 N�= N � �« W V W � c�_ Q y�_ c LL .o � �.'� � d' W Z � � - � � � � N� � b �¢ 2 � Z � U a� U w���-, � � O O � tn U U j a c� o f.7 t�i ��„ '^ j ,to„ � Z � N T �p T o E � N E � a Z W a Y w a � d U F- O v > > W � � � U U � FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 5 SECTION 2. PROJECT APPROACH McCarthy's estimating, value analysis, constructability review and other preconstruction services are designed to provide our clients with a cost efficient and well-coor- dinated working environment. McCarthy is very adept at collaborating with design firms - as proof, we are currently coordinating very effectively with three design firms and a Program Manager on our $191M CMAR project for San Jacinto River Authorit}! We will keep communications regarding inputs from the design firms and our deliverables at the forefront of dis- cussions during workshops and coordination meetings. This will allow The City of Fort Worth to have a compre- hensive tool for managing the schedule of this phase of the project. It will also allow The City of Fort Worth to monitor and direct both McCarthy and the design teams more efficiently. Our goal is to keep the design on schedule, inform The City of Fort Worth of the key decision points that facilitate the design and construction process, and start construction on time. Jerry Mayer will direct the precon- struction team during the design phase, coordinating our team member's deliverables and their participation in design workshops and The City of Fort Worth meetings. McCARTHY ADVANTAGE Actively engaging our key construction personnel early in the preconstruction phase is fundamental to McCarthy's process. Because we are a true contrac- tor, this allows the design team to take full advantage of our insights into constructability and sequencing logistics that might affect design details and project costs. We involve these key construction individuals in the process as early as possible to save time and valu- able design resources by avoiding re-design. McCarthy's cost accuracy comes from being a true self- performing contractor who understands how to evaluate the complexities of the work, put the right labor hours on it, find the efficiencies in equipment usage and sequenc- FOR� H ing, and draw from our historical cost database devel- oped from numerous treatment plant projects that we have built over the past 25 years. As a self-perform builder with active treatment plant projects in Texas and throughout the Southwest, we continuously contract for commodity materials, specialty process equipment and subcontracted trades and have an excellent pulse on the current market conditions, demands and the associated price points. We will lever- age this knowledge to bring further accuracy to our cost efforts on this project. PRECONSTRUCTION APPROACH 1. Estimating Upon notice to proceed, McCarthy's entire Preconstruction Team will participate in kickoff ineet- ings with each design team. During this initial interaction and interface, we will engage the design team members as they describe and review their 30% design draw- ings, process considerations, known constraints as well as other pertinent information. This estimate will allow the entire team to verify the scope of work as compared to the decisions and assumptions made during the Schematic Design Phase. From this meeting, our team will develop the Initial Cost Model elements and definition, schedule and logistic parameters, as well as the Cost Trend Log which the project team will use as one of the change management control tools throughout the project. This initial cost model is critical as it sets the baseline for budget control of the project moving forward. As the design progresses, we anticipate monthly meetings at The City of Fort Worth's offices with all team members, as well as weekly meetings with the individual design teams at the most appropriate location. We also use our treatment plant "lessons learned" data- base (with owner changes, design errors, omissions and coordination issues from comparable past projects) to help add further definition to the cost model. McCarthy provides cost modeling summaries on both major and sub-elements of the design. The entire cost model is broken down into a line item estimate with quanti- ties and unit pricing within the different sub elements. This makes it easier for all team members to review and understand the scope and values being identi- fied. It also allows our preconstruction team members �FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 6 a SECTION 2. PROJECT APPROACH Our means for controlling this rec- ommendation is through the use of our Value Engineering Log. This tracking document ensures that the approved items are actu- ally incorporated into the drawings and ultimately accounted for in the budget. To McCarthy, Value Engineering is a continuous process throughout the design phase, not something that occurs only at 30%-60%-90% mile- stones. Our preconstruction team will objectively review all design documents to prevent omissions and overlaps, to create concise and com- plete bidding and construction documents. Our role will be to provide information on the relative cost of alternate design solutions, which may be under con- sideration. Our emphasis will be on cost control and the impact of potential decisions on the established project budget. A typical value engineering session would include: • Identifying needs and definition of function. • Creating solutions to meeting the basic needs or function. • Review of contract documents and budget estimates to identify items that are not within the guidelines of the specifications. • Developing the costs for the various alternative solutions. • Evaluating and prioritizing the various solutions based on project criteria, feasibility of implementation and cost. • Selecting the optimum solution and implementation. Our approach consists of three main areas of focus: Treatment Process Review - typically in a plant proj- ect, there are many opportunities to make significant cost reductions, not by changing the process itself, but by offering cost-effective ways to implement the required treatment process. On this project, however, our focus will be more on efficient arrangement of the basins, cost effective ways to make modifications at the HRC pump station, etc. Construction Materials — We will evaluate the con- struction materials specified (particularly the large FoR� x diameter pipe) and recommend cost- effective options where feasible to help The City of Fort Worth receive an efficient design that will meet the budget, not a gold-plated one. Life Cycle Costs - these can be over- looked in alternative delivery projects if the focus is solely on capital costs. This approach can leave The City of Fort Worth stuck with everlasting high costs for power, chemicals, or labor for operations and maintenance. The McCarthy team's operations person- nel will participate with the design team in this analysis to ensure that The City of Fort Worth is protected from any long-term surprises. 3. Constructability Reviews McCarthy's preconstruction team takes a disciplined, pro-active approach to this review. As design develops McCarthy will continually do constructability reviews to assist the designer to ensure the most cost efficient construction methods are used. These reviews are critical components of the pre-construction process and are only as good as the experience and abilities of the people participating. McCarthy, as a true builder, is bringing field personnel who are actually respon- sible for putting work in place every day, to provide this very important function during design. Our focus is on means and methods analysis, project planning, site logistics and practical construction detailing solu- tions. Our on-site construction team will lead this process and assess: • Construction efficiency, logistics and phasing • Cost-effectiveness • Design ambiguities that require detailing • Possible inconsistencies between design and the specifications • Any scope growth that may affect cost Throughout the review process, our role is that of a construction resource, lending our construction exper- tise to ensure clear, concise, constructible construc- tion documents. The secret to successful constructability review is the discipline, desire and time to methodically go through each drawing and specification page and pro-actively FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 8 We have seen several examples on other projects where the CMAR only provided three cost estimates during the design phase using 30%-60%- 90%design submittals. However, the cost estimates were not reflective of the iterative changes to the project as the design advanced, which led to an over-budget GMP and delayed schedule. McCarthy's Dynamic Estimating approach mitigates this challenge with a cost model that is continuously updated to provide nearly real-time accurate project costs. SECTION 2. PROJECT APPROACH For the work that McCarthy intends to self-perform, on this project, we will make sure the City receives a competitive price. McCarthy will solicit subcontractors and submit a competitive bid with those subcontrac- tors. McCarthy will then review our self-perform bid tabulation with the City showing McCarthy's lump sum scoped bid compared to qualified competing lump sum subcontractor bids. The City will have final approval of selection of all subcontractors for this project. 5. Guaranteed Maximum Price Depending on the state of design, desire to initiate the Notice To Proceed for Construction, and upon the City's approval of subcontractors and suppliers, McCarthy will prepare a Guaranteed Maximum Price. This price forms the basis of the construction agreement and includes all total direct costs of the work, costs of the construc- tion manager and subcontractor performance and pay- ment bonds, on-site general conditions, premiums for customary insurance coverage, agreed upon contingen- cies, and McCarthy's Construction Phase Services Fee. According to the City's project schedule, once the CMAR is selected, the remainder of the design phase will move quickly in order to start construction by October 2014. So in order to keep the project on schedule, McCarthy intends to propose a phased GMP, which will allow us to start construction on time, even if the design isn't quite finished on time. The first early GMP will be for the earthwork and drainage, which will allow construction to begin on the site. We can then submit a final GMP at either 90% or 100% documents, depending on what the City prefers or what the project schedule requires. McCarthy's ability to deliver an accurate GMP is sec- ond to none. For example, on our award-winning Lake Pleasant Water Treatment Plant project, McCarthy sub- mitted a GMP at only 20% design documents. Our GMP McCARTHY ADVANTAGE FORT�WoR.TH was so accurate, this $230 Million project completed on-budget, despite scope additions by the owner. Rest assured, McCarthy has the ability and proven track record to deliver projects with early, phased GMPs and keep them on-budget throughout construction. We are confident we can do the same for the City of Fort Worth on this important project. General Coordination Design Team Coordination Coordinating with design teams is nothing new to McCarthy. In fact, we are currently coordinating with designers on our $191 million CM-at-Risk Surface Water Facility project for San Jacinto River Authority. There are three separate design contracts for the intake struc- ture, water plant, and high service pump station/stor- age. As CM-at-Risk, McCarthy took the lead in coordi- nating the design deliverables schedule for each design team to ensure the overall design stayed on schedule. In addition to ongoing VE and Constructability reviews, McCarthy provides individual 30%, 60%, and 90% staggered milestone estimates, for each design team's scope package, so it was of utmost importance that each design deliverable be on time. For example, as soon as the 60% estimate was complete on the intake structure, we began the full 30% estimates on the plant and high service pump station. To ensure these design milestones were met, McCarthy held weekly coordination meetings with each individual design team and monthly coordination meetings with the Owner and Program Manager. These meetings facilitate necessary Owner decisions required to keep the design moving forward. The project is currently under construction. Self-performance capability is an important skill that The City of Fort Worth should look for in your CM-at-Risk. In an "At-Risk" contract, it is important for your CM to have "skin in the game" and a vested interest in the construction success of the project. McCarthy has a long history as a successful self-performing general contractor, and we take a great deal of pride in our capabilities. Our self-performance is not just a"capability" achieved through an acquisition, but has been grown and developed organically over our 145-year history. As a true contractor, we thrive on the challenge of working 'hands-on' and owning responsibility forthe project. We have found our ability to self-perform has provided many benefits to our past client's projects, including the ability to deliver the better quality, schedule, safety, results as well as the best final costforthe project. � ,�... - �� :�: . � �' _ �a• ' ��� ��..','♦�� . '�—r. ..� ="�..� .�'s��' ��� �_. : /� � - �_ ,�, ,� � FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 10 SECTION 2. PROJECT APPROACH Construction Supervision The day-to-day construction activities of the project will be managed by On-Site Project Manager, John Frazier. John brings both Treatment Plant construction and CM-at-Risk experience to this assignment and will be responsible for executing the project in the field. John is authorized to represent McCarthy on financial, administrative and subcontracting matters. He will be the primary on-site point of contact for The City of Fort Worth during construction. John, along with Project Superintendent, Chris Arpaia, will be on-site, full time during construction. John and Chris will control the construction operation and will have responsibility for the supervision, inspec- tion, quality control, safety, security, scheduling, cost control, and other tasks related to the construction effort. Among the duties of the McCarthy Field Staff will be to conduct weekly coordination meetings for all subcontrac- tors to review the planned construction activities, and construction manpower required for the following day. Project Director, Jerry Mayer, will oversee this team's activities and will make regular trips to the project site and will participate in all monthly owner meetings. Cost Control & Reporting The McCarthy Team will handle The City of Fort Worth's budget as carefully as we manage our own dollars. We practice a continuous process of cost control beginning on the day we are selected as part of the project team. On a daily basis, from pre-construction to completion, we focus on realistic budgeting, accurate documentation and ongoing review of costs to achieve the highest effi- ciencies for the project. This project requires a Construction Manager that has proven systems for managing complex projects that have the added complexity of construction starting prior to design completion. McCarthy has the proven experi- ence and systems to keep The City of Fort Worth well informed of the current and projected budget. McCarthy monitors material costs on the project site through its Oracle Project Control Software System and passes updates to our accounting group at the home office. Using a database-oriented accounting system, project payroll, material supplier, and subcontractor checks are produced for the project from this centralized FOR_„ T�O�TH accounting department. Subcontractor and material supplier billings-to-date are checked against contractual limits and automatically flagged prior to check genera- tion if overages exist. Labor cost and job cost reports are produced for the use of the field staff in the analysis of their project budget versus actual performance. Subcontractor Coordination McCarthy maintains the highest level of professionalism in working with our subcontracting partners. On-site, we manage and administer construction contracts, including monitoring construction document interpretations. We conduct conferences with the successful bidders in each category to discuss procedures, scheduling, safety and equal opportunity programs before any work is begun. The team implements procedures for processing and approving shop drawings, catalogs and samples, moni- toring the progress through weekly Submittal Status Reports to ensure timely approvals. We make sure all construction agreements are executed, including insur- ance, bonding and other procedural requirements. We then pro-actively coordinate with our subcontractors on- site a daily basis. Looking at six-week Look ahead sched- ules, we coordinate subcontractor activities and pre-plan upcoming work activities. We address construction coordination among various subcontractors, evaluating their manpower levels, and ensuring they are performing their work in accordance with our overall construction schedule. Key Construction Issues Maintaining plant cleanliness — McCarthy realizes that the Village Creek facility is kept in immaculate condi- tion, and is one of the cleanest facilities we have ever seen. Our team will take great care to ensure that all plant functions and work areas will be clean, orderly, and maintained to plant staff's expectations. Our construc- tion operational considerations will go beyond just clean work and laydown sites. It is our policy to clean up after every task, not just at the end of the day. Verification of Existing Piping — During preconstruc- tion, McCarthy will thoroughly evaluate the existing as-builts and field-verify underground piping to deter- mine the best layout of 96" pipe from HRC to Junction Box 00 to the levee. Additionally, we need to route FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 12 SECTION 2. PROJECT APPROACH Key MOPO's identified are: Modifications to the HRC pump station — The modifications and tie in to this area are minimal but will require some down time of the HRC to connect the initial pipe in. It appears that the HRC is not used very frequently during summer months, so scheduling should not be an issue as long as the tie-in is performed during dry season. It appears that the HRC is used only intermittently at this time due to low rain event flows. The HRC is not in regular use and only tested periodically. An option to consider is either performing the tie-in during the correct season. Our MOPO plan for this task will include provisions that allow the structure to be placed back in use after a very short period of shut down. • Pipeline tie-in at Junction Box 00 — Work at Junction Box 00 can likely be performed with minimal impact to plant operations. The HRC determines flow to the box, so this work needs to be performed at the same time as the tie-in to HRC occurs. Maintain operations of third party solids handling/ disposal operation — Not an issue. Pipeline routes need to be planned accordingly with the engineer during design phase. Laydown areas will be addressed including laydowns for construction activities. We will plan accordingly with engineering to always maintain the Renda operations. A temporary road will be necessary at some point in time for access to/from the solids facility. Start-up and Commissioning The McCarthy field staff will work hand in hand with plant operations staff to coordinate the check-out for operation antl readiness of utilities, systems and equip- ment, including a formal Commissioning process. We will direct the project testing and start-up programs, prepare punch lists and coordinate work completion. We obtain certificates of completion and maintain a project staff at the job site for as long as it takes after final occupancy, providing continuity to the equipment start- up programs. We make sure the equipment and your entire facility is functioning as expected to make sure it meets the designed performance criteria. FoR�T Wlo�R.TH The plan to transition to full operation by plant staff is equally as important as the equipment start up, check- out and plant commissioning. Our normal procedure is to dovetail any Operator training and 0&M finaliza- tion into our systematic equipment start up process. Operator training is documented in a tracking log as a separate activity within the equipment validation pro- cess. This tracking log will include: • Lesson plan submittal/approval • Training dates that can accommodate Operator shift schedules for both classroom instruction and hands on demonstration. • Separate training focus for "operations" and "main- tenance " staff • Equipment 0&M manuals preliminary submission • Equipment 0&M manuals finalized submission upon manufacturer record data and certification. Our normal 0&M process is handled in this manor. Manuals in a preliminary format will be received from any Process Equipment manufacturers within sixty (60) days of submittal approval or within thirty (30) tlays of the equipment ship date. Final 0&M Manuals will be updated within two (2) weeks of successful equipment start-u p. Finally, we provide a final construction report including job site files, photographs, reports, submittals, record drawings and other pertinent information, which can all be provided digitally through McCarthy's state-of-the-art Bluebeam software. We ensure the training and handoff to your plant facility personnel is in tact. McCarthy Advantage: Digital 08cM Manuals McCarthy uses a state-of-the-art PDF versioning software called Bluebeam. Throughoutthe project, we update the as-built drawings in Bluebeam to incorpo- rate all RFIs and changes to the documents. At the end of the project, the City will receive a single, digital PDF file that serves as a searchable set of as-builts docu- ments and will include all equipment 0&M manuals digitally linked together. This allows your 0&M staff to quickly access all manufacturer info, replacement parts, etc, for everything in the facility in one place. We are currently implementing this technalogy on our CI�AR project v�ith SJR �. _ , � ,, .;, — �- - i; H�I `va� R G /, [�-�� � �W V�y�l ... _. I �°�IA x � � FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 14 3. COST AND SCHEDULE CONTROL Cost Control The McCarthy Team will handle the City's budget as carefully as we manage our own dollars. We practice a continuous process of cost control beginning on the day we are selected as part of the project team. On a daily basis, from pre-construction to completion, we focus on realistic budgeting, accurate documentation and ongoing review of costs to achieve the highest efficiencies for the project. As CM-at-Risk specialists, McCarthy always serves as our client's advocate. Our cost control strategies are tailored to produce the most cost—effective projects pos- sible and we always strive to save money and maximize each dollar for our clients. The Village Creek Water Reclamation Facility project requires a Construction Manager that has proven sys- tems for managing complex projects that have the added complexity of construction starting prior to design completion. McCarthy has the proven experience and systems to keep the City well informed of the current and projected budget. Preconstruction Cost Control starts in preconstruction, as described above. McCarthy has significant relevant experience in working on projects with "in-line" budget management and we understand the fluidity of the process. We understand the importance of the City hav- ing accurate information so that the Project Team can make the best value-based deci- sions. The McCarthy Team will prepare a series of estimates for this project utilizing a combination of professional expertise with similar major Treatment Plant projects and our understanding of the local Texas mar- ketplace. For a project of this nature, an accurate, initial budget is critical. It provides a real- istic budget against which the estimated cost of the design is continuously com- pared. McCarthy's budget development system for similar projects is based on computerized records of the actual costs FOR� x of numerous similar projects which we have constructed. In addition, we will utilize our past historical costs from hundreds of projects in the Texas area. McCarthy will work closely with City of Fort Worth and the CDM to define the level of quality and types of systems desired for the facility. We also price out a"wish list" of scope items and features. Our goal is to have the project team make decisions or compromises as necessary through- out the planning and design phases so that we preclude any budget overruns when bids are received. McCarthy believes strongly in a proactive approach. Subsequently, our preconstruction team will develop separate cost estimates for each of the design phases (30%, 60%, 90%) as they become available. Each estimate is a cost control mechanism in itself. Each line-item quantity is priced based on the latest available documents and can be compared with the corresponding line-item in the previous estimate. We, therefore, read- ily identify changes in the project scope and increases in the anticipated construction cost as the design pro- gresses. McCarthy has the capability to prepare cost estimates completely with our in-house staff. Value Analysis is another process McCarthy uses to further enhance cost control. McCarthy's Value Analysis is a systematic approach to � maximizing the effect of every project dollar spent. Essentially, this process evaluates alternative materials and methods to main- tain a specific level of performance, but at a lower cost. � � , � Cost Control during Construction Cost control during construction starts with a comprehensive approach to scoping and contracting with subcontractors. We will fol- low all requirements for soliciting subcon- tractors including M/WBE subcontractors and will receive bids with City representa- tives. Once we receive bids, we first will conduct an initial review of all bids received and determine the completeness of bids/ proposals received. After this initial review we will rank the top three subcontractors in each work category. At this stage, we will interview the top three in each category to review their bid/proposal in detail includ- ing discussing commitment to the project schedule and ensuring adequate manpower. FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 15 3. COST AND SCHEDULE CONTROL �Preliminary Design and Construction Schedule �Milestone Schedule -�Master Construction Schedule �CPM (Critical Path) ScheduPe �Short-Term Schedules Throughout construction, the CPM Schedule will be updated weekly at the jobsite to serve as a planning and monitoring tool for our Project Director, Project Manager and field staff to use in managing the project. McCarthy also hosts weekly schedule meetings at the jobsite with subcontractors to communicate progress, current status, and possible recovery tactics should schedule slippage begin to occur. A monthly schedule update report will be provided to the City detailing the progress of construction. The Short Term Schedule, or Six-Week Work Schedule, will be used to communicate to all trade subcontractors, foremen and craftsmen the construction activities that must be accomplished during the succeeding six-week period. Main activities for the Six-Week Schedule are taken from the overall CPM schedule and results from the Six-Week Schedule are used to update the CPM schedule. McCarthy develops the schedule in sufficient detail so that it is a useful tool for our field staff in their daily management of the project. In general, we attempt to limit individual activity durations to 20 days or less. McCarthy's approach to schedule control involves a com- bination of efforts and approaches designed to commu- nicate expectations, facilitate accountability, and proac- tively identify solutions to address schedule challenges. Steps to assure timely completion of the project include, but are not limited to, the following: • Subcontractor Accountability. A key element in McCarthy's subcontracting plan will be to ensure that all interested subcontractors are fully aware of the schedule requirements prior to submis- sion of their bids/proposals. During the evaluation process to select "best value" subcontractors, McCarthy will meet with low responsive subcontrac- tors to verify that their bid/proposal is based upon the project schedule and that the subcontractor has adequate resources to staff the job correctly. The construction schedule along with a manpower commitment is then made part their agreement. FoRT�WoR_TH Preplanning/Coordination. Effective management and updating of the project schedule involves more than just documenting schedule changes and completed activities. Our project team utilizes the schedule as a daily tool to coordinate subcontractor activities and pre-plan upcoming work, addressing construction coordination among subcontractors, manpower levels, hoisting, system start-up, etc. Recovery Planning. McCarthy's experience and capa- bilities as a true builder make us uniquely qualified to monitor construction productivity. For subcon- tracted trades, we can quickly observe if subcontrac- tors are under-staffed, or lack the appropriate equip- ment to perform that day's scheduled work activity. In the event we see schedule slippage, we can immediately focus our attention to a recovery plan. Several options are available. Our first action is to meet with the subcontractor's Project Manager, his Superintendent and all Foremen associated with the operation to brainstorm production improvement. Once the source has been identified, we con- sider the options to assure our actions actu- ally resolve the problem. Adding more men or working more hours is usually the first consider- ation, but not always the right response. Changes would be made on day one that would improve the productivity. If on day two there is still a problem, additional steps may be required. If despite all efforts, the subcontractor cannot complete his work on time, we look at means and methods to make up the time by others. We focus our attention to those activities on the critical path of the schedule that can be re-sequenced, moved up in time, completed faster or sooner, etc. to make up for the lost time. The key is to have a plan, commu- nicate the plan, commit to the plan; monitor the plan and to have a backup plan. FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 17 4. PRECONSTRUCTION SERVICES FEE AND CMAR FEE PERCENTAGE FORT�WOR_TH T - Exhibit D - Construction Budget and Fee Proposal 1. Estimated Construction Budget The City's estimated construction budget is $29,000,000 (Twenty-nine million dollars). 2. Preconstruction Phase Services Fee The Preconstruction Phase Services Fee shall be provided as lump sum amount (in number and words). $95.000 (Ninety-five thousand dollarsl 3. Construction Phase Services Fee The Construction Phase Services Fee shall be provided as a percenta�e of the cost of the Work (expressed in numbers and words� 3.5% Three and half percent FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 18 5. QA/QC PLAN QUALITY MANAGEMENT PROCESSES Quality Control �� � � McCarthy utilizes a formal Quality Control program, without question ��Quality without Question" that ensures that the high standards set by McCarthy are met or exceeded on the construction of every component of the facility. As proven builders, we believe that you can never start too early to ensure a quality product, there- fore McCarthy's commitment to quality control starts during preconstruction. During the review of the draw- ings and specifications, our team will ensure that the requirements are rigid enough to demand high quality construction work, but yet not so rigid as to incur unnec- essary costs. McCarthy does not consider quality a single activity, but a series of linked activities performed proactively to avoid larger issues later in the project. We focus on the value of quality, from which certainty can be produced. An example of this is the bid documents — the more con- cise and clear the bid documents, the easier the subcon- tractors will understand the project requirements. This certainty then permeates throughout the project as requests for information and changes are minimized, improving coordination and scheduling. The bottom line is that quality can be achieved and budgets met when properly managed. McCarthy's Quality Program is a team effort and each and every one of McCarthy's Team is committed. Matt Robben, Quality Control Manager, along with Jerry Mayer, Project Director, and Chris Arpaia, Project Superintendent, will lead the Quality Program implemen- tation on the Village Creek project for the entire project team of subcontractors and design team. The McCarthy Team focuses on communication of expectations and team building to create a project atmosphere of doing work right the first time and elevating quality as a priority equal to that of safety, schedule and budget. A key member of the Project Team is Dan Petry, Texas Division Quality Director, whose responsibilities include overseeing and evaluating the implementation FOR� H Coordination and Communication Process Our team utilizes a comprehensive Oracle project man- agement system to identify and track the core quality activities, making it part of our day-to-day focus. Types of Communication Tools include: • Team meeting • Cash flow forecast minutes • Monthly progress reports • Design and • Request for construction Information log phasing schedule • Change Proposal • Critical path Request logs schedules • Mock-ups • Cost estimates • Bid evaluations • Project budgets • Team correspondence This automated documentation provides clear records of the activities and results. Unlike most contractors, The McCarthy Team has developed and uses a statisti- cal metric (Quality Incident Rate) that tracks quality incidents on our projects. We require reporting of every quality incident as it happens and track resolution of these incidents. The goal is to constantly lower our incident rate and ulti- mately improve the overall quality performance on all our projects. These Quality Incident Reports will be shared with The City of Fort Worth every month as part of our comprehensive quality management process. Administration Review Process McCarthy recognizes The City's need for accurate infor- mation. Reporting and document control are handled through a series of established procedures that utilize customized industry software, written communication and ongoing updates. McCarthy utilizes a detailed field procedures manual. All field operations personnel are trained in use of the pro- cedures including items such as project start up, sched- uling, quality, subcontractor submittals, equipment, accounts payable, subcontracting/purchasing, payment requests, insurance, project reports and project close- out. These procedures are complemented by McCarthy's Oracle software system. of McCarthy's Quality Initiatives, providing training to Reporting Procedures: McCarthy's approach begins with Project Staff, and serving as a resource for the project the establishment of team administration procedures, relative to quality items. which ensure the gathering and dissemination of perti- nent information to all applicable staff and subcontractor contacts. FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 19 5. QA/QC PLAN Quality Control: Through our Project Procedures Conference, mock-up creation/testing, and pre-con- struction meetings with our direct field labor and sub- contractors, our team will clearly establish the quality expectation for each scope of work for which the trades are responsible. Subcontractors will also be required to provide quality documentation to execute and verify their work. Quality Assurance: Through our mock-up documenta- tion, lst installation verification, and on-going verifica- tion and testing, our team will accomplish on-going verification of the quality achieved by the subcontrac- tors. Whenever an issue is identified, McCarthy's level of verification increases — this provides an escalat- ing scale until performance improves, thus resolving issues quicker. One unique aspect of McCarthy's Quality program includes our use Building Information Modeling (BIM) on every project. McCarthy uses a three dimensional com- puter modeling program to lay out mechanical systems, including all pipe work, connections, fittings, etc. By laying them out in this vir- tual reality program, we are able to quickly identify any clashes in the program and make atljustments prior to assembly and installation. In addition to helping to deliver a quality final product, this ability to avoid potential issues saves The City time and money. Pre-Construction Conferences: Each subcontractor will attend a Pre-Construction Conference with their management staff prior to any Work being performed. This meeting will focus on open submittal issues, material laydown/storage, subcontractor coordination, specifications/drawings, review mock-up requirements, work permits, Quality Assurance / Quality Control requirements, safety requirements, and security requirements of the project. Mock-ups and Sample Construction: We view mock- ups and sample construction as a critical part of the Quality Program. The primary reason for this is that they allow us the opportunity to document not only FoRT�WOR.TH the sequence of installation, but to also functionally test the systems and assemblies to verify they achieve the required contract characteristics (i.e., the building enclosure does not leak). The mock-ups and sample construction are also used as the standard for the remaining work. Each subcontractor will build a mock-up of their work. Mock-up items can include concrete for finishes/ trade coordination, masonry for architectural appear- ance / trade coordination, handrail, caulking, coatings, mechanical system components such as piping, valves, and appurtenances; and electrical system components such as embedded conduit, exposetl conduit, junction boxes, disconnects, remote control stations. Pre-Installation Meetings: There is often a significant time differential between completion and approval of the mock-ups or sample con- struction and the start of pro- duction construction. In response, McCarthy engages the trades and subcontractor supervision in pre- installation meetings for all work. These meetings allow those actual- ly accomplishing the work to under- stand the contract documents and our expectations, to review the mock-up, and to become prepared for any verifications, inspections or tests to be accomplished. lst Installation Verifications: Once the first portion of work has been completed, McCarthy meets with the subcontractor and trades to review compliance to contract doc- uments, accomplish any testing possible, and resolve issues prior to proceeding with subsequent work. These lst Installation Meetings are intended to verify that the actual trades doing the work can achieve plans, specifications, and the expectations approved in the mock-ups and sample construction. Through the use of the Pre-Installation meetings, mock-ups, and a collaborative team approach we will make sure each item is inspected as it is being installed to avoid any rework. FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 21 C �. �w. .. --•.�- �i " ' -�"�.e : i'i �, ,F# . � , , �,:/f Why McCarthy uses 3-D BIM for Quality Control and Assurance: • To enhance quality constructability, maintain- ability • To promote better coordinaUon with fewer errors and omissions • To let the owner visualize, understand, and have input in the final layout to ensure that the end user needs are addressed • To facilitate better collaboration between all parties • Itexpeditestheconstructionschedule: Potential errors are eliminated; Installation is streamlined by prefabrication; Rework is minimized; and It engages the involvement of The City's staff and facilitates decision making. ._ ; �'�'� ., , � �,-: - - — �, � 5. QA/QC PLAN ing and management of submittals and shop drawings is essential. McCarthy utilizes a prioritized approach to submittals to allow the Engineers sufficient time to respond to submissions. In addition, by performing thorough internal reviews prior to sending to the Engineers, we minimize the number of rejected submissions — thus speeding up the review and approval process. Pre-Punch: We recognize the intent of an Owner's or Engineer's punch walk-through is to approve the con- struction — not to find problems. Therefore, McCarthy accomplishes an internal pre-punch with each subcon- tractor to verify completion of work prior to requesting a walk-through by The City and the Design Team. This minimizes closeout delays and issues. Inspection Management: Code and contract required inspections require proactive planning and management, as well as untlerstanding of the inspection's purpose and key focus areas of the inspector. McCarthy's inspection approach is focused on early communication with the inspectors - getting to know them, their requirements, and the evaluation criteria for the project. This could also include informal walkthroughs with the inspectors throughout the project prior to the official inspection in order to identify and resolve issues early. Start-up: McCarthy will establish and manage the contract start-up requirements at the beginning of the project through discussions at the Project Procedures Meetings, including key start-up milestones in the Project Schedule, use of pre-start-up meetings with key subcontractors to review requirements prior to accomplishing the activities and utilizing our Project Management Software to actively manage the activities as they occur. Individual Equipment Start-Up: A Start-Up plan will be developed to address how each piece of equip- ment will be started-up to confirm the interrelated systems are working as intended. Examples includ- ed: Re-circulating fresh water with pumps (raw, backwash, finished) to confirm hydraulic operation of the pumps, confirming chemical pump operation with fresh water, operating mixers, operating clarifi- cation equipment, operating the air scour system for FOR� H air distribution check, and operating the centrifuges to confirm interlock features. • Process System Start-Up: We will create a Start- Up plan to address how entire process systems will be started-up and tested. Examples include: Raw water pump system, Filter operation/backwash sequencing, UpFlow Clarifier operation, chemical feed systems. All process system start-ups will be performed in conjunction with the Project Team. • Plant Start-Up: The McCarthy team will develop the Project Specific Start-Up Plan to address how the new HRC pump system, modifications will be started-up. Start-Up will be performed in conjunc- tion with the Project Team and we will work hand in hand with the Project Team to help ensure tem- porary measures are in place to ready the plant for operation. Commissioning: The McCarthy Team is also very proac- tive in integrating the project's commissioning require- ments into our Quality Program to avoid repetition of activities and to have the commissioning activities be complementary to our standard quality activities. This is accomplished by working with The City at the start of the project to review requirements and determine the best means in accomplishing them. We then include the The City throughout construction to have on-going input and feedback, as well as support McCarthy's efforts on verifying subcontractor performance in achieving the contract requirements for preparing for the final commis- sioning testing. 23-Month Warranty Walk: McCarthy's Quality Program does not end once the job is complete. We stay involved throughout the warranty period and accomplish a walk- through of the project at the 23-month point to identify and resolve any items that are covered under warranty. McCarthy's Quality Program is a practical way of work- ing and a better way of managing that helps avoid costly delays and claims. �FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 23 a 6. COMPLIANCE WITH BUSINESS DIVERSITY ENTERPRISE ORDINANCE FORT�WOR.TH � MINORITY BUSINESS ENTERPRISE PARTICIPATION McCarthy brings a long history of ineeting and exceed- ing public sector disadvantaged, minority and/or women business enterprise (D/M/WBE) program requirements. McCarthy has consistently exceeded participation goals and included D/M/WBE firms at all business levels - from prime joint venture partners, to subcontractors, vendors and suppliers. McCarthy has successfully employed a variety of strate- gies on past projects designed to solicit and involve the local, small and minority/women business community in our projects. Our ongoing relationship with the MBE community is built on a strong networking system that includes small businesses; federal, state and local pub- lic agencies; local, regional and national trade associa- tions; small business support organizations; and other organizations and institutions committed to small busi- nesses. Through this network, we continuously identify and document MBE firms with proven technical and operational capabilities. We have established numer- ous alliances with several MBE subcontractors and also commit to expand this network with local, Fort-Worth based MBE firms. McCarthy's commitment to supporting local MBE busi- ness is reflected in our history of consistently exceeding participation goals on projects. Forexample, on the $47 million City of Fort Worth Westside Water Treatment Plant project, McCarthy achieved 16% participation, which exceeded The City's 12% goal. A key element of McCarthy's business diversity approach and methodology has been to develop project-specific processes. Successful programs we employ to promote MBE involvement include: • Utilizing specialized MBE program consultants to ensure the most effective and productive MBE strat- egy and plan. • Developing formal mentor-protege relationships. For example, McCarthy's current relationship with certi- fied 8a firm, GCC, has resulted in over $52 million in federal contracts currently underway in Texas, in which GCC is the majority equity partner. • Development and implementation of a comprehen- sive MBE strategy, including involvement of rel- evant professional services, and vendors/ suppliers necessary for the project. • Formal outreach events designed to introduce and were in attendance. ......................................................... promote the project to the local and MBE business communities. Our outreach is deliberate and tacti- cal in enlisting local community business-related support and introducing technical support programs for more effective MBE competitiveness and quali- fications. Implement effective monitoring, tracking and reporting procedures and processes. Early identification and determination of project subcontract, vendor and supplier needs and ser- vices. This effort has almost become routine for our team since the identification of such services and products is crucial to outreach and timely consider- ation of the local and MBE business communities. FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 24 McCarthy hosted this outreach event in Fort Worth during pursuit of the TexRail project to present available project opportunities. Over 80 MBE subcontractors and suppliers 6. COMPLIANCE WITH BUSINESS DIVERSITY ENTERPRISE ORDINANCE FORT�WORT_H � also explore presenting the manual's information through a dedicated project website which will allow us a critical additional vehicle by which to reach the MBE community and outreach into the business community. 3. Project-Specific Technical Assistance McCarthy will explore a project-specific technical assistance initiative designed to provide specialized support to the MBE business community. Our objective will be to offer technical assistance in the historical/ traditional barriers to MBE program involvement, which will allow MBEs to be as competitive and capable as possible. Technical assistance program areas will address bonding, insurance, financing and payment requirements. 4. Project-Specific Outreach Program McCarthy will establish a project specific outreach initiative, and we will enlist the support of local business and related community organizations. Our objective will be to develop strategic relationships with the organizations/entities in the local community that bring a firm "business base" relative to the needs of the project. McCARTHY ADVANTAGE McCarthy brings a wealth of experience and proven project performance in establishing MBE assistance programs. These programs need to be tied to specific project needs in order to effectively provide assistance in the areas that will directly affect the local and MBE business communities. 5. MBE Monitoring and Reporting Procedure McCarthy, in coordination with the City's diversity department, will establish and implement MBE monitoring and reporting requirements and procedure. Our approach will be not only to incorporate the City's MBE requirements, but also ensure timely payments to participating MBEs and provide quarterly and Ad Hoc reports on participation levels. This will result in a well documented and up-to-date monitoring and reporting process that will effectively track and report local and MBE participation both overall and on a project specific basis. Targeted entities will include but not limited to: • Fort Worth and Regional Minority Chambers of Commerce • Minority and women business organizations and entities, such as the Hispanic and Black Contractors Associations • City of Fort Worth diversity department • NCTRCA Business Development Center • U.S. Small Business Administration (SBA) • Private sector vehicles and business programs Outreach Events A key element of our outreach initiative will be to host formal Outreach Events designed to formally present the Village Creek project and it's opportunities to the local and MBE community during preconstruction. These outreach events will allow us to present all subcontracting, supplier, and vendor opportunities to local and MBE businesses for more effective solicitation and involvement of subcontractors. At these events, we aim to identify interested MBE firms and understand their capacity/capabilities. We can then tailor our bid packages accordingly to maximize participation by MBEs. At a minimum our monitoring and reporting process will: • Track and document MBE participation • Report actual payments to all subcontractors • Ensure and adherence to all MBE goals incorporated into the final CMaR Agreement FORT WORTH VILLAGE CREEK PEAK FLOW MANAGEMENT FACILITIES PAGE 26 - j � �� il RESUMES ��_ :�� #��� � t.� � L: - `� - �` � i ''' ' ';; { �;�°- �'� � �� ' ' i� k '� . �. �' � � .. -•L 1 , :..ir j k'. . - . ... . . � . ?'., ;K�� . , ., � . , I !t � :K -:': y ' ���i� ��'� �� , � +'kH '��" ..i{ ` .. ; �� C? T ��, - 'q- �w . ,�<; ` :-�� ��:� ' , i I RESUMES TROY LARSON, LEED AP Preconstruction Manager Troy Larson will be the overall lead for McCarthy's preconstruction services. He brings extensive treatment plant preconstruction experience to this assignment, directing McCarthy's preconstruction activities on four large CMAR treatment plants totalling more than $500 million in value. Troy recently worked closely with Jason House on the preconstruction effort for the $191 million San Jacinto River Authority - Surface Water Facility CMAR project. CAREER SUMMARY Relevant Experience 12 yearswith McCarthy San Jacinto River Authority - Surface Water Facility - Conroe, TX; $191 million, 12 total years experience CMAR delivery method for a Raw Water Intake and Pump Station sized for the ulti- mate capacity of 120 MGD and the initial installed pumping capacity (Phase I) will EDUCATION serve the 30 MGD treatment plant. Purdue University, Bachelor of Science, Building Construction Management TRAINING & CERTIFICATION United States Green Building Council, LEEDAP 91st Avenue UP05 Wastewater Treatment Plant - Project B- Phoenix, AZ; CM-at- Risk, $105 million, 37.5 mgd expansion to existing wastewater treatment plant. Greenfield Water Reclamation Plant — Gilbert, AZ; CM-at-Risk, $148.4 million, sewage treatment plant expansion consisted of a new facility to provide treatment capacity of approximately 16 mgd of liquids and 24 mgd solids. Chandler Airport Water Reclamation Facility Expansion Project — Chandler, AZ; CM-at-Risk, $75.7 million, expansion of existing wastewater treatment facility to 15 mgd. Deer Valley Water Treatment Plant - Phoenix, AZ; CM-at-Risk, $126 million construction of a new 100 mgd East Basins Plant in the middle of the existing water treatment plant. City of Mesa South CAP WTP Reservoir & Booster Pump Station Phase One - Mesa, AZ; CM-at-Risk, $25 million, eight (8) million gallon cast-in-place reinforced concrete potable water storage reservoir (59,535 sf) and Booster Pump Station (18,256 sf) with facilities to deliver water to the City of Mesa's Desert Wells and Desert Sage pressure zones. City of Fort Worth Westside Water Treatment Plant; $47 million new Membrane Water Treatment Plant with initial treatment capacity of 12 MGD that includes construction of pre-treatment facilities including ozone contact basin, rapid mix, flocculation & high rate-sedimentation basins, membrane operations building, washwater recovery basins, recycle pump station, 2.5 MG ground storage tank, high service pump station, ozone chemical building, electrical building, civil work and necessary appurtenances. Lake Pleasant Water Treatment Plant — Phoenix, AZ; Design-Build-Operate,$230 million, 80 mgd treatment plant, included innovative ballasted flocculation process for high-rate sedimentation, ozonation, deep-bed monomedia filters, post- filtration GAC contactors, and ultraviolet disinfection. The project included a raw water intake and pump station, 2 miles of large-diameter pipeline, and a 40 MG on-site storage reservoir and pumping of finished water. McCARTHY RESUMES CHUCK SHIVE Sr. Civil Estimator Chuck will assist with the day-to-day estimating activities of the preconstruction team. He will assist with the take-off and quantity analysis and will interface with subcontractors to get pricing to support the estimating process and development of the GMP. � Relevant Experience CAREER SUMMARY San Jacinto River Authority - Surface Water Facility - Conroe, TX; $191 million, 6yearswith McCarthy CMAR delivery method for a Raw Water Intake and Pump Station sized for the ulti- 27 total years experience mate capacity of 120 MGD and the initial installed pumping capacity (Phase I) will serve the 30 MGD treatment plant. Currently, Jason is on-site as the lead estima- EDUCATION tor for this project. TexasA&M University Tarrant Regional Water District, Richland Chambers Wetlands - Corsicana, TX; BachelorofScience, CM-at-Risk, $45 million, 1,800 acre expansion to a wetlands area. The project Civil Engineering includes five sedimentation basins, 16 additional wetland cells, a bypass chan- nel, conveyance canals, raw water pipeline, upgrades to lift station and mechani- cal/electrical upgrades to a pump station. City of Fort Worth Westside Water Treatment Plant - Fort Worth, TX; $47 mil- lion new Membrane Water Treatment Plant with initial treatment capacity of 12 MGD that includes construction of pre-treatment facilities including ozone contact basin, rapid mix, flocculation & high rate-sedimentation basins, membrane opera- tions building, washwater recovery basins, recycle pump station, 2.5 MG ground storage tank, high service pump station, ozone chemical building, electrical build- ing, civil work and necessary appurtenances. North Texas Municipal Water District Plants I, II, II I, & IV Ozonation- Wylie, TX; $113 million construction of two ozone generation builtlings, eleven ozone contac- tors, as well as extensive electrical, piping, and other associated upgrades. Port of Houston Bayport Terminal Complex Phase 1 Wharf - Seabrook, TX; $100.2 million, 1,332-foot Phase I Wharf extension of the Port of Houston's Bayport Terminal. The concrete wharf extension will utilize more than 30,000-cubic-yards of concrete and sit on a foundation of over 900 cased piers, which will include rail track to support three mobile gantry cranes. Port Of Houston Bayport Container Stage 1 Roller Compacted Concrete - Seabrook, TX; $50.3 million, new container yard at the Port of Houston's Bayport Terminal facility. Approximately 43 acres of various types of concrete pavement and related appurtenances. Port Freeport Velasco Terminal - Freeport, TX; $34.6 million new wharf construc- tion on auger cast pile foundations, as well as paving and site work. Port of Houston Bayport Gate Complex - Houston, TX; $28.2 million roadway and paving work to create entry gate and container storage for the new POH Bayport Terminal project. Dallas County IH635 at Towneast Boulevard - Mesquite, TX; $52 million highway interchange renovation at IH635 and IH30 in Dallas County. McCARTHY RESUMES CHRIS ARPAIA Project Superintendent Chris will coordinate and inspect the work of the various subcontractors. His emphasis is on the actual construction work as opposed to the documentation and submittal process. Although the entire McCarthy staff pays continuous attention to the quality and workmanship of the construction operations, quality control and safety are Chris's main focus during the project. Chris brings 26 years of on-site construction expertise to this assignment. CARLL�; �o..,v���v:iu' �1 6 years with McCarthy Relevant Experience 34totalyearsexperience North Texas Municipal Water District Regional Water System Water Treatment Plants I, I I, II I, and IV Ozonation - Wylie, TX; $116 million construction of new EDUCATION ozone treatment facilities for a 770 MGD Water Treatment Plant including two ozone generation buildings, 11 ozone contractors, chemical feed system, high rate University of New Haven sedimentation basins, electrical substation and distribution, yard piping, roadwork, BachelorofScience, drainage, grading, yardwork and other miscellaneous items of work. Civil Engineering University of New Haven Graduate Courses in Business Management AFFILIATIONS & CERTIFICATIONS OSHA 30 Hour Training REFERENCES Mr. Michael Korns AT&T Center for the Performing Arts 214.954.9925 Mr. Owen Kohashi Magnusson Klemencic Assoc. 206.292.1200 Ms. Lavina Sadwani Magnusson Klemencic Assoc 206.292.1200 Rome WPCF, Rome, GA; $40 million, rehab of existing wastewater treatment plant. New Haven Wastewater Treatment Plant - New Haven CT; $11 million wastewater plant improvements. Work included the construction of a new headworks build- ing, additions and modifications to the main building, and extensive pipe work and modifications to existing tanks. Ridgefield Wastewater Treatment Facility - Ridgefield, CT; $10 million plant modi- fications and new construction. New aeration tanks, clarifiers, self backwashing filters, and co-ordination to bring new tanks on line, demo old ones and bypass. Waterford Pumping Stations - Waterford, CT; Two pumping stations with a con- tract value of $2.5 million. AT&T Performing Arts Center Underground Parking Structure - Dallas, TX; $16 million, 222,000 SF, 613-car underground parking garage to serve new perfor- mance venues in the Dallas Performing Arts District. AT&T Performing Arts Center Auxiliary Parking Structure - Dallas, TX; $13.5 mil- lion, 253-car, 1-level below grade parking structure which acts as the foundation to the Dallas City Performance Hall. Mr. Vince Bandy AT&T Performing Arts Center Dee & Charles Wyly Theatre - Dallas, TX; $61.9 mil- REX 917.434.4701 lion, 12-story, 80,300 sf one-of-a-kind 650-seat multi-form theatre designed by REX/OMA, Joshua Prince-Ramus and Rem Koolhaas, Pritzker Prize winner, with support space situated in the downtown Arts District. East Lyme Pumping Station; East Lyme, CT. $1.4 million pumping station. Tampa Airport Interchange, Tampa, FL; $200 million, bridges, earthwork, high- way, and pipe. Dallas City Performance Hall - Dallas, TX; $31.3 million, 46,655 sf, 750-seat performance hall for the City of Dallas located in the Dallas Arts District that will seek LEED Silver certification upon completion. Phase 1 of a multi-phased devel- opment. McCARTHY RESUMES ,� � , � �, , : � ; � JOHN SALSMAN Safety Coordinator John will be McCarthy's on-site safety professional responsible for implementing McCarthy's safety procedures and job-site specific safety program to all on-site construction personnel. He will conduct on-site safety meetings, task-hazard anal- ysis, toolbox safety meetings and all on-site safety training. John bring 30 years of experience to the project. Relevant Experience CAREER SUMMARY Tarrant Regional Water District (TRWD) Richland Chambers Wetlands - Kerens, l0yearswith McCarthy TX; CM-at-Risk, $41 million, 1300 acre expansion to wetlands area including 30 total years experience three sedimentation basins, 13 additional wetland cells, bypass channel, convey- ance canals, raw water pipeline, upgrades to lift station and mechanical/electrical CERTIFICATIONS upgrades to a pump station. OSHA 10 Hour Certification S.T.O.P. Training Dallas/Fort Worth International Airport Automated People Mover Guideway - DFW Airport, TX; $11.8 million, Automated Elevated peoplemover guideway section for Terminal E & F. Dallas/Fort Worth International Airport Terminal D- DFW Airport, TX; $18.2 mil- lion concrete superstructure supporting the automated people mover system and elevated roadways throughout the new Dallas/Fort Worth Airport International Terminal. Dallas/Fort Worth International Airport Airport, TX; $15.5 million, 249,000 � access for arriving and departing passE Parking Garage at Terminal D. Terminal D Elevated Roadways - DFW �, 2-level Elevated Roatlway to provide �gers at Terminal D, 2-level Addition to Dallas County Detention Center South Tower - Dallas, TX; $65.9 million, 330,000 sf, 4-level medium security prison with capacity for 2,376 inmates. The concrete frame, dormitory-style prison connects to the existing Lew Sterrett detention cen- ter. University of Texas Southwestern Medical Center Laboratory Research & Support Building - Dallas, TX; $27.8 million, five-story, 78,000 sf multi-disciplinary research facility including animal research labs, dermatology labs and support space. AT&T Performing Arts Center Dee & Charles Wyly Theatre - Dallas, TX; $61.9 mil- lion, 12-story, 80,300 sf one-of-a-kind 650-seat multi-form theatre designed by REX/OMA, Joshua Prince-Ramus and Rem Koolhaas, Pritzker Prize winner, with support space situated in the downtown Arts District. AT&T Performing Arts Center Auxiliary Parking Structure - Dallas, TX; $13.5 mil- lion, 253-car, 1-level below grade parking structure which acts as the foundation to the Dallas City Performance Hall. Emmett J. Conrad High School - Dallas, school with 2,100-student capacity. Fe atre, cafeteria, in-school restaurant, two athletic facilities. TX; $42.3 million, 326,000 sf new high �tures an 800-seat performing arts the- gyms, indoor rifle range, and full outdoor McCARTHY RESUMES 10 years with McCarthy 34 total years experience PROFESSIONAL & COMMUNITY AFFILIATIONS Associated General Contractors Hazard Communication lnstructor Associated General Contractors Crisis Management American Society of Safety Engineers Excavation Safety Management Crane Inspection & Certification Bureau Crane Management OSHA Training Institute, Texas A&M OSHA 30/10 Hour lnstructor National Safety Council Industrial First Aid Texas Engineering Extension, Texas A & M Excavation Safety Management BRUCE FULLER Safety Director Bruce has more than 30 years of safety experience in the construction industry. Bruce will be involved in preplanning activities and will have overall responsibil- ity for the project's safety. He will regularly visit the jobsite, supervise the on-site safety staff and oversee McCarthy's safety training to our own employees, as well as trades labor. Relevant Experience North Texas Municipal Water District Plants I, II, III, & IV Ozonation- Wylie, TX; $113 million construction of two ozone generation buildings, eleven ozone contac- tors, as well as extensive electrical, piping, and other associated upgrades. City of Fort Worth Westside Water Treatment Plant - Fort Worth, TX; $47 mil- lion new Membrane Water Treatment Plant with initial treatment capacity of 12 MGD that includes construction of pre-treatment facilities including ozone contact basin, rapid mix, flocculation & high rate-sedimentation basins, membrane opera- tions building, washwater recovery basins, recycle pump station, 2.5 MG ground storage tank, high service pump station, ozone chemical building, electrical build- ing, civil work and necessary appurtenances. Tarrant Regional Water District, Richland Chambers Wetlands - Corsicana, TX; $45 million, 1,800 acre expansion to a wetlands area. The project includes five sedimentation basins, 16 additional wetland cells, a bypass channel, conveyance canals, raw water pipeline, upgrades to lift station and mechanical/electrical upgrades to a pump station. NTTA SH190 PGBT & US 75 Interchange - Plano, TX; $48.1 million, 14 Bridges, (concrete beam and structural steel), 40,000+ cy concrete, 1,368,067 sf bridge deck; 73,000 sy Concrete Paving. Dallas County IH635 at Towneast Blvd - Mesquite, TX; $52 million highway inter- change renovation at IH635 and IH30 in Dallas County. DART TRE Beltline Grade Separation - Irving, TX; $46 million rail road bridge on existing track location. IH10/IH 410 at Bexar County - San Antonio, TX; $49.5 million, reconstruction of the existing interchange between IH10 and IH410 including 7 flyover type bridges and 19 permanent walls; both cut and fill walls plus three temporary walls. REFERENCES Bexar County IH410/San Pedro & Bridges at McCullough/US 281- San Antonio, Mr. Donald Kriesel TX; $58 million construction of IH410 from Blanco Road to McCullough road in Senior Risk Manager Bexar County. Upgrade to a 10-lane freeway and traffic management, reconstruc- Zurich North America tion of US 281/IH 10 intersection, including paving, bridge structures and retain- 281-229-1115 ing walls. Ms. Dorothy Shaw President TEXO 972-647-0697 Dallas County, Beltline Road - Irving, TX; $22.8 million 2.3 mile total reconstruc- tion of Beltline Road from Hunter Ferrell Road to Oakview Drive. Port of Houston Bayport Phase 1 Wharf - Houston, TX; $100.5 million, 1,300' concrete wharf extension on drilled shaft foundations. McCARTHY CAREER SUMMARY RESUMES 3 year with McCarthy 31 total years experience EDUCATION Northeast Louisiana University eachelor of Science, Construction Management M�CARTNY ANDREW PRUETT Schedule Control Manager Andrew will create and maintain the overall Project schedule under direction from Project Managers and with input from Superintendents. Relevant Experience The Headquarters for Blue Cross and Blue Shield of Texas - Richardson, TX; $182 million 1,050,000 sf headquarters campus including 15-story and 7-story office towers with a 3,600-car parking structure. This project is LEED Silver. Winner of the TEXO 2010 Distinguished Building Award of Merit. AT&T Performing Arts Center Dee & Charles Wyly Theatre - Dallas, TX; $61.9 mil- lion, 12-story, 80,300 sf one-of-a-kind 650-seat multi-form theatre designed by REX/OMA, Joshua Prince-Ramus and Rem Koolhaas, Pritzker Prize winner, with support space situated in the downtown Arts District. Metro Office Plaza - Irving, TX; $20 million, 10-story, 185,000 sf commercial office development. Dallas Country Club - Dallas, TX; $35 million, 3-story 89,850 sf golf clubhouse with locker rooms, dining rooms, banquet facility and a 2-level, 68,800 sf parking garage. Garnet Valley/Black Mountain Co-Generation Facilities - Las Vegas, NV; $161 million, two 85 megawatt co-generation plants utilizing natural gas and steam processes for electrical power generation and chilled water production for gypsum manufacturing. JPI Multi-Family Housing Projects; $6.1 billion, 150+ luxury and student living apartment projects including garden style, high density, mid-rise and high rise type construction. Projects included upgraded amenities and site features such as conference and media rooms and business centers. United Regional Hospital South Tower Addition - Wichita Falls, TX; $48.8 mil- lion, 170,000 sf, 4-level South Tower addition includes 56 total patient beds, new radiology, 14 new surgery suites, pediatrics, labor/delivery, post-partum and nurs- ery suites, new kitchen and dining facility. Additional scope includes renovation of approximately 10,000 sf of existing space for a circulation at the new bridge tie-in and two separate pedestrian bridges connecting the new tower with the existing tower. Midland Memorial Hospital - Midland, TX; $120.5 million 316,513 sf new 9-story patient tower and 105,317 sf renovation featuring a 30-room ER expansion, new entrance/lobby/admitting area, 10 Labor Delivery rooms, 12 Pediatric Beds, 26 Surgery prep/recovery rooms, 30 postpartum beds, 25 Ortho/Nuero inpatient beds, 30 ICU beds and 48 shelled inpatient beds. Also includes a new 11,000 sf CUP and a 5-story, 265,980 sf precast parking garage with associatetl flat parking lot. Frisco Municipal Parking Garage - Frisco, TX; $6.4 million, 193,000 sf, 5-story above grade parking structure with 574 parking spaces. McCARTHY sani�ua�u� a�npay�s pue `/��a}es'A�i�en� . suoisinoad �uines paaey5 . •pa�ei�o�au aq o� byw� ui papn��ui ua��o sani�ua�ui �en��eaa 2uinno��o} ay� ssn�sip o� a�i� p�nonn •%�ua2ui}uo� uoi��na;suo� ayw� . /��ua�ui�uo� uoi�ana�suo� aaunnp . A�ua�ui�uo� u�isaQ aaunnp • :sai�ua2ui�uoa 2uinno�� ay� puawwo�aa •sai�ua�ui�uo� aui;, aay�an; o� a�en2ue� �euoi�ippe �uippe �sa�� �%�ua�ui�uo� �ui��ea�uc s aa�eueW uoi��na�suo� e aney o; ay� ay; ao} Aaewo�sn� si;i 's�aea�uo� ayw� � •A�ua�ui�uo� uoi;�na�suo� e pue /��ua�ui�uc u�isap e aney p�noys aauMo ayl •uoi�e�i}iae aay;an� spaau siyl •%�i� ay�;o asn a�c ay� ao} „a�ueMo��y /��ua�ui�uo�„ e si aaa� • •s��afoad aay�o ��a} �ey� suaaa� A�i�od ae�nai�aed o� sa�uey� �sanb� o� A�i� ay� ao� a�eiadoadde;ou si �� •wea�o. •pa�a�ap si uoisinoad �sa2�n �aonn aai�ua ano aanoa sai�i�od a�ueansui an •peoaq /��aano si anoqe uoisinoad ai •�saaa�uisao��ea�uo ay� ��a;oad o� aapao ui �sia saap�in ay� Aaae� o� paau ��iM ao;aea�uo� ay� `��nse e sy •a�eweP Ile ao; sso� }o �sia ay� ao��ea�uo •pa�a�ap si a�en�ue� ay� sani� siyl �ao��ea�uo� Aq paipaw� „/�q pasne� /����aaipui ao A���aaip„ ay� �sa��n aq IIp4s �alqp!I aq /�ew way� }o /�ue s�� asoynn ao} auo%ue ao `way�;o /�ue Aq pa/�o�dw Aµaaaipui ao �t��aaaip /��i�ua ao �enpinipui aay� Aue ao ao�aea�uo�qns `ao��ea�uo� /�q '�aed ui a •a�ueansui a�oyM ui `/��}aaaipui ao �t���aaip pasne� /��aadoa �sia saap�ing apinoad o� ao��ea�uo� nno�� o� sso� ao a2ewep Ily— sa�e�ipui 3•b�• •sa�euaep �ei�uanbasuo� }o aanienn �en�nw •�uawaaa�e ui papn�aui �ou uoisinoa e�uauaaaa�e ay� o�ui apn��ui o; a�i� p�nonn a a�ewep �ei�uanbasuo� }o aanienn �en�n� �uoi��aaao�;o a�ep �ei�iui ay� aa�e aea/� auo �euoi�ippe ue ao� papua�x aq �(e�u aiedaa pies ao} /�3ueaaenn'pa��aaao uaaq sey �aonn ani�aa}ap �i `Q'LO'£T aad '�3! ay; o; y2noay; passed aq ��inn aaan��e�nuew ay� woa; sai;ueaaenn papua�xa ao saa�ueaen �ei�ads /�ue �ey� a�e�s o; �uisinaa puawwo�aa •a�en�ue� pasinaa puawwo�aa •%�ueaae� y�uow Z� e apinoad /���e�id/�� sao��ea�uo •s�uawn�oa �ae ay� y�inn a�uepao�ae ui �ou puno} �ui��aaao� ao} a�qisuodsaa /��uo si ao��e �ey� os pai}ipow aq p�noys uoi� a��n�u�� a��uaa�i� pa�sa��ns •saay�o pasne� a�ewep ao} a�qisuodsaa aq �ou p�nc ao��ea;uo� •a�en2ue� A�ueaaenn peoaq A�aa ai�uo��eg pu� uo��da�x� ���a�uo� ���aQ o� suo►�da�x� papn�aui �oN� 9 S�J J'ZO'ZZ S £T'EO'S J ti 3 bT'9 E papn��ui;oN Z SJJ LO'£Z �uauiaaa�� u��� ui uo����oZ T aaqu�n� �uamu�o� _ g �,a,uX� _ E 6.�o E 6 a6ed �(;gi�e,� �uawa6eueW nnol� �ead — �a;eM — �dW� l�t/2l1N0� NOIl�f12lSNO� 21b�W� t/ 2lO� SNOIlIaNO� ��d21�N�J a2ltiaNtllS � 1N3WH�b�llb� ATTACHMENT C STANDARD GENERAL CONDITIONS FOR THE CMAR CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jw�e2014 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology ..........................................................................................................1 1.01 Defined Terms ............................................................................................................................... l 1.02 Terminology ..................................................................................................................................6 Article 2— Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Documents .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruction Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules .................................................................................................... 8 Article 3— Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3 .O 1 Intent .. .... . . .... .. .. . ... . ... . .. . . . .. ........ . . . .. . . . .... . . . . ........ ..... . ... . ..... ... ...... . ..... .. . . . . .. ... . ... .. ... .. .. ...... .. . ... . . ... .. . . ... 8 3.02 Reference Standards ...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies ....................................................................................... 9 3.04 Amending and Supplementing Contract Documents .................................................................10 3.05 Reuse of Documents ...................................................................................................................10 3.06 Electronic Data ............................................................................................................................11 Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ...........................................................................................................11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmenta.l Condition at Site ..............................................................................14 Article 5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Perforrnance, Payment, and Maintenance Bonds .......................................................................16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Contractor's Insurance ................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace ...........................................................19 Article 6 — Contractor's Responsibilities ........................................................................................................19 6.01 Supervision and Superintendence ...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUIvIENTS FOR CMAR PROJECTS Revision: June2014 6.02 Labor; Working Hours ................................................................................................................ 20 � 6.03 Services, Materials, and Equipment ........................................................................................... 20 6.04 Project Schedule ..........................................................................................................................21 6.05 Substitutes and "Or-Equals" ....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others ....................................................................24 6.07 Wage Rates ..................................................................................................................................25 6.08 Patent Fees and Royalties ...........................................................................................................26 6.09 Permits and Utilities ....................................................................................................................27 6.10 Laws and Regulations ................................................................................................................. 27 6.11 Taxes ........................................................................................................................................... 28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents ......................................................................................................................29 6.14 Safety and Protection .................................................................................................................. 29 6.15 Safety Representative ..................................................................................................................30 6.16 Hazard Communication Programs ............................................................................................. 30 6.17 Emergencies andlor Rectification ...............................................................................................30 6.18 Submittals ....................................................................................................................................31 6.19 Continuing the Work ................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee ..........................................................................32 6.21 Indemnification ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit .............................................................................................................................. 34 6.24 Nondiscrimination .......................................................................................................................35 Article7- Other Work at the Site ................................................................................................................... 35 7.01 Related Work at Site ................................................................................................................... 35 7.02 Coordination ................................................................................................................................36 Article8- City's Responsibilities ................................................................................................................... 36 8.01 Communications to Contractor ................................................................................................... 36 8.02 Furnish Data. ................................................................................................................................ 36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests ...................................................................................36 8.05 Change Orders ............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limita.tions on City's Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition ....................................................................37 8.09 Compliance with Safety Program ............................................................................................... 37 Article 9- City's Observation Sta.tus During Construction ........................................................................... 37 9.01 City's Project Representative ..................................................................................................... 37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work ..........................................................................................................38 9.05 Determinations for Work Performed ..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June2A14 Article 10 - Changes in the Work; Claims; Extra Work ................................................................................38 • 10.01 Authorized Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ...........................................................................................39 10.03 Execution of Change Orders .......................................................................................................39 10.04 Extra Work ..................................................................................................................................39 10.05 Notification to Surety .................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40 Article 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work .........................................................................................................................41 11.02 Allowances ..................................................................................................................................43 11.03 Unit Price Work .......................................................................................................................... 44 11.04 Plans Quantity Measurement ......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time ................................................................. 46 12.01 Change of Contract Price ............................................................................................................46 12.02 Change of Contract Time ............................................................................................................47 12.03 Delays ..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work ...........................................:............................................................................... 48 13.03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Work ........................................................................................................................49 13.05 City May Stop the Work .............................................................................................................49 13.06 Correction or Removal of Defective Work ................................................................................50 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Work ...............................................................................................:... 51 13.09 City May Correct Defective Work ............................................................................................. 51 Article 14 - Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values ......................................................................................................................52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor's Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 FinalInspection ...........................................................................................................................55 14.06 Final Acceptance .........................................................................................................................55 14.07 Final Payment .............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims ........................................................................................................................ 57 Article 15 - Suspension of Work and Termination ........................................................................................ 57 15.01 City May Suspend Work ............................................................................................................. 57 15.02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Convenience ....................................................................................... 60 Article16 - Dispute Resolution ...................................................................................................................... 61 16.01 Methods and Procedures .............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June2A14 Article17 — Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Computa.tion of Times ................................................................................................................ 62 17.03 Cumulative Remedies ................................................................................................................. 62 17.04 Survival of Obligations ............................................................................................................... 63 17.05 Headings ......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S FOR CMAR PROJECTS Revision: June2A14 UU'%L UU - 1 General Conditions Page 1 of 65 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-deimed term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authoriza.tion by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents=The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements T'he advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June2014 UU '/L UU - 1 General Conditions Page 2 of 65 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for imal enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representa.tive. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — T'he officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract�laim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'PS FOR CMAR PROJECTS Revision: June?A14 UU '%L UU - 1 Generai Conditions Page 3 of 65 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Conlractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The ofiicially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Communiry Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings — That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so deimed. 33. Effective Date of the Agreement—'The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer — The licensed professional engineer or engineering firm registered in the Sta.te of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. E�ra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WOR'I'H STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June2A14 U�'%L UU - 1 General Conditions Page 4 oF65 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmentai bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans — See defuution of Drawings. 51. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June2014 uu iz uu - i General Conditions Page 5 of 65 the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Representative The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals A schedule, prepared and ma.intained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural ma.tters applicable thereto. Specifications may be specifically made a part of the Coniract Documents by attachment or, if not atta.ched, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCtJMENTS FOR CMAR PROJECTS Revision: Jw�e2A14 UU'!l UU - 1 General Conditions Page 6 of 65 64. Substantial Completion — The stage in the progress designated portion thereo� is sufficiently complete Documents so that the City can utilize the Work (or intended use. of the Work when the Work (or in accordance with the Contract a designated portion thereo� for its 65. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 66. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 67. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 68. Supplier A manufacturer, fabricator, supplier, distributor, material man, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 69. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 70. Unit Price Work—See Paragraph 11.03 of these General Conditions for defuution. 71. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 72. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, insta.11ing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 73. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives.• CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: hme?A14 UU'/L UU - 1 General Conditions Page 7 of 65 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific sta.tement indicating otherwise). C. Defective: The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: l. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Confiract Documents, words or phrases that have a well-known technical or construction indushy or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jwie2A14 UU'!L UU - 1 General Conditions Page 8 of 65 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor ma.y not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be ma.de to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by alL B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereo� to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as"the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the section. The Contractor shall not take advantage of any variation of form, forma.t or style in CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S FOR CMAR PROJECTS Revision: Jwie2014 uurtuu-i General Conditions Page 9 of 65 making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manua.l, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manua.l, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: l. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'TS FOR CMAR PROJECTS Revision: Jwie2014 uu i� uu - i General Conditions Page 10 of 65 3. Contractor shall not be liable to City for failure to report any conflict, enor, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: Except as may be otherwise specifically sta.ted in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo� prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June7A14 UU/LUU-1 General Conditions Page 11 of 65 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media forma.t, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of soflware application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HA7ARnOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availabiliry of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of andlor access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, andlor easements. 2. The City has or anticipates removing andlor relocating utilities. Any outstanding removal or relocation of utilities is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current sta.tement of record legal title and legal description of the lands upon which the Work is to be performed. C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUIvIEN'TS FOR CMAR PROJECTS Revision: June?A14 UU'/l UU - 1 General Conditions Page 12 of 65 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to e�cisting surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identiiied in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consuItants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall be entitled to an adjustment in the Contract Price or Contract Time i£ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June2014 UU'%1 UU - 1 General Conditions Page 13 of 65 1. Contractor did not know of the existence of such conditions at the time Contractor made a fmal commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could not reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor gave the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to e�sting Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data. provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any dama.ge thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before furkher disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Conlractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may CTi'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jw�e?A14 uu il uu - i Generai Conditions Page 14 of 65 be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the esta.blished reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees; agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpreta.tion of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'PS FOR CMAR PROJECTS Revision: Jwie2014 UU !l UU - 1 General Conditions Page 1 S of 65 C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City ma.y consider the necessity to reta.in a qualified expert to evaluate such condition or take corrective action, if any. When the Hazardous Environmental Condition has been rendered harmless by the City's separate remediation contractor, the work in the affected area shall resume upon written agreement of the City and Contractor. For such Hazardous Environmental Conditions that Contractor encounters that are not within Contractor's scope of work, the Confiract Time shall be e�ended appropriately and the Contract Price shali be increased in the amount of Contractor's reasonable costs of shut-down, delay and start-up, by Change Order. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor slaall indemn� and hold Izarmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and cliarges of engineers, architects, atlorneys, and other professionals and all court or arbitration or otlaer dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragrapla Q 06.G shall obligate Contractor to indemnify any individual or entity from and against tlze consequences of that individual's or entity's own negligence. H. T'he provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jwie2A14 UU '/L OU - 1 General Conditions Page 16 of 65 ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. The Contractor shall, within ten days of the final execution by the Parties of this Agreement, deliver to the City Payment and Performance Bonds, on a form acceptable to the City and in compliance with Texas Government Code Chapter 2253, for the Construction Work. The Payment and Performance Bonds shall be in the name of the City and shall each be in a penal sum equal to the estimated construction budget or guaranteed maximum price, if known at the time. B. Maintenance Bonds, valid for two years from the substantial completion date of the Work, shall be procured and provided by the Contractor to City prior to final acceptance of the Work and shall be on a form accepta.ble to the City and in the name of and in favor of the City. C. All payment, performance and maintenance bonds issued shall be provided by a surety in accordance with Texas Gov't Code 2253. No sureties will be accepted by the City that are at the time of issuance 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 and bonds satisfactory to the City. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certifrcates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June2014 vu rzuu-i General Conditions Page 17 of 65 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent fmancial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable, and except related to any Builders' Risk insurance provided by Contractor), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deiiciency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to mainta.in such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. The City acknowledges that McCarthy's CITY OF FORT WORTH STANDARD CONS'I'RUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: hme2A14 UU'%L UU - 1 General Conditions Page 18 of 65 Professional Liability policy SIR is $1,000,000, and that such SIR is acceptable to the City. 11. Not used. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto. 14. City shali not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally conta.ined with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCIJMENTS FOR CMAR PROJECTS Revision: hme2A14 UU'%L UU - 1 Generai Conditions Page 19 of 65 three (3) years following the completion of the project (if identiiied in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liabiliry. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with ��rticle 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representa.tive at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jwie2A14 UU'/l UU - 1 Generat Conditions Page 20 of 65 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qua.lified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of ma.terials and equipment. C. All materials and equipment to be incorporated into the Work shall be stored, applied, insta.11ed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUIvIEN'I'S FOR CMAR PROJECTS Revision: Jwie2D14 uu il uu - i General Conditions Page 21 of 65 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification O1 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an"or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: J�me2A14 UU'/L UU - 1 General Conditions Page 22 of 65 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an"or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an accepta.ble substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section Ol 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that speciiied; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, inciuding costs of redesign and Damage Claims of other contractors affected by any resulting change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S FOR CMAR PROJECTS Revision: June2014 UU /l UU - 1 General Conditions Page 23 of 65 B. Substitute Construction Methods ot� Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.OS.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to furnish additional data. about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a warranty with respect to any substitute. Contractor shall indemn� and hold harmless Ciry and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys' fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. PERFOR.MANCE OF WORK. Contractor shall publicly advertise for bids or proposals and receive bids or proposals from trade contractors or subcontractors for the performance of all major elements of the work other than the minor work that may be included in these general conditions. Contractor may seek to perform portions of the work itself by submitting its bid or proposal for those portions of the work in the same manner as all other trade contractors or subcontractors and City determines that the Contractor's bid or proposal provides the best value for the City. CTI`I' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jwie2014 UU '%L UU - 1 General Conditions Page 24 of 65 B. REVIEW OF BIDS OR PROPOSALS. The Contractor shall review all trade contractor or subcontractor bids or proposals in a manner that does not disclose the contents of the bid or proposal during the selection process to a person not employed by the Contractor, Design Engineer, or City. All bids or proposals shall be made available to the City on request and to the public after the later of the award of the contract or the seventh day after the date of iinal selection of bids or proposals. If the Contractor reviews, evaluates, and recommends to the City a bid or proposal from a trade contractor or subcontractor but the City requires another bid or proposal to be accepted, City shall compensate the Contractor by a change in price, time, or guaranteed maximum price for any additional cost and risk that the Contractor incurs because of the City's requirement that another bid or proposal be accepted. C. . D. DEFAULT; PERFORMANCE OF WORK. If a selected trade contractor or subcontractor defaults in the performance of its work ar fails to execute a subcontract after being so selected, the Contractor may fulfill, without advertising, the contract requirements or select a replacement trade contractor or subcontractor to fulfill the contract requirements E. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection.. F. Business Diversiry Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for an MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended) by the following: l. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and ma.y result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or iiles in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. G. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jime2A14 uu iz uu - i General Conditions Page 25 of 65 l. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. H. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcont�actors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. I. All Subcontractors, Suppliers, and such other individuals or entities perfornung or furnishing any of the Work shall communicate with City through Contractor. J. All Work performed for Contractor by a Subconlractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the beneiit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall reta.in the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jwie2014 UU /L VU - 1 Generai Conditions Page 26 of 65 D. Arbitration Requi�ed if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. T'he decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest e�ent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June?A14 UU'/L UU - 1 General Conditions Page 27 of 65 in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction pernuts and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining suchpermits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Pernuts C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding pernuts and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in CPI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCtJMENTS FOR CMAR PROJECTS Revision: Jime?Ai4 uurluu-i Generai Conditions Page 28 of 65 accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not knovm at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with Sta.te Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax pernuts and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.t�c.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of ma.terials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to fmish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be ma.de by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jwie2014 uurzuu-i General Conditions Page 29 of 65 4. Pursuant to Paragraph 6.21, Contt•actor shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner ot� occupant agaznst City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a maruier unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor pernut any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submitta.is will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; CITY OF FORT WORTH 3TANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S FOR CMAR PROJECTS Revision: Jwie2014 vu i� uu - i General Conditions Page 30 of 65 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. G Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representa.tive at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June?A14 UU'fl UU - t General Conditions Page 31 of 65 B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. l. Submit number of copies specified in the General Requirements. 2. Data shown on the Submiitals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Spec�cations. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. B. Where a Submiital is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATI�N DOCUIv1EN'CS FOR CMAR PROJECTS Revision: Jw�e2014 UU'/1 UU - 1 General Conditions Page 32 of 65 C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section O1 33 00 and City has given written accepta.nce of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's Gene�al Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jwie2014 UU'/L UU - 1 General Conditions Page 33 of 65 not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or fmal payment; 3. the issuance of a certiiicate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work that was not performed in accordance with the Contract Documents, and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Substantial Completion of the Work and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 INDEMl�TIFICATION SEE ARTICLE 8, SECTION 17 OF THE AGREEMENT 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittais prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'TS FOR CMAR PROJECTS Revision: June2014 UU '%l UU - 1 General Conditions Page 34 of 65 to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittais (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after fmal payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract, except that any lump sum amounts or agreed-upon rates shall not be subject to audit. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. T'he City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after fmal payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract (except that any lump sum amounts or agreed-upon rates shall not be subject to audit), and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. T'he City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended.• Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'TS FOR CMAR PROJECTS Revision: June2014 UU'/L UU - 1 General Conditions Page 35 of 65 ARTICLE 7— OTHER WORK AT TIIE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners; and such other contractors shall be responsible for procuring their own property, liability or workers compensation insurance, and Contractor shall be named as primary additional insured on such policies (except workers compensation), and such policies shall include a waiver of subrogation in favor of Contractor. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work. B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is perforniing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or def ciencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific ma.tters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June2A14 Ul) /L UU - 1 General Conditions Page 36 of 65 AR'�'ICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at ar contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. 8.07 Limitations on City's Responsibilities A. T'he City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S FOR CMAR PROJECTS Revision: Jwie2014 UU'%L UU - 1 General Conditions Page 37 of 65 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during conshuction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on , information obtained during such visits and observations, City's Project Representa.tive will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the qua.lity or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. 9.03 Authorized Variations in Work City's Project Representa.tive may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. CI'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June2Ai4 UU '%l UU - 1 General Conditions Page 38 of 65 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data.). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the accepta.bility of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be fmal and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CI�ANGES IN THE WORK; CLAI�VIS; EXTRA W�RK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of E�ra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an e�ension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.O1.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCtJM�N'TS FOR CMAR PROJECTS Revision: Jwie2A14 �U'/L UU - i General Conditions Page 39 of 65 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Confiractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. T'he Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: l. Written notice sta.ting the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data, in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCU1v1EN'TS FOR CMAR PROJECTS Revision: Jwie2A14 UU '%L UU - 1 Generai Conditions Page 40 of 65 the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. T'he City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. D. City's written action under Paragraph 10.06.0 will be fmal and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; iTNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work is covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such Cost of the Work shall not include any of the costs itemized in Paragraph 11.O1.B, but shall include, but not be limited to, the following items: l. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jwie?A14 UU '%L UU - 1 General Conditions Page 41 of 65 include; a. salaries with a 63% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all ma.terials and equipment furnished and incorporated in the Work, including costs of transporta.tion and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor. All trade discounts, rebates, and refunds or returns from sale of surplus materials and equipment shall accrue to Owner and Contractor shall make provisions so that they may be obtained. Costs of materials described in this paragraph in excess of those actually installed but required to provide reasonable allowance for waste and for spoilage. Unused excess materials, if any, shall be provided to the Owner at the completion of the Work or, at the Owner's option, shall be sold by the Contractor or returned to the supplier; amounts realized, if any, from such sales or returns shall be credited to the Owner as a deduction from the Cost of the Work. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. 4. Payments ma.de by Contractor to Subcontractors for Work performed by Subcontractors. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined by the Contractor. . a. Full rental cost for rented, leased, and/or owned equipment shall not exceed the rates listed in the Rental Rate Blue Book published by Equipment Watch, a unit of Penton Media, Inc., as adjusted to the regional area of the Project. The most recent published edition in effect at the commencement of the actual equipment use shall be used. b. Rates shall apply to equipment in good working condition. Equipment not in good condition, or larger than required, may be rejected by Engineer or accepted at reduced rates. c. Equipment in Use: Actual equipment use time documented by the Engineer shall be the basis that the equipment was on and utilized at the Project site. In addition to the leasing rate above, equipment operational costs shall be paid at the estimated operating CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jwie?A14 UU '%L UU - 1 General Conditions Page 42 of 65 cost, payment category (and the table below), and associated rate set forth in the Blue Book if not already included in the lease rate. The hours of operation shall be based upon actual equipment usage to the nearest full hour, as recorded by the Engineer. Blue Book Payment Actual Usage Category Less than 8 hours Hourly Rate 8 or more hours but less than Daily Rate 7 days 7 or more days but less than Weekly Rate 30 days 30 days or more Monthly Rate d. Equipment when idle (Standby): Idle or standby equipment is equipment on-site or in transit to and from the Work site and necessary to perform the Work under the modification but not in actual use. Idle equipment time, as documented by the Engineer, shall be paid at the leasing rate determined in 11.O1.A.4.c., excluding operational costs. e. Where a breakdown occurs on any piece of equipment, payment shall cease for that equipment and any other equipment idled by the breakdovcm. If any part of the Work is shut dovcm by the Owner, standby time will be paid during non-operating work hours if diversion of equipment to other Work is not practicable. Engineer reserves the right to cease standby time payrnent when an extended shutdown is anticipated. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transporta.tion and maintenance, dismantling and removal of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the properly of Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision:.hme2014 UU '%L UU - 1 General Conditions Page 43 of 65 c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to any of the Work that has been completed and accepted by the City, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. If, however, any such loss or damage to the Work that has been accepted by Owner requires reconstruction and Contractor is placed in charge thereof, Contractor shall be paid for services, a fee proportionate to that sta.ted in Paragraph 12.01. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as long distance telephone calls, telephone, facsimile transmissions and communication services at the Site, reproduction costs, progress photography costs, costs of general office and similar supplies, postage, express delivery and courier services, and similar petty cash items in connection with the Work. h. The costs of premiums for all bonds Contractor is required by the Contract Documents to purchase and maintain; the cost of all subcontractor bonds and/or an agreed-upon rate for subcontractor default insurance; and insurance at the agreed-upon rate to be stated in the GMP Amendment. i. Costs of removal of debris from the site. j. That portion of the reasonable travel and subsistence expenses of the Contractor's personnel incurred while traveling in discharge of duties connected with the Work in accordance with the Contractor's written policies for personnel at or below the level of Project Superintendent. k. Company owned trucks, trailers and equipment while directly engaged in performance of Work for this Project, excluding the purchase of new vehicles by Contractor or Subcontractors for this Project. 1. Deductibles and self-insured retention amounts associated with insurance are considered costs of the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S FOR CMAR PROJECTS Revision: Jiu�e2A14 UU '%L UU - 1 General Conditions Page 44 of 65 m. Fees and assessments for the building permit and for other permits, licenses and inspections for which the Contractor is required by the Contract Documents to pay. n. Fees of testing laboratories for tests required by the Contract Documents, except those related to nonconfornung Work other than that for which payment is pernutted by Paragraph t below. o. Royalties and license fees paid for the use of a particular design, process or product required by the Contract Documents; the cost of defending suits or claims for infringement of patent or other intellectual properly rights arising from such requirement by the Contract Documents and payments made in accordance with legal judgments or settlements against the Contractor resulting from such suits or claims, such payments made only with the City's consent; provided, however, that such costs of legal defenses, judgments and settlements shall not be included in the calculation of the Contractor's Fee or the Guaranteed Maximum Price and provided that such royalties, fees and costs are not excluded by provisions of the Contract Documents. p. Legai, mediation and arbitration costs, other than those arising from disputes between the City and Contractor or reasonably incurred by the Contractor in the performance of the Work, except where covered under any indemnity by Contractor and only with the City's written permission. q. Reasonable expenses incurred in accordance with the Contractor's standard personnel policy for relocation and temporary living allowances of personnel required for the Work, in case it is necessary to relocate such personnel, for personnel below the level of Project Superintendent. r. Reasonable costs incurred by the Contractor in taking action to prevent threatened damage, injury or loss in case of an emergency affecting the safety of persons or property. s. Costs incurred by the Contractor in repairing or correcting damaged or nonconforming Work performed by the Contractor or its Subcontractors or suppliers, provided that such damaged or nonconforming Work was not caused by the negligence or failure of the Contractor or the Contractor's employees, including supervisory, administrative or managerial personnel, to perform in accordance with the Contract Documents or by the failure of the Contractor's personnel to supervise adequately the Work of the Contractor's Subcontractors or suppliers, and only to the extent that the cost of repair or correction is not recoverable by the Contractor from insurance, its Subcontractors or its suppliers. t. Other costs incurred by the Contractor in performance of the Work if and to the extent approved in advance in writing by the City. u. Rental charges for temporary facilities, including site office trailer, office equipment, temporary facilities, temporary utilities, dumpsters and toilets. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S FOR CMAR PROJECTS Revision: Jw�e2014 UU '%l UU - 1 General Conditions Page 45 of 65 v. Mobilization and demobilization cost associated with Project. w. Project specific, on-site, safety inspection and related safety supplies and costs. x. Project specific, on site, quality control inspection and quality assurance and control costs. B. Costs Excluded.• The term Cost of the Work shall not include any of the following items: l. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estima.tors, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due primarily to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs 11.O1.A. 6. The Contractor's capital expenses, including interest on the Contractor's capital employed for the Work. 7. Rental costs of machinery and equipment, except as specifically provided in Paragraph 11.O1.A.3. 8. Liquidated damages assessed the Contractor by the City. 9. Data. processing and software costs related to the Work. 10. Company owned, leased or rented trucks for personal use of those persons listed in Paragraph 11.O1.B.1 above. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jtme2A14 UU'%L UU - 1 General Conditions Page 46 of 65 11. That portion of the reasonable travel and subsistence expenses of the Contractor's personnel incurred while traveling in discharge of duties connected with the Work in accordance with the Contractor's written policies for personnel identified in Paragraph 11.01.B.1 above. . C. Contractor's Fee: Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form accepta.ble to City an itemized cost breakdown together with supporting data. E. For all subcontracts, the Contractor shall ensure compliance with Texas law. F. Discounts, Rebates and Refunds: Cash discounts obtained on payments made by the Contractor shall accrue to the City if (1) before making the payment, the Contractor included them in an Application for Payrnent and received payment therefore from the City or (2) the City has deposited funds with the Contractor with which to make payrnents; otherwise, cash discounts shall accrue to the Contractor. Trade discounts, rebates, refunds and amounts received from sales of surplus materials and equipment shall accrue to the City, and the Contractor shall make provisions so that they can be secured. Amounts which accrue to the City in accordance with the provisions of this paragraph shall be credited to the City as a deduction from the Cost of the Work. G Accounting Records: The Contractor shall keep full and detailed accounts and exercise such controls as may be necessary for proper fmancial management under the Contract Documents; the accounting and control systems shall be satisfactory to the City. The City and the City's accountants shall be afforded access to the records, books, correspondence, instructions, drawings, receipts, subcontracts, purchase orders, vouchers, memoranda and other data relating to this Project, and the Contractor shall preserve these for a period of three years after fmal payment, or for such longer period as may be required by law. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as ma.y be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCLfIvI�NTS FOR CMAR PROJECTS Revision: Jime?A14 UUYLUU-! General Conditions Page 47 of 65 b. Contractor's costs for unloading and handling on the Site, labor, insta.11ation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: shall be as defined in Article 2, Section 4 of the Agreement D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City ma.y make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: l. the quant�ty of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order E�ra Work in accordance with Paragraph 10.01. l. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. If no unit prices e�cist, this will be considered E�ra Work and the Contract will be amended CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: J�me2014 uu i� uu - i Generai Conditions Page 48 of 65 by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the tota.l estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantiiy Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jwie2014 uu il uu - i General Conditions Page 49 of 65 ART'ICLE 12 — CONTRACTOR'S FEE, CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME, DELAYS 12.01 Contractor's Fee See Article 2, Sections 1 and 2 of the Agreement. 12.02 Change of Cont�act Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.02.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided below plus CMAR Construction Services Fee as stated in Article 2 of the Agreement). a. for costs incurred under Paragraphs 11.O1.A.1 and 11.01.A.2, the Contractor's additional fee shall be 1 S% percent, b. for costs incurred under Paragraph 11.O1.A.3„ the Contractor's fee shall be _15%_ percent, as established in the Contractor's Proposal, based on subcontractor's actual Cost of the Work c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent is that the Subconiractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incw�red by such Subcontractor under Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative tota.l of fees paid to Contractor and all tiered sub-contractors be in excess of 26.8%; d. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, andl l.Ol.B; e. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to 3.5 percent (%) of such CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'TS FOR CMAR PROJECTS Revision: Jw1e1A14 uu il uu - i General Conditions Page 50 of 65 net decrease. 12.03 Change of Contract Time A. T'he Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.04 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City or its designers or consultants, acts or neglect of utility owners or other contractors perfornung other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or dama.ges (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the acts or neglect of the City or its designers, consultants, or utility owners or separate contractors, including without limita.tion the failure of the City to provide information or material, if any, which is to be furnished by the City. ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: hme?A14 UU'CL UU - 1 General Conditions Page 51 of 65 ' have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations so require, any of the Work (or part thereo fl to be inspected, tested, or approved by City, City shall assume responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and receive the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Deparhnent of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obta.ining and shall pay all costs in connection with any additional inspections, tests, re-tests, or approvals required for City's acceptance of materiais or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organiza.tions accepta.ble to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jlu�e?Ai4 UU'%l UU - 1 General Conditions Page 52 of 65 G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufiicient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitxation or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Tune2014 UU'/L UU - 1 General Conditions Page 53 of 6S Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall ta.ke no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Substantial Completion, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or dama.ge, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and dama.ges (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and ali court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Substa.ntial Completion of a11 the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and dama.ge to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of six months after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limita.tion or repose. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jiuie2014 vu iz uu - i General Conditions Page 54 of 65 13:08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributa.ble to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Wark and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June 2A14 UU '%L UU - 1 General Conditions Page 55 of65 acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. The Contractor's Fee for overhead and profit shall be payable on a monthly basis, prorated as a percentage of the contract time expended. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of reta.inage with respect to progress payments will be as stipulated in the Contract Documents. B. Review ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data. and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S FOR CMAR PROJECTS Revision: June2014 UU'%L UU - ! General Conditions Page 56 of 65 to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a fmal determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications sta.ted in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been e�chaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such e�ent as ma.y be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: See Article 3 Subsection2 of the Agreement.. D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. CTi'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUIvIENTS FOR CMAR PROJECTS Revision: June7A14 UUlLUU-1 General Conditions Page 57 of65 F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Conhactor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: l. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shail make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S FOR CMAR PROJECTS Revision: June2014 UU'/l UU - 1 General Conditions Page 58 of 65 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: l. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN'I'S FOR CMAR PROJECTS Revision: June?A14 UU 'fl UU - 1 General Conditions Page 59 of 65 2. After all Damage Claims have been resolved: a, directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the imal payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If fmal completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and iuial quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be reta.ined. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no eatra payment for stand-by time of construction equipment and/or conshuction crews. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: J�aie2014 11U'%l UU - 1 General Conditions Page 60 of 65 B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. 15.02 Ciry May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limita.tion, may justify ternunation for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise fmancially unable to carry on the Work satisfactorily; or CITY OF FORT WORTH STANDAkD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June2014 UU'!l UU - 1 General Conditions Page 61 of 65 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. L If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materiais and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is fmished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accounta.ble to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June7A14 uu rz uu - i General Conditions Page 62 of 65 law. C. Notwithstanding Paragraphs 15A2.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the e�ent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: Stop work under the Contract on the date and to the extent specified in the notice of ternunation; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: June2014 UU'%l UU - 1 Generai Conditions Page 63 of 65 the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to imal settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination; 2. direct expenses sustained prior to the effective date of termination in perfornung services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work; 3. reasonable expenses directly attributable to termination; and 4. overhead and profit in the form of a prbrated amount of the Contractor's Fee, with such proportion being "the cost of the work completed to date" divided by "GMP minus the Contractor's Fee". G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jtme2014 UU'%L UU - ! General Conditions Page 64 of 65 ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor ma.y request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes fmal and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after ternunation of the mediation unless, within that time period, City or Contractor: l. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — NIISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given ii 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the ne� Working Day shall become the last CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCiJMENTS FOR CMAR PROJECTS Revision: June2A14 UU'/L UU - 1 General Conditions Page 65 of 65 ` day of the period. `17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. T'he provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 1'7.04 Survzval of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 17.06 Mutual Waiver of Consequential Damages The Contractor and City waive Claims against each other for consequential damages arising out of or relating to this Agreement. T'his mutual waiver includes: (1) damages incurred by the City for rental expenses, for losses of use, income, profit, fmancing, business and reputation, and for loss of management or employee productivity or of the services of such persons; and (2) damages incurred by the Contractor for principal office expenses including the compensation of personnel stationed there, for losses of fmancing, business and reputation, and for loss of profit except anticipated profit arising directly from the Work performed. This mutual waiver is applicable, without limitation, to all consequential damages due to either party's ternunation in accordance with Contract Documents. Nothing contained in this Section 17.06 shall be deemed to preclude an award of liquidated damages, when applicable, in accordance with the requirements of the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS FOR CMAR PROJECTS Revision: Jiuie2014 M�r,C Review Page 1 of 3 Official site of the City of Fort Worth, Texas 1' 1' • � �� COUNCIL ACTION: Approved on 3/4/2014 DATE: CODE: 3/4/2014 REFERENCE NO.: **C-26693 LOG NAME: C TYPE: CONSENT PUBLIC HEARING: .�� _. • 1 u_: NO SUBJECT: Authorize Execution of a Construction Manager-at-Risk Agreement with McCarthy Building Companies, Inc., for Preconstruction Phase Services in the Amount of $95,000.00 and Construction Services Phase for a Fee of 3.5 Percent of the Guaranteed Maximum Price for the Peak Flow Management Facilities at Village Creek Water Reclamation Facility, Provide for Project Management and Staff Support Services for a Total Preconstruction Phase Amount of $110,000.00 (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize execution of a Construction Manager-at-Risk Agreement with McCarthy Building Companies, Inc., providing for Preconstruction Phase services in the amount of $95,000.00 and Construction Services Phase for a fee of 3.5 percent of the Guaranteed Maximum Price for the Peak Flow Management Facilities at Village Creek Water Reclamation Facility. DISCUSSION: Due to the nature of the project, Staff elected to use the Construction Manager-at-Risk (CMAR) alternative project delivery method. CMAR Contractors are selected based on qualifications for the desired services. A CMAR Contractor provides construction knowledge and advice during the detailed design (preconstruction) phase to lower construction cost, optimize construction sequencing, and provide a better overall result. The Agreement is structured to share the risk between the City and the CMAR and is authorized by state law. The Agreement is a single contract in two phases, with compensation models for each phase. The City may terminate the Agreement if the Guaranteed Maximum Price for construction (GMP) exceeds expected costs or for other reasons. Staff will present a separate Mayor and Council Communication amending the Agreement when the GMP is established. The City of Fort Worth owns and operates one wastewater treatment plant, the Village Creek Water Reclamation Facility (VCWRF). The VCWRF is permitted to treat wastewater flows up to166 million gallons per day (MGD) average dry flow and up to 369 MGD for a two-hour peak flow. The January 2012 Wastewater Master Plan anticipates 2015 wastewater peak flow to Village Creek Water Reclamation Facility to exceed 389 MGD which is in excess of the plant's current TPDES permitted capacity. This peak flow rate also exacerbates a functional limitation of 303 MGD identified in the plant's primary clarifiers. The Master Plan recommends construction of a Peak Flow Basin to manage peak wet weather flows. In the near term, the construction of the basin will allow operational flexibility for plant shutdowns related to other process improvements and construction and will also allow the City to defer a VCWRF expansion to 2019. On September 18, 2012, (M&C C-25846) the City Council authorized an engineering Agreement with CDM Smith, Inc., for the process studies and conceptual design of the Peak Flow Management Facilities at the Dewatering Facility site (the Sludge Only Landfill), about two miles north of the existing VCWRF. These efforts are nearly completed and final engineering will start after the authorization of the Final Engineering Services contract to be presented to council in a separate http://apps.cfwnet.org/council_packet/mc_ review.asp?ID=19385&councildate=3/4/2014 6/24/2014 M&C Review Page 2 of 3 M,ayor and Council Communication. The Water Department published a Request for Qualifications for the Construction Manager-at-Risk for Peak Flow Management Facilities at Village Creek Water Reciamation Facility on January 18, 2013. Seven sets of qualifications were received on March 7, 2013, from the following firms: Archer Western Construction, LLC AUI Contractors CDM Constructors, Inc. HSR Constructors, Inc. McCarthy Building Companies, Inc. Pepper-Lawson Water Works Sundit Construction A Selection Committee comprised of Staff evaluated the submitted qualifications with respect to the published criteria in the Request for Qualifications (RFQ) for firm and team experience using CMAR contracts, construction at existing, operating water and wastewater plants, and projects of similar size. The committee ranked the teams based on the qualifications presented and short-listed three firms: HDR Constructors, Inc., Archer Western Contracting, LLC and McCarthy Building Companies, I nc. A Request for Proposals (RFP) for the project was provided to the three shortlisted firms on April 29, 2013. All Proposals were received timely on June 6, 2013. The same Selection Committee evaluated the submitted proposals against criteria listed in the Request for Proposals. On June 20, 2013, the three teams were interviewed by the Selection Committee. Each member of the Selection Committee agreed McCarthy Building Companies, Inc., (McCarthy) presented the best qualifications, assembled the strongest team, best understood the CMAR process and demonstrated an effective project delivery approach for this project. In addition, McCarthy submitted the lowest up front cost. M/WBE Office - No MBE goal was applied to the Preconstruction Services Phase of this CMAR project. However, an overall 20 percent MBE goal was assigned to the Construction Services Phase and McCarthy Building Companies, Inc., has committed to 20 percent MBE participation on the overall construction phase services. In addition to the contract cost, $15,000.00 is included for project management and support services. The Village Creek Water Reclamation Facility is located in COUNCIL DISTRICT 5, Mapsco 333-F2 and serves ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P275 541200 701300200980 $95,000.00 Submitted for Citv Manager's Office by_ Originating Department Head: Additional Information Contact: Fernando Costa (6122) S. Frank Crumb (8207) M. Rafalko (8215) http://apps.cfwnet.org/council pacicet/mc review.asp?ID=19385&councildate=3/4/2014 6/24/2014 M&C Review ATTACHMENTS Exhibit A Project Location (2).pdf Page 3 of 3 http://apps.cfwnet.org/council_packet/mc_review.asp?ID=19385&councildate=3/4/2014 6/24/2014