Loading...
HomeMy WebLinkAboutContract 16378PROJECT MANUAL JOB NO. 88050 SET NO. G2 THIS COPY FOR-9 _CITY U'crmi TARY TRANS. & PUB..=.. _CONTRACTOR _CONTRACTOR'S BONDING Wo _____A/F CITY SECRETARY M _L 10:9 RENOVATION & REPAIR OF THE SOUTHSIDE MULTI -PURPOSE CENTER ORRROW MCSPEDDEN FOR THE CITY OF FORT WORTH SELLRRS, INC. ARcogrECTS U® ACT PLANNERS 7 FORT WORTH/SAN ANGELO PINNACLE CONSULTANTS fr*C. ■NDINEERS PLANNERS 200 WATER GAAMNS PLACE 100 EAST TSTH �T1EET FORT YKATH. TEXAB 78102 •, 7.3w-uia r 40� A AEPACdw IN6TTTUTE OF Agpi.4Mt-Cr8 5, 7.429.O oe ( ET11O) CITY OF FORT WORTH, TEXAS CONSTRUCTION CONTRACT THE STATE OF TEXAS 3 KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT S - This agreement made and entered into this the // zy day of Ap,E'/,G A.D. , 19,5�j, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the llth day of December, A.D. 1924, under the authority vested in said voters by the "Home Rule" provision of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereafter termed Owner, and iliv - it ire ie� rr i r � C2i ereinafter called Contractor. ` WITNESSETH: That said parties have agreed as follows: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the performance and payment bonds delivered herewith, the said Contractor as an independent contractor agrees with the said Owner to commence and complete the construction of certain improvements described as follows: L4,t:1>16A 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself' to commence the construction of said work within ten (10) days after being notified in writing to do so by the Transportation and Public Works Director of the City of Fort Worth. Standard Contract Form No. 5 Revised September 2, 1986 C-1 4 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Transportation and Public Works Director of the City of Fort Worth within a period of calendar days. If the Contractor should fail to complete the work as set forth in the plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $/5¢, 00 per calendar day, not as a penalty but. as liquidated damages. Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said Owner shall exceed the contract price or prices set forth in the said Plans and Specifications and Contract Documents made a part hereof, the Contractor shall pay said Owner on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 5. Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants and employees, from and against any and all claims or suits for property damage or loss 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 conjunction with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by alleged negligence on the part of officers, agents, servants, employees, contractors, subcontractors, licensees and invitees of the Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of owner, its officers, agents, servants and employees for property damage or loss, and/or personal injuries, 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 and services to be performed hereunder by. Contractor, its officers, agents, employees, contractors, licensees and invitees whether or not caused, in whole or in part, by alleged negligence of officers, agents, servants, employee contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, C-2 11 indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in part, any and all alleged acts or omissions of officers, agents, servants, employees, contractors, subcontractors, licenses, or invitees of the Owner. In the event a written claim for damages against the Contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Transportation and Public Works Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended by the Director of the Transportation and Public Works Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. Although the claim concerned remains unsettled at the expiration. of the above:. 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory to the Director that: (1) The claim has been settled and a release has been obtained from the claimant involved, or (2) Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that the final payment to the Contractor be made. At the expiration of the six month period the Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Transportation and Public Works Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City contract. C-3 1.1 The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be 100 percent of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 7 Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will 'be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The greed upon total contract amount (including/excluding) alternates /l`/� , shall be 5vle4-s4y Dollars, ,LZa - O O) . �hr e C7 f It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Transportation and Public Works Director of said City of Fort Worth. 9. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. 10. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with reference to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with reference to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. C-4 IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the ir day of A.D. , 19_LL. APPROVED: 2: TRANSPORTATION AND PUBLIC WORKS DIRECTO�(� V- ikt F�C(.,TkZt(, CONTRACTOR BY: ( . QA� TITLE iT' ) rD r---Q 2 O DRESS CITY ATT NEY A4- -Z J Contra t authorization Date CITY OF FORT WORTH BY: dt--� Y MANA ATTEST: CITY SECRETARY C-5 (S E A L) APPROVED AS TO FORM AND LEGALITY: i PERFORMANCE BOND (Required if contract amount exceeds $25,000) THE STATE OF TEXAS S �t COUNTY OF TARRANT J KNOW ALL MEN BY THESE PRESENTS: That we (1) DAV-KIN ELECTRIC CO., INCH a (2) Corporation Of TPxag > hereinafter called Principal, and (3) FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation 1 organized and existing under the laws of the State of Texas, hereinafter 1 called Owner, in the penal sum of: Sixty six thousand, seven hundred eighty three and no/100 (S 66 783.00 ) Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered- into a certain contract with the City of Fort Worth, the Owner, I dated the day of ,�j�/2/,(, A.D. 19 4!!�< a copy of which is i hereto attached and made a part hereof, for: Electrical Work for Southside Multi -Purpose Center Forr Worth, Texas designated as Project Number 88050 , a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copies at length herein, such project being hereinafter referred to as the "work." s C-6 NOW THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the plans, specifications, and contract documents during the original term thereof, and any extensions thereof 1 which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. I PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the 1 contract or to the work or to the specifications. IN WITNESS WHEREOF, this instrument is executed in six counterparts each one of which shall be deemed an original, this the day of ,��,e//, A.D. , 14,f&—. DAV-KIN ELECTRIC CO., INC. f PRINCIPAL (4) BY: Bedford, Texas (Address) FIDELITY AND LGLVJII l�ViiLL ivi vi Ni 1\I L-k' Surety 1 (Attorney n-fact) 5)Tracy Tucker Fort Worth, Texas (Address) C-) ATTEST: (Principal) Secretdry' (S E A L OF PRINCIPAL) (Witness as to Principal) (5) Correct name of Contractor. A Corporation, a Partnership or an Individual, as case may be. Correct name of Surety. If Contractor is Partnership all Partners should execute bond. A true copy of Power of Attorney shall be attached to bond by Attorney -in -Fact. c-8 (S E A L OF SURETY) Witness as to Surety Fort Worth , Texas Address PAYMENT BOND (Required if contract amount exceeds 925,000.00) THE STATE OF TEXAS S COUNTY OF TARRANT 3 KNOW ALL MEN BY THESE PRESENTS: That we (1) DAV-KIN ELECTRIC CO., INC. , a (2) Corporation of Texas hereinafter called Principal, and (3) FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to in the penal sum of: Sixty six thousand, seven hundred eighty three and no/100 (S 66,783.00 ) Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the // day of �%1�'/� A.D. , 19 a copy of which is hereto attached and made a part hereof, for: Electrical Work for Southside Multi -Purpose Center designated as Project Number 88050 , a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copies at length herein, such project being hereinafter referred to as the "work." C-9 NOW, THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make payment to all claimants as defined in Article 5160 of the Revised Civil Statutes of Texas, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. jTHIS BOND IS MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160, and all such claimants shall have a direct right of action under the bond as provided in Article 5160 of the Revised Civil Statutes. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas, and that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the Same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim 1 may be unsatisfied. / IN WITNESS WHEREOF, this instrument is executed in six counterparts each one of which shall be deemed an original, this the day of /-)/ / /, A.D. , 1410E�-8. DAV-KIN ELECTRIC CO., INC. PRINCI AL (4) BY: Bedford, Texas (Address) C-10 ATTEST: r (Principal) Secretary y;' (S E A L OF PRINCIPAL) � n Witness as to Principal FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety X(►X�CscXXS�C�Ci�flft�7iit�tX 9 l Attorne—in'-'-Fact racy Tucker (S�AI.) Fort Worth, Texas (Address) (1) Correct name of Contractor. (2) - A Corporation, a Partnership or ! an Individual, as case may be. (3) Correct name of Surety. (k) If Contractor is Partnership all Partners should execute bond- (5) A true copy of Power of Attorney shall be attached to bend by Attorney —in —Fact. c, Witness as to Surety Fort Worth, Texas (Address) 'it -th Texas o Fror t AA/6 r and ur"ouncil, Communication DATE REFERENCE I SUBJECT: AWARD OF MULTIPLE CONTRACTS FOR PAGE NUMBER RENOVATION OF THE SOUTHSIDE MULTI- 4 -C--10902 PURPOSE CENTER, PHASE I I of RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute contracts for construction,of the Renovation of -the Southside Multi -Purpose Center, Phase I (Demolition and Structural Reconstruction) with the following contractors: Bid Package No. 3 (Demolition) to Rice Drywall Inc. for $77,000. Bid Package No. 4 (Concrete) to Harold N. Hall Construction Inc. for $125,000. Bid Package No. 5 (Combination Bid) including Alternate No. 1. (HVAC and Plumbing) to Ski -Hi Enterprises for $86,950. Bid Package No. 7 (Electrical) to Dav-Kin Electric Company, Inc. for $66,783. Bid Package No. 10 (Pier Drilling) to H & H Foundation Drilling Co. Inc. for $68,500. DISCUSSION On February 9, 1988 (M&C C-10793), the City Council approved contracts with Pinnacle Consultants Inc, to provide professional services for the renovation of the Southside Multi -Purpose Center and with McCord Construction, Inc. to provide construction management services for the project. In order to expedite the reconstruction, the project was divided into two phases. Phase I includes demolition of the 'interior walls and concrete slab on grade, demolition and reconstruction of the mechanical, plumbing and electrical systems, removal of the cabinet -work and doors and storage for later installation and construction of interior piers and structural slab floor. Phase II, which will be designed in a few weeks, includes reconstruction of the interior walls, doors and finish materials to complete the project. RECEIPT OF BIDS: The project was advertised on March 3 and 10, 1988 and bids were received for Phase I on March 25, 1988 as follows: BID PACKAGE -CONTRACTOR AMOUNT Bid Package No. I D/Ft,,l Precast Contr. Inc. $ 6,000 Security Fence The Craftsmen, Inc. $ 7,441 Bid Package No. 2 Security Services D/FW Precast Contr. Inc. $ 35,000 DATE REFERENCE SUBJECT: AWARD OF MULTIPLE CONTRACTS FOR PAGE NUMBER RENOVATION OF THE SOUTHSIDE MULTI- 4 5-88 C-10902 nifnDrier P17KITE'n MIACIr T Bid Package No. 3 Architectural Demolition Bid Package No. 4 Concrete DIFW Precast Contr. Inc. Rice Drywall Inc. Harold N. Hall Const. Inc. Ed A. Wilson, Inc. Cates -Courtney, Inc. Harold N. Hall Const. Inc. D/F14 Precast Contr. Inc. Ed A. Wilson, Inc. Terry J. Fricks, Inc. Lone Star Conc. Inc. Bid Package No. 5 Mechanical & Plumbing Demolition and Reconstruction Ski -Ili Enterprises First Tex. Mech Contr. Inc. General Eng. Corp. D/FW Precast Contr. Inc. Alternate No. 1 Duct Alterations Bid Package No. 6 Plumbing Demolition & Reconstruction Bid Package No. 7 Electrical Demolition & Reconstruction Bid Package No. 8 Project Sign & Bulletin Board Bid Package No. 9 Temporary Toilets Ski -Hi Enterprises First Tex. Mech Contr. Inc. General Eng. Corp. DIFW Precast Contr. Inc. D/FW Precast Contr. Inc. Hayes Plumbing Co. Dav-Kin Elect. Co. Inc. The Davis Co. Elect. D/FW Precast Contr. Inc. Freeman Elect. Ltq Contr. A.B. Electric Co. DIFW Precast Contr. Inc. D/FW Precast Contr. Inc. $ 75,000 $ 77,000 $ 95,000 $ 98,500 $119,000 $125,000 $ U 27—, UO $204,000 $218,000 $229,434 $ 81,000 $110,000 $125,400 $ 50,000 (Mech Only) $ 49,000 $ 98,000 $ 66,783 $-7T=, $ 73,500 $ 90,400 $ 91,000 $ 1,200 $ 1,500 Bid Package No. 10 Pier Drilling H & H Found. Drilling Co. Inc. $ 68,500 Indoor Drilling Specialists, Inc.J_7_G_,0W D/FW Precast Contr. Inc. $ 75,000 DATE REFERENCE SUBJECT: AWARD OF MULTIPLE CONTRACTS FOR PAGE NUMBER RENOVATION OF THE SOUTHSIDE MULTI- 3 4 4-5-88 1 `C-10902 PURPOSE CENTER. PHASE I of DISCUSSION The apparent low bidder (D/FW Precast Contr. Inc.) on Bid Package No. I qualified its bid by stating that it would accept only the total project and would not enter into a contract on individual bid packages. Its proposal for the total project is $539,000 which -is above the aggregate of the low bids for the different bid packages. Therefore, it is recommended that all bids by D/FW Precast Contr., Inc. be rejected. The Craftsman, Inc. proposal did not include a bid bond. It is recommended that this bid be rejected and that the bid package be re -bid through the Purchasing Department. Only one bid was received on Bid Package No. 2. (D/FW Precast Contr., Inc.). For the reasons given above, it is recommended that this bid be rejected and that the bid package be re -bid through the Purchasing Department. For Bid Package No. 3, Rice Drywall, Inc., has complied with the City's MBE/WBE Policy, and it is recommended that Rice Drywall, Inc. (whose bid is below the estimate) be awarded the bid. The apparent low bidder for Bid Package No. 4, Cates -Courtney, Inc., did not submit the required MBE/WBE forms and is considered non -responsive. The second low bidder, Harold N. Hall Construction, Inc. is below the estimate for this work, has complied with the City's MBE/WBE Policy, and is recommended for award of the contract. It should be noted that some excavation is expected in this contract at $6.00 per linear foot to determine the condition of the grade beam carton form after the concrete slab is removed. The total amount of excavation will be determined after the first trench is dug, and a change order will be written. The apparent loll �)idder on Bid Package No. 5, Ski -Hi Enterprises is below the es­�11116t',*�_ f(),r thils work and is for award of contract including the base bid and AI'L-.ernate No. 1. The firm co,,,pl th, City's MBE/WBE Policy. The lowest combination of bids for the mechanical and plumbing work is included in B i d Package No. 5. Therefore, it is recommended that all bids f o r Bid Package No. 6, (Plumbing demolition and reconstruction) be rejected. The apparent low bidder on Bid Package No. 7, Dav-Ki n Electric Company, Inc. is below the estimate for this work and complied with City's MBE/WBE Policy. only one bidder responded to Bid Packages No. 8 and 9. Since the recommendation is to reject all bids by D/FW Precast Contractors, I nc . , the proposals for Bid Package No. 8, (Project Sign and Bulletin Board) and Bid Package No. 9, (Temporary Toilets) should be rejected and are recommended for re -bid through the Purchasing Department. REFERENCE SUBJECT: AWARD OF MULTIPLE CONTRACTS FOR PAGE NUMBER RENOVATION OF THE SOUTHSIDE MULTI- 4 Il 4-5 - 88 C-10902 _PURPOK -—GEN LER,—P i-wo partial bids were received for Bid Package No. 10, Drilled Shafts: H & 11 Foundation Drilling Co. Inc. $68,500 Fort Worth, Texas Indoor Drilling Specialists, Inc. $70,000 Denver, Colorado Both f i rms had technical omissions from their proposals. However, because this work must be completed before most of the other work herein can begin, it is recommended that the contract be awarded to the low bidder, H & H Foundation. The total proposal for the bid packages recommended is $424,233 which is $188,804 below the estimate of $613,037 for the same work. FINANCING Sufficient funds are available in Grants Fund 76, Project No. 206081-40, Southside Multi -Purpose Center Renovation to finance these contracts. Expenditures will be made from Index Code 500660. DAI:d LJBMITJED FOR TI4k CITY MANAGER'S Of 1 1 CE BY: ORIGINATING D[ PARTMENT HEAD: Gary Santerre/ FOR ADDITIONAL INFORMATION CONTACT: N. Amos 789 N5 APPROVED BY 0 U N G i L AS AbUJNW_kQ_ ('A DISPOSITION BY COUNCIL PROCESSED BY b, APPROVED OTHER (DESCRIBE) See Attachment CITY SECRETARY DATE hf'ii +rt OFFICE OF THE CITY MANAGER 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 April 5, 1988 870-6111 / AREA CODE 817 TO: The Honorable Mayor and Members of the City Council FROM: Douglas Harman, City Manager SUBJECT: M&C C-10902 - Award of Multiple Contracts for Renovation of the Southside Multi -Purpose Center, Phase I The following change needs to be made to the referenced M&C: Recommendation It is recommended that the City Council authorize the City Manager to: 1) execute contracts for construction of the renovation of the Southside Multi -Purpose Center, Phase I (Demolition and Structural Reconstruction) with the following contractors: a) Bid Package No. 3 (Demolition) to Rice Drywall, Inc. for $775000. b) Bid Package No. 5 (Combination Bid) including Alternate No. 1 (HVAC and Plumbing) to Ski -Hi Enterprises for $86,950. c) Bid Package No. 7 (Electrical) to Dav-rein Electric Company, Inc. for $66,783. 2) Reject all bids received for Bid Package Nos. 1, 2, 4, 6, 8, 9 and 10. DH: kc March 17, 1988 Job No. 88050 Darrow McSpedden Sellars, Inc. ADDENDUM NO.1 RENOVATION & REPAIR OF THE SOUTHSIDE MULTI -PURPOSE CENTER FOR THE CITY OF FORT WORTH FORT WORTH, TEXAS This addendum forms a part of the Contract Documents and modifies original Specifications dated February 29, 1988 and Drawings dated February 29, 1988. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject bidder to disqualification. A. Sealed proposals will be received at the office of the City Manager until 11:00 A.M., March 25, 1988 in lieu of March 24th. BID PROPOSALS A. Combined bids may be proposed, however, individual bid package amounts must be indicated for all combined packages. B. The Davis Bacon Act applies for wage rates. Wage rates and Department of Housing and Urban Development contract requirements are attached. BENCH MARK A. City surveyor will furnish bench marks and control lines. STORAGE A. Space is available for plumbing, air conditioning and electrical con- tractors to furnish storage trailers on -site. Insurance is required for on -site storage. All off -site storage must be bonded or insured. Proof of bond or insurance coverage is required and must be presented to construction manager. QUALITY CONTROL A. Independent tesing lab will be furnished and will provide testing. Delete reference to contractor furnished tests in section 02200, 02370 and 03300. REFER TO PROJECT MANUAL: BID PACKAGE #4 A. Refer to attached revised proposal. Unit price for overtime hours is required. B. Pier excavation material removal is to be included in this bid. BID PACKAGE #5 A. Section 15650 - Mechanical contractor shall furnish and install new filters in air conditioning units. B. Section 15650 - Kitchen hood fire suppression system shall meet code. Mechanical contractor shall include new fire suppression system if required. BID PACKAGE #7 A. Section 2070 - Electrical contractor shall remove security system items and itemize catalog, store and reinstall (Phase II). BID PACKAGE #10 A. Section 02370 - New piers shall be located by pier drilling contractor. Architect -Engineer will approve pier layout prior to drilling. BID PACKAGE #11 A. New proposal attached will replace original proposal form. Testing labs will submit Bid Package #11 with testing services provided and unit costs for each service. Submit in envelope marked "Technical Proposal". B. Also submit estimate of maximum charges for final sum not to exceed. Submit in separate envelope marked "Estimate". (not being part of bid proposal). C. Specification section "Independent Testing Lab Services" , delete all references to testing lab working for a contractor. REFER TO DRAWINGS: BID PACKAGE #3 A. Sheet S-4, Contractor will completely cut the existing grade slab, including existing reinforcement (#3 bars at 18" O.C.E.W.). Void state- ment in details on Sheet S-4 indicating existing reinforcement from grade beams, columns, etc. not being cut and reused in new slab. BID PACKAGE #4 A. Sheet S-4, Dowel holes shall be drilled into grade beams, columns, etc. and dowels epoxed in locations as shown on Sheet S-4. Holes for #3 dowels to be 1/�" in diameter and a minimum of 6" deep. Use Sikadur 31 in accordance with manufacturer's specifications to grout #3 dowels. PROPOSAL TO: MR. DOUGLAS HARMAN City Manager City of Fort Worth FOR: RENOVATION & REPAIR (PHASE I) OF THE SOUTHSIDE MULTI -PURPOSE CENTER 959 E. Rosedale Street Fort Worth, Texas Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications, and the site; understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equip- ment and materials necessary to fully complete all the work as provided in the plans and specifications, subject to the inspection and approval of the Transportation and Public Works Director of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and if the contract amount exceeds $25,000.00, furnish Performance and Payment Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sum, to wit: Bid Package #4: Concrete work per section 03300, pier concrete and steel per section 02370, and excavating and grading per section 02200 for a total of dollars ($ ). Trenching at perimeter and interior grade beams in accordance with note 1, sheet S-1, per lineal foot dollars per L.F. ($ l.f.). Drilled piers, per linear foot, for depths greater or less than those shown on drawings, including rebar and concrete. 18" dia. EXTRA $ CREDIT $ Unit cost for overtime work $ EN The City reserves the right to accept or reject any and all bids or any com- bination thereof proposed for the above work. The undersigned agrees to complete all work covered by these documents within calendar days from and after the date for commencing work as established in the Progress Schedule and coordinated by the Contract Manager for the Project, and to pay not less than the Prevailing Wage Rates as established by the City of Fort Worth, Texas. The undersigned further agrees that, from the compensation otherwise to be paid, the Owner may retain an amount equal to the schedule listed in paragraph 9, page SIB-2 of the SPECIAL INSTRUCTIONS TO BIDDERS in the specifications based upon the contract amount for each calendar day after the date established for substantial completion of the work by the Contract Manager in said Progress Schedule, which sum is agreed upon as the proper measure of liquidated damages which the Owner will sustain per diem by the failure of the undersigned to achieve substantial completion of the work on or before the date stipulated. This sum is not to be construed in any sense as a penalty. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. The Contractor performing this contract may purchase, rent, or lease all materials, supplies, 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 complying with State Comptroller's Ruling #95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95-0.09 as amended to be effective October 2, 1968. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29) prohibiting discrimination in employment practices. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract. If the contract amount exceeds $25,000.00, the undersigned also agrees to deliver approved Surety Bonds for the faithful performance of this contract. The attached Bid, Bond, or Cashier's check in the sum of dollars (S } is to become the property of the City of Fort Worth, exas, in the event the contract and bond are not executed within the time set forth as liquidated damages for delay and additional work caused thereby. Respectfully submitted, By: Address: Seal Date: t PROPOSAL TO: MR. DOUGLAS HARMAN City Manager City of Fort Worth FOR: RENOVATION & REPAIR (PHASE I) OF THE SOUTHSIDE MULTI -PURPOSE CENTER 959 E. Rosedale Street Fort Worth, Texas Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications, and the site; understands the amount of work to be done and hereby proposes to do all the work and furnish all labor, equip- ment and materials necesary to fully complete all the work as provided in the plans and specifications, subject to the inspection and approval of the Transportation and Public Works Director of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and if the contract amount exceeds $25,000.000, furnish Performance and Payment Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sum, to wit: Bid Package #11: Furnish testing per specifications section "Independent Testing Laboratory Services". List services provided with unit costs for each. SERVICE DESCRIPTION COST/UNIT The City reserves the right to accept or reject any and all bids or any com- bination thereof proposed for the above work. The undersigned agrees to complete all work covered by these documents within the time limit established in the job progress schedule and coordinated by the Contract Manager for the Project, and to pay not less than the Prevailing Wage Rates as established by the City of Fort Worth, Texas. The undersigned further agrees that, the Owner may retain an amount equal SIB-2 of the SPECIAL INSTRUCTIONS TO the contract amount for each calendar substantial completion of the work by Schedule, which sum is agreed upon as which the Owner will sustain per die m This contract is issued by an organization which qualifies for exemption pur- suant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. The Contractor performing this contract may purchase, rent or lease all materials, supplies, 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 complying with State Comptroller's Ruling #95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95-0.09 as amended to be effective October 2, 1968. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discrimi- nated against as prohibited by the terms of City Ordianance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29) prohi- biting discrimination in employment practices. Within ten (10) days of receipt of notice of acceptance of this bid, the under- signed will execute the formal contract. Respectfully submitted, By: Address: Seal Date: I - U.S. Department of Labor <40v> GENERAL WAGE DECISION N0. TX88-7/,23,5 Supersedes General Wage Decision No. TX87-7 State: TEXAS County(ies): Collin, Dallas, Denton, Ellis, Grayson, Hood, Hunt, Johnson, Kaufman, Palo Pinto, Rockwall, Tarrant, & Wise Construction Type: Building Construction Description: Building Projects (does not include single family homes and apartments up to and including 4 stories ). (Use current heavy & highway general wage determination for Paving Incidental to Building Const. in Tarrant Co. & for Paving & Utilities Incidental to Suilding Const. in remaining Cos.). Modification Record: No. Publication Date Page No.(s) Vol, 11 949 U.S. Department of Labor TX88-7/2 33 mixers, pipelayers, flaggers 9.925 .775 ZONE 2 - Collin, Dallas, Denton, Ellis,. Hood, Hunt, Johnson, Kaufman, Palo Pinto, Rockwall, Tarrant & Wise Cos.: All work including flaggers 8.60 1.30 LATHERS 17.38 1.04 LINE CONSTRUCTION: ZONE 1 - Collin, Dallas, Ellis, Gray- son, Hunt, Kaufman & Rockwall Cos: Lineman 17.10 1.40+ 8.5% Cable Splicers 18.81 1.40+ 8.5% Operators 17.10 1.40+ 8.5% Groundman 11.97 1.40+ 8.5% ZONE 2 - Denton, Hood, Johnson, Palo Pinto. Tarrant, and Wise Cos: 14.10 1.40+ 8.5% -Lineman Cable Slicers 15.51 1.40+ 8.5% Operators 13.SG 1.40+ 8.5% Groundman 9.73 1.4041- E.50,, MARBLE, TILE, & TERRAZZO WORKERS (ex- cluding Ellis County) 13.00 1.87 PAINTERS: ZONE 1 - Collin, Dallas, Denton, Ellis, Grayson, Hunt, Kaufman & Rockwall Cos: Group 1 - Brush 14.36 1.80 Group 2 - All wall covering work: paper. fabric, sheeting, flexwood, etc. 14.61 1.80 Group 3 - Ames tool oper. 14.48 1.80 Group 4 - Structural steel, stage work, bosun chair, spray gun, sandblasting & window jack & fire escapes 14.74 1.80 Group 5 - Steeple jack work consist- ing of watertowers, smoke stacks, & breeching; chimneys, flag poles, radio & TV towers, cable work 16' & over above ground where cables are strung to scaffolds & running boards 15.11 1.80 ZONE 2 - Hood, Johnson, Palo Pinto, ' Tarrant & Wise: Group 1 - Brush 17.31 1.47 Group 2 - Wallcovering (except commercial vinyl); sandblasting, steel storage tanks, mechanical drywall finishing tools 17.56 1.47 Group 3 - Steeple jack (radio & TV towers, smoke stacks, chimneys & water towers & similar facilities & flagpole atop bldgs. located closer to the edge of bldg. than the height of the pole); toxic ma- terial (creosote, coal tar pro- ducts or similar materials in- jurious to the skin 18.56 1.47 Vol. 11 951 U.S. Department of Labor Tx88-7/233 ASBESTOS WORKERS BOILERMAKERS BRICKLAYERS & STONEMASONS: ZONE 1 - Collin, Dallas, Ellis, Hunt, Kaufman & Rockwall Cos. ; ZONE 2 - Denton, Hood, Johnson, Palo Pinto, Tarrant, and Wise Cos. ZONE 3 - Grayson Co. CARPENTERS: ZONE i - Grayson Co.: Carpenters Millwrights Piledrlvermen ZONE 2 - Collin, Dallas, Denton, Ellis, Hood, Hunt, Johnson, Kaufman, Palo Pinto, Rockwall, Tarrant, & Wise Cos.: Carpenters & piledrivermen Acoustical, Drywall, Insulation & Metal Door Frames Millwrights CEMENT MASONS: ZONE 1 - Denton, Hood, Johnson, Palo Pinto, Tarrant, and Wise Cos. ZONE 2 - Collin, Dallas, -Ellis, Hunt, Kaufman & Rockwall Cos. ELECTRICIANS: ZONE 1 - Denton, Hood, Johnson, Palo Pinto, Tarrant, and Wise Cos: Electricians Cable Splicers ZONE 2 - Collin, Dallas, Ellis, Gray- son, Hunt, Kaufman & Rockwall Cos: Electricians Cable Splicers ELEVATOR CONSTRUCTORS: Mechanics Helpers Helpers (Prob.) GLAZIERS (excluding Grayson Co.) IRONWORKERS: ZONE 1 - Collin, Dallas, Denton, Ellis. Grayson, Hood, Hunt, Johnson, Kauf- man, Palo Pinto (excluding northwest corner), Rockwall, Tarrant & Wise (ex- cluding northwest 1/2) ZONE 2 - Palo Pinto (northwest corner) & Wise (northwest 1/2) LABORERS: ZONE 1 - Grayson Co.: Group 1 -Unskilled Group 2 - Air tool oper. (jackhammer, vibrator), mason tenders & mortar Basic Fringe Hourly Benefits Rates 15.50 2.99 15.875 3.20 14.00 1.80 14.00 1.80 12.77 2.50 14.61 1.655 15.01 1.655 15.11 1.655 12.78 2.22 12.78 2.22 16.08 3.73 14.15 2.07 10.91 2.09 15.90 1.40+ 8% 16.15 1.40+ 8% 17.10 1.40+ 9% 18.81 1.40+ 9% 15.885 3.58+ a 70%JR 3.58+ a 50%JR 15.60 1.55 12.88 2.92 12.50 2.95 9.675 .775 Vol. 11 950 U.S. Department of Labor Tx8a-7/233 Group 4 - Spray 17.685 1.47 PLASTERERS: ZONE 1 - Collin, Dallas, Ellis, Hunt, Kaufman, & Rockwall Cos. 15.41 3.59 ZONE 2 - Denton, Hood, Johnson, Palo Pinto, Tarrant & Wise Cos. 17.33 1.09 PLUMBERS & PIPEFITTERS: ZONE 1 - Collin, Dallas, Ellis, Grayson Hunt, Kaufman, & Rockwall Cos, 15.75 2.19 ZONE 2 - Denton, Hood, Johnson, Palo Pinto, Tarrant & Wise Cos. 15.52 2.03 ROOFERS: Group 1 - Slate & the 13.035 1.01 Group 2 - Composition & built-up, dampproofing & bituminous water- proofing 12.885 1.01 SHEET METAL WORKERS ZONE 1 - Collin, Dallas, Denton, Ellis. Grayson. Hood, Hunt, Johnson, Kaufman, Rockwall, Tarrant & Wise Cos. 16.905 2.08 ZONE 2 - Palo Pinto Co. 14.38 .89 SOFT FLOOR LAYERS 14.75 1.25 SOUND INSTALLERS- repair, service and in- stall intercommunication telephones, Interconnect sound & public address equipment, electronic systems, music & TV distributing systems for commercial bldgs. & shalt include the pulling of all wires in conduit or raceways or surface wiring, the running of open wiring, the running of conduit & raceways not to exceed 10 ft. to length & the wiring of all electrical communication devices of 100, volts or less controlling the equipment described above 11.36 .54+ 3%+ b SPRINKLER FITTERS 17.70 3.55 POWER EQUIPMENT OPERATORS: 'ZONE 1 - Dallas Co.: Group 1 16.65 2.35 Group 2 15.65 2.35 Group 3 14.45 2.35 Group 4 13.25 2.35 Group 5 12.25 2.35 ZONE 2 - Remaining Cos.: Group 1 16.20 2.80 Group 2 14.00 2.80 Group 3 11.80 2.80 Group 4 i0.53 2.80 WELDERS: Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as Vol. 11 952 U.S. Department of Labor 4 �,O> ONN Tx88-7 f,233 provided in the labor standards contract clauses (29 CFR,5.5 (a) (i) 00). PAID HOLIDAYS A -New Year's Day; B-Memorial Day; C-Independence Day; D-Labor Day; E- Thanksgiving Day; F-the Friday after Thanksgivinq Day; G-Christmas Day FOOTNOTES: a - 1st 6 mos. - none; 6 mos. to 5 yrs. - 6%; over 5 yrs. - 8% of basic hourly rate. Also 7 Paid Holidays A thru G b - Sick or Injury Pay: 1st day out - no pay 2nd day out - 1/2 pay 3rd day out & thereafter - full pay for a maximum of 10 days pay per year Employees who receive pay for less than 5 sick days per year shall receive on 8/31 of each year incentive pay equal in amount to a day's pay for each day that such days were less than 5 Employees who are members of a reserve component of the Armed Services & are ordered to annual active duty for training as a normal part of their reserve obiligation shalt be eligible for & shall receive differential pay equal to the difference between their computed daily base rate (excluding overtime compensation) & their daily military base pay (excluding quarters & subsistence 1 allowances) for each day of military leave where the employee would normally have performed work up to a maximum of 10 work days per year Employees absent from work while serving as jurors shall be paid at their hourly rate excluding overtime for the hours actually lost from work less any amount received,by.,the employee as juror's fee Up to 3 days leave for death of immediate family member (spouse,child, parent, brother,sister,mother-in-law,father-in- law,grandparents & grandchildren) Paid Vacation: after 1 year service - 1 week vacation after 2 years service - 2 weeks vacation after 5 years service - 2 weeks & i day vacation after 6 years service - 2 weeks & 2 days vacation after 7 years service - 2 weeks & 3 days vacation after 8 years service - 2 weeks & 4 days vacation after 9 years service - 3 weeks vacation Paid Holidays - A thru G plus the last working day preceding Christmas Day & another day designated by the Company POWER EOUIPMENT OPERATORS (ZONE 1) CLASSIFICATION DEFINITIONS Group i - Tower Cranes: all conventional cranes, derricks, power operated; hoist, motor driven 2 drums or more; piledrivers; hydraulic cranes over 50 tons. Group 2 - All backhoes; hydraulic cranes - 35 tons and over Vol. 11 953 U.S. Department of Labor TX68-7/233 Group 3 - Wagon drills; hydraulic cranes, under 35 tons; concrete pump; loaders over 1 yd.; foundation drilling machines Group 4 - Material hoists; boom truck; placing boom; loaders i cu. yd. and under; gradall Group 5 - Box blade; pneumatic roller, self-propelled; forklifts; 1 drum hoists; winch trucks; dozers and similar type equipment POWER EQUIPMENT OPERATORS (ZONE 2) CLASSIFICATION DEFINITIONS GROUP 1 - Hoist, two drum or more; Cableways; Cranes - Power operated; Derricks, power operated (all types); Pile Drivers; Hydraulic Cranes over 50 tons; Tower Cranes GROUP 2 - Wagon Drill; Crushing Plants; Concrete Pumps (all types); Ford Tractor or like with any attachment (except blade and mower on rear); Drilling Machines (all types); Forklifts (40 feet and over); Six Wheel Truck, when used continuously for 5 days; Mixermobile; Locomotives; Mixers, 14 cu. ft. or over; Blade Graders, self- propelled; Gradall; Hy -Ho; Hop -To; Paving Mixers (all types); Mobile Concrete Mixers over 14 cu. ft.; Bulldozers, Loaders, Tractovators; Scrapers and Pulls; Trenching Machines; Heavy Duty Mechanic; Hydraulic Cranes 50 tons and under; 2 Air Tuggers GROUP 3 - Air Compressors, Pumps, Welding Machines, Throttle Valves, Light Plants, Conveyor, Elevators Building, Form Graders, Hoist (single drum), Ford Tractor including blade and mower on rear, Mixers less than 14 cubic feet, Screening Plants Forklifts (short, under 40 feet), Bobcat type equipment, inside Automatic Building Elevator (50% of Heavy Equipment Rate),.Welders, Scoopmobile, Winch Truck, Roller, ten tons or over, Air Compressor & Air Tugger, Boilers, two or more fired by one man. GROUP 4 - Oiler Vol, 11 954 EFFECTIVE JANUARY 1, 1986 DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CONTRACT REQUIREMENTS Contractor agrees to comply with the requirements of the Housing and Urban Development Act of 1968, as amended, and with the regulations promulgated thereunder. Specifically, Contractor shall comply with the following Acts and Orders and their regulations: 1. EXECUTIVE ORDER 11246, EQUAL OPPORTUNITY CLAUSE; SECTION 202 . During the performance of this Contract, the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment; upgrading; demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. c. The Contractor will send to each labor union or representative of workers, with which it has a collective bargaining agreement or other contract or understanding, a notice advising the said labor union or workers' representatives of the Contractor's commitment under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and with the rules, regulations and relevant orders of the Secretary of Labor. e. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records and accounts by the Department of Housing and Urban Development ("the Department") and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. f. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations or orders, this Contract may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law. g. The Contractor will include the sentence immediately preceding Paragraph a and the provisions of Paragraphs a through g in every subcontract or purchase order unless exempted by rules, regulations - 1 - or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the Department may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that, in the event the Contractor becomes involved in or is threatened with litigation with a subcontractor or vendor as a result of such direction by the Department, the Contractor may request the United States to enter into such litigation to protect the interest of the United States. h. The Contractor shall submit a certification and shall require each of its subcontractors to submit a certification that all facilities provided for employees of Contractor or any subcontractor shall be fully integrated, and Contractor shall not permit its employees to perform their services in any locations under its control where segregated facilities are maintained. i. The Contractor and each subcontractor shall permit access during normal business hours to its premises for the purpose of conducting on -site compliance reviews and for inspecting and copying such books, records, accounts and other material as may be pertinent to compliance with the Order and the rules and regulations promulgated pursuant thereto by the City. Information obtained in this manner shall be used only in connection with the administration of the Order, the administration of the Civil Rights Act of 1964 (as amended) and in furtherance of the purposes of the Order and the Act. 2. AFFIRMATIVE ACTION ACTS a. In performance of all contracts, the Contractor will comply with the Affirmative Action Guidelines of Executive Order 11246 and the implementing regulations and documents thereof. b. In performance of all contracts in the amount of $10,000 or more: Contractor will comply with Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u, and the implementing regulations and documents and shall have on file a written affirmative action policy, which has the stated work force goals of 18.2% minority persons and 6.91 females, and must follow the hiring practices specified in Subsection c, below. Additionally, Contractor agrees to the following provisions: (1) The work to be performed under this Contract is on a project assisted under a program providing direct Federal financial assistance from the Department of Housing and Urban Development and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u. Section 3 requires that, to the greatest extent feasible, opportunities for training and employment are given to lower income residents of the project area and contracts for work in connection with the project are awarded to business concerns which are located in or owned in substantial part by persons residing in the area of the project. (2) The parties to this Contract will comply with the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development set forth in 24 CFR 135 and all applicable rules and orders of the Department issued thereunder prior to the execution of this Contract. The parties to this Contract certify and agree that they are under no contractual or other disability which would prevent them from complying with these requirements. - 2 - (3) The Contractor will send to each labor organization or representative of workers with which he has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or workers' representative of his commitments under this Section 3 clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training. (4) The Contractor will include this Section 3 clause in every subcontract for work in connection with the project and will, at the direction of the applicant for or recipient of Federal financial assistance, take appropriate action pursuant to the subcontract upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Development as set forth in 24 CFR 135. The Contractor will not subcontract with any subcontractor where it has notice or knowledge that the latter has been found in violation of regulations under 24 CFR 135 and will not let any subcontract unless the subcontractor has first provided it with a preliminary statement of ability to comply with the requirements of these regulations. (5) Compliance with the provisions of Section 3, the regulations set forth in 24 CFR 135, and all applicable rules and orders of the Department issued thereunder prior to the execution of the Contract shall be a condition of the Federal financial assistance provided to the project, •binding upon the applicant or recipient for such assistance, its successors and assigns. Failure to fulfill these requirements shall subject the applicant or recipient, its contractors and subcontractors, its successors and assigns, to those sanctions specified by the grant, loan agreement or contract through which Federal assistance is provided and to such sanctions as are specified by 24 CFR 135. C. In performance of all contracts in the amount of $50,000 or more, and where the Contractor employs more than twenty-five non -construction employees, the Contractor must promulgate a specific affirmative action plan, and must take specific affirmative action to ensure equal employment opportunities. Contractor shall implement affirmative action steps at least as extensive as the following: (1) Ensure and maintain a working environment free of harassment, intimidation and coercion at all sites and in all facilities at which the Contractor's employees are assigned to work. The Contractor shall specifically ensure that all foremen, superintendents and other on -site supervisory personnel are aware of and are carrying out the Contractor's obligations to maintain such a working environment, with specific attention to minority and female individuals working at such sites or in such facilities. The Contractor, where possible, will assign two or more women to each construction project. (2) Establish and maintain a current list of minority and female recruitment sources and provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. (3) Maintain a current file of the names, addresses and telephone numbers of each minority and female off-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken. - 3 - (4) Provide immediate written notification to the City when the union or unions with which the Contractor has a collective bargaining agreement have not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. (5) Develop on-the-job training opportunities and/or participate in training programs for the areas which expressly include minorities and women, including upgrading programs and apprenticeships and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under subsection (2) above. (6) Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper or annual report; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. (7) Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, lay-off, termination or other employment decision, including specific review of these items with on -site supervisory personnel, such as superintendents and general foremen, prior to the initiation of construction work at any joL site. A written record shall be made and maintained identifying the name and place of these meetings, persons attending, subject matter discussed and disposition of the subject matter. (8) Disseminate the Contractor's EEO policy externally by including highlights of it in any advertising in the news media, specifically including minority and female news media, and providing written notification to, and discussing the Contractor's EEO policy with, other contractors and subcontractors with whom the Contractor does or anticipates doing business. (9) Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students, and to minority and female reciLitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures and tests to be used in the selection process. (10) Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after -school, summer and vacation employment to minority and female youths, both on the site and in other area of the Contractor's work force. (11) Validate all tests and other selection requirements where there is. an obligation to do so under 41 CFR, Part 60-3. (12) Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, such opportunities. - 4 - (13) Ensure that seniority practices, job classifications, work assignments and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment -related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. (14) Ensure that all facilities and company activities are non -segregated except as separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. (15) Document and maintain a record of all solicitations for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. (16) Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policy and affirmative action obligations. d. The Contractor shall designate a responsible official to monitor all employment -related activities to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the City and to keep records of the same. Records for each employee shall at least include: the employee's name; address; telephone number; construction trade; union affiliation, if any; employee identification number where assigned; social security number; race; sex; status; dates of changes in status; hours worked per week in the indicated trade; rate of pay; and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, Contractor shall not be required to maintain separate records. 3. COPELAND ANTI -KICKBACK ACT In any contract involving construction or repair, Contractor agrees to comply, and shall require its subcontractors to comply, with the provisions of the Copeland "Anti -Kickback Act" (18 U.S.C. 874), as supplemented in Department of Labor regulations (29 CFR Part 3). This Act provides that each Contractor or subgrantee shall be prohibited from inducing, by any means, any person employed in the construction, completion or repair of public work to give up any part of the compensation to which he or she is otherwise entitled; and, if found guilty of doing so, shall be fined not more than $5,000 or imprisoned not more than five (5) years, or both. 4. DAVIS-BACON ACT In any contract for construction in excess of $2,000; Contractor agrees to comply, and shall require its subcontractors to comply, with the provisions of the Davis -Bacon Act (40 U.S.C. 276a to a-7). This Act requires contractors to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor and to pay wages not less often than once a week. Specifically, Contractor agrees to comply with the following Department of Labor regulations (29 CFR Part 5): a. Minimum Wages All laborers and mechanics employed or working upon the site of the work performed pursuant to this contract will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act), the full amount of wages and bonefide fringe benefits (or cash equivalents thereof) due at the time of payment, computed at rates not less - 5 - than those contained in the wage determination of said Secretary of Labor (which is attached hereto and made a part hereof), regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bonafide fringe benefits under Section l(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Paragraph d of this clause; also, regular contributions made or costs incurred for more than a weekly period under plans, funds or program which occur the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classifications of work actually performed without regard to skill, except as provided in the clause entitled "Apprentices and Trainees." Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under Paragraph b of this clause) and the Davis -Bacon poster shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where they can easily be seen by the workers. b. Employment of Laborers or Mechanics not listed in Aforesaid Wage Determination Decision (1) The City shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under this Contract shall be classified in conformance with the wage determination. The City shall apnrn:,; ari additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (a) The work to be performed by the :?isslfi:-`ion requested is not performed by a classification in the wage determination; and (b) The classification is utilized in the area by the construction industry; and (c) The proposed wage rate, including any bonafide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the Contractor and the laborers and mechanics to be employed in the classification or their representatives and the City agree on the classification and wage rate, including the amount designated for fringe benefits, where appropriate, a report of the action taken shall be sent by the City to the Administrator of the Wage and Hour Division, Employment Standards Administration, United States Department of Labor. The Administrator, or an authorized representative, will approve, modify or disapprove every additional classification action within 30 days of receipt and so advise the City or will notify the City within the 30-day period that additional time is necessary. (3) In the event the Contractor, the laborers or mechanics to be employed in the classification, and the City do not agree on the proposed classification and wage rate, including the amount designated for fringe benefits, where appropriate, the City shall refer the questions, including the reviews of all interested parties and the recommendations of the City, to the Administrator for determination. The Administrator of the Wage and Hour Division, or an authorized representative, will issue a determination within 30 days of receipt and will so advise the City or will notify the City within the 30-day period that additional time is necessary. - 6 - (4) The wage rates determined pursuant to the above provisions shall be paid to all workers performing work in the classification under this Contract from the first day on which work is performed in the classification. c. Fringe Benefits Not Expressed as Hourly Wage Rates Whenever the minimum wage rate prescribed in this Contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay either bonafide fringe benefits or an hourly cash equivalent thereof. d. Anticipated Coats of Fringe Benefits If the Contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing fringe benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this Contract, provided, however, the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate accoun� -,r­is for the meeting of obligations under the plan or program. A copy of any findings made by the Secretary of Labor with respect to fringe benefits being provided by the Contractor must be submitted to the City with the first payro_; riled by the Contractor subsequent to receipt of the findings. e. Underpayments of Wages or Salaries The City shall, upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor under this Contract or any other federal contract with the same prime Contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers employed by the Contractor or any subcontractor, the full amount of wages required by this Contract. In the event of Contractor's failure to properly pay any laborer or mechanic, including any apprentice, trainee or helper employed or working on the site of the work, the City may, after written notice to the prime Contractor, take such action as may be necessary to cause a suspension of any further payment, advance or guarantee of funds until such violations have ceased. The amount so withheld may be disbursed by the City, for and on account of the Contractor or the subcontractor, to their respective laborers or mechanics to whom the same is due or on their behalf to plans, funds or programs for any type of fringe benefit prescribed in applicable wage determination. f. Payrolls and Basic Payroll Records of Contractor and Subcontractors (1) Payrolls and basic records relating to the work performed under the terms of this Contract shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address and social security number of each such worker, his or her correct classification, hourly rate of wages paid (including rates of contributions or costs anticipated for bonafide fringe benefits or cash equivalents thereof), daily and weekly number of hours worked, deductions made, and actual wages paid. Whenever the Secretary of Labor has found that the wages of any laborer or mechanic include the amount of costs - 7 - apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a state apprenticeship agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprenticeship wage rate, who is not registered or otherwise employed as stated above shall be paid not less then the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at no less then the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benei.L apprentices must be paid t! ,jll amount of fringe benefits listed on the wage determination for the classification. If the Administrator of the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a state apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (2) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification, by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater then permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination of the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. - 9 - (3) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. h. Posting Wage Determination Decisions and Authorized Wage Deductions The applicable wage poster of the Secretary of Labor, United States Department of Labor, and the applicable wage determination decisions of said Secretary of Labor with respect to the various classifications of laborers and mechanics employed and to be employed upon the work covered by this Contract, and a statement showing all deductions, if any, to be made from wages actually earned by persons so employed or to be employed in such classifications, in accordance with the provisions of this Contract, shall be posted at appropriate conspicuous points at the site of work. i. Claims and Disputes Pertaining to Wage Rates Claims and disputes pertaining to wage rates or to the classification of laborers and mechanics employed upon the work covered by this Contract shall be promptly reported by the Contractor in writing to the City for referral by the latter through the Secretary of Housing end Urban Development to the Secretary of Labor, United States Department of Labor, whose decision shall be final with respect thereto. 5. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT Contractor will comply with all provisions of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-332), as supplemented by Department of Labor Regulations (29 CFR, Part 5). Specifically, Contractor will comply with the following standards: a. Overtime Compensation. No contractor or subcontractor contracting for any part of the Contract work which may require or involve the employment of laborers or mechanics, including watchmen and guards, shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of 40 hours in such workweek, unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his or her basic rate of pay for all hours worked in excess of 60 hours in such workweek. b. Violation: Liability for Unpaid Wages: Liquidated Damages In the event of any violation of the clause set forth in Paragraph a of this section, the Contractor and any subcontractor responsible therefor shall be liable to any affected employee for his or her unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in Paragraph a of this section. c. Withholding for Unpaid Wages and Liquidated Damages. The City shall, upon its own action or upon written request of an authorized representative of the Department'of Labor, withhold or cause to be withheld from any moneys payable on account of work performed by the Contractor or subcontractor under any contract or any other Federal contract with - 10 - the same Contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in Paragraph b of this section. d. Subcontracts. The Contractor shall insert in all subcontracts the clauses set forth in Paragraphs a, b, and c of this Section and also a clause requiring the subcontractors to include these clauses in any lower - tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the provisions set forth in this section. 6. CHILD LABOR ACT Contractor will comply with the Child Labor provisions of the Fair Labor Standards Act, 29 U.S.C. §212-219 and that Act's implementing regulations, found at 29 CFR 570. This Act prohibits the paid or unpaid employment of individuals under the age of 16 years on any construction project. 7. MISCELLANEOUS PROVISIONS a. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any compliant or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. b. Questions concerning Certain Federal Statutes and Regulations All questions arising under this Contract which relate to the application or interpretation of (a) the aforesaid Anti -Kickback Act, (b) the Contract Work Hours and Safety Standards Act, (c) the aforesaid Davis -Bacon Act, (d) the regulations issued by the Secretary of Labor, United States Department of Labor, pursuant to said Acts, or (a) the labor standards provisions of any other pertinent Federal statute, shall be referred, through the City and the Secretary of Housing and Urban Development, to the Secretary of Labor, United States Department of Labor, for said Secretary's appropriate ruling or interpretation which shall be authoritative and may be relied upon for the purposes of this Contract. c. Provisions to be Included in Subcontracts. The Contractor or subcontractor shall insert in any subcontract the above -specified clauses entitled "3. COPELAND ANTI -KICKBACK ACT", '-4. DAVIS-BACON ACT", '-5. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT", -16. CHILD LABOR ACT", 117. MISCELLANEOUS PROVISIONS" and such other clauses as the City may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with all the contract clauses cited above. reasonably anticipated in providing benefits under a plan or program described by the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and the cost anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprenticeships and trainees, and the ratios and wage rates prescribed in the applicable program. (2) (a) The Contractor shell submit weekly a copy of all payrolls to the City if the City is a party to the Contract, but if the City is not such a party, the Contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the City. The payroll submitted shall set out accurately and completely all of the information required to be maintained under Paragraph (1) of this Section. The information shall be submitted in a form approved by the City. The Contractor is responsible for the submission of copies of payrolls by all subcontractors. (b) Each payroll submitted shall be accompanied by a "statement of compliance", signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the Contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be maintained under Paragraph (1) of this Section and that such information is correct and complete; (ii) That each laborer or mechanic employed on this Contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other then permissible deductions. (iii) That each laborer or mechanic has been paid not less then the applicable wage rates and fringe benefits or cash equivalent for the classification of work performed, as specified in the applicable wage determination incorporated into this Contract. (c) The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Sec. 1001 of Title XVIII and Sec. 231 of Title XXXI of the United States Code. (3) The Contractor or subcontractor shall make the records required under Paragraph (1) of this section available for inspection, copying, or transcription by the City or the Department of Labor or their authorized representatives. The Contractor and subcontractors shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the City may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment, advance or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarrment action pursuant to 29 CFR 5.12. g. Employment of Apprentices and Trainees (1) Apprentices will be permitted to work at less then the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bonafide -B- d. Breach of Foregoing Federal Labor Standards Provisions In addition to the causes for termination of this Contract, as herein elsewhere set forth, the City reserves the right to terminate this Contract if the Contractor or any subcontractor whose subcontract covers any of the work covered by this Contract shall breach any of the foregoing Federal Labor Standards provisions. A breach of these Federal Labor Standards provisions may also be grounds for debarment, as provided by the applicable regulations issued by the Secretary of Labor, Uniteo States Department of Labor. e. Employment Practices The Contractor shall (1), to the greatest extent practicable, follow hiring and employment practices for work on the project which will provide new job opportunities for the unemployed and under- employed, and (2) insert or cause to be inserted this provision in each construction subcontract. f. Contract Termination; Debarment A breach of any of the Acts or regulations specified in Paragraph c, above, may be grounds for termination of this Contract and for debarment as a Contractor and a subcontractor, as provided in 29 CFR 5.12. g. Disputes Concerning Labor Standards Disputes arising out of the Labor Standards provisions of this Contract shall not be subject to the General Disputes Clause of this Contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR, Parts 5, 6 and 7. Disputes, within the meaning of this Clause, include disputes between the Contractor or any of its subcontractors; and the City, the U. S. Department of Labor, their employees or representatives. h. Certification of Eligibility (1) By entering into this Contract, the Contractor certifies that neither it nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded government contracts by virtue of Sections 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (2) No part of this Contract shall be subcontracted to any person or firm ineligible for award of a government contract by virtue of the above -mentioned sections. 8. CLEAN AIR AND WATER ACT a. Contractor shall comply with all requirements of Section 114 of the Clean Air Act, as amended (42 U.S.C. 1857, et seq.), and Section 308 of the Federal Water Pollution Control Act (33 U.S.C. 1251, et seq.) relating to inspection, monitoring, entry, reports and information, as well as other requirements specified in Section 114 and Section 308 of the Air Act and the Water Act, respectively, and all regulations and guidelines issued thereunder before the award of this Contract. b. No portion of the work required by this Contract will be performed in a facility listed on the EPA List of Violating Facilities on the date when this Contract was awarded unless and until the EPA eliminates the name of such facility or facilities from such listing. - 12 - c. Contractor shall use its best efforts to comply with clean air standards and clean water standards at all facilities in which the Contract is being performed. d. Contractor shall insert the substance of the provisions of this clause into any nonexempt subcontract, including this Paragraph. 9. LEAD BASED PAINT HAZARD In all contracts for construction or rehabilitation of residential structures, the Contractor and all subcontractors shall comply with the Lead -Based Paint regulations found in 24 CFR 35 and shall comply with the provisions for the elimination of lead -based paint hazards under Sub -Part B thereof. 10. RESPONSIBILITY OF CONTRACTOR REGARDING REPORTS Contractor will comply with the requirements of the City of Fort Worth's Department of Housing and Human Services regarding the compiling and reporting of statistical information required by the Federal regulations outlined above. Specifically, Contractor agrees to submit all completed reports according to the instructions and requirements of the Fort Worth Department of Housing and Human Services, and Contractor understands that failure to do so may be cause for termination of this contract. 11. CERTIFICATION AND ACKNOWLEDGEMENT I certify that I have read and understand the information regarding my obligations as a Contractor on a project funded by the United States Department of Housing and Urban Development, which is contained in the preceding Contract provisions. i understand that, should I have any questions regarding my obligations, I will as soon as possible contact the Fort Worth Department of Housing and Human Services staff member who is assigned to monitor this Contract. EPU ` I< I (,J EL�Gi IZIC Contractor By- �"• �CA�I �' TitleJ1� - 13 - I, the undersigned, U. S. Department of Housing and Urban Development CERTIFICATE OF OWNER'S ATTORNEY , the duly authorized and acting legal representative of , do hereby certify as follows: I have examined the attached Contract(s) and surety bonds and the :canner of execution thereof, and 1 am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and provisions thereof. Date: - 14 - U. S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 CFR 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the Contract whether they have participated in any previous contract or subcontract subject to the Equal Opportunity Clause; and, if so, whether they have filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted. CERTIFICATION BY BIDDER Bidder's Name: Address and Zip Code: 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Veal I Nol I (If answer is yes, identify the most recent contract.) 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes I I No I I 3. Bidder has filed all compliance reports due under applicable instructions, including SF-100. Yes I I No I I 4. If answer to item 3 is "No," please explain in detail on reverse side of this certification. Certification - The information above is true and complete to the best of my knowledge and belief. Signature Name and Title of Signer (Please Type) - 15 - Date =-1 PROJECT DESIGNATION SIGN iw City of Fort Worth IV - 1/2 T It 1/2 .! 3/a I" i« I" V48 � 11/`t WWITt (OLM 6ApC61lOUIlD ♦i wip" t U TTOD ) LLTTMI1161CM OF FORT RO1TIi-WWMAM DQMI MAX PROJECT ME .00A(T ACTORS DATE tN 1490 MA OTHER LETTERS IN HELVETICA 1 rl Proiect act Title � Contractor: ___Contractors Name ` FUNDED BY J986-88 CAPITAL IMPROVEMENT PROGRAM a OMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM Scheduled CoMpletion Date Year PROJECT MANUAL for RENOVATION & REPAIR OF THE SOUTHSIDE MULTI -PURPOSE CENTER CITY OF FORT WORTH PHASE I FEBRUARY 29, 1988 AI BOB BOLEN MAYOR DOUGLAS HARMAN CITY MANAGER GARY L. SANTERRE, P.E. TRANSPORTATION AND PUBLIC WORKS DIRECTOR of LLJ HAROLD G. ADAMS 3092 / • ijQ . Drawings intended to illustrate demolition and selected reconstruction requirements. Pinnacle Consultants, Inc. and Darrow McSpedden Sellars, Inc. limit of responsibilities pertain to noted demolition procedures and selected re- construction only and not to the original contract documents prepared by Ralph G. Martinez & Victor M. Garcia - Architects, Charles Gojer & Associates - Structural Engineers, and A. J. Gonzalez & H. Ben Schmid - Mechanical & Electrical Engineers. Renovation & Repair of the Southside Multi -purpose Center •„ • City of Fort Worth TABLE OF CONTENTS BIDDING AND CONTRACT REQUIREMENTS Notice to Bidders NTB-1 Instructions to Bidders IB-1-2 Special Instructions to Bidders SIB-1-3 00220 Soil Investigation Data 00220-1-6 Proposal Form P-1-2 Vendor Compliance to State Law VC-1 List of Proposed Subcontractors PL-1-3 City of Fort Worth Minority and Women Business Enterprise Policy 16 pages City of Fort Worth, Texas Construction Contract C-1-15 General Conditions of the Contract for Construction GC-1-38 Independent Testing Laboratory Services ITLS-1-9 Project Designation Signs I-3 City of Fort Worth Approved Standard Wage Rates Building Construction Rates 3 pages City of Fort Worth, Texas Prevailing Wage Rates for Streets, Drainage and Utility Construction 2 pages Weather Table WT-1 DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work 01010-1-3 01030 Alternatives 01030-1 OI340 Shop Drawings, Product Data, and Samples 01340-1-3 01500 Construction Facilities and Temporary Controls 01500-1-3 01630 Product Options and Substitutions 01630-1-2 DIVISION 2 - SITEWORR 02070 Selective Demolition 02070-1-2 02200 Excavating, Filling, and Grading 02200-1-3 02370 Cast -in -place Concrete Piers 02370-1-2 DIVISION 3 - CONCRETE 03300 Concrete Work 03300-1-9 DIVISION 4 - MASONRY None in this project. DIVISION 5 - METALS None in this project. DIVISION 6 - WOOD AND PLASTICS None in this project. DIVISION 7 - THERMAL AND MOISTURE PROTECTION None in this project. DIVISION 8 - DOORS AND WINDOWS None in this project. DIVISION 9 - FINISHES None in this project. TC - I Renovation & Repair of the Southside Multi -purpose Center City of Fort Worth DIVISION 10 - SPECIALTIES None in this project. DIVISION 11 - EQUIPMENT None in this project. DIVISION 12 - FURNISHINGS None in this project. DIVISION 13 - SPECIAL CONSTRUCTION None in this project. DIVISION 14 - CONVEYING SYSTEMS None in this project. DIVISION 15 - MECHANICAL Division 15 - Mechanical Notice 15-1 15010 General Provisions for Mechanical -Electrical Work 15010-1-14 15250 Insulation 15250-1-2 15401 Water Supply System 15401- 1-4 15405 Sanitary Drainage System 15405-1-3 15406 Storm Water System 15406- 1-2 15450 Plumbing Fixtures 15450-1-4 15500 Gas Piping System 15500-1-2 15650 Air Conditioning Equipment 15650-1-6 15840 Sheetmetal Work and Accessories 15840-1-5 15900 Temperature Controls 15900-1 15990 Cleaning and Testing 15990-1-3 DIVISION 16 - ELECTRICAL Division 16 - Electrical Notice 16-1 16 1 10 Raceways and Fittings 16 1 10- 1-4 16130 Conductors 16 130-1-2 16220 Underground Electrical Services 16220-1-2 16250 Grounding Systems 16250-1-2 16300 Electrical Distribution System 16300-1-4 16400 Lighting Fixtures 16400-1-2 16500 Communications Systems Rough -in 16500-1 16725 Manual Fire Alarm System 16725-1-3 TC - 2 NOTICE TO BIDDERS Sealed proposals for Renovation & Repair of the Southside Multi -Purpose Center, Phase I, for the City of Fort Worth, Texas, addressed to Mr. Douglas Harman, City Manager, of the City of Fort Worth, Texas, will be received at the office of the City Manager until 11:00 A.M., March 24, 1988 and then publicly opened and read aloud. Contract Documents, Drawings, Specifications and Bid Documents for this project may be obtained at the Office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Office Building, Fort Worth, Texas, 76102. A One Hundred Dollar (S100.00) deposit is required for each set of plans and specifications which will be refunded when plans and specifications are returned in good condition. The Ci.ty of'Fort Worth has goals for the participation of minority and women owned business enterprises in city contracts. Compliance with the policies designed to meet these goals is mandatory in order to be can- sidered,.responsive bidders. All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to'the pay- ment of the prevailing wage rates, the City Ordinance No. 7400 (Fort Worth City Code, Sections 13-A-21 through 13-A-29) prohibiting discrim- ination in employment practices. The City intends to construct this project using McCord Construction Inc. as Construction Managers and all Bidders will be regarded as Prime Con- tractors. The Scope of Work consists of furnishing all labor, materials, equipment and services for each of the portions of the project as sche- duled below, to wit: Bid Package 1: Security Construction Fence Bid Package 2: Temporary Security Services Bid Package 3: Demolition Bid Package 4: Concrete Work, Trenching and Drilled Piers Bid Package 5: Demolition and Reconstruction, Mechanical Bid Package 6: Demolition and Reconstruction, Plumbing Bid Package 7: Demolition and Reconstruction, Electrical, Temporary Light and Power, Temporary Telephone Service Bid Package 8: Project Sign , Bulletin Board Bid Package 9: Temporary Toilets Bid Package 10: Drilled Shafts and Piers Bid Package 11: Testing A Pre -Bid Conference will be held at 10:00 A.M., March 16, 1988 in the Activity Room of the Southside Multi -Purpose Center. All bidders are encouraged to attend the Pre -bid conference. The only scheduled site visitation will occur immediately following the conference. The City reserves the right to reject any and/or any/and all formalities. No bid may be withdrawn of forty-five days from the date bids are opened. Douglas Harman City Manager A Ruth Howard City Secretary all bids and waive until the expiration SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable To the City of Fort Worth, in an amount of not less than five (5) per cent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. The Bid Security shall be enclosed in a separate envelope marked "BID SECURITY" and attached to the outside of the envelope containing the bid proposal. Failure to submit the Bid Security will result in the proposal not being opened or considered for this project. 2. PAYMENT BOND AND PERFORMANCE BOND: The Contractor will be required to make a payment bond and a performance bond of not less than one hundred (100%) per cent of the contract price, conditioned upon the faithful performance of the contract and upon payment of all persons supplying the labor or furnishing the materials used on this project. 3. BOND SURETY: No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of the bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. 4. PRE -BID SITE INVESTIGATION: Prior to filing a bid, the bidder shall examine the site of the work and the details of the requirements set out in these specifications to satisfy himself as to the conditions which will be encountered relating to the character, quality, and quantity of the work to be performed and materials and equipment required. The filing of a bid by the bidder shall be considered evidence that he has complied with these requirements. 5. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 6. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas, and set forth in Contract Documents must be paid on this project. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Transportation and Public Works Director if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an Independent Certified Public Accountant or Independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. SIB-1 11 8. EXPERIENCE RECORD: Following opening of bids and determination of the apparent low bid, the successful low bidder may be required to submit a current experience record to the Transportation and Public Works Director in order to determine bidder qualifications for performing specified work. 9. DISCREPANCIES AND ADDENDA: Should a bidder find any discrepancies in the drawings and specifications, or should he be in doubt as to their meaning, he shall notify the City at once, who will then send a written addendum to all Bidders concerned. Oral instructions or decisions, unless confirmed by addenda will not be considered valid, legal or binding. No extras will be authorized because of failure of the contractor to include work called for in the addenda on his bid. 10. LIQUIDATED DAMAGES: The deduction for liquidated damages shall be set according to the latest revision to the City of Fort Worth Standard Specifications for Construction, Specification Item 8.6 as shown below and will be reflected on page C-2 of these contract documents when this contract is executed. Amount of Contract Liquidated Damages Per Day $ 15,000 or less $ 45 $ 15,001 to $ 25,000 $ 63 $ 25,001 to $ 50,000 $105 $ 50,001 to $ 100,000 $154 $ 100,001 to $ 500,000 $210 $ 500,001 to $ 10000,000 $315 $ 1,000,001 to $ 2,000,000 $420 $ 2,000,001 to $ 5,000,000 $630 $ 5,000,001 to $10,000,000 $840 Over $10,000,000 $980 11. LIST OF PROPOSED SUBCONTRACTORS: The bidder shall complete the form marked "LIST OF PROPOSED SUBCONTRACTORS" and submit it with his bid proposal to permit the City of Fort Worth to more fully evaluate bid proposals prior to awarding the contract. Failure to include the LIST OF PROPOSED SUBCONTRACTORS in the bid proposal package may result in disqualification of the submitted bid. 12. LIST OF PROPOSED EQUIPMENT ITEMS: If the project plans and specifications include a requirement for new or replacement equipment, the bidder shall complete the form marked "LIST OF PROPOSED EQUIPMENT ITEMS" and submit it with his bid proposal. Equipment items listed will be evaluated as to their qualification as an "or equal" item to the specified equipment items prior to awarding the contract. Failure to include the required LIST OF PROPOSED EQUIPMENT ITEMS in the bid proposal package may result in disqualification of the submitted bid. 13. CONTRACT BROKERING - It is the intent of the City of Fort Worth to award a contract for the construction services required under the terms of these contract documents to a contractor who employs skilled craftsmen and laborers for a substantial portion of the specified work. Therefore as part of the bid review process, the City of Fort SIB-2 Worth reserves the right to request the bidders to submit data which will substantiate that at least 25% of the work specified in the contract documents will be performed directly by the bidder's employees and not by subcontract. Failure of the bidder to meet this requirement may result in rejection of his bid, without prejudice, regardless of order of bid. 14. MINORITY/WOMEN BUSINESS ENTERPRISE POLICY: The City will consider the contractor's performance regarding its MBE program in the evaluation of bids. Failure to comply with the City's MBE program, or to demonstrate a "good faith effort", may result in a bid being considered non -responsive to specifications. The lowest responsive bidder meeting the MBE/WBE requirements and bid specifications will be awarded the bid. 15. RIGHT TO AUDIT: (A) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the contractor involving transactions relating to this contract. (B) Contractor further agrees to include in all his subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract. The term "subcontract" as used herein includes purchase orders. SIB-3 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth DOCUMENT 00220 - SOIL INVESTIGATION DATA PART 1 - GENERAL 1.01 DESCRIPTION: A. Soil investigation report has been prepared by Southwestern Labora- tories, referred to as the soils engineer. B. A copy of the locations and log of borings is bound herein. A copy of the complete report may be inspected at the office of the Engineer. C. This report was obtained only for use by Engineer in design of the original project and is not a part of the contract documents. D. Report and log of borings are made available for Contractor's infor- mation, but are not a warranty of subsurface conditions. E. Additional Investigation: Contractor should visit the site and .acquaint himself with the site conditions. t 00220 - I SOUTHWESTERN LABORATORIES ROSEDAL E STREET 47 BOR ING 040ACT,tit t.L PROPOSED ADDITION BORING LOCATION DIAGRAM =f� LOCAf10N FORT WORTH, TEXAS SWL 88 - 109 NO SCALE: DATE: 2 / 4 / 88 DRAWN 8Y : CO A-2 11 SWL Report No. 88-109 LOG OF BORING PROJECT: Southside Multi -Purpose Center BORING NO.: 1 CLIENT: City of Ft. Worth - Dept. of Transportation LOCATION: Ft. Worth, Texas DATE: 2 - 2 - 8 8 TYPE: Core CASED TO: GROUND ELEVATION: ? =w a~a W a E �n a N z G— = o� ai z�3 w 0 z N a m — W CL 0 z i LEGEND: ■ SAMPLE X STANDARD PENETRATION '/ WATER WATER INFORMATION No seepage encountered DESCRIPTION OF STRATUM Brownish tan clay (fill) Tan clay w/limy pebbles 5 Tan shaley clay w/tan calcareous seams 10 Dark tan shaley clay w/limy fragments 15 Gray shale 20 Boring Terminated at 20' 25 30 35 40 45 50 SOUTHWESTERN LABORATORIES A-3 ` SWL Report 88-109 LOG OF BORING PROJECT: southside Multi -Purpose Center BORING NO.: 2 CLIENT: City of Ft. Worth - Dept. of Transportation LOCATIONFt. Worth, Texas DATE: �_�_ TYPE: Core CASED TO: GROUND ELEVATION: W a u_ W E n W a a N p Cr a W zOM a W o NZ J N LU a m z W a Q Z z LEGEND: ■ SAMPLE X STANDARD PENETRATION 7 WATER WATER INFORMATION No water encountered during drilling No water in hole after 3.3 hrs. DESCRIPTION OF STRATUM Brown clay (fill) Tan clay w/limy pebbles 5 Tan and gray shaley clay w/calcareous seams 10 Dark tan shaley clay 15 Tan limestone Gray shale (gray limestone on bottom) Boring Terminated at 20' 20 , 25 30 35 ao 45 50 SOUTHWESTERN LABORATORIES A-4 SWL Report No. 88-109 LOG OF BORING PROJECT: Southside Multi -Purpose Center BORING NO.: 3 CLIENT: City of Ft. Worth - Dept. of Transportation LOCATION Ft. Worth, Texas DATE: 2-2-88 TYPE: Core CASED TO: GROUND ELEVATION: pLEGEND: WATER INFORMATION — = =+. b W =r- Z r SAMPLE No water encountered during drilling =w 2 E a oM N W X STANDARD PENETRATION No water in hole after 20 min. a�W+. �C' Z Z~ 3 a a a w o c 'I WATER o z `n O w m z CL = DESCRIPTION OF STRATUM 5 10 15 20 25 30 35 40 45 —50 2" broken rock (fill) Tan clay w/lime fragments Tan and gray shaley clay Tan limestone w/gray limestone seams Gray shale Boring Terminated at 20' SOUTHWESTERN LABORATORIES A-S SWL Report No. 88-109 LOG OF BORING PROJECT Southside Multi -Purpose Center BORING NO.: 4 CLIENT: City of Ft. Worth - Dept. of Transportation LOCATIONFt. Worth, Texas DATE: 2-2-88 TYPE: Core CASED TO: GROUND ELEVATION: �_ =w I.- W aW W _j m <n z p0--: W cc a ox y z r. 3 tall ►- Z O a CL m W CL z a x LEGEND: ■ SAMPLE X STANDARD PENETRATION WATER WATER INFORMATION No water encountered during drilling; NO water after 1.1 hours DESCRIPTION OF STRATUM 2" asphalt in brown clay (fill) Tan clay w/limy pebbles 5 Dark tan shaley clay 10 15 Gray shale 20 Boring Terminated at 20' 25 30 35 40 45 50 SOUTHWESTERN LABORATORIES A-6 1 afi� TO: MR. DOUGLAS HARMAN CITY MANAGER CITY OF FORT WORTH FOR: RENOVATION & REPAIR (PAHSE I) OF THE SOUTHSIDE MULTI -PURPOSE CENTER 959 E. ROSEDALE STREET FORT WORTH, TEXAS Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications, and the site; understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, subject to the inspection and approval of the Transportation and Public Works Director of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and if the contract amount exceeds $25,000.00, furnish Performance and Payment Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sum, to wit: Bid Package #7: Demolition and reconstruction, electrical per sections 01010, 02070, divisions 15 and 16 for a total of �_ iu-n�►��i�ouse�,o���o�lv���rz� E�yari-T�trz dollars ($ Temporary light and power per section 01500 for a total of dollars ($ Temporary telephone service at the field office per section 01500 for a total of ( $ 2�500 ) . -�` (-r"usA+,40 �:tVS uNpae`n D- ,664S The City reserves the right to accept or reject any and all bids or any combination thereof proposed for the above work. The undersigned agrees to complete all work covered by these documents within 240 calendar days from and after the date for commencing work as established in the Progress Schedule and coordinated by the Contract Manager for the Project, and to pay not less than the Prevailing Wage Rates as established by the City of Fort Worth, Texas. The undersigned further agrees that, from the compensation otherwise to be paid, the Owner may retain an amount equal to the schedule listed in paragraph 9, page SIB-2 of the SPECIAL INSTRUCTIONS TO BIDDERS in the specifications based upon the contract amount for each calendar day after the date established for substantial completion of the work by the Contract Manager in said Progress Schedule, which sum is agreed upon as the proper measure of liquidated damages which the Owner will sustain per diem by the failure of the undersigned to achieve substantial completion of the work on or before the date stipulated. This sum is not to be construed in any sense as a penalty. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. The Contractor performing this contract may purchase, rent, or lease all materials, supplies, 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 complying with State Comptroller's Ruling #95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95-0.09 as amended to be effective October 2, 1968. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29) prohibiting discrimination in employment practices. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract. If the contract amount exceeds $25,000.00, the undersigned also agrees to deliver approved Surety Bonds for the faithful performance of this contract. The attached Bid, Bond, in the sum of 501,,c t3tC>pQ,c. du#tars 4=-` is to become the property of the City of Fort J�ortF-,-Texas, in t e the contract and bond are not executed within the time set forth as liquidated damages for delay and additional work caused thereby. Respectfully submitted, By: DW-Vw a.. Addi a V' 1 I a) LIST OF PROPOSED SUBCONTRACTORS INSTRUCTION: Indicate the name, address and telephone number for each applicable subcontractor proposed to be used on this project. SITEWORR: EXCAVATION: PIERS: FOUNDATION: LANDSCAPING: CONCRETE MATERIALS: CAST -IN -PLACE CONCRETE: PRECAST CONCRETE: UNIT MASONRY: STRUCTURAL METAL: STRUCTURAL WOOD: ROOFING: BUILDING INSULATION: DOORS: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: PL-1 WINDOWS: CABINETRY/MILLWORK: WALLBOARD: CEILINGS; ACOUSTICAL TREATMENT: PLASTER: PAINTING: FLOOR TREATMENT: ` CARPET: KITCHEN EQUIPMENT: CONVEYING SYSTEMS: HEATING'AIR CONDITIONING AND VENTILATION: PLUMBING: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: Telephone: ELECTRICAL: ` Ay- �i►J L-eczpgtc ��-�Jz��C �2a�nizC'�� 76ag5 Telephone: ALARM SYSTEMS: DAY - Y-lm LL.ELT u� - /O . A �S1j • ►'760C)S Telephone: PL-2 LIST OF PROPOSED EQUIPMENT ITEMS Instruction: Complete the information for each item of equipment listed below: ** Equipment Specification Proposed Manufacturer Item Reference Manufacturer Model Number • I. 2. 3. 4. 5. 6. 7. +i 8. 9. 10. 11. 12. 13. 14. 15. 16., 17. 18. 19. 20. PL-3 "NOT APPLICABLE TO THIS PHASE. CITY OF FORT WORTH MINORITY AND WOMEN BUSINESS ENTERPRISE POLICY SECTION I: POLICY STATEMENT It is the policy of the City of Fort Worth to involve Minority Business Enterprises (MBEs) and Women -Owned Business Enterprises (WBEs) in all phases of its procurement practices and to provide them equal opportunities to compete for contracts for construction, professional services, purchases of equipment and supplies, and provision of other services required by the City. The City will provide assistance, when requested, to MBEs by providing information on bid specifications, compliance with procurement policy and fulfillment of general bid requirements. In addition, the City will provide info rEtion on job performance requirements, procurement opportunities and prerequisites for bidding City contracts. The City.,will encourage joint ventures among MBEs and WBEs and between majority and minority firms bidding for City contracts. The City will seek and use its best efforts to insure that MBEs and WBEs are informed of current and future procurement activities through direct contact, coordination with assistance organizations and placing certified MBEs and WBEs on the City's bid list. MBE AND WBE GOALS The City's goals are 12% of the dollar value of contracts for MBEs and 30V' for WBEs. On City contracts of S25,000 or more, bidders are required to meet the established minimum goals, or upon failure to meet either the MBEE and/or WB- goals, provide documentation of their "Good Faith Efforts". If the contract amount is 1•ess than $25,000, the bidder is not required to meet the MBE and k'BE goals. Unless otherwise specified in writing, only the first tier or subcontractors/suppliers paid directly by the prime will be counted toward meEting the City's MBE and WBE goals. DEFINITION OF MBE AND WBE A minority business enterprise (MBE) means a business concern which (a) is at least fifty-one percent owned by one or more minority individual(s) or, in the case of any publicly owned business at least fifty-one percent of the stock which is owned by one or more of the minority individual(s) and (b) whose management and daily business operations are controlled by one or more of the minority individual(s) who own it. Minority individuals means those individuals who are citizens of the U.S. or legal residents and are members of one of the following groups: Black Americans, Hispanic Americans, American Indians, Asian -Pacific Americans, and Asian -Indian -Americans. Women -Owned business (WBE) means a business concern which follows the sane ouidelines as a "minority business", but is women -owned. Rev. 01/=;/S; SECTION II: COMPLIANCE AT THE TIME OF BID OPENING The City will consider the bidders performance regarding its MBE and WBE participation in the evaluation of bids. Failure to comply with the City's MBE and WBE requirements or to demonstrate a "Good Faith Effort", will result in a bid being considered non -responsive to specifications. The lowest responsive bidder meeting the MBE and WBE requirements and bid specifications will be awarded the bid. Bidders can comply with the program in one of three ways. Find the one that applies to you and follow its instructions. 1. ENTIRE CONTRACT SUPPLIED BY MBE OR WBE If you are certified by the City of Fort Worth, a MBE (WBE) must meet the City's WBE (MBE) goal or provide "Good Faith Effort" documentation if WBE (MBE) participation is less than the stated goal. You must then complete the Compliance Statement (Attachment IA), Attachment 1B and/or Attachment 1Ce if appropriate and return them with your bid. If you* are not certified by the City of Fort Worth, please contact the City's MBE Office at (817) 870-6104 to obtain a Certification Form (Schedule A). 2. CONTRACT IS SUPPLIED WITH MBE AND WBE PARTICIPATION If you will joint venture with an MBE and/or WBE, complete a Joint Venture Form (Schedule B) and Attachment 1B, sign the Compliance Statement (Attac.hment IA) and return all three with your bid. If your MBE and WBE participation is in an amount that equals to or surpasses the City's goals of 12% for MBEs and 3% for WBEs, complete Attachment 1B, sign the Compliance Statement (Attachment IA) and return both with your bid. If either the MBE or WBE participation percentage is less than the City's stated goals, you must complete Attachment 1C to show the "Good Faith Efforts" you made to meet the City's goals. You should complete Attachment 1B to show the MBE and WBE participation you will have, sion the Compliance Statement (Attachment IA) and return all with your bid. NOTE: All MBEs and WBEs must be certified or in the process of being certified by the City of Fort Worth at the time of bid opening. An N3= and WBE not already certified may contact The City's MBE Oflice at (817) 870-6104 to obtain a Certification Form. 3. CONTRACT SUPPLIED WITHOUT MBE AND WBE PARTICIPATION A bidder that has failed to include any MBE or WBE participation may be awarded the contract upon the City's determination that the efforts the bidder made to meet the goals were "Good Faith Efforts". The City must determine that the bidder's efforts were those that, given all relevant circumstances, a bidder actively seeking to meet the coals would make. ,ev. C:'"-.rc- 3 3. continued . . . Sion the Compliance Statement (Attachment lA), complete Attachment 1C and provide any additional documentation that will substantiate your "Good Faith Efforts". Return all forms and information with your bid. SECTION III: MBE AND WBE ASSISTANCE ORGANIZATIONS A list of MBE and WBE businesses that have been certified by the City of Fort Worth will be provided to you upon request. Additionally if there are questions regarding the interpretation of the City's MBE Policy, please contact the City's MBE Office at: rA City of Fort Worth MBE Office 1000 Throckmorton Fort Worth, Texas 76102 (817) 870-6104 The following agencies can provide assistance in identifying potential MB- and WBE firms to meet your goals: Fort Worth Economic Development Corporations 2914 E. Rosedale, Ste. 204 Fort Worth, Texas 76105 (817) 535-2167 Minority Procurement Program 2315 North Main Street, Ste 300 Fort Worth, Texas 76106 (817) 625-4331 Rev. 01/27/67 Attachment 1A r t MBE AND WBE COMPLIANCE STATEMENT The undersigned bidder hereby certifies that they will comply with the MBF and WBE policy, at the time of bid opening, in the following manner: (check one) 1. ENTIRE CONTRACT SUPPLIED BY MBE OR WBE Check the appropriate statement Certified by the City of Fort Worth In the process of being certified by the City of Fort Worth WBE (MBE) participation, Attachment 1B completed WBE (MBE) participation less than City's goal, Attachment 1C completed. 2. CONTRACT SUPPLIED WITH MBE AND/OR WBE PARTICIPATION If MBE and WBE participation meet or exceed the City's goals, in both groups, complete Attachment 1B. If MBE or WBE participation is less than the City's coals, in either group, you must complete Attachment 1B and Attachment 1C 3. CONTRACT SUPPLIED WITHOUT MBE OR WBE PARTICIPATION Complete the Good Faith Effort Documentation Form (Attachment 1C) Authoriz Signature Pl� Title Name of Company 3 -2 *5-825 Da to The bidder further agrees to provide, directly to the City upon request, complete and accurate information reoard�ng actual work performed by the MBF or WBE on the contract, the payment therefor and any proposed changes to the original MEE or WBE arranoements submitted (with this bid/proposal. The bidder also agrees to allow an audit and/or examination of any books, 'records, and files held by their company that will substantiate the actual work performed by the MBF or WBE on this contract, by an authorized officer or employee of the City. Any material misrepresentation will be grounds for terminating the contract and for initiating action under Federal; State or Local laws concerning false statements. (All MBFs/WBEs must be certified by the City before contract award) Rey. 01/ /Si Attachment In CITY OF FORT WORTIt SCHEDULE OF DBE/WBE UTILIZATION NAME OF PRIME CONFRACIOR ti Date of Report Bid Number COMPANY HAIIE, ADDRESS AND PIIONE NUMBER NAME OF PERSON" CONTACTED SCOPE OF WORK TO BE PERFORMED DOLLAR AMOUNT OF WORK MBE OR WBE CERTIFIED BY CITY 1he undersigned will enter into a formal agreement wiLh MinoriLy/Women Contractors for work listed in this schedule conditioned upon execution of a contract wiLh the City of Fort Worth, DATE: SIGNATURE: TITLE: Rev. 01/27/87 I+ i, _� O (. 1 1111 C 11 Z I L Page I of 4 "GOOD FAITH EFFORT" DOCUMENTA,.jN FORM If you have failed to secure MBE and WBE firms or if your MBE and WBE participation is less than the City's goals, you must complete this form. Failure to complete the required MBE and WBE participation forms is grounds for rejection of the bid. 1. Did you obtain a list of MBE and WBE firms from the City's MBE Office? YesNo 2. Did you contact any of the organizations that are available to assist MBEs and WBEs? Yes No If yes, list them: 3. During your evaluation of this bid, did you identify any subcontracting/ supplier opportunities? Yes X_ No If yes, list the subcontracting/supplier opportunities: If no, please explain in detail. 4. Did you send written notice to MBE and WBE firms soliciting their bids on this project. Yes NoIf yes, attach copy(s). 5. Did you solicit bids from MBE and WBE firms by telephone? Yes__ No If yes, list firms on page 3 of this form. 6. If you propose to perform the entire contract without subcontractors or suppliers, please -provide a detailed explanation below that proves, based on the size and -scope of the project, .this is your normal business practice. Rey. 01/Z7/87 Page, 2 of 4 2 is :., 7. Please provide any additional information you feel will further exalain your good faith efforts to solicit bids from MBEs and WBEs on this project.. Tt"S 'PuD���-� 15 l sa�z orz �1a=r�t2�A1.s e �Nly —T"+ T,,,a I,p. a 1 t�s �J Of Lt�s t`1iscc- LI.otz-Nevvs FvRG4-4&5U 15°Ta . ©UT -oF -'C� Aao.rEp 1�gE SvrPL' TIP vs dIT4 Quo US Rev. 011-71,E; � .., e p�e�Eedin9 page - StZon'S From t,`� p� �pp'K en anS�Qrin9 due -( �E �D�tMED Coo �D1t-D VA 'Z3 2 n rim -' p�U ik-1 C,� " GAL-�fz ` � FD` RED k IlkG �(REl 5UDG4G� xd fl� 1�o+AP Rcv '0111111M Attachment 1C Pace 4 of 4 The undersigned certifies that the information provided and the MBE(s) and WBE(s) listed was/were contacted in good faith. It is understood that the MBEs) and WBE(s) on the attached list will be contacted and the reasons for not using them will be verified by the City's MBE Office. The misrepresentation of facts is grounds for consideration of disqualification and may result in a bidder being classified as an irresponsible bidder and being barred from City of Fort Worth work for a period of not less than six months. A W , YJ /authorized Signature Title VAV - V) �) L. t.Ec,l-re Company game 3- 2S -88 Date t Rey-. 01/27/67 MBE/WBE CERTIFICATION FORMS SCHEDULE A (certification form) SCHEDULE B (joint venture form) MBE-7 CITY OF FORT WORTH CERTIFICATION FORM Page 1 of 3 1. Name of Firm 2. Address City State zip 3. Phone Number 4. Legal Structure: Sole Proprietorship Partnerships Joint Venture Corporation: (Please forward: a. Article of Incorporation b. Corporation Income Tax C. Initial and Most Recent Board of Directors Meeting Minutes Other, Specify 5. Nature of Business 6. Number of Years in Business 7. Ownership: Identify those who own 5% of more. Columns e and f need to be filled out only if the firm is less than 100 percent minority owned. (a) (b) (c) (d) (e) (f) Years of Ownership Voting Name Race Sex Ownership Percentage Percentage With firms less than 100 percent min ity owned, list the con- tributions of money, equipment, real estate or expertise of each of the owners: Name Money Equipment Real Estate Expertise 8. CONTROL OF FIRMS: Identify by name, race, sex, and title in the firm those individuals (including owners and non -owners) who are respon- sible for day-to-day management and policy decision -making, including, but•not limited to, those with prime responsibility for: Name Race Sex Title Financial Decisions Management Decisions, such as estimating, marketing/sales, hiring/ firing of management per- sonnel, and purchase of major items/supplies. Supervision of Field Operations SCHEDULE A PAGE 2 of 3 9. For each of those listed in Question 8, attach a summary of the person's experience and number of years with the firm, indicating the person's qualifications for the responsibilities given him or her. 10. Describe or attach a copy of any stock options or other ownership options that are outstanding and any agreements between owners or between owners and third parties which restrict ownership or control of minority owners. 11. Identify any owner (see Item 7), or management official (see Item 8) of the named firm who is or has been an employee of another firm that has an ownership interest in or a present business relationship with the named firm. Present business include shared space, equipment, financing or employees, as well as both firms having some of the same owners. 12. What were the gross receipts of the firm for each of the last three years? Year Ending $ Year Ending $ Year Ending $ 13. Are you authorized to do business in the state as well as locally? Yes No Licenses Held: 14. Indicate if this firm or other firm with any of the same officers, have previously received or been denied certification or participation as an MBE/WBE and describe the circumstances. a. Name of Previous Certifying Authority b. Date of Previous Certification (or Denial) MBE-9 SCHEDULE A Page 3 of 3 AFFIDAVIT CERTIFICATION OF ELIGIBILITY "The undersigned swears that the foregoing statements are true and correct and include all material information necessary to identify and explain the operations of as well as Name of Firm the ownership thereof. Further, the undersigned agrees to provide through the prime contractor or, if no prime contractor, directly to the City, complete and accurate information regarding actual work performed on the project, the payment therefor and any proposed changes, if any, of the foregoing arrangements and to permit the audit and examination of books, records and files of the named firm. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statement." NOTE: If, after filing this Schedule A and before the work of this firm is completed on the contract covered by this regulation, there is any significant change in the in- formation submitted, you must inform the City of Fort Worth of the change through the prime contractor or, if no prime contractor, inform the City directly. Signature Name (print) Title Date Corporate Seal (where appropriate) Date State of County of On this day of , 19 , before me appeared , to me personally known, who being duly sworn, did execute the foregoing affidavit and did state that he/she was properly authorised by Name of Firm to execute the affidavit and did so as his/her free act and deed. Notary Public My Commission Expires MBE-10 SCHEDULE B Page 1 of 3 CITY OF FORT WORTH MINORITY BUSINESS ENTERPRISE JOINT VENTURE ELIGIBILITY (This form need not be filled in if all joint venture firms are minority owned.) 1. Name of Joint Venture 2. Address 3. Phone Number 4. Identify the firms which comprise the joint venture. (The MBE partner must complete Schedule A.) (a) Describe the role of the MBE firm in the joint venture. (b) Describe very briefly the experience and business qualifications of each non -MBE joint venture. 5. Nature of the joint venture's business 6. Provide a copy of the joint venture agreement. MBE-11 SCHEDULE B Page 2 of 3 7. What is the claimed percentage of MBE ownership? B. Ownership of joint venture: (This need not be filled in if described In the joint venture agreement, provided by question 6.) (a) Profit and loss sharing. (b) Capital contributions, including equipment. (c) Other applicable ownership interests. 9. Control of and participation in this contract. Identify by name, race, sex, and "firm" those individuals (and their titles) who are responsible for day -today management and policy decision making, including, but not limited to, those with prime responsibility for: (a) Financial decisions (b) Management decisions, such as: (1) Estimating (2) Marketing and sales (3) Hiring/Firing of management personnel (4) Purchasing of major items/supplies (S) Supervision of field operations Note: If, after filing this Schedule B and before the completion of the joint venture's work on the contract covered by this regulation, there is any significant change in the information submitted, the joint venture must inform the city, either directly or through the prime contractor if the joint venture is a subcontractor. MBE-12 SCHEDULE b AFFIDAVIT Page 3 of 3 JOINT VENTURE "The undersigned swear that the foregoing statements are correct and includes all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venture in the under- taking. Further, the undersigned covenant and agree to provide to the City current, complete and accurate information regarding actual joint venture work and the payment therefor and any proposed changes in any of the joint venture arrangements and to permit the audit and examination of the books, records and files of the joint venture, by authorized representative of the City or the Federal funding agency. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State law concerning false state- ments." Name of Firm Name of Firm Signature Signature Name Name Title Title Date Date Date State Of County Of On this day , 19 , before me appeared , to me personally known, who, being duly sworn, did execute the foregoing affidavit, and did state that he/she was properly authorized by (firm) to execute the affidavit and did so as his/her free act and deed. Notary Public Commission Expires (Seal) Date State of County of On this day , before me appeared , to me personally known, who, being duly sworn, did execute the foregoing affidavit, and did state that he/she properly authorized by to execute the affidavit and did so as his/her act and deed. Notary Public MBE-13 The FIDELITY AND DEPOSIT COMPANY OF MARYLAND UFIDELITY AND DEPOSIT COMPANY Companies HOME OFFICES: BALTIMORE, MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the FIDELITY AND DEPOSIT COMPANY, corporations of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS , Assistant Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect of the date thereof, do hereby nominate, constitute, and appoint Delbert Tucker, Tracy Tucker, Tobin Tucker and Lydia Willhite all of Fort Worth, Texas, EACH.......�� e true and lawful agent and Attorney -in -Fact of each, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings ... EXCEPT bonds on behalf of Independent Executors, Community Survivors and Community Guardians...........,, n the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the respective Companies at their offices in Baltimore, Md., in their own proper persons. IN WITNESS WHEREOF, the said Vice -Presidents and Assistant Secretaries have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANYthis .......................... 3rd............................... day of ................. iku8.us1~......-----------_-----------,A.D. 19 87....... ATTEST: FIDELITY AND DEPOSIT COMPANY OF M YLAND SEAL c A.vistant Secretary FIDELITY AND DEPOSI COMPANY SEAL; � nn Assistant Secetay Vice -President STATE OF MARYLAND CITY OF BAL71MORE ea: On this 3 rd day of August , A.D. 19 8 7, before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -Presidents and Assistant Secretaries of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY, to me personally known to be the individuals and officers described herein and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the P eceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Sea at ti re a day and yea rat above written. --------------' --.----.....'-------- . .... ..------- ....... .--------------- ...... st My commission expires .--J91y-_-1-,__--I 99.9-----_-------------- �an cN` CERTIFICATE 1, the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -Presidents who executed the said Power of Attorney were Vice -Presidents spec'all�• authorized by the Boards of Directors to appoint any Attorney in -Fact as rovided in Article Vl, Section 2 of the respective By-LAws of the FIDELITY, AND DEPOSIT COMPANY OF MARYLAND and the FIDELITY AND DEPOSIT COMPANY. This certificate may be signed by facsimile under and by authority of resolutions of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969 and of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY at a meeting duly called and held on the 2nd day of November, 1978. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, whenever appearing upon a certified copy ofany power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.' IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the cud Companies, this ............ _.................. dayof ................................................. 19- -------- . . T-----•.fix ....... -----•----------- - ------ - Aartstant Secretary uua.mD_or. 168-2829 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2, The President, or any Executive Vice -Presidents, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurr- ence of the Secretary or any one of Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents, and At- tornies-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY "Article VI, Section 2. The President, or any one of the Executive Vice -Presidents, or any one of the additional Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the con- currence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents, Resident Assistant Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or per- sons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other in- struments and documents which the business of the Company may require, and to affix the seal of the Company thereto." TIA) TUCKER AGENCY P.O. BOX 9015 • FORT WORTH, TEXAS 76107 (817) 731-0866 • METRO 429-0391 11 0 j =1 ;10 1 A I 1 0 ME 1ISSUE DATE (MM/DD/YY) 4-29-88 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. TUCKER AGENCY COMPANIES AFFORDING COVERAGE P.O. Box 9015 Fort Worth, Texas 76107-0015 COMPANY LETTER A Gulf Insurance Company COMPANY LETTER B Select Insurance Company INSURED COMPANY `► LETTER DAV-KIN ELECTRIC COMPANY, INC. P.O. Box 1128 Bedford, Texas 76021 COMPANY p LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. Limits shown are at policy inception. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MMIOD/Yl') ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE $ 11000 A x COMMERCIAL GENERAL LIABILITY CLAIMS MADE�OCCURRENCE CGL5272384 5-1-88 5-1-89 PRODUCTS COMP/OPSAGGREGATE $ 11000 PERSONAL & ADVERTISING INJURY $ 500 OWNER'S & CONTRACTORS PROTECTIVE EACH OCCURRENCE $ 500 FIRE DAMAGE (ANY ONE FIRE) $ 50 Texas-BA5317191 California-BA5285132 MEDICAL EXPENSE (ANY ONE PERSON) $ 5 B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS 5-1-88 5-1-88 5-1-89 5-1-89 CSL $ 500 _.._ $ x BODILY INJURY (PER PERSON) HIRED AUTOS NON -OWNED AUTOS $ x BODILY ACCIDENT) x PROPERTY DAMAGE 1 GARAGE LIABILITY CU5312684 5-1-88 5-1-89 $ EACH AGGREGATE OCCURRENCE $1,000 Cov s over & A EXCESS LIABILITY x Umbrella OTHER THAN UMBRELLA FORM _ I above lim is shown. STATUTORY WORKERS' COMPENSATION _ _� (EACH ACCIDENT) $ AND $ (DISEASE -POLICY LIMIT) EMPLOYERS' LIABILITY $ (DISEASE -EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS JOB: Southside Multi -Purpose Center • .[412 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO City of Fort Worth MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE c/o McCord Construction LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR P.O. BOX 368 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Fort Worth, Texas 76101 AUTHORIZ EPRESENTATIVE ISSUE DATE (MMIDD/YY) c1cor PRODUCER TUCKER AGENCY P.O. Box 9015 Fort Worth, Texas 76107-0015 INSURED DAV-KIN ELECTRIC CO., INC. P.O. Box 1128 Bedford, Texas 76021 4-/_OO THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A LETTER Gulf COMPANY B LETTER Sele COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER Insurance_ CompaP THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MWDO/YY) LIABILITY LIMITS IN THOUSANDS EACH OCCURRENCE AGGREGATE GENERAL LIABILITY COMPREHENSIVE FORM PREMISES/OPERATIONS UNDERGROUND EXPLOSION & COLLAPSE HAZARD PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY GA5221424 5-1-87 5-1-88 BODILY INJURY $ $ X X PROPERTY DAMAGE $ $ X X COMBINED $ 500 $ 500 X X PERSONAL INJURY $ rX AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS (PRIV. PASS.) ALL OWNED AUTOS (OTHER THAN) `PRIV. PASS. HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY GA5215730 CU5252905 5-1-87 5-1-88 BODILY INJURY (PER (PER PERSON) X MOIRY INJU (PER ACCIDENT) $ X X PROPERTY DAMAGE $ X BI & PD COMBINED $ 500 EXCESS LIABILITY X UMBRELLA FORM OTHER THAN UMBRELLA FORM 5-1-87 5-1-88 COMBINED $1,000 $over a Limits Overs S above Shown. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY STATUTORY $ (EACH ACCIDENT) $ (DISEASE -POLICY LIMIT) $ (DISEASE -EACH EMPLOYEE) OTHER Ut�cHIVIIUN Ur UYtHAIIUNS/LUUAIIUNS/VEHICLES/SPECIAL ITEMS JOB: Southside Multi -Purpose Center City of Fort Worth c/o McCord Construction Box 368 Fort Worth, Texas 76101 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMF)ANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE /II nil � I ,, , - - /1 / . n II/ / CERTIFICATE OF INSURANCE V] HOUSTON GENERAL INS. CO. ❑ HOUSTON GENERAL LLOYDS ❑ TRADERS & GENERAL INS. CO. P.O. Box 2932 Ft. Worth, Texas 76113 CERTIFICATE HOLDER CITY OF FORT WORTH C/O MCCORD CONSTRUCTION P.O. BOX 368 FORT WORTH, TX 76101 THE INSURANCE COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE OF CANCELLA- TION TO CERTIFICATE HOLDER AT ADDRESS INDICATED ABOVE, BUT FAILURE TO MAIL SUCH NO- TICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY. "THIS IS TO CERTIFY THAT INSURANCE POLICY(IES) LISTED BELOW ARE ISSUED TO THE NAMED INSURED - NAME OF INSURED DAV-KIN ELECTRIC COMPANY, INC. ADDRESS P.O. BOX 1128 BEDFORD, TX 76021 This Certificate is issued as a matter of Information only and confers no rights upon the Certificate holder. This certificate does not amend, extend or alter the coverage described below. JOB: SOUTHSIDE MULTIPLE PURPOSE CENTER POLICY LIMITS OF LIABILITY EACH TYPE OF INSURANCE POLICY NUMBER PERIOD OCCURRANCE AGGREGATE GENERAL LIABILITY BODILY INJURY $ $ ❑ COMPREHENSIVE �I NON -COMPREHENSIVE PROPERTY DAMAGE $ $ PROTECTIVE LIABILITY ❑ PRODUCT/COMPLETED OPERATION BODILY INJURY AND ❑ CONTRACTUAL LIABILITY PROPERTY DAMAGE - ❑ PERSONAL INJURY (COMB SINGLE $ $ III MT) ❑ BROAD FORM P.D. CSL ❑ "Applies to Prod ucts/Complated Operations Hazard $ ❑ (PERSONAL INJURY) U� (EACH PESON) $ AUTOMOBILE LIABILITY BODILY If $ ❑ COMPREHENSIVE (EACH OCCURANCE) PROPERTY DAMAGE $ ❑ NON -COMPREHENSIVE BODILY INJURY AND ❑ PROPERTY DAMAGE- $ (COMBINED SINGLE LIMIT) CSL EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE - (COMBINED SINGLE $ ❑ LIMIT) CSL WORKERS' COMPENSATION 12/30/87 STATUTORY and TO EMPLOYERS' LIABILITY TWC 1007237-00 12/30/88 $ 100,000 (EACH ACCIDENT) AUTOMOBILE PHYSICAL DAMAGE - SPECIFY OTHER NAME AND ADDRESS OF AGENCY: TUCKER AGENCY P.O. BOX 9015 FORT WORTH, TX 76107 Countersigned By Authorized Representative Pool Amt. No. 0000184838 HG 740-0044 (1.81) EXPERIENCE RECORD List of Projects your Organization has successfully completed: AMT. OF CONTRACT AWARD TYPE OF WORK DATE ACCEPTED NAME AND ADDRESS OF OWNER List of Projects your Organization is now engaged in completing: AMT. OF CONTRACT AWARD TYPE OF WORK EXPECTED DATE OF COMPLETION NAME AND ADDRESS OF OWNER C-14 List Surety Bonds in Force on above incomplete work: DATE OF CONTRACT AWARD TYPE OF WORK BOND AMT. OF BOND NAME AND ADDRESS OF SURETY C-15 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION SECTION A DEFINITIONS, PROCEDURES AND INTERPRETATIONS A-1 Contract Documents. By the term Contract Documents is meant all of the written and drawn documents setting forth or affecting the rights of the parties, including but not necessarily being limited to, the Contract, Notice to Bidders, Proposal, General Conditions, Special Conditions, Specifications, Plans, Bonds and all Addenda, Amendments signed by all Parties, Change Orders, written Interpretations issued by the Architect pursuant to Paragraph A-2 and any written Order for a minor change in the Work issued pursuant to Paragraph L-3 hereof. A-2 Entire Agreement. The Contract Documents represent the entire agree- ment between the Parties, and no prior or contemporaneous, oral or written agreements, instruments or negotiations shall be construed as altering the terms and effects of the Contract Documents. After being executed, the Contract Documents can be changed only by a written Amendment signed by the Contractor and the Owner, or Change Order, or by a written Order for a minor change issued by the Architect, as set out in Section L hereto. A-3 Work. By the term Work is meant all labor, supervision, materials and equipment necessary to be used or incorporated in order to produce the construction required by the Contract Documents. A-4 Execution of the Contract Documents. The Contract Documents shall be executed in six originals by the Contractor and the Owner in such form as may be prescribed by law. A-S Familiarity With Proposed Work. Before filing a bid, the bidder shall examine carefully the proposal, plans, specifications, special pro- visions, and the form of contract to be entered into for the work contemplated. He shall examine the site of work and satisfy himself as to the conditions which will be encountered relating to the -character, quality and quantity of work to be performed and materials to be furnished. The filing of a bid by the bidder shall be considered evidence that he has complied with these requirements and has accepted the site as suitable for the work. Claims for additional compensation due to variations between con- ditions actually encountered in construction and as indicated by the plans will not be allowed. A-6 One Unified Contract. Insofar as possible, the Contract Documents will be bound together and executed as a single unified Contract, the intention of the Contract Documents being to provide for all labor, supervision, materials, equipment and other items necessary for the proper execution and completion of the Work. Words which have well recognized technical or trade meanings are used herein in accordance with such recognized meanings. REVISED 9/30/87 GC-1 1, A-7 Division of Work. The arrangement of Drawings and/or Specifications into Divisions, Sections, Articles, or other Subdivisions shall not be binding upon the contractor in dividing the work among Subcontractors or Trades. A-8 Interpretations. The Architect will furnish such Interpretations of the Plans and Specifications as may be necessary for the proper execu- tion or progress of the work. Such Interpretations shall be furnished at the instance of the Architect or at the request of the Contractor, or Owner, and will be issued with reasonable promptness and at such times and in accordance with such schedule as may be agreed upon. Such Interpretations shall be consistent with the purposes and intent of the Plans and Specifications and may be effected by Field Order. In the event of any dispute between any of the parties to the Contract and the Architect or each other involving the interpretation of the Contract Documents, the evaluation of work or materials performed or furnished by the Architect Contractor, or any subcontractor or materialman, or involving any question of fault or liability of any 'party, the decision of the Owner shall be final. and binding. In the event of inconsistency in the contract documents, the following sequence for interpretation shall be used in order of precedence: Change Orders and/or Field Orders (by date of issuance); Addenda (by date of issuance); Drawings; Notes and dissensions on Drawings; Technical Specifications; Special Provisions; Supplementary General Conditions; General Conditions; and, Construction Contract. A-9 Copies of Working Drawings and Specifications. The Architect will furnish to Contractor free of charge 15 sets of working Drawings and 15 sets of Specifications. 'Contractor shall pay the cost of reproduc- ti.on, for all ocher copies of Drawings and Specifications furnished to h im. All Drawings, Specifications and copies thereof furnished by the Owner or the Architect are and shall remain the property of the Owner. They are not to be used on any other project and, with the exception of one Contract set for each Party to the Contract, are to be returned to the Owner on request at the completion of the work. A-10 Minority/Women Business Enterprise Policv. The City of Fort Worth has goals for the participation of minority and women owned business enterprise in City contracts. Compliance with the policies designed to meet these goals is mandatory in order to be considered responsive bidders. The City policy and procedures to be followed in submitting bids is included as Attachment A to the proposal Section of these Contract Documents. SECTION B IDENTITY OF ARCHITECT B-1 Duties of the Architect. The Architect in this Contract shall be znnac a Consultants, Inc., As used herein, the term Architect means the Arc ME: or HIS au .or:zed representative. Nothing contained in these GC-Z •. Contract Documents shall create any privity of Contract between the Architect and the Contractor. B-2 Architect as Representative of the Owner. The Architect will provide general administration of the Contract on behalf of the Owner and will have authority to act as the representative of the Owner to the extent provided in the Contract Documents unless changed in writing by the Owner. The Architect will be available for conferences and con- sultations with the Owner or the Contractor at all reasonable times. B-3 Access to Job Site. The Architect shall at all times have access to the Work whenever it is in preparation and progress. The Contractor shall provide facilities for such access so the Architect may perform its assigned functions under the Contract Documents. The Architect will make periodic visits to the Site to familiarize himself with the progress and quality of the work and to determine if the work is proceeding in accordance with the Contract documents. On ,the basis of on -site observations, the Architect will keep the Owner informed of the progress of the Work and will endeavor to guard the Owner against defects and deficiencies in the Work of the Contractor. Based upon such observations and the Contractor's applications for payments, the Architect will make determinations and recommendations concerning the amounts owing to the Contractor and will issue certificates for payment amounts in accordance with the provisions of Paragraph I-4. B-4 Interpretations. The Architect will be, in the first instance, the interpreter of the requirements of the Plans and Specifications and the judge of the performance thereunder by the Contractor, subject to the final decision of the Owner. The Architect's decisions in matters relating to artistic effect will be final if consistent with the intent of the Contract Documents. B-5 Authority to Stop Work. The Architect will have authority to reject work which does not conform to the Plans and Specifications. In addition, whenever, in its reasonable opinion, the Architect considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications, the Architect will have authority to require the Contractor to stop the Work or any portion thereof, or to require special inspection or testing of the Work as provided in Paragraph G-8 whether or not such Work be then fabricated, installed or completed. 3-6 Miscellaneous Duties of Architect. Shop Drawings. The Architect provided in Section D. Two submittals will be provided Change Orders. Change Orders will be issued by the Owner the provisions of Section L. will review Shop Drawings and Samples as copies of each approved Shop Drawing and to the Owner by the Architect. and Orders for Minor Changes in the Work through the Architect in accordance with GC-3 Guarantees. The Architect will receive on behalf of the Owner all written Guarantees and related documents required of the Contractor. Upon com- pletion of the project the contractor shall provide the Architect five copies of each guarantee. The Architect will provide three copies of each guarantee to the Owner. Inspections. The Architect will conduct inspections for the purpose of determining and making his recommendations concerning the dates of substantial completion and final completion. Operation and Maintenance Manuals. The Architect will receive on behalf of .the Owner, six copies of all applicable equipment installation, operation, and maintenance brochures and manuals required of the Contractor. The Architect will provide three copies of this information to the owner. A B-7 Termination of the Architect. In case of the termination of the employment of the Architect by the Owner, the Owner shall either assume the duties of the Architect through the Director of the Department of Transportation and Public Works, or shall appoint a successor Architect against whom the Contractor makes no reasonable objection. SECTION C OWNER C-1 Identification. By the term Owner is meant the City of Fort Worth acting herein by its duly authorized representatives in the manner provided by law. Authorized representatives include the City Manager, Assistant City Manager, the Director and Assistant Director of Transportation and Public' Works and members of the Construction Engineering Division. Generally speaking a designated representative will be identified from within the Construction Engineering Division to act as a point of contact for day to day contract administration. C-2 Duties of the Owner. The Owner shall furnish surveys describing the physical characteristics, legal limits and utility locations for the site of the Work; provided, however, that the Contractor hereby covenants that he has inspected the premises and familiarized himself therewith and that the locations of utilities and other obstacles to the prosecution of the Work as shown on the Owner's survey are for information only, are not binding upon the Owner, and the Owner shall not incur any liabilty for loss or damage by virtue of any inaccuracies or deficiencies in such surveys. The Owner shall secure • and pay for title to the site and all necessary permanent or construction easements. The Owner will cooperate with the Contractor in the prosecution of the Work in such manner and to such extent as may be reasonable and shall furnish information under its control with reasonable promptness at the request of the Contractor. GC-4 ` all construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract Documents. D-4 Labor and Materials. Unless otherwise specifically noted, the Contractor shall provide and pay for all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and other facilities and services necessary for the proper execution and completion of the Work. The successful low bidder will use its reasonable best efforts to hire local laborers, workmen and materialmen. The general condition is not to be constructed as limiting the right of any bidder to employee laborers, workmen or materialmen from outside local area. The Contractor shall at all times enforce strict discipline and good order among his employees, and shall not employ on the Work any unfit person or anyone not skilled in the task assigned to him. D-5� Prevailing Wage Rate. The Contractor agrees to pay not less than the general prevailing rate of per diem wages for Work of a similar character in the locality in which the Work is performed, and not less than the general prevailing wage of per diem wages for a legal holiday and overtime work, to all laborers, workmen and mechanics employed on the Work under this Contract. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. D-6 Warrantv. The Contractor warrants to the Owner and the Architect that all materials and equipment furnished under this Contract will be new unless otherwise specified, and that all work will be of good quality, free from faults and defects, and in conformance with the Contract Documents. All Work not so conforming to these standards may be considered defective. If required by the Architect or the Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. The warranty provided in this Section shall be in addition to and not in limitation of any other warranty or remedy provided by law or the Contract Documents. D-7 Taxes. The Contractor will pay all Sales, Consumer, Use and other similar Taxes required by law. D-8 Licenses, Notices and Fees. The Contractor shall obtain all Permits, Licenses, Certificates, and Inspections, whether permanent or temporary, required by law or these Contract Documents. No permit fees shall be required for this work. The Contractor shall give all Notices and comply with all Laws, Ordinances, Rules, Regulations and Orders of any public authority GC-6 bearing on the performance of the Work. If the Contractor observes or becomes aware that any of the Contract Documents are at variance therewith in any respect, he shall promptly notify the Architect in writing and any necessary changes will be made as provided in paragraph A-2. If the Contractor performs any Work knowing that it is in violation of, or contrary to, any of such Laws, Statutes, Charter, Ordinances, Orders or Directives, or Regulations without furnishing Notice to the Architect, the Contractor will assume full res- ponsibility therefor and bear all costs attributable thereto. D-9 Cash Allowances. The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. These allowances shall cover the net cost of the materials and equipment delivered and un- loaded at the site, and all applicable taxes. The Contractor's handl- ing costs on the site, labor, installation costs, overhead, profit and other expenses contemplated for the original allowance shall be in- cluded in the Contract Sum and not in the allowance. The Contractor shall cause the Work covered by these allowances to be performed for such amounts and by such persons as the Architect may direct, but he will not be required to employ persons against whom he makes a reason- able objection. If the cost, when determined, is more than or less than the allowance, the Contract Sum shall be adjusted accordingly by Change Order which will include additional handling costs on the site, labor, installation costs, overhead, profit and other expenses result- ing to the Contractor from any increase over the original allowance. D-10 Superintendent. The Contractor shall employ a competent superinten- dent and necessary assistants who shall be in attendance at the Project site during the progress of the Work. The superintendent shall be satisfactory to the Architect and the Owner and shall not be changed except with their consent, unless the superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. The superintendent shall represent the Contractor and all com- munications given to the superintendent shall be as binding as if given to the Contractor. Important communications will be confirmed in writing. Other communications will be so confirmed on written request in each case. D-11 Responsibility for Employees and Sub -Contractors. The Contractor shall be responsible to the Owner for the acts and omissions of all his employees and all Sub -contractors, their agents and employees, and all other persons performing any of the Work under a contract with the Contractor. D-12 Progress Schedule. The Contractor, immediately after being awarded the contract, shall prepare and submit for the Architect's approval, an estimated progress schedule for the Work. The progress schedule shall be related to the entire Project to the extent required by the Contract Documents. This schedule shall indicate the dates for the starting and completion of the various stages of construction and shall be revised as required by the conditions of the Work, subject to the Architect's approval. It shall also indicate the dates for sub- mission and approval of shop drawings and submittals as well as the delivery schedule for major pieces of equipment and/or materials. GC-7 The progress schedule shall be updated at least monthly by the con- tractor and submitted to the Architect for approval with the Contractor's monthly progress payment requests. D-13 Drawings and Specifications at the Site. The Contractor shall main- tain at the site for the Owner one copy of all Drawings, Specifica- tions, Addenda, approved Shop Drawings, Change Orders, and their Changes and Amendments in good order and marked to record all changes made during construction. These shall also be available to the Architect. The Drawings, marked to record all changes made during construction, shall be delivered to the Architect upon completion of the Work, and the Architect will prepare, and provide to the Owner, one complete set of reproducible as -built drawings of the work. D-14 Shop Drawings and Samples. Shop Drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures and other data which are prepared by the Contractor or any Subcontractor, manufac- turer, supplier or distributor, and which illustrate some portion of the Work. Samples are physical examples furnished by the Contractor to illustrate materials, equipment or workmanship, and to establish standards by which the Work will be judged. The Contractor shall review, stamp with his approval and submit, with reasonable promptness and in orderly sequence so as to cause no delay in the Work or in the work of any other contractor, normally within the first 90 days of the work, six copies of all Shop Drawings and Samples required by the Contract Documents or subsequently by the Architect as covered by changes or amendments. Shop Drawings and Samples shall be properly identified as specified, or as the Architect may require. At the time of submission the Contractor shall inform the Architect in writing of any deviation in the Shop Drawings or Samples from the requirements of the Contract Documents. By approving and submitting Shop Drawings and Samples, the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers and similar data, or will do so, and that he has checked and coordinated each Shop Drawing and Sample with the requirements of the Work and of the Contract Documents. The Architect will review and approve Shop Drawings and Samples with reasonable promptness so as to cause no delay, but only for conformance with the design concept of the Project and with the information given in the Contract Documents. The Architect's approval of a separate item shall not indicate approval of an assembly in which the item functions. The Contractor shall make any corrections required by the Architect and shall resubmit the required number of corrected copies of Shop Drawings or new Samples until approved. The Contractor shall direct specific attention in writing or on resubmitted Shop Drawings to GC-8 revisions other than the corrections requested by the Architect on previous submissions. The Architect's approval of Shop Drawings or Samples shall not relieve the Contractor of responsibility for any deviation from the requirements of the Contract Documents unless the Contractor has informed the Architect in writing of such deviation at the time of submission and the Architect has given written approval to the specific deviation as authorized in Paragraph A-2, nor shall the Architect's approval relieve the Contractor from responsibility for errors or omissions in the Shop Drawings or Samples. No portion of the Work requiring a Shop Drawing or Sample submission shall be commenced until the submission has been approved by the Architect. All such portions of the Work shall be in accordance with approved Shop Drawings and Samples. D-15 Site Use. The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract Documents sand shall not unreasonably encumber the site with any materials or equipment. Until acceptance of the work by the City Council of the City of Fort Worth, the entire site of the Work shall be under the exclusive control, care and responsibility of the Contractor. Contractor shall take every precaution against injury or damage to persons or property by the action of the elements or from any other cause whatsoever. The Contractor shall rebuild, repair, restore and make good at his own expense all injuries or damages to any portions of the Work occasioned by any of the above, caused before its completion and acceptance. D-16 Cutting and Patching of Work. The Contractor shall do all cutting, fitting or patching of his Work that may be required to make its several parts fit together properly, and shall not endanger any Work by cutting, excavating or otherwise altering the Work or any part of it. D-17 Cleaning Up. The Contractor at all times shall keep the premises free from accumulation of waste materials or rubbish. At the completion of the Work he shall remove all his waste materials and rubbish from and about the Project as well as all his tools, construction equipment, machinery and surplus materials, and shall clean all glass surfaces and leave the Work "broom -clean" or its equivalent, except as otherwise specified. In addition to removal of rubbish and leaving the buildings "broom -clean", Contractor shall clean all glass, replace, any broken glass, remove stains, spots, marks and dirt from decorated work, clean hardware, remove paint spots and smears from all surfaces, clean fixtures and wash all concrete, the and terrazzo floors. If the Contractor fails to clean up, the Owner may do so and the cost thereof shall be charged to the Contractor as provided in Paragraph G-6. GC-9 D-18 Communications. As a general rule, the Contractor shall forward all communications to the Owner through the Architect, and in all other instances the Contractor shall furnish the Architect a copy of any communication sent directly to the Owner. D-19 Contractor's Responsibility for Damage Claims. Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants and employees, from and against any and all claims or suits for property damage or loss 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 and services to be performed hereunder by Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by alleged negligence on the part of.officers, agents, servants, employees,'contractors, subcontractors, licensees and invitees of the Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants and employees for property damage or loss, and/or personal injuries, 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 and services to be performed hereunder by Contractor, its officers, agents, employees, contractors, subcontractors, licensees and invitees, whether or not caused, in whole or in part, by alleged negligence of officers, agents, servants, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in part, any and all alleged acts or omissions of officers, agents, servants, employees, contractors, subcontractors, licenses, or invitees of the Owner. In the event a written claim for damages against the Contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Transportation and Public Works Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended by the Director of the Transportation and Public Works Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. Although the claim concerned remains unsettled at the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work, and such semi-final payment may then be recommended by the Director. GC-10 equipment fabricated to a special design) proposed for such portions of the Work as may be designated in the bidding requirements, or if none is so designated, the names of the Subcontractors proposed for the principal portions of the Work. Prior to the award of the Contract, the Architect shall notify the successful bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any person or organization on such list. Failure of the Owner and Architect to make an objection to any person or organization on the list prior to the award of this Contract shall constitute acceptance of such person or organization. If, prior to the award of the Contract, the Owner or Architect has an objection to any person or organization on such list, and refuses to accept such person or organization, the apparent low bidder may, prior to the award, withdraw his bid without forfeiture of bid security. If such bidder submits an acceptable substitute with an increase.in his bid price to cover the difference in cost occasioned by such aubstitution, the Owner, may at its discretion, accept the increased bid price or he may disqualify the bid. If, after the award, the `Owner or Architect objects in writing to any person or organization on such list, the Contractor shall submit an acceptable substitute and the Contract Sum shall be increased or decreased by the difference in cost occasioned by such substitution and an appropriate Change Order shall be issued; however, no increase in the Contract Sum shall be allowed for any such substitution unless the Contractor has acted promptly and responsively in submitting a name with respect thereto prior to the award. The Contractor shall not contract with any Subcontractor or any person or organization proposed for portions of the Work designated in the bidding requirements or, if none is so designated, with any Subcontractor proposed for the principal portions of the Work, who has not been accepted by the Owner and the Architect. The Contractor will not be required to contract with any subcontractor or person or organization against whom he has a reasonable objection. The Contractor shall not make any substitution for any Subcontractor or person or organization who has been accepted by the Owner and the Architect, unless the substitution is also acceptable to the Owner and the Architect, E-3 Terms of Subcontracts. All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub -subcontractors) which shall contain provisions that: (a) preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; GC-12 Guarantees. The Architect will receive on behalf of the Owner all written Guarantees and related documents required of the Contractor. Upon com- pletion of the project the contractor shall provide the Architect five copies of each guarantee. The Architect will provide three copies of each guarantee to the Owner. Inspections. The Architect will conduct inspections for the purpose of determining and making his recommendations concerning the dates of substantial completion and final completion. Operation and Maintenance Manuals. The Architect will receive on behalf of .the Owner, six copies of all applicable equipment installation, operation, and maintenance brochures and manuals required of the Contractor. The Architect will provide three copies of this information to the owner. A B-7 Termination of the Architect. In case of the termination of the employment of the Architect by the Owner, the Owner shall either assume the duties of the Architect through the Director of the Department of Transportation and Public Works, or shall appoint a successor Architect against whom the Contractor makes no reasonable objection. SECTION C OWNER C-1 Identification. By the term Owner is meant the City of Fort Worth acting herein by its duly authorized representatives in the manner provided by law. Authorized representatives include the City Manager, Assistant City Manager, the Director and Assistant Director of Transportation and Public Works and members of the Construction Engineering Division. Generally speaking a designated representative will be identified from within the Construction Engineering Division to act as a point of contact for day to day contract administration. C-2 Duties of the Owner. The Owner shall furnish surveys describing the physical characteristics, legal limits and utility locations for the site of the Work; provided, however, that the Contractor hereby covenants that he has inspected the premises and familiarized himself therewith and that the locations of utilities and other obstacles to the prosecution of the Work as shown on the Owner's survey are for information only, are not binding upon the Owner, and the Owner shall not incur any liabilty for loss or damage by virtue of any inaccuracies or deficiencies in such surveys. The Owner shall secure • and pay for title to the site and all necessary permanent or construction easements. The Owner will cooperate with the Contractor in the prosecution of the Work in such manner and to such extent as may be reasonable and shall furnish information under its control with reasonable promptness at the request of the Contractor. GC-4 ` all construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract Documents. D-4 Labor and Materials. Unless otherwise specifically noted, the Contractor shall provide and pay for all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and other facilities and services necessary for the proper execution and completion of the Work. The successful low bidder will use its reasonable best efforts to hire local laborers, workmen and materialmen. The general condition is not to be constructed as limiting the right of any bidder to employee laborers, workmen or materialmen from outside local area. The Contractor shall at all times enforce strict discipline and good order among his employees, and shall not employ on the Work any unfit person or anyone not skilled in the task assigned to him. D-5� Prevailing Wage Rate. The Contractor agrees to pay not less than the general prevailing rate of per diem wages for Work of a similar character in the locality in which the Work is performed, and not less than the general prevailing wage of per diem wages for a legal holiday and overtime work, to all laborers, workmen and mechanics employed on the Work under this Contract. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copies verbatim herein. D-6 Warrantv. The Contractor warrants to the Owner and the Architect that all materials and equipment furnished under this Contract will be new unless otherwise specified, and that all work will be of good quality, free from faults and defects, and in conformance with the Contract Documents. All Work not so conforming to these standards may be considered defective. If required by the Architect or the Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. The warranty provided in this Section shall be in addition to and not in limitation of any other warranty or remedy provided by law or the Contract Documents. D-7 Taxes. The Contractor will pay all Sales, Consumer, Use and other similar Taxes required by law. D-8 Licenses, Notices and Fees. The Contractor shall obtain all Permits, Licenses, Certificates, and Inspections, whether permanent or temporary, required by law or these Contract Documents. No permit fees shall be required for this work. The Contractor shall give all Notices and comply with all Laws, ordinances, Rules, Regulations and Orders of any public authority GC-6 bearing on the performance of the Work. If the Contractor observes or becomes aware that any of the Contract Documents are at variance therewith in any respect, he shall promptly notify the Architect in writing and any necessary changes will be made as piovided in paragraph A-2. If the Contractor performs any Work knowing that it is in violation of, or contrary to, any of such Laws, Statutes, Charter, Ordinances, Orders or Directives, or Regulations without furnishing Notice to the Architect, the Contractor will assume full res- ponsibility therefor and bear all costs attributable thereto. D-9 Cash Allowances. The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. These allowances shall cover the net cost of the materials and equipment delivered and un- loaded at the site, and all applicable taxes. The Contractor's handl- ing costs on the site, labor, installation costs, overhead, profit and other expenses contemplated for the original allowance shall be in- cluded in the Contract Sum and not in the allowance. The Contractor shall cause the Work covered by these allowances to be performed for such amounts and by such persons as the Architect may direct, but he will not be required to employ persons against whom he makes a reason- able objection. If the cost, when determined, is more than or less than the allowance, the Contract Sum shall be adjusted accordingly by Change Order which will include additional handling costs on the site, labor, installation costs, overhead, profit and other expenses result- ing to the Contractor from any increase over the original allowance. D-10 Superintendent. The Contractor shall employ a competent superinten- dent and necessary assistants who shall be in attendance at the Project site during the progress of the Work. The superintendent shall be satisfactory to the Architect and the Owner and shall not be changed except with their consent, unless the superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. The superintendent shall represent the Contractor and all com- munications given to the superintendent shall be as binding as if given to the Contractor. Important communications will be confirmed in writing. Other communications will be so confirmed on written request in each case. D-11 Responsibility for Employees and Sub -Contractors. The Contractor shall be responsible to the Owner for the acts and omissions of all his employees and all Sub -contractors, their agents and employees, and all other persons performing any of the Work under a contract with the Contractor. D-12 Progress Schedule. The Contractor, immediately after being awarded the contract, shall prepare and submit for the Architect's approval, an estimated progress schedule for the Work. The progress schedule shall be related to the entire Project to the extent required by the Contract Documents. This schedule shall indicate the dates for the starting and completion of the various stages of construction and shall be revised as required by the conditions of the Work, subject to the Architect's approval. It shall also indicate the dates for sub- mission and approval of shop drawings and submittals as well as the delivery schedule for major pieces of equipment and/or materials. GC-7 The progress schedule shall be updated at least monthly by the con- tractor and submitted to the Architect for approval with the Contractor's monthly progress payment requests. D-13 Drawings and Specifications at the Site. The Contractor shall main- tain at the site for the Owner one copy of all Drawings, Specifica- tions, Addenda, approved Shop Drawings, Change Orders, and their Changes and Amendments in good order and marked to record all changes made during construction. These shall also be available to the Architect. The Drawings, marked to record all changes made during construction, shall be delivered to the Architect upon completion of the Work, and the Architect will prepare, and provide to the Owner, one complete set of reproducible as -built drawings of the work. D-14 Shop Drawings and Samples. Shop Drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures and other data which are prepared by the Contractor or any Subcontractor, manufac- turer, supplier or distributor, and which illustrate some portion of -the Work. Samples are physical examples furnished by the Contractor to illustrate materials, equipment or workmanship, and to establish standards by which the Work will be judged. The Contractor shall review, stamp with his approval and submit, with reasonable promptness and in orderly sequence so as to cause no delay in the Work or in the work of any other contractor, normally within the first 90 days of the work, six copies of all Shop Drawings and Samples required by the Contract Documents or subsequently by the Architect as covered by changes or amendments. Shop Drawings and Sainples shall be properly identified as specified, or as the Architect may require. At the time of submission the Contractor shall inform the Architect in writing of any deviation in the Shop Drawings or Samples from the requirements of the Contract Documents. By approving and submitting Shop Drawings and Samples, the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria, materials, catalog numbers and similar data, or will do so, and that he has checked and coordinated each Shop Drawing and Sample with the requirements of the Work and of the Contract Documents. The Architect will review and approve Shop Drawings and Samples with reasonable promptness so as to cause no delay, but only for conformance with the design concept of the Project and with the information given in the Contract Documents. The Architect's approval of a separate item shall not indicate approval of an assembly in which the item functions. The Contractor shall make any corrections required by the Architect and shall resubmit the required number of corrected copies of Shop Drawings or new Samples until approved. The Contractor shall direct specific attention in writing or on resubmitted Shop Drawings to GC-8 revisions other than the corrections requested by the Architect on previous submissions. The Architect's approval of Shop Drawings or Samples shall not relieve the Contractor of responsibility for any deviation from the requirements of the Contract Documents unless the Contractor has informed the Architect in writing of such deviation at the time of submission and the Architect has given written approval to the specific deviation as authorized in Paragraph A-2, nor shall the Architect's approval relieve the Contractor from responsibility for errors or omissions in the Shop Drawings or Samples. No portion of the Work requiring a Shop Drawing or Sample submission shall be commenced until the submission has been approved by the Architect. All such portions of the Work shall be in accordance with approved Shop Drawings and Samples. D-15 Site Use. The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with any materials or equipment. Until acceptance of the work by the City Council of the City of Fort Worth, the entire site of the Work shall be under the exclusive control, care and responsibility of the Contractor. Contractor shall take every precaution against injury or damage to persons or property by the action of the elements or from any other cause whatsoever. The Contractor shall rebuild, repair, restore and make good at his own expense all injuries or damages to any portions of the Work occasioned by any of the above, caused before its completion and acceptance. D-16 Cutting and Patching of Work. The Contractor shall do all cutting, fitting or patching of his Work that may be required to make its several parts fit together properly, and shall not endanger any Work by cutting, excavating or otherwise altering the Work or any part of it. D-17 Cleaning Up. The Contractor at all times shall keep the premises free from accumulation of waste materials or rubbish. At the completion of the Work he shall remove all his waste materials and rubbish from and about the Project as well as all his tools, construction equipment, machinery and surplus materials, and shall clean all glass surfaces and leave the Work "broom -clean" or its equivalent, except as otherwise specified. In addition to removal of rubbish and leaving the buildings "broom -clean", Contractor shall clean all glass, replace. any broken glass, remove stains, spots, marks and dirt from decorated work, clean hardware, remove paint spots and smears from all surfaces, clean fixtures and wash all concrete, tile and terrazzo floors. If the Contractor fails to clean up, the Owner may do so and the cost thereof shall be charged to the Contractor as provided in Paragraph G-6. GC-9 D-18 Communications. As a general rule, the Contractor shall forward all communications to the Owner through the Architect, and in all other instances the Contractor shall furnish the Architect a copy of any communication sent directly to the Owner. D-19 Contractor's Responsibility for Damage Claims. Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants and employees, from and against any and all claims or suits for property damage or loss 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 and services to be performed hereunder by Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by alleged negligence on the part of.officers, agents, servants, employees, contractors, subcontractors, licensees and invitees of the Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants and employees for property ,.damage or loss, and/or personal injuries, 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 and services to be performed hereunder by Contractor, its officers, agents, employees, contractors, subcontractors, licensees and invitees, whether or not caused, in whole or in part, by alleged negligence of officers, agents, servants, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in part, any and all alleged acts or omissions of officers, agents, servants, employees, contractors, subcontractors, licenses, or invitees of the Owner. In the event a written claim for damages against the Contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Transportation and Public Works Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended by the Director of the Transportation and Public Works Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. Although the claim concerned remains unsettled at the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work, and such semi-final payment may then be recommended by the Director. GC-10 The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory to the Director that: (1) The claim has been settled and a release has been obtained from the claimant involved, or (2) Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that the final payment to the Contractor be made. At the expiration of the six month period the Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have ,been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Transportation and Public Works Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City contract. D-20 Brokering Construction Contracts. The contractor shall perform at least 25% of the specified work in these contract documents using his own skilled employees and laborers. The contractor shall include an itemized listing of construction activities to be performed entirely or partially by his employees as part of his schedule of values, required in accordance with Section I-2 of these General Conditions. Monthly progress payment requests submitted by the Contractor will further document that the contractor is meeting his requirement. No more than 752 of the construction contract amount may be subcontracted to other firms. SECTION E SUBCONTRACTORS E-1 Definition. A Subcontractor is a person or organization who has a direct contract with the Contractor to perform any of the Work at the site. The term Subcontractor is referred to throughout the Contract Documents as if singular in number and masculine in gender and means a Subcontractor or his authorized representative. Nothing contained in the Contract Documents shall create any contractual relation between the Owner or the Architect and any Sub -contractor or any of his Sub -subcontractors or Materialmen. E-2 Award of Subcontracts. As part of his bid proposal the bidder shall furnish a list of the names of the subcontractors or other persons or organizations (including those who are to furnish materials or GC-11 equipment fabricated to a special design) proposed for such portions of the Work as may be designated in the bidding requirements, or if none is so designated, the names of the Subcontractors proposed for the principal portions of the Work. Prior to the award of the Contract, the Architect shall notify the successful bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any person or organization on such list. Failure of the Owner and Architect to make an objection to any person or organization on the list prior to the award of this Contract shall constitute acceptance of such person or organization. If, prior to the award of the Contract, the Owner or Architect has an objection to any person or organization on such list, and refuses to accept such person or organization, the apparent low bidder may, prior to the award, withdraw his bid without forfeiture of bid security. If auch bidder submits an acceptable substitute with an increase.in his bid price to cover the difference in cost occasioned by such aubstitution, the Owner, may at its discretion, accept the increased bid price or he may disqualify the bid. If, after the award, the `Owner or Architect objects in writing to any person or organization on such list, the Contractor shall submit an acceptable substitute and the Contract Sum shall be increased or decreased by the difference in cost occasioned by such substitution and an appropriate Change Order shall be issued; however, no increase in the Contract Sum shall be allowed for any such substitution unless the Contractor has acted promptly and responsively in submitting a name with respect thereto prior to the award, The Contractor shall not contract with any Subcontractor or any person or organization proposed for portions of the Work designated in the bidding requirements or, if none is so designated, with any Subcontractor proposed for the principal portions of the Work, who has not been accepted by the Owner and the Architect. The Contractor will not be required to contract with any subcontractor or person or organization against whom he has a reasonable objection. The Contractor shall not make any substitution for any Subcontractor or person or organization who has been accepted by the Owner and the Architect, unless the substitution is also acceptable to the Owner and the Architect. E-3 Terms of Subcontracts. All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub -subcontractors) which shall contain provisions that: (a) preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; GC-12 (b) require that such Work be performed in accordance with the requirements of the Contract Documents; (c) require submission to the Contractor of applications for payment under each subcontract to which the Contractor is a party, in reasonable time to enable the Contractor to apply for payment in accordance with Section I; (d) require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the Work shall be submitted to the Contractor (via any Subcontractor or Sub -subcontractor where appropriate) in the manner provided in the Contract Documents for like claims by the Contractor upon the Owner; (e) waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by the property insurance described in Section K, except such rights, if any, as they may have to proceeds of such insurance held by the Owner under Section K; and, (f) obligate each Subcontractor specifically to consent to the provisions of this Section E. All of the provisions set out in this paragraph shall be deemed to have been included in every sub -contract, and every sub -contract shall be so construed and applied as to the Owner and the Architect, whether or not such provisions are physically included in the sub -contract. E-4 Payments to Subcontractors. The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner, an amount equal to the percentage of completion allowed to the Contractor on account of such Subcontractor's Work. The Contractor shall also require each Subcontractor to make similar payments to his subcontractors. If the Architect refuses to issue a Certificate for Payment for any cause which is the fault of the Contractor and not the fault of a particular Subcontractor, the Contractor shall pay that Subcontractor on demand, made at any time after the Certificate for Payment would otherwise have been issued, for his Work to the extent completed, less the retained percentage. The Contractor shall pay each Subcontractor a just share of any insurance monies received by the Contractor under Section K, and he shall require each Subcontractor to make similar payments to his Subcontractors. The Architect may, on request and at its discretion, furnish to any Subcontractor, if practicable, information regarding percentages of completion certified to the Contractor on account of Work done by such Subcontractors. Neither the Owner nor the Architect shall have any obligation to pay or to see to the payment of any monies to any Subcontractor. GC-13 SECTION F SEPARATE CONTRACTS F-1 Owner's Right. The Owner reserves the right to award separate contracts in connection with other portions of the Work. When separate contracts are awarded for other portions of the Work, "the Contractor" in the Contract Documents in each case shall be the con- tractor who signs each separate contract. F-Z Mutual Responsibility of Contractors. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's Work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Architect any apparent dis- crepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive his Work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's Work. Should the Contractor cause damage to the work or property of any separate contractor on the site, the Contractor shall, upon due notice, settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the Owner on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend against such suit at the Contractor's expense, and if any judgment against the Owner arises therefrom, the Contractor shall pay or satisfy such judgment and shall reimburse the Owner for all attorney's fees, court costs and expenses which the Owner has incurred in connection with such suit. F-3 Cutting and Patching Under Separate Contracts. The Contractor shall do all cutting, fitting or patching of his Work that may be required to fit it to receive or be received by the work of other contractors shown in the Contract Documents. The Contractor shall not endanger any work of any other contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the work of any other contractor except with the written consent of the Architect. Any costs caused by defective or ill-timed work shall be borne by the party responsible therefor. F-4 Owner's Right to Clean Up. If a dispute arises between the separate contractors as to their responsibility for cleaning up as required by Paragraph D-1, the Owner may clean up and charge the cost thereof to the several contractors as the Director of the Department of Transportation and Public Works shall determine to be just. GC-14 i SECTION G MISCELLANEOUS PROVISIONS G-1 Conflict of Laws. The Contract shall be governed by the law of the place where the site is located. The Contractor must familiarize him- self and strictly comply with all Federal, State, and County and City Laws, Statutes, Charter, Ordinances, Regulations, or Directives controlling the action or operation of those engaged upon the work affecting the materials used. He shall indemnify and save harmless the City and all of its officers and agents against any claim or liability arising from or based on the violation of any such Laws, Statutes, Charter, Ordinances, Regulations, or Directives, whether by himself, his employees, agents or subcontractors. G-2 Personal Liability of Public Officials. In performing their duties under the Statutes of the State of Texas and the Charter and Ordinances of the City of Fort Worth in connection with this Contract, or in exercising any of the powers granted the Owner herein, the officers, agents and employees of the City of Fort Worth are engaged in the performance of a governmental function and shall not incur any personal liability by virtue of such performance hereunder, except for gross negligence or willful wrong. G-3 Successors and Assigns. Except as provided in Paragraph E-2, this contract shall be binding upon and inure to the benefit of the parties hereto, their Successors or Assigns. Contractor shall not assign or sublet all or any part of this Contract or his rights or duties hereunder without the prior written consent of the Owner. Any such purported assignment or subletting without the prior consent of Owner sha,ll be void. G-4 Written Notice. Written Notice shall be deemed to have been duly served if delivered in person to the individual or member of the firm or to an officer of the corporation for whom it was intended, or if delivered at or sent by registered or certified mail to the last business address known to him who gives the notice. G-5 Performance Bond and Labor and Material Payment Bond. The Contractor shall, on the execution of the Contract, and before beginning work, make, execute, and deliver to the Owner and pay the premium for statutory surety bonds in a sum equal to one hundred per cent of the total contract price. In this connection, the Contractor shall furnish a Performance Bond as well as .a Payment Bond both in a sum equal to the total contract price. The form of the bond shall be as provided in the Contract Documents and the surety shall be a reputable company acceptable to the Owner. G-6 Owner's Right to Carry Out the Work. If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents or fails to perform any provision of the Contract, the Owner nay, without prejudice to any other remedy he may have, enter the site and make good such deficiencies. In such case an appropriate Change GC-15 Order shall be issued deducting from the payments then or thereafter due the Contractor the cost of correcting such deficiencies, including the cost of the Architect's additional services made necessary by such default, neglect or failure. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner. G-7 Royalties and Patents. The Contractor shall pay all royalties and •license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the Owner harmless from loss on account thereof and shall be responsible for all such loss when a particular design, process or the product of a particular manufacturer or manufacturers is specified; however, if the Contractor has reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he.promptly gives such information to Architect. G-8 Tests. If the Contract Documents, Laws, Ordinances, Rules, Regulations or Orders of any public authority having jurisdiction require any Work to be inspected, tested or approved, the Contractor shall give the Architect timely notice of its readiness and of the date arranged so the Architect may observe such inspection, testing or approval. The Contractor shall bear all costs of such inspections, tests and approvals unless otherwise provided. If after the commencement of the Work, the Owner or Architect determine that any Work requires special inspection, testing or approval not included above, the Owner or the Architect, upon written authorization from the Owner, will instruct the Contractor to order such special inspection, testing or approval, and the Contractor shall give notice as required in the preceding paragraph. If such special inspection or testing reveals a failure of the Work to comply (1) with the requirements of the Contract Documents or (2) with respect to the performance of the work, with Laws, Statutes, Charter, Ordinances, Regulations or Orders of any public authority having jurisdiction, the Contractor shall bear all costs thereof, including the Architect's additional services made necessary by such costs; otherwise the Owner shall bear such costs, and an appropriate Change Order shall be issued. Required certificates of inspection, testing or approval shall be secured by the Contractor and three copies will be promptly delivered by him to the Architect. The Architect will review the certificates and forward one copy of each with his recommendation(s) to the Owner. If the Architect or Owner wish to observe the inspections, tests or approvals required by this Section, they will do so promptly and, where practicable, at the source of supply. Neither the observations of the Architect or the Owner in their administration of the Construction Contract, nor inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the Work in accordance with the Contract Documents. GC-16 G-9 Interruption of Existing Utilities Services. The Contractor shall perform the work under this Contract with a minimum of outage time for all utilities. Interruption shall be by approved sections of the utility. In some cases, the Contractor may be required to perform the work while the existing utility is in service. The existing utilities service may be interrupted only when approved by the Owner. When it is necessary to interrupt the existing utilities, the Contractor shall notify the Owner in writing at least ten days in advance of the time he desires the existing service to be interrupted. The interruption time shall be kept to a minimum. Depending upon the activities at an existing facility which requires continuous service from the existing utility, an interruption may not be subject to schedule at the time desired by the Contractor. In such cases, the interruption may have to be scheduled at a time of minimum requirements of demand for the utility. The amount of time requested by the Contractor of existing utility services shall be as approved by the Owner. G-10 Laying Out Work. Dimensions and elevations indicated in layout of existing work shall be verified by the Contractor. Discrepancies between Drawings, Specifications, and existing conditions shall be referred to Architect for adjustment before work affected is performed. Failure to make such notification shall place responsibility upon Contractor to carry out work in satisfactory, workmanlike manner. The Contractor shall be held responsible for the location and elevation of all the construction contemplated by the Construction Documents. Prior to commencing work, the Contractor shall carefully compare and check all Architectural, Structural, Mechanical and Electrical drawings; each with the other that in any affects the location or elevation of the work to be executed by him, and should any discrepancy be found, he shall immediately report the same to the Architect for verification and adjustment. Any duplication of work made necessary by failure or neglect on his part to comply with this function shall be done at the contractors sole expense. G-11 Existing Overhead or Underground Work. The Contractor shall carefully check the site where the project is to be erected and observe any existing overhead wires and equipment. Any such work shall be moved, replaced or protected, as required, whether or not shown or specified. Attention is directed to the possible existence of pipe and other underground improvements which may or may not be shown on the Drawings. All reasonable precautions shall be taken to preserve and protect any such improvements whether or not shown on the Drawings. Locations of existing underground lines, shown on the Drawings are based on the best available sources, but are to be regarded as approximate only. Exercise extreme care in locating and identifying these lines before excavation in adjacent areas. G-12 Lining of Joints in Finish Materials. It shall be the responsibility R the Contractor to ma a certain in the installation of jointed floor, wall and ceiling materials that: GC-17 a. The joints line through in straight alignment and in both directions wherever possible. b. The joints relate to all opening and breaks in the structure and be symmetrically placed wherever possible. This includes heating registers, light fixtures, equipment, etc. If because of the nonrelated sizes of the various materials and locations of openings, etc., it is not possible to accomplish the above, the Contractor shall request the Architect to determine the most satisfactory arrangement. The Contractor shall establish center lines for all trades. G-13 Integrating Existing Work. The Contractor shall protect all existing street and other improvements from damages. Contractor's operations shall be confined to the immediate vicinity of the new work and shall not in any interfere with or obstruct the ingress or egress to and from existing adjacent facilities. Where new site work is to be connected to existing work, special care shall be exercised by the Contractor not to disturb or damage the existing work more than necessary. All damaged work shall be replaced, repaired and restored to its original condition at no cost to the Owner. G-14 Location of Equipment and Piping. Drawing showing location of equipment, piping, ductwork, etc. are diagrammatic and job conditions may not always permit their installation in the location shown. When this situation occurs, it shall be brought to the Architect's atxention immediately and the relocation determined in a joint conference. The Contractor will be held responsible for the relocating of any items without first obtaining the Architect's approval. He shall remove and relocate such items at his own expense if so directed by the Architect. Where possible uniform margins are to be maintained between parallel lines and or adjacent wall, floor or ceiling surfaces. G-15 Overloading. The Contractor shall be responsible for overloading of any part or parts of structures beyond their safe calculated carrying capacities by placing of materials, equipment, tools, machinery or any other item thereon. No loads shall be placed on floors or roofs before they have attained their permanent and safe strength. G-16 Manufacturer's Instructions. ' Where it is required in the Specifications, the materials, products, processes, equipment, or the like be installed or applied in accordance with manufacturer's instructions, directions, or specifications, or words to this effect, it shall be construed to mean that said application or installation shall be in strict accordance with printed instructions furnished by the manufacturer of the material concerned for use under instructions furnished by the manufacturer of the material concerned for use under conditions similar or those at the job site. Six copies of such GC-18 instructions shall be furnished to the Architect and his approval thereof obtained before work is begun. G-17 Cleaning Up. During construction: At all times during the course of construction, keep the premises free from accumulation of waste material or rubbish caused by employees or as a result of the work. At completion of work, the General Contractor shall, immediately prior to final inspection of complete building, execute the following final cleaning work with trained janitorial personnel and with material methods recommended by the manufacturers of installed materials. A a. Sweep and buff resilient floors and base and vacuum carpeting. b. Dust all metal and wood trim and similar finished materials. C. Clean all cabinet and casework. d. Dust all ceilings and walls. e. Dust, and if necessary wash, all plumbing and electrical fixtures. f. Wash all glass and similar non -resilient materials. g. All hardware and other unpainted metals shall be cleaned and polished and all equipment and paint or decorated work shall be cleaned and touched -up if necessary, and all temporary labels, tags, and paper coverings removed throughout the ' buildings. Surfaces that are waxed shall be polished. h. The exterior of the building, the grounds, approaches, equipment, sidewalks, streets, etc. shall be cleaned similar to interior of buildings and left in good order at the time of final acceptance with paint surfaces clean and unbroken, hardware clean and polished, all required repair work completed and dirt areas scraped and cleared of weed growth. i. Glass cleaning: Clean all glass surfaces and mirrors of putty, paint materials, etc., without scratching or injuring the glass and leave the work bright, clean and polished. Cost of this cleaning work shall be borne by Contractor. j. Cleaning, polishing,' scaling, waxing and all other finish operations indicated on the Drawings or required in the Specifications shall be taken to indicate the required condition at the time of acceptance of all work under the Contract. h. Burning: Burning of rubbish on the premises will not be permitted. GC-19 G-18 Dust Control. Precaution shall be exercised at all times to control dust created as a result of any operations during the construction period. If serious problems and/or complaints arise due to air -borne dust, and when directed by the Architect, operations causing such problems shall be temporarily discontinued and necessary steps taken to control the dust. G-19 Fire Protection. The contractor shall at all times maintain good housekeeping practices to reduce the risk of fire damage and/or injury to workmen. All scrap materials, rubbish and trash shall be removed daily from in and about the building and shall not be be permitted to be scattered on adjacent property. Suitable storage space shall be provided outside the immediate build- ing area for storing flammable materials and paints; no storage will be permitted in the building. Excess flammable liquids being used inside the building shall be kept in close metal container and removed from the building during unused periods. S A fire extinguisher shall be available at each location where cutting or welding is being performed. Where electric or gas welding or cutting work is done, interposed shields of incombustible material shall be used to protect against fire damage due to sparks and hot metal. When temporary heating devices are used, a watchman shall be present to cover periods when other workmen are not on the premises. The Contractor shall provide fire extinguishers in accordance with the recommendations and NFPA Bulletins Nos. 10 and 241. However, in all cases a minimum of two fire extinguishers shall be available for each floor of construction. G-20 Cutting and Patching. Wherever cutting and removal of portions of the existing work is indicated, such work shall be neatly sawn or cut by contractor in a manner that will produce a neat straight line, parallel to adjacent surfaces or plumb for vertical surfaces. Care should be exercised not to damage any work that is to remain. At no time shall any structural members be cut without written consent from the Architect. All cutting and patching done by sub -contractors shall be done under the direct supervision and direction of the Architect. G-21 Project Closeout. Final Inspection, Record Drawings: Attention is called to General Conditions Section I entitled, Payments and Completion." Maintenance Manual: Sheets shall be 8 1/2" x 1111, except pull out sheets may be neatly folded to 8 1/2" x 11". Manuals shall be bound in plastic covered, 3 ring, loose leaf binder with title of project lettered on front and shall contain: GC-20 a. Name, address and trade of all sub -contractors. b. Complete maintenance instructions; name, address, and tele- phone number of installing Contractor, manufacturer's local representative, for each piece of operative equipment. C. Catalog data on plumbing fixtures, valves, water heaters, heating and cooling equipment, temperature control, fan, electrical panels, service entrance equipment and light fixtures. d. Manufacturer's name, type, color designation for resilient floors, windows, doors, concrete block, paint, roofing, other materials. e. Submit six copies of Maintenance Manual, prior to request for substantial completion inspection. Operation and Maintenance Instruction: The Contractor shall provide ,:at his expense, competent manufacturer's representatives to completely check oui all mechanical and electrical systems and items covered by the Drawings and Specifications. This requirement shall be scheduled just prior to and during the initial start up. After all systems are functioning properly the representatives shall instruct maintenance personnel of the Owner in the proper operation and maintenance of each item. G-22 Guarantee and Extended Guarantee. Upon completion of the Project, prior to final payment, guarantees required by technical divisions of Specifications shall be properly executed in quadruplicate by sub- contractors and submitted to Architect. Delivery of guarantees shall not relieve Contractor from any obligation assumed under Contract. The Contractor shall submit a guarantee covering the entire Project for one year. In addition, where separate guarantees, for certain portions of work, are for longer periods, General Contractor's guarantee shall be extended to cover such longer periods. Guarantees shall become valid and operative upon issuance of Certificate of Inspection and Acceptance by Owner. Guarantees shall not apply to work where damage is result of abuse, neglect by Owner or his successor(s) in interest. G-23 Record Drawings. Upon completion of the Work and prior to application for final payment, one print of each of the drawings accompanying this specification shall be neatly and clearly marked in red by the Contractor to show variations between the construction actually provided and that indicated or specified in the Contract Documents, and delivered to Architect. Where a choice of materials and/or methods is permitted herein and where variations in the scope or character of the work from the entire work indicated or specified are permitted either by award of bidding items specified for that purpose, or by subsequent change to the drawings, the record drawings shall define GC-21 the construction actually provided. The representation of such variations shall conform to standard drafting practice and shall in- clude supplementary notes, legends and details which may be necessary for legibility and clear portrayal of the ACTUAL construction. The record drawings shall indicate, in addition, the actual location of all sub -surface utility lines, average depth below the surface and other appurtenances. G-24 Construction Fence. At the Contractor's option, he may provide a con- struction fence around all or a part of the site. Fences shall be at least 4' high and equal to USS American Fence Specification No. 11, Design No. 1047 (Alamo Iron Works), on metal posts not over 10' on center. Posts shall be either studded T-Posts 5 feet long or Star Steel Posts 5 feet long (Alamo Iron Works). Provide gates for access where required. The fences and gates must be maintained throughout the construction period. Remove the fences and gates upon completion of the Project and restore the site to the required original or contract condition A G-25 Product Delivery, Storage, Handling: The Contractor shall handle, store and protect materials and products, including fabricated com- ponents, by methods and means which will prevent damage, deterioration and loss, including theft (and resulting delays), thereby ensuring highest quality results as the work progresses. Control delivery schedules so as to minimize unnecessary long-term storage at project site prior to installation. SECTION H CONTRACT TIME H-1 Definitions. The Contract Time is the period of time allotted in the Contract Documents for completion of the Work. The date of commencement of the Work is the date established in a notice to proceed. If there is no notice to proceed, it shall be the date of the Agreement or such other date as may be established therein. The Date of Substantial Completion of the Work or designated portion thereof is the Date certified by the Architect with the approval of the Owner that construction is sufficiently complete, in accordance with the Contract Documents, so the Owner may occupy the Work or designated portion thereof for the use for which it is intended. Final acceptance of the completed work or any portion thereof can be made only by the City Council of the City of Fort Worth, and no other form of acceptance will be binding upon the Owner. A calendar day constitutes twenty-four (24) hours of time and is any one of the seven days of a week, including Sunday, regardless of whether a "Working Day" or not, and regardless of weather conditions or any situation which might delay construction. An extension of contract time shall be in accordance with this Section. Extensions of time will be as recommended by the Architect with final approval by City of Fort Worth. GC-22 A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. However, nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturdays if he so desires. Should the Contractor choose to work on Saturdays, one day will be charged as contract working time when weather or other conditions permit seven (7) hours of work as delineated above. Legal holidays are defined as being New Year's Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, Memorial Day, and Veteran's Day. H-2 Progress and Completion. All the time limits stated in the Contract Documents are of the essence of the Contract. The Contractor shall begin the Work on the date of commencement as defined in this Section. He shall carry the Work forward ,expeditiously with adequate forces and shall complete it within the Contract Time. H-3 Delays and Extensions of Time. If the Contractor is delayed at any time in the progress of the Work by any act or neglect of the Owner or the Architect, or by any employee of the Owner, or by any separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by any cause which the Architect determines may justify the delay, then the Contract Time may be extended by Change Order for such reasonable time as recommended by the Architect and approved by the Owner. When the Contractor is delayed due to abnormal weather conditions, the Weather Table provided as WT-1 in these Contract Documents shall be used as the basis for providing a fair and equitable adjustment of the contract time. All claims for extension of time shall be made in writing to the Architect no more than fifteen days after the occurrence of the delav; otherwise they shall be waived. If no schedule or agreement is made stating the dates upon which written interpretations as set forth in Paragraph A-8 shall be furnished, then no claim for delay shall be allowed on account of failure to furnish such interpretation until fifteen days after demand is made for them, and not then unless such a claim is reasonable. H-4 No Damage for Delay. No payment, compensation or adjustment or any kind (other than the extensions of time provided for ) shall be made to the contractor for damages because of hindrances or delays from any cause in the progress of the work, whether such hindrances or delays be avoidable or unavoidable, and the contractor agrees that he will make no claim for compensation, damages or mitigation of liquidated damages for any such delays, and will accept in full satisfaction for such delays said extension of time. GC-23 PAYMENTS AND COMPLETION I-1 Contract Sum. The Contract Sum is stated in the proposal as accepted and is the total amount payable by the Owner to the Contractor for the performance of the Work under the Contract Documents. I-2 Schedule of Values. Before the first Application for Payment, the Contractor shall submit to the Architect a Schedule of Values of the various portions of the Work, including quantities if required by the Architect, aggregating the total Contract Sum, divided so as to facilitate payments to Sub -contractors in accordance with Paragraph D-4, prepared in such form as specified or as the Architect and the Contractor may agree upon, and supported by such data to substantiate its correctness as the Architect may require. Each item in the Schedule of Values shall include its proper share of overhead and profit. This Schedule, when approved by the Architect and the Owner, shall be used as a basis for the Contractor's Applications for Payment. I-3' Progress Payments. On the first day of each month after the first month's work has been completed, the Contractor will make current estimates in writing under the supervision of the Architect, of materials in place complete and the amount of work performed during the preceding month or period and the value thereof at the prices con- tracted for as shown on the approved Breakdown and Progress Schedule. If payments are to be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at the site or in an independent, bonded warehouse, such payments shall be conditioned upon submission by the Contractor of bills of sale or such other procedures satisfactory to the Owner to establish the Owner's title to such materials or equipment or otherwise protect the Owner's interest including applicable insurance and transportation to the site. The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an Application for Payment, whether incorporated in the Project or not, will pass to the Owner upon the receipt of such payment by the Contractor, free and clear of all liens, claims, security interests or encumbrances hereinafter referred to as "liens"; and that no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or by any other person performing the Work at the site or furnishing materials and equipment for the Work, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. The Contractor shall prepare each application for payment on AIA Document G702, "Application and Certificate for Payment", and attach thereto AIA Document G703, "Continuation Sheet", to indicate the progress made to date and the period or month for which payment is requested for each Item listed in the Schedule of Values. Also, a copy of the revised monthly work progress schedule (Para. D-12) must be attached before the pay request can be accepted. GC-24 . I-4 Certificates for Payment. If the Contractor has made Application for Payment as above, the Architect will, with reasonable promptness but not more than seven days after the receipt of the Application, prepare a Certificate of Payment, with a copy to the Contractor, for such amount determined to be properly due, or state in writing reasons for withholding a Certificate as provided in Paragraph I-5. The issuance of a Certificate for Payment will constitute a representation by the Architect to the Owner, based on the Architect's observations at the site as provided in Paragraph B-3 and the data comprising the Application for Payment, that the Work has progressed to the point indicated; that the quality of the Work is •in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole upon Substantial Completion, to the results of anv subsequent tests required by the Contract Documents, to. minor deviations from the Contract Documents correctable prior to completion, and to any specific qualifications stated in the Certificate); and recommendations to the Owner that the Contractor be paid in the amount certified. In addition, the Architect's final Certificate of Pavment will constitute a further representation to the Owner that the conditions precedent to the Contractor's being entitled to final payment as set forth in this Section have been fulfilled. After the Architect has issued a Certificate for Payment, the Owner shall approve or disapprove same within ten (10) days after it has been delivered to the Director of the Department of Transportation and Public Works. For contracts less than $400,000, Owner shall pay 90% of the approved estimate to the Contractor within seven (7) days after its approval, and the remaining 10% of each such estimate will be retained by the Owner until the final estimate is approved and the Work is accepted by the City Council of the City of Fort Worth. For contracts in excess of $400,000, the Owner will retain only 5% of each estimate until the final estimate is approved and work accepted by the City Council of the City of Fort Worth. No Certificate for a progress payment, nor any progress payment, nor any partial or entire use or occupancy of the Project by the Owner, shall constitute an acceptance of any Work not in accordance with the Contract Documents, or relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workman- ship. The Contractor shall promptly remedy any defects in the Work and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the Work unless a longer period is specified. Final acceptance can be made only by the City Council of the Citv of Fort Worth, and no other form of acceptance will be binding upon the Owner. I-5 Payments Withheld. The Architect may decline to approve an Application for Payment and may withhold his Certificate in whole or in part if in his opinion he is unable to make the representations to the Owner as provided in this Section. The Architect may also decline to approve any Applications for Payment or, because of subsequently discovered evidence or subsequent inspections, may nullify the whole or any part of any Certificate for Payment previously issued to such GC-25 1. extent as may be necessary in his opinion to protect the Owner from loss because of: a) defective work not remedied; b) claims filed or reasonable evidence indicating probable filing of claims; c) failure of the Contractor to make payments properly to Subcontractors, or for labor, materials or equipment; d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Sum; e) damage to another contractor; f) reasonable indication that the Work will not be completed within the Contract Time; or j g) unsatisfactory prosecution of the Work by the Contractor. When such grounds for the refusal of payment are removed, payment shall be made for amounts withheld because of them. The Owner reserves the right to withhold the payment of any monthly estimate, without payment of interest, if the Contractor fails to perform the Work in accordance with the specifications or instructions of the Architect. I-6 Failure of Payment. If, without fault on the part of the Contractor, the Architect should fail to issue any Certificate for Payment within seven (7) days after receipt of the Contractor's Application for Payment, or if, without fault on the part of the Contractor, the Owner should fail to approve such estimate or to pay to the Contractor 90% or 95% (as applicable) of the amount thereof within the period of time specified in Paragraph I-4, then the Contractor may, upon seven (7) days additional written notice to the Owner and to the Architect, stop the Work until payment of the amount owing has been received. I-7 Substantial Completion and Final Payment. Prior to the request for substantial completion inspection, the Contractor must meet all provisions of Para. G-21. When the Contractor determines that the Work or a designated portion thereof acceptable to the Owner is substantially complete, the Contractor shall prepare for submission to the Architect a list of items to be completed or corrected. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. When the Architect, on the basis of an inspection, determines that the Work is substantially complete, he will then prepare a Certificate of Substantial Completion, which when approved by the Owner, shall establish the Date of Substantial Completion, shall state the responsibilities of the Owner and the Contractor for maintenance, heat, utilities, and insurance, and shall fix the time within which the Contractor shall complete the items listed therein, said time to be within the Contract Time unless extended pursuant to Section H. The Contract Time shall be GC-26 considered ended upon the date of acceptance by the City Council of the City of Fort Worth. Upon receipt of written notice that the Work is ready for final inspection and acceptance and upon receipt of a final Application for Payment and upon receipt of a final application for payment, providing the record drawings have been received by the Architect, the Architect will conduct such test and/or inspections as he deems necessary, and if in his opinion the Work has been completed in accordance with the Contract Documents, the Architect will promptly issue a final Certificate for Payment stating that to the best of his knowledge, information and belief, and on the basis of his observations and inspections, the Work has been completed in accordance with the terms and conditions of the Contract Documents and that the entire balance found to be due the Contractor, and noted in said final Certificate is due and payable. Final acceptance can be made only by the City Council of the City of Fort Worth, and no other form of acceptance will be binding upon the Owner. Final payment and release of the retainage amount will become due within 15 days following approval of the City Council of the City of Fort Worth in accepting the work as complete. Neither the final payment nor the remaining retained percentage shall become due until the Contractor submits to the Architect (1) an Affidavit that all payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Owner or his property might in any way be responsible, have been paid or otherwise satisfied, (2) consent of surety, if any, to final payment and, (3) if required by the Owner, other data establishing payment or satisfaction of all such obligations, such as receipts, releases and waivers of liens arising out of the Contract, to the extent and in such form as may be designated by the Owner. If any Subcontractor, materialman or laborer refuses to furnish a release or waiver required by the Owner, the Contractor may, at the election of the Owner, furnish a bond satisfactory to the Owner to indemnify him against any right, claim or lien which might be asserted by such Subcontractor, materialman or laborer. If any such right, claim or lien remains unsatisfied after all payments are made, the Contractor shall refund to the Owner all monies that the latter may be compelled to pay in discharging such right, claim or lien, including all costs and reasonable attorney's fees. The acceptance of final payment shall constitute a waiver of all claims by the Contractor except those previously made in writing and still unsettled. SECTION J PROTECTION OF PERSONS AND PROPERTY J-1 Safety Precautions and Programs. The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. GC-27 11 J-2 Safety of Persons and Property. The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to: a) all employees on the Work and all other persons who may be affected thereby; b) all the Work and all materials and equipment to be incorporated therein, whether in storage on or off the site, under the care, custody or control of the Contractor or any of his Subcontractors or Sub -subcontractors; and c) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. Until acceptance of the Work, it shall be under the charge and care of ,the Contractor, and he shall take every precaution against injury or damage to the Work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non -execution of the Work. The Contractor shall rebuild, repair, restore and make good, at his own expense, all injuries or damages to any portion of the Work occasioned by any of the above, caused before its completion and acceptance. The Contractor shall comply with all applicable Laws, Ordinances, Rules, Regulations and Orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, iniury or loss. He shall erect and maintain, as required by. existing conditions and progress of the Work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the Work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All damage or loss to any property referred to in the preceding paragraphs caused in whole or in part by the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor, including damage or loss attributable to faulty Drawings or Specifications and acts or omissions of the Architect or anyone employed by him or for whose acts he may be liable, and not attributable to the fault or negligence of the Contractor, but in no event shall the 6wner be liable to the Contractor or anyone claiming through the Contractor for such damage or loss. The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of GC-28 11 accidents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Architect. The Contractor shall not load or permit any part of the Work to be loaded so as to endanger its safety. 1-3 Emergencies. In any emergency affecting the safety of persons or property, the Contractor shall act at his discretion to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on account of emergency work shall be determined as provided in Section L, Changes in the Work. SECTION K INSURANCE K-1 Insurance Required. The Contractor shall not commence Work under this Contract until he has obtained all insurance required under this Section and such insurance has been approved by the Owner, nor shall the Contractor allow any Subcontractor to commence Work on this Subcontract until all similar insurance of the Subcontractor has been so obtained and approved. K-2 Compensation Insurance. The Contractor shall take out and maintain Turing the life of this Contract Workmen's Compensation Insurance for all of his employees at the site of the Project, and in case any work is sublet, the Contractor shall require the Subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Contract at the site of the Project is not protected under the Workmen's Compensation statute, the Contractor shall provide and shall cause each Subcontractor to provide adequate and suitable insurance for the protection of his employees not otherwise protected. K-3 Public Liability and Property Damage Insurance. The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him, the Owner and any Subcontractor performing work covered by this Contract, from claims for damages for personal injury, including accidental death, as well as from claims for personal damages, which may arise from operations under this Contract, including blasting, when blasting is done on, or in connection with the Work of the Project, whether such operations be by himself or by any Subcontractor or by anyone directly or indirectly employed by either of them and the amounts of such insurance shall be not less than the following: CC-29 11 a) Comprehensive Automobile Liability (For all Contractor -owned or non -owned, but hired vehicles): Bodily Injury: Each Person $100,000.00 Per Occurrence 300,000.00 Property Damage: Per Occurrence $300,000.00 b) Comprehensive General Liability: Bodily Injury: Each Person $100,000.00 Per Occurrence 300,000.00 Property Damage: Per Occurrence $300,000.00 K-4 Builder's Risk Insurance. The Contractor shall take out, pay for and maintain at all times during the life of this Contract, Builder's Risk Insurance against the perils of fire, lightning, windstorm, hurricane, hail, riot, explosion, civic commotion, smoke, aircraft, land vehicles, vandalism, and malicious mischief, in an amount equal to 100% of the Contract Sum. Upon completion of the Work the Contractor shall notify the Owner in writing before terminating this insurance. K-S Proof of Carriage of Insurance. The Contractor shall furnish the Owner with a satisfactory proof of carriage of the insurance required. Certificates of insurance will be required in duplicate for file with the Owner and with the Architect, such certificates to provide that the Owner is entitled to the same notice as that given to the purchaser of the insurance in case of cancellation or any major change therein. SECTION L CHANGES IN THE WORK L-1 Change Order. The Owner, without invalidating the Contract, may order Changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum and the Contract Time being adjusted accordingly. All Such Changes in the Work shall be authorized by Change Order, and shall be executed under the applicable conditions of the Contract Documents. A Change Order is a written order to the Contractor signed by the Contractor, Owner and the Architect, issued after the execution of the Contract, authorizing a Change in the Work or adjustment in the Contract Sum or the Contract Time. The Contract Sum and the Contract Time may be changed only by Change Order. GC-30 The cost or credit to the Owner resulting from a Change in the Work shall be determined in one or more of the following ways: a) by mutual acceptance of a lump sum properly itemized, including the allowance to Contractor for overhead and profit stipulated in the original contract proposal; b) by unit prices stated in the Contract Documents or subsequently agreed upon; or c) by cost and a mutually acceptable fixed or percentage fee. If none of the methods set forth herein above is agreed upon, the Contractor, provided he receives a Change Order, shall promptly proceed with the Work involved. The cost of such work shall then be determined on the basis of the Contractor's reasonable expenditures and savings, including a reasonable allowance for overhead and profit as indicated in the original contract proposal. In such cases, the Contractor shall keep and present, in such form as the Architect tshall prescribe, an itemized accounting together with appropriate supporting data. Pending final determination of cost to the Owner, payments on account shall be made on the Architect's Certificate of Payment as approved by the Owner. If after the contract has been executed, the Architect requests a price proposal from the Contractor for a proposed change in scope of the work, Contractor shall process such proposal within seven days of receipt and return the price quote to the Architect in writing. The Architect shall review the price quotation and if approval is recommended, forward the proposed change order request and price proposal to the Owner for approval. If the Architect disagrees with the price proposal submitted by Contractor, Architect will attempt to negotiate with Contractor to revise the proposal to a figure which is fair and reasonable and forward it on to the Owner for approval. If the negotiations do not result in an equitable solution, the Architect shall prepare a cost-plus type Change Order with a price -not -to -exceed figure for approval by the City and require specific documentation to be provided by Contractor in accordance with the paragraph above. Contractor is advised that according to City of Fort Worth Charter, that when the cumulative effect of Change Orders results in an increase in cost of the contract amount by over $3,000, the City Council must approve all such Change Orders which will exceed this limit. Normal processing time for the City Staff to obtain City Council approval, once the recommended change order has been received at the City, is approximately 30 days. Owner, Architect and Contractor shall endeavor to identify Change Order items as early in the Construction process as possible to minimize their impact on the construction schedule. If unit prices are stated in the Contract Documents or subsequently agreed upon, and if the quantities originally contemplated are so changed in a proposed Change Order that application of the agreed unit prices to the quantities of Work proposed will create a hardship on GC-31 the Owner or the Contractor, the applicable unit prices shall be equitably adjusted to prevent such hardship. If the Contractor claims that additional cost or time is involved because of (1) any written interpretation issued pursuant to Section A, (2) any order by the Architect or Owner to stop the Work pursuant to Section B, where the Contractor was not at fault, or (3) any written order for a minor change in the Work issued pursuant to Section L, the Contractor shall make such claim as provided in Section L. L-2 Claims for Additional Cost or Time. If the Contractor wishes to make a claim for an increase in the Contract Sum or an extension in the Contract Time, he shall give the Architect written notice thereof within a reasonable time after the occurrence of the event giving rise to such claim. This notice shall be given by the Contractor before proceeding to execute the Work, except in an emergency endangering life or property in which case the Contractor shall proceed in accordance with Section J. No such claim shall be valid unless so made. Any change in the Contract Sum or Contract Time resulting from such claim, if approved by the Owner, shall be authorized by Change Order. L-3 Minor Changes in the Work. The Architect shall have authority to order minor changes in the Work not involving an adjustment in the Contract Sum or an extension of the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be confirmed in writing by the Architect and shall be binding on the Owner and the Contractor. L-4 Field Orders. The Architect may issue written Field Orders which interpret the Contract Documents in accordance with Section A, or which order minor changes in the Work in accordance with Section L without change in Contract Sum or Contract Time. The Contractor shall carry out such Field Orders promptly. SECTION M UNCOVERING AND CORRECTION OF WORK M-1 Uncovering of Work. If any Work should be covered contrary to the request of the Owner or Architect, it must be uncovered for observation and replaced, at the Contractor's expense. If any other work has been covered which the Owner or Architect have not specifically requested to observe prior to being covered, the Architect, or the Owner may request to see such work and it shall be uncovered by the Contractor. If such Work be found in accordance with the Plans and Specifications, the cost of uncovering and replacement shall, by appropriate Change Order, be charged to the Owner. If such work be found not in accordance with the Plans and Specifications, the Contractor shall pay such costs unless it be found that this condition was caused by a separate contractor employed as provided in Section F, GC-32 FMA and in that event the Owner shall determine who is responsible for the payment of such costs. Correction of Work. The Contractor shall promptly correct all work rejected by the Owner or Architect as defective or as failing to conform to the Plans and Specifications whether observed before or after Substantial Completion and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work, including the cost of the Architect's additional service thereby made necessary. If, within one year after the Date of Substantial Completion or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Docu- ments, any of the work is found to be defective or not in accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from the Owner to do so, unless the Owner has previously given the Contractor a written acceptance of such condition, describing same specifically and not generally. The Owner shall give such notice promptly after discovery of the condition. All such defective or non -conforming work under the preceding para- graphs shall be removed from the site where necessary, and the work shall be corrected to comply with the Contract Documents without cost to the Owner. The Contractor shall bear the cost of making good all work of separate contractors destroyed or damaged by such removal or correction. If the Contractor does not remove such defective or non -conforming work within a reasonable time fixed by written notice from the Architect or the Owner, the Owner may remove it and may store the materials or equipment at the expense of the Contractor. If the Contractor does not pay the cost of such removal and storage within ten days thereafter, the Owner may upon ten additional days' written notice sell such work at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs that should have been borne by the Contractor including compensation for additional Architectural Services. If such proceeds of sale do not cover all costs which the Contractor should have borne, the difference shall be charged to the Contractor and an appropriate Change Order shall be issued. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner. If the Contractor fails to correct such defective or non -conforming work, the Owner may correct it in accordance with Section G. The obligation of the Contractor under this Section shall be in addition to and not in limitation of any obligations imposed upon him by special guarantees required by the Contract Documents or otherwise prescribed by law. GC-33 M-3 Acceptance of Defective or Non -Conforming Work. If the Owner prefers to accept defective or non -conforming work, he may do so instead of requiring its removal and correction, in which case a Change Order will be issued to reflect an appropriate reduction in t'he Contract Sum, or, if the amount is determined after final payment, it shall be paid by the Contractor. SECTION N TERMINATION OF THE CONTRACT N-1 Termination by the Contractor. If the work is stopped for a period of thirty days under an order or any court or other public authority having jurisdiction, through no act or fault of the Contractor or a Subcontractor or their agents or employees or any other persons performing any of the work under a contract with the Contractor, or if the work should be stopped for a period of thirty days by the Contractor for the Owner's failure to make payment thereon as provided in Section I, then the Contractor may after the end of such period of thirty (30) days and upon seven (7) additional days' written notice to the Owner and the Architect, terminate the Contract. N-2 Termination by the Owner. If the Contractor is adjudged as bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a receiver is appointed on account of his insolvency, or if the Contractor refuses, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if he fails to make prompt payment to Subcontractors or for materials or labor, or fails to comply with all Laws, Statutes, Charter, Ordinances, Regulations or Orders of any public authority having jurisdiction, or otherwise is guilty of a substantial violation of a provision of the Contract Documents, then the Owner, on its own initiative or upon certification by the Architect that sufficient cause exists to justify such action, may, without prejudice to any right or remedy and after giving the Contractor and his surety, if any, seven (7) days' written notice, terminate the employment of the Contractor and take possession of the site and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and may finish the work by whatever method he may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If the costs of finishing the Work, including compensation for the Architect's additional services, exceed the unpaid balance of the Contract, the Contractor shall pay the difference to the Owner. SECTION 0 SIGNS The Contractor shall construct and install the project designation sign as required in the Contract Documents and in strict accordance with the Specifications for "Project Designation Signs." This sign shall be a part GC-34 of this Contract and shall be included in the Contractor's Base Bid for the Project. See pages S-1 through S-3 for sign details. SECTION P TEMPORARY FACILITIES P-1 Scope. The contractor shall furnish, erect, and maintain facilities and perform temporary work required in the performance of this Contract, including those shown and specified. P-2 Use of Temporary Facilities. All temporary facilities shall be made available for use by all workmen and subcontractors employed on the project, subject to reasonable directions by the Contractor as to their proper and most efficient utilization. P-3 Maintenance and Removal. The Contractor shall maintain temporary facilities in a proper, safe operating and sanitary condition for the 1, duration of the Contract. Upon completion of the Contract, all such temporary work and facilities shall be removed from the premises and disposed of unless otherwise directed or specified hereunder. P-4 Field Offices and Sheds. The Contractor shall provide a temporary field office building for himself, his subcontractors and use by the Architect. For construction contracts with a bid price in excess of $1,000,000.00, the Contractor shall provide a separate field office for the City's field representative (but the separate office may be in the same structure). The buildings shall afford protection against the weather, and each office shall have a lockable door, at least one window, adequate electrical outlets and lighting, and a shelf large enough to accommodate perusal of the project drawings. Openings shall have suitable locks. Field offices shall be maintained for the full time during the operation of the work of the Contract. During cold weather months, the field offices shall be suitably insulated and equipped with a heating device to maintain 70 degree Fahrenheit temperature during the work day. During warm weather the offices shall be equipped with an air conditioning device to maintain temperature below 75 degrees F. Upon completion of the work of the Contract, the Contractor shall remove the building from the premises. In addition to the drawing shelf, provide for the City field representatives office: one desk, four chairs, plan rack and a four drawer filing cabinet (with lock). Each office shall contain not less than 120 square feet of floor space. The Contractor shall provide and maintain storage sheds, other temporary buildings or trailers on the project site as required for his use. Location of sheds and trailers shall be as approved by the Architect. Remove sheds when work is completed, or as directed. P-5 Telephone. The Contractor shall provide and pay for telephone installation and service to the field offices described above. Service shall be maintained for the duration of operations under this contract. The Contractor shall provide for and pay for an automatic GC-3 5 telephone answering device at the site office for the duration of the project. The contractor shall provide a separate telephone line, and instrument for use by the City's field representatives. P-6 Toilet Facilities. The Contractor shall provide proper, sanitary and adequate toilet facilities for the use of all workmen and subcontractors employed on the project. P-7 Utilities. Contractor shall make all necessary arrangements and provide for temporary water and electricity required during the construction. Contractor shall provide and install temporary utility meters during the contract construction period. These meters will be read and the Contractor will be billed on his actual use. The Contractor shall provide all labor and materials required to tap into the utilities. The Contractor shall make the connections and extend the service lines to the construction area for use of all trades. Upon completion of the work all utility lines shall be removed and repairs made to the existing lines. Only utilities at existing voltages, pressures, frequencies, etc. will be available to the Contractor. Water. Provide an ample supply of potable water for all purposes of construction at a point convenient to the project or as shown on the Drawings. Pipe water from the source of supply to all points where water will be required. Provide sufficient hose to carry water to every required part. of the construction and allow the use of water facilities to subcontractors engaged on the work. Provide pumps, tanks and compressors as may be required to produce required pressures. Electric Service. Provide adequate electric service for power and lighting to all points where required. Temporary, electric service shall be of sufficient capacity and characteristics to supply proper current for various types of construction tools, motors, welding machines, lights, heating plant, air conditioning system, pumps, and other work required. Provide sufficient number of electric outlets so that 50 foot long extension cords will reach all work requiring light or power. Supply and maintain temporary lighting so that work of all trades may be properly and safely performed, in such areas and at such time that day -lighting is inadequate. Provide at least 0.75 watts of incandescent lighting per square foot and maintain a socket voltage of at least 110 volts. Use at least 100 watt lamps. In any event, the lighting intensity shall not be less than 5 foot candles in the vicinity of work and traffic areas. P-8 Heating. Heating devices required under this paragraph shall not be electric. The Contractor shall provide heat, ventilation, fuel and services as required to protect all work and materials and to keep the humidity down to the extent required to prevent corrosion of any metal and to prevent dampness or mildew which is potentially damaging to materials and finishes. All such heating, ventilation and services shall be GC-36 provided and maintained until final acceptance of all work. In addition, the Contractor shall provide heat and ventilation prior and during the following work operations as follows: a. At all times during the placing, setting and curing of concrete provide sufficient heat to insure the heating of the spaces involved to not less than 40-F. b. From the beginning of the application of drywall and during the setting and curing period, provide sufficient heat to produce a temperature in the spaces involved of not less than 55-F. C. For a period of seven (7) days previous to the placing of interior finish materials and throughout the placing of finish painting, decorating and laying of resilient flooring materials, provide sufficient heat to produce a temperature of not less than 68-F. d. After finishing trades are completed and until final acceptance of the work or until full occupancy by the Owner, provide a temperature of not less than 60-F. P-9 Temporary Construction, Equipment and Protection a. The Contractor shall provide, maintain, and remove upon completion of the work all temporary rigging, scaffolding, hoisting equipment, rubbish chutes, Aadders to roof, barricades around openings, and all other temporary work as required to complete all work of the Contract. Contractor shall coordinate the use and furnishing of scaffolds with his sub -contractors. b. The Contractor shall provide, maintain, and remove upon completion of the work, or sooner, if authorized by the Architect, all fences, barricades, lights, shoring, pedestrian walkways, temporary fire escapes, and other protective structures or devices necessary for the safety of workmen, City employees, equipment, the public and property. C. All temporary construction and equipment shall conform to all regulations, ordinances, laws and other requirements of the authorities having jurisdiction, including insurance companies, with regards to safety precaustions, operation and fire hazard. d. Pumping: The Contractor shall provide and maintain pumping facilities, including power, for keeping the site, excavations and structure free of accumulations of wate at all times, whether from underground seepage, rainfall, drainage of broken lines. e. Unauthorized Entry: The Contractor shall maintain provision for closing and locking the building at such time as GC-37 possible to do so. If this is not feasible, maintain a night watchman on the premises or take other approved measures to safeguard the building against unauthorized entry. g. Temporary Walls, Closures and Barricades: The' Contractor shall provide and maintain all barricades or enclosures, required to protect the work in progress from outside elements, dusts, and other disturbances as a result of work under this Contract. Such protection shall be positive, shall meet the approval of the Architect and shall be maintained for the duration of the construction period or as required to provide for the protection as specified. P-10 Project Bulletin Board. The Contractor shall furnish, install and maintain during the life of the project a weathertight bulletin board approximately 3 feet high by 5 feet wide having not less than two hinged or sliding glass doors with provisions for locking. The bulletin board shall be mounted where and as approved by the Architect, in a prominent place accessible to employees of the Contractor and sub -contractors, and to applicants for employment. The bulletin board shall remain the property of the Contractor and shall be removed by him upon completion of the Contract work. The following information which will be furnished by the City to the Contractor, shall be posted on the bulletin board and shall be maintained by the Contractor in easily readable condition at all times for the duration of the Contract. a. The Equal Opportunity Poster and Notice Nondescrimination of Employment (Standard Form 38). b. Wage Rate Information Poster (Form SOL 155), with the Contract Schedule of minimum wage rates as required by the Davis -Bacon Act. C. Safety Posters. P-11 Hard Hats. Hard Hats will be required at all construction sites included in this Contract from start to completion of work. Each Contractor, employee and vistor at any construction site included in the Contract will be required to wear a hard hat. The Contractor shall enforce the wearing of hard hats by Contractor, employees and visitors. These requirements are in addition to the Accident Prevention Clause in the General Conditions of the Contract. Contractor shall provide ten hard hats for use by the consulting Architects and Engineers and Visitors. -- END OF GENERAL CONDITIONS -- GC-38 INDEPENDENT TESTING LABORATORY SERVICES A. GENERAL 1. Employment of Laboratory: a. This section is intended to set the minimum testing requirements for this project and will be superseded by related sections re- quiring additional or more extensive testing. b. The Contractor shall select and pay for the services of an independent testing laboratory to perform inspections and tests of construction systems and materials. C. Employment of testing laboratory shall in no way relieve the Contractor of any obligation to perform the Work in accordance with the requirements of the Contract Documents. 2.1 Laboratory Reports: a. Promptly submit a written report of each test and inspection, and other reports and certifications specified under individual tests; one copy each to the Architect/Engineer, Owner, Contractor. Each report shall include: (1) Date issued. (2) Project title and number. (3) Testing laboratory name, address and telephone number. (4) Name and signature of laboratory inspector. (5) Date and time of sampling or inspection. (6) Record of temperature and weather conditions. (7) Date of test. (8) Identification of product and specification section. (9) Location of sample or test in the Project. (10) Type of inspection or test. (11) Results of tests and compliance with Contract Documents. (12) Interpretation of the test results, when requested by the Architect/Engineer. 3. Laboratory Quality Assurance: a. Meet the "Recommended Requirements for Independent Laboratory Qualification", published by American Council of Independent ITLS - 1 Laboratories, 1725 K Street Northwest, Washington, A.C. 20006, U.S.A. 4. Laboratory Responsibilities: a. Cooperate with the Architect/Engineer, owner and the Contractor; provide qualified personnel after due notice. b. Perform specified inspections, sampling and testing of materials and methods of construction: (1) Comply with the specified standards. If not specified, comply with the latest standards of the American Society for Testing and Materials or other recognized authority approved by the Architect/Engineer. (2) Ascertain compliance of materials with the requirements of the Contract Documents. C. Promptly notify the Architect/Engineer, and the Contractor of observed irregularities or deficiencies of work or products. d. Perform additional tests as required by the Architect/Engineer to verify compliance and acceptability of previously rejected work. e. Laboratory shall not: (1) Release, revoke, alter or add to the requirements of the Contract Documents. (2) Approve or accept any portion of the Work. (3) Perform any duties of the Contractor. 5. Contractor's Responsibilities: a. Before start of Work, submit testing laboratory name, address, and telephone number, and names of full-time registered engineer and responsible officer. b. Cooperate with the laboratory personnel and provide access to the Work. C. Make available to the laboratory, at no cost, samples of all materials to be tested. d. Advise the laboratory of the identity of the material sources and instruct the suppliers to allow inspection by the laboratory. e. Provide the laboratory with the concrete mix design proposed for the work and any other materials mixes which require control by the testing laboratory. ITLS - 2 0 f. Furnish copies of products tests reports as required. g. Furnish mill test certificates showing the heat number of all the structural steel to the Architect/Engineer. h. Furnish incidental labor and facilities: (1) To provide access to work to be tested. (2) To obtain and handle samples at the project site or at the source of the product to be tested. (3) To facilitate inspections and tests. (4) For storage and curing of test samples. (5) To make repairs to construction from which sample is taken. �. i. Notify the laboratory sufficiently in advance of operations to allow for the laboratory assignment of personnel and scheduling of tests. j. Employ and pay for the services of a separate, equally qualified independent testing laboratory to perform additional inspections, sampling and testing required: (1) For the Contractor's convenience. (2) When initial tests indicate Work does not comply with the Contract Documents to reestablish the conformance to the Contract Documents of all materials and labor which have been rejected and/or replaced. k. Remove and replace at the Contractor's expense any work which is rejected as a result of tests performed by reason of failure to conform to the requirements of the Contract Documents. 6. Reference Standards: a. ACIL: American Council of Independent Laboratories, 1725 K Street Northwest, Washington D.C. 20006, U.S.A. b. ACI: American Concrete Institute, P.O. Sox 19150, Detroit Michigan 48219, U.S.A. (1) 211.1-81 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete. C. AISI: American Iron and Steel Institute, 1000 16th Street Northwest, Washington, D.C. 20036, U.S.A. d. ASTM: American Society for Testing and Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103, U.S.A. ITLS - 3 (1) A 36-81 - Structural Steel. (2) A 325-82 - High -Strength Bolts for Structural Steel Joints. (3) A 490-82 - Heat Treated Steel Structural Bolts, 150 ksi Minimum Tensile Strength. (4) A 570-79 - Hot -Rolled Carbon Steel Sheet and Strip, Structural Quality. (5) A 615-82 - Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. (6) C 31-69 - Method of Making and Curing Concrete Test Specimens in the Field. (7) C 39-81 - Test Method for Compressive Strength of Cylindrical Concrete Specimens. 1. (8) C 143-78 - Test Method for Slump of Portland Cement Concrete. (9) D 698-78 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb (2.49-kg) Rammer and 12-in. (305-mm) Drop. (10) E 164-81 - Recommended Practice for Ultrasonic Contract Examination of Weldments. (11) E 317-79 - Recommended Practice for Evaluating Performance Characteristics of Pulse Echo Ultrasonic Testing Systems. (12) E 587-82 - Recommended Practice for Angle -Beam Examination by the Contract Method. . e. AWS: American Welding Society, Inc., P.O. Box 351040, 550 LeJeune Road, Miami, Florida 33135, U.S.A. (1) D1.1-83 - Structural Welding Code Steel. f. RCSC: Research Council on Structural Connections, c/o Prof. Edward R. Estes, Department of Civil Engineering Technology, Old Dominion University, Norfolk, Virginia 23508, U.S.A. B. SPECIFIC TESTS, INSPECTIONS AND METHODS REQUIRED 1. Compacted Soils, Structural Fill and Backfill: a. Obtain samples of soil proposed for use: (1) Test for suitability. ITLS - 4 (2) Establish optimum moisture/density relationship in accordance with ASTM D 698. b. Perform in -place density and moisture tests for each lift of soil compacted. Such tests shall be made not less frequently than one (1) test for every 5,000 sq. ft. Retest, after further compac- tion, soil Which has been compacted to less than the required density. 2. Bored and Belled Caissons: Perform full-time inspection at the project site during the drilling of shafts, casings (if used) installation of reinforcing steel, and placing of concrete in pier shafts. 3. Concrete: f. a. Laboratory technician shall: (1) Inspect concrete placement. a. visually check steel for size, amount, placement and cleanliness. (2) Make slump cone tests, and test cylinders as specified below for control of the concrete consistency. (3) Obtain samples of aggregates that the Contractor proposes to use and test for compliance with the specifications. (4) Review the contractor's proposed mix design to verify the required strengths and durability. Inspect the materials the Contractor proposes to use in the project. (5) Review the amount and type of the admixtures that the Contractor proposes to use. (6) Perform the appropriate laboratory tests, including but not necessarily limited to compression tests of the concrete cylinders and slump tests of the concrete, to substantiate the proposed mix designs. Submit the test results clearly indicating the mix proportions that the Contractor intends to use. (7) Inspect and test the materials during all concrete work for compliance with the specifications and the mix requirements. (8) Review the consistency of the mix design for each concrete placement. b. Cylinder tests: (1) Provide a minimum of one (1) test of 4 cylinders each on each day fresh concrete is placed. ITLS - 5 (2) If any one placement exceeds 50 cubic yards, provide an additional test of 4 cylinders for each 50 cubic yards, or any portion thereof placed. (3) Mold and cure test cylinders in accordance with ASTM C 31. (4) Perform compression tests of concrete cylinders in accordance with ASTM C 39. (a) Test to failure one cylinder of each test at 7 days and two at 28 days. (c) Mark each cylinder to indicate the location of concrete from which the specimens are taken. (5) Perform slump tests in accordance with ASTM C 143 for each batch of concrete from which test cylinders are made. (a) Test for percentage of entrained air. 4. Asphalt Paving and Base: a. Base course: (1) Review Contractor's proposed materials and mix proportions. (2) Obtain samples and test for compliance with specifications. (3) Inspect and ,test materials and mix proportions during full production, and make minor adjustments or proportions as necessary. (4) After further compaction, retest base courses which have been compacted to less than the required density. b. Asphalt wearing surface: (1) Review Contractor's proposed materials and mix proportions. (2) Obtain samples and test for compliance with specifications. (3) Inspect and test materials and mix proportions -during full production, and make minor adjustments or proportions as necessary. (4) Perform density and stability tests to ensure compliance with specifications. 5. Laboratory Tests for Structural Steel: a. Testing: (1) Tests of welding: The laboratory shall visually inspect all field welding. The laboratory shall comply with all ITLS - 6 regulations of the governing local codes and shall certify in writing, upon completion of the work, as performed in accordance with the construction documents and all applicable ordinances. (a) Qualifications of welders: Verify the certification of each welder on the job, and his qualifications for the particular positions in which he will work on the structure. Requalification of welders may be required if the welder's work indicates a need. All welders shall hold current and valid certification for the particular positions in which he is and/or will be working. (b) Continuous inspection of welds: Inspect all field welded connections by visual, ultrasonic, or other approved nondestructive tests. (c) Visual inspection: Required for all field fillet welds, intermediate passes, and completed welds. (d) Ultrasonic testing: Required for shop and field butt welds, full penetration welds, partial penetration welds and groove welds as described in ultrasonic testing paragraph. (2) Ultrasonic testing: (a) Perform complete ultrasonic testing according to AWS D1.1, as amended, ASTM E 164, ASTMS E 587 by a specially trained, qualified technician, who shall operate the equipment, examine the complete weld and maintain a record of all welds examined, defects found and disposition of each defect. All defective welds shall be repaired and all costs, including retesting, of defective welds shall be borne by the Contractor. (b) Initially, all welds requiring ultrasonic testing shall be tested at the rate of 100 percent of the first 21 welds for each welder in order to establish the qualifications of each individual welder. If rejectable defects occur in less than 5 percent of the welds tested, the frequency of testing may be reduced to 25 percent of the welds for each welder. If the rate of rejectable defects increases to 5 percent or more, 100 percent testing shall be re-established until the rate is reduced to less than 5 percent. Calculate the percentage for each welder independently. Welders who consistently have a rejectable weld rate of 5 percent or greater, shall be removed from the work. (c) When ultrasonic indications arising from the weld root can be interpreted as either a weld defect or the backing strip, remove the backing strip at the expense of the Contractor, and if no root defect is indicated ITLS - 7 on this retest and no significant amount of the base and weld metal have been removed, the joint needs no further repair or welding. If a defect is indicated, it shall be repaired. (d) When ultrasonic testing indicates a possible weld defect which would require repair, the Contractor may at his option and expense, elect to perform radio- graphic testing of the weld to ascertain if the weld defect exists and requires repair before performing any corrective measures. (e) Questionable root indications that prove not to be defects shall not count against the welder to increase the test rate. (f) The ultrasonic instrumentation shall be calibrated by the Technician to evaluate the quality of the welds in accordance with AWS D1.1 as amended. (g) All welds examined visually which indicate the possibility of having defects shall be tested. This testing is not included in the number of welds to be tested out in paragraph (b) above. (3) Testing of high strength bolted connection: (a) Perform periodic checks of high strength steel bolt con- nections in the field. The subcontractor performing the steel erection shall maintain, at all times during the erection, a manual torque wrench, and shall provide a laborer and scaffolding as required for the testing and in- spection work to be performed by the testing agency. The testing agency shall also inspect the calibrated, manual or power torque equipment intended for use in performing the high strength bolting operations. (b) Perform testing in accordance with the methods and pro- cedures specified in Sections 5 and 6 of the specifications for "Structural Joints Using ASTM A 325 or ASTM A 490 Bolts" as approved by the RCSC: Research Council on Structural Connections of the Engineering Foundation, dated August 14, 1980. Tests and inspection of steel decking: (1) The laboratory shall provide inspection of the fastening of the steel decking by a trained, qualified technician, who shall main- tain a record of all inspections. All defective work shall be repaired and all costs including re -inspection shall be borne by the Contractor. ITLS - 8 6. Sprayed -on Fireproofing: a. Field test and inspect the sprayed -on fireproofing which is applied to the structural framing including inspection of all substrate and the testing of applications for the following: (1) Thickness. (2) Density. (3) Bond. (4) Resistance to cracking. ITLS - 9 ti PROJECT DESIGNATION SIGNS The Contractor shall construct and install Project Designation Sign and it will be the responsibility of the Contractor to maintain the sign in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Architect. It will be the responsibility of the Contractor to have the project sign lettered and painted in accordance with the enclosed specifications. The project sign shall be constructed as per City of Fort Worth require- ments. i The sign shall be painted as follows: 1. Border: White 2. Background: Blue 3. Lettering: White 4. Longhorn: White The quality of the paint, painting and lettering on the whole sign shall be approved by the Architect. The height and arrangement of the lettering shall be in accordance with the detail sheet specifications. The letter types shall be as follows: 1. "City of Fort Worth": Bookman Demi Italic. 2. "Project Title and Scheduled Completion Date,":Helvetica. The sign shall be constructed of 3/4" fir plywood, grade A-C (exterior) or better. The project sign shall be mounted on two 4 x 4 wolmanized wood posts at location designated by the plans and specifications or as directed by the Architect. -1- 11 � !� � C�tig oe Fort -Wort I T !04 Z-9� Project Title T- Scheduled Compl etion Dat December 1987 �s� 5hflfr 5�ec�Ficp."�oNS 5hflfr 5�ec�Ficp."�oNS The Contractor shall be responsible for the installation and removal of all signs. The number of signs will be designated in the Special Provisions of the Specifications. The signs must be located so as not to create traffic or safety hazards to vehicle operators or pedestrians to prevent their see- ing other vehicles or pedestrians maneuvering in the vicinity of the signs. This work, which includes the painting of the signs, installing and remov- ing the signs, furnishing the materials, supports and connections to the supports, and maintenance to the satisfaction of the Architect shall be a subsidiary item to the contract. A -2- DAVIS BACON ACT APPLIES FOR WAGE RATES. WAGE RATES WILL BE PUBLISHED IN AN ADDENDA. A ,, Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth WEATHER TABLE AVERAGE DAYS INCHES SNOW/ICE MONTH RAIN (1) RAINFALL (2) PELLETS (3) JANUARY 6.8 1.65 0.6 FEBRUARY 6.3 1.93 0.4 MARCH 7.2 2.42 0.1 APRIL 8.2 3.63 0.0 MAY 8.7 4.27 0.0 JUNE 6.0 2.59 0.0 JULY 4.8 2.00 0.0 AUGUST 4.6 1.76 0.0 SEPTEMBER 6.9 3.31 0.0 OCTOBER 6.2 2.47 0.0 NOVEMBER 5.8 1.76 DECEMBER 6.2 1.67 0.1 ANNUALLY 77.7 29.46 1.2 (1) Mean number of days rainfall, 0.01" or more. (2) Average normal precipitation, in inches. (3) Mean number of days 1.0 inch or more. * Less than 0.05 inch. This table is based on information reported from Dallas -Fort Worth Regional Airport, Texas. Latitude 32' 54' N, longitude 97° 02' W, elevation (ground) 551 ft. Means are based on records covering a period of 33 years. Normals based on record for the 1951-1980 period. WT - 1 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth SECTION 01010 - SUMMARY OF WORK 1.01 PROJECT DESCRIPTION: A. The project consist of renovation and repair of the Southside Multi- purpose Center located at 959 E. Rosedale Street in Fort Worth, Texas as shown on the drawings and described in the specifications. The security conscruc- tion fence; temporary security services; demolition, general; electrical demo- lition/re-installation; mechanical demolition/re-installation; and structural reconstruction work shall be bid as separate items as indicated on the bid form. 1.02 OWNER OCCUPANCY: A. Owner Occupancy: The Owner will vacate the existing building for the duration of demolition and reconstruction work, including removal of furniture and equipment which is not attached to building elements. B. There shall be no storage of material or equipment in the existing building. There shall be no fires on the site or in the building. There shall be, no dumping on Owner's property. C. Keep driveways and entrances serving the premises clear and available at all times. Do not use these areas for parking. 1.03 WORK SCHEDULE: A. Within 30 days after award of contract and prior to starting any work, the Contractor shall prepare a schedule setting out the anticipated dates for the start and completion of the work of each trade. B.. ,:Prosecute the work rigorously and make every effort to start and complete each phase of the work on or before the dates stated. I.04 WORK SEQUENCE: A. General: The work shall include, but not necessarily be limited to, the following items and shall be accomplished in accordance with notes on drawings. Salvage and removal of indicated items shall be accomplished by qualified personnel skilled and experienced in the particular trade required for such work. B. Provide security construction fence surrounding property. C. Provide temporary security services. D. Demolition, General I. Remove existing cabinets; itemize, catalog, and provide off -site storage area. 2. Remove interior hollow metal doors in hollow metal frames and interior wood doors in hollow metal frames, including attached door hardware; legally dispose of doors & frames off site. Hardware shall be itemized, cat- aloged & stored off -site. 3. Remove overhead rolling grilles & frames & legally dispose of. 01010 - 1 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth 4. Remove toilet partitions and toilet accessories; itemize, cata- log, and provide off -site storage areas. 5. Remove interior identifying devices , i.e. building directory, cast plaque, and other identifying devices attached to interior partitions; itemize, catalog, and provide off -site storage area. 6. Remove and legally dispose of operable walls off -site. 7. Remove operable partitions; itemize, catalog, and provide off - site storage area. 8. Remove display case and kitchen equipment; itemize, catalog, and provide off -site storage area. 9. Remove and legally dispose of interior drywall partitions off - site. 10. Remove and legally dispose of gypsum board ceilings and furring off -site. II. Remove and legally dispose of interior brick walls off -site. 12. Remove designated exterior aluminum storefront; itemize, catalog, and provide off -site storage area. 13. Remove metal ladder to roof hatch; catalog and provide off -site storage area. 14. Remove and legally dispose of acoustical ceilings and metal ceil- ing grid off -site. 15. Remove interior concrete slab, including existing floor covering and legally dispose of off -site. E. Structural Demolition/Reconstruction 1. Drill piers, place reinforcing steel and concrete. 2. Install carton forms, reinforcing steel, and place and finish new concrete slab. 3. Repair existing roof structural members. F. Mechanical Demolition/Reconstruction: 1. Remove thermostats, supply and return registers and grilles; itemize, catalog, and provide off -site storage areas. 2. Re -install all salvaged items: G. Plumbing Demolition/Reconstruction: 1. Remove plumbing fixtures, including attached fittings; itemize, catalog, and provide off -site storage areas. 2. Remove water heaters and supply and waste piping; itemize, cata- log, and provide off -site storage areas. 3. Re -install all salvaged items. H. Electrical Demolition/Reconstruction: I. Remove lighting fixtures; itemize, catalog, and provide off -site storage areas. 2. Remove electrical switches, outlets, and conduit; itemize, cata- log, and provide off -site storage areas. 3. Re -install all salvaged items. 01010 - 2 11 • ■ENNEN �- Monsoons Summon ,.�• _._ s.. ■ ■. i el Nei �16INVOi ' W e MENEM ON 00000������������������■ ■�iiii!!!li�ilii!!! i!!!i■/i!■ Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES 1.01 GENERAL: A. Within 60 days after date of Contract, submit to Engineer a schedule of submittals. B. Submit to the Engineer shop drawings, product data, and samples re- quired by specification sections. 1.02 SHOP DRAWINGS: A. Prepared by a qualified detailer. B. Identify details by reference to sheet and detail numbers shown on Contract Documents. C. Reproductions for Submittals: Blue line or black line print. 1.03,.PRODUCT DATA: A. Manufacturer's standard schematic drawings and diagrams: 1. Modify drawings to delete information which is not applicable to the work. 2. Supplement standard information to provide additional information specifically applicable to the work. B. Manufacturer's catalog sheets, brochures, diagrams, schedules, per- formance charts, illustrations, and other standard descriptive data. 1. Clearly mark each copy to identify pertinent materials, products or models. 2. Show dimensions and clearances required. 3. Show performance characteristics and capacities. 4. Show wiring or piping diagrams and controls. 1.04 SAMPLES: A. Office samples shall be sufficient size and quantity to clearly illustrate: 1. Functional characteristics of product or material, with integral- ly related parts and attachment devices. 2. Full range of color samples. B. Field Samples and Mock-ups: I. Erect at project site at location acceptable to Engineer. 2. Construct each sample or mock-up complete, including work of all trades required in finish work. 1.05 SUBMISSION REQUIREMENTS: A. Submit shop drawing and product data as soon as practicable after award of contract, but not later than 30 days before dates reviewed submittals will be needed. 01340 - I Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth B. Submit all office samples as soon as practicable, but not later than 60 days after award of contract to facilitate color selections and coordina- tion of the various materials. Final color selections and release of shop drawings contingent upon color selection will not be made until all samples have been submitted, coordinated, and approved. C. Submit six blue line or black line prints. D. Submit six of copies of product datum. E. Submit number of samples specified in each specification section. F. Accompany submittals with transmittal letter, in duplicate contain- ing: 1. Date. 2. Project title and number. 3. Contractor's name and address. 4. The number of each shop drawing, product data, and sample sub- mitted. 5. Notification of deviations from contract documents. A 6. Other pertinent data. G. Submittals shall include: 1. Date and revision dates. 2. Project title and number. 3. Names of Engineer, Contractor, Subcontractor, Supplier, and Manu- facturer. 4. Identification of product or material and 'specification section number. 5. Relation to adjacent structure, materials or other critical features. 6. Field dimensions, clearly identified as such. 7. Applicable reference standards. 8. A blank space 3" x 4" for Engineer's stamp. 9. Other pertinent data required by specifications. 10. Identification of deviations from contract documents. H. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of field measurements, compliance with contract docu- ments, and coordination with requirements of work. 1.06 RE -SUBMISSION REQUIREMENTS: A. Re -submission: For shop drawings and product data not approved by Engineer, make corrections and changes in submittals required by Engineer and re -submit until approved. B. Shop Drawings: I. Revise initial drawings and re -submit as specified for initial submittal. 2. Indicate on drawings any changes which have been made, other than those requested by Engineer. C. Product Data and Samples: Submit new data and samples as specified for initial submittal. 01340 - 2 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth 1.07 DISTRIBUTION OF SUBMITTALS AFTER REVIEW: A. Distribute reviewed copies of shop drawings and product data which carry Engineer's stamp as follows: Contractor's file, project site file, record documents file, other prime contractors. !. END OF SECTION 01340 - 3 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1.01 TEMPORARY LIGHT AND POWER: A. Contractor shall make all arrangements with the Owner for access to existing electrical service; provide all equipment necessary for temporary power and lighting; pay all charges for the equipment, and the installation of same. Owner will pay for current consumed during construction operations. Contractor may access existing electrical at points designated by the Engi- neer. Contractor shall verify location of service and adequacy of service for construction operations. B. Provide power distribution as required throughout the structure of 120/208 V, three phase, four wire, 60 cycle, A/C supply. Terminate power distribution at convenient locations in the building. C. Provide a temporary lighting system as required to satisfy minimum requirements of safety and security. The system shall provide not less than 1/4 watt per square foot of floor area wherever work is being performed. Use at least 100 watt lamps. D. All temporary wiring and equipment for power and lighting shall be in accordance with the applicable provisions of the governing codes. E. Provide adequate temporary support and protection of existing panel - boards which are to remain during demolition and re -construction phase. Pan- elboards which are damaged during demolition and re -construction shall be replaced at no cost to the Owner. F. At completion of construction all temporary systems shall be removed. 1.02 TEMPORARY TELEPHONE SERVICE: A. Contractor shall provide temporary telephone service at the project site for the use of his personnel and the Engineer's representative. Con- tractor shall pay for all use charges. 1.03 TEMPORARY WATER: A. Provide and maintain temporary water supply during the course of construction. Contractor may access water at locations designated by Engi- neer. Contractor shall verify location of service. Contractor shall assume responsibility for the maintenance of existing system. Owner will pay water bill. 1.04 TEMPORARY SANITARY FACILITIES: A. Furnish and maintain adequate sanitary toilet facilities for use of all construction personnel. Portable facilities as approved by city health authorities, properly maintained, may be used. Upon completion of construc- tion the Contractor shall remove the temporary toilets and restore the site to an acceptable condition. 01500 - I Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth ,F 1.05 BARRIERS AND FENCES: A. Provide fencing, barricades, and other protection required to enclose the construction area and provide public protection. Such temporary protec- tion shall conform to the requirements of the applicable City Ordinances of the City of Fort Worth. B. Erect and maintain a substantial construction fence at the project site. Fence shall be 6 feet high, constructed of W' i.d. line posts spaced approximately 10 feet apart and 2`g" i.d. corner posts with No. 11-gage galva- nized chain link fabric fencing stretched over the supports. Provide gates, hung with heavy strap hinges and fitted with hasps for locking. Maintain fence in serviceable condition during construction and until the building is enclosed, protected against vandalism, and the premises are safe. Remove the fence and gates upon completion of project and completely fill the post holes. 1.06 TEMPORARY SECURITY SERVICES: A. Contractor shall provide security guard services at the project site to prevent theft and vandalism. Security guard shall be on the project site at all''times when contractor operations have ceased 'for the day. Guard shall not be armed. Communication to Police Dept. shall be provided. B. Provide uninterrupted security guard services from 3:30 p.m. to 7:00 a.m., i.e. there shall be not less than one security guard on the site at all times during these hours. In addition, provide uninterrupted security guard services on weekends, holidays, and weather days. Refer to weather table for bidding number of weather days. 1.07 TEMPORARY CONSTRUCTION AND STORAGE AREAS: A. Limited construction and storage area is available on the project site; therefore, Contractor shall be responsible for securing and paying all costs involved for adequate offsite construction and storage areas. B. Salvaged materials, fixtures, and items which are removed to offsite storage areas shall be stored in a weathertight building with adequate fire and security protection. All salvaged materials, fixtures, and items damaged during storage, or during transporting to and from offsite storage areas shall be replaced at no cost to the Owner. I.08 PROTECTIVE FACILITIES: A. Provide and maintain temporary guardrails, handrails, and covers for floor, roof, and wall openings, vertical shafts and stairways. If movement of the protective facilities is required by a subcontractor to perform his work, it shall be the responsibility of that subcontractor to give prior notifica- tion to the Contractor and to replace the protective facilities in a satisfac- tory manner. 1.09 SITE LAYOUT: A. Contractor shall employ an experienced, competent and approved surve- yor to layout all work, building lines and elevations and to verify same from time to time during the progress of the work. 01500 - 2 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth 1.10 WATER CONTROL: A. From commencement to completion of construction keep the site and construction free from accumulation of water. Provide pumping and bailing equipment to keep excavations dry. Slope ground to drain surface water away from building. 1.11 TEMPORARY FIELD OFFICE: A. Provide and maintain a weathertight temporary field office with adequate illumination and glazed operable windows. During cold weather the field office shall be equipped with a heating device to maintain 65°F. tem- perature during the work day. During hot weather the office shall be equipped with an air conditioning device to maintain temperature below 80°F. Provide and pay fuel and electric energy. Equip temporary field office with one 10- inch outdoor -type thermometer. Mount thermometer at convenient outside 1'oca- tion, not in direct sunlight. 1.12 PROTECTION OF FINISHED SURFACES: A A. Protect all finished surfaces from damage. B. All surface damaged during execution of the work shall be restored to the original condition by the Contractor. 1.13 TEMPORARY FIRE PROTECTION: A. Contractor shall provide adequate fire extinguishers on the premises during the course of construction, of the type and size recommended to control fires, which may result from the particular work being performed in accordance with the local Fire Marshal and Fire Codes. B. Provide supervision of welding operations, combustion type temporary heating units, and similar sources of ignition for possible fires. END OF SECTION 01500-3 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth SECTION 01630 - PRODUCT OPTIONS AND SUBSTITUTIONS 1.01 PRODUCT LIST: A. Within 60 days after date of Contract, submit to Engineer five copies of complete list of products and materials which are proposed for installa- tion. B. Prepare list on basis of each specification section. C. For products specified under reference standards, include with list- ing of each product: 1. Name and address of manufacturer. 2. Trade name. 3. Model or catalog designation. 4. Manufacturer's data, including performance and test data, refer- ence standards. 1.02 CONTRACTOR'S OPTIONS: A. For products specified only by reference standards, select any pro- duct meeting standards, by any manufacturer. B. For products specified by naming several products or manufacturers, select any product and manufacturer named. C. For products specified by naming only one product and manufacturer, there is no option unless a substitution is approved as specified below. D. For products specified by naming only one product and manufacturer, followed by the words "No Substitution," there is no option. 1.03 SUBSTITUTIONS: A. Within 30 days after date of contract, Engineer will consider formal requests from Contractor for substitutions of products in place of those spec- ified. B. Submit a separate request for each substitution. Include in request: I. Complete data substantiating compliance of proposed substitution with contract documents. 2. For products: a. Product identification, including manufacturer's address. b. Manufacturer's literature, including product description performance and test data and reference standards. c. Samples, if applicable. d. Name and address of similar projects on which product was used and date of installation. 3. For construction methods: a. Detailed written descriptions of proposed method. b. Complete drawings illustrating methods of revisions. 4. Itemized comparison of qualities of proposed substitution with product or method specified. 5. Changes required in other elements of work because of substitu- tion. 01630 - I Renovation & Repair to the Southside Multi —purpose Center City of Fort Worth 6. Effect on construction schedule. C. Request for substitution constitutes a representation that Contrac— tor: I. Has personally investigated proposed product method and deter— mined that it is equal to or superior in all respects to that specified. 2. Will provide same warranties for substitution as for product or method specified. 3. Will coordinate installation of accepted substitution into the work, making such changes as may be required for the work to be complete in all respects. 4. Waives all claims for additional costs, under his responsibility and related to substitution, which subsequently become apparent. D. Substitutions will not be considered if: - 1. They . are indicated or implied on shop drawings or product data submittal without formal request submitted in accord with Article 1.03 of this section. 2. Acceptance will require substantial revision of contract docu— ments. E. If substitution is not approved or accepted, Contractor shall furnish specified product or method. END OF SECTION 01630 — 2 Renovac_oa 4 :,cps__ _. Southside I".ulti-purpose Cencer City of Fort Worth SECTION 02070 - SELECTIVE DMi0LITION PART I - GZN RAL 1.01 DESCRIPTION: A. Types of Selective Demolition Work: Demolition requires the selec- tive removal and subsequent off -site storage or disposal of the items as iden- tified on the drawings and in Section 0 IO l0 - Summary of Work. 1.02 SUBMITTALS: A. Schedule: Submit proposed methods and operations of seleccive demo- licion to Engineer for review prior to start of work. Include in schedule coordination for shut-off, capping, and continuation of utility se r.-ices. I.03 PROJECT CONDITIONS: A. Occupancy: Owner will vacate demolition and reconstruction work. existing building for the duration of B. Conditions of Structures: Owner assumes no responsibility for actual condition of items or structures to be demolished. Conditions existing ac time of inspection for bidding purposes will be maintained by Owner in so far as practicable. However, variations within structure may occur by Owner's removal and salvage operations prior to start of selective demolition work. C. Explosives: Use of explosives will not be permitted. D. Traffic: Conduct demolition operations and removal of debris to ensure minimum interference with use of roads, streets, and walks, and ocher adjacent occupied or used facilities. E. Protections: Ensure safe passage of persons around area of demoli- tion. Conduct operations cc prevent injury to adjacent buildings, structures, ocher facilities, and persons. Provide interior and exterior shoring, brac- ing, or support to prevent movement, settlement or collapse of structures. F. Damages: Promptly repair.damages caused cc adjacent facilities by demolition operations ac no cost to Owner. PART 2 - PRODUCTS Noc applicable. PART 3 - EX-rCJTION 3.0I PREPARATION: A. Carry out demolition work cc cause as little inconvenience to adja- cent occupied building areas as possible. B. Salvage: Materials and equipment which are noted and shown to be salvaged and re -used in new locations or re -used for pacching shall be care- fully removed and safely scored (in Bonded Facility) until ready for re install- ation. Storage of materials in bid package 3 shall provide sufficient space for inspection of each item stored. Each contractor shall verify that operating e- quipment and appliances are in working order & shall document defiencies to Ar- chitect prior to appliance/equipment removal. 02070-I Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth .` 3.02 DEMOLITION: A. Pollution Controls: Use water sprinkling, temporary enclosures, and other suitable methods to limit dust and dirt rising and scattering in air to lowest practical level. Do not use water when it may create hazardous or objectionable conditions such as ice, flooding, and pollution. Clean adjacent structures and improvements of dust, dirt, and debris caused by demolition operations. Return adjacent areas to condition existing prior to start of work. B. Demolish in an orderly and careful manner as required to accommodate new work, including that required for connection to the existing building. Demolish concrete and masonry in small sections. 3.03 DISPOSAL OF DEMOLISHED MATERIALS: A. General: Remove from site debris, rubbish, and other materials re- sulting from demolition operations. B. Transport materials removed from demolished structures and legally dispose of off site. 3.04 CLEAN-UP AND REPAIR: A. Upon completion of demolition work, remove tools, equipment and dem- olished materials from site. Remove protections and leave interior areas broom clean. B. Repair demolition performed in excess of that required. Repair adja- cent construction or surfaces soiled or damaged by selective demolition work. END OF SECTION 02070 - 2 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth SECTION 02200 - EXCAVATING, FILLING, AND GRADING PART 1 - GENERAL 1.01 QUALITY ASSURANCE: A. Soil Testing and Inspection Service: Provide soil testing and in- spection service for quality control testing during earthwork operations in accordance with the requirements of Independent Testing Laboratory Services document. B. Test Reports: Submit test reports in accordance with the require- ments of Independent Testing Laboratory Services document. 1.02 PROJECT CONDITIONS: A. Site Information: Data on indicated subsurface conditions are not intended as representations or warrants of continuity of such conditions between soil borings. It is expressly understood that Owner will not be responsible for interpretations or conclusions drawn therefrom by Contractor. Data are made available for the convenience of the Contractor. B. Existing Utilities: Locate existing underground utilities in the areas of work. If utilities are to remain in place, provide adequate means of protection during earthwork operations. C. The use of explosives will not be permitted. D. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. Protect struc- tures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other ha- zards created by earthwork operations. PART 2 - PRODUCTS 2.01 SOIL MATERIALS: A. Backfill and Fill Materials: Provide acceptable soil materials for backfill and fill, free of clay lumps, rock or gravel larger than 2" in any dimension, debris, waste, frozen materials, vegetable, and other deleterious matter. PART 3 - EXECUTION 3.01 EXCAVATION: A. Excavation consists of removal and disposal of material encountered when establishing required grade elevations. B. Stability of Excavations: Slope sides of excavations. Shore and brace where sloping is not possible either because of space restrictions or stability of material excavated. Maintain sides and slopes of excavations in a safe condition until completion of backfilling. 02200 - I Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth -C. Dewatering: Prevent surface water and subsurface or ground water from flowing into excavations and from flooding project site and surrounding area. Do not allow water to accumulate in excavations. Remove water to pre- vent softening of foundation bottoms, undercutting footings, and soil changes detrimental to stability of subgrades and foundations. D. Excavation for Structures: Conform to elevations and dimensions shown within a tolerance of plus or minus 0. 10' , and extending a sufficient distance from footings and foundations to permit placing and removal of con- crete formwork, installation of services, other construction required, and for inspection. 3.02 COMPACTION: A. General: Control soil compaction during construction providing mini- mum percentage of density specified for each area classification. Percentages of compaction are based on ASTM D 698 Standard Proctor Density Tests. Compac- tion shall be uniform over entire area. B. Percentage of Maximum Density Requirements: Provide not less than following percentages of maximum density of soil material compacted at/or slightly above optimum moisture content, for the actual density of each layer of soil material -in -place. 1. Structures and Slabs: Prior to placing the carton forms, scarify the upper six inches of the subgrade and uniformly compact to a minimum of 90% and maximum of 100%. 3.03 BACKFILL AND FILL: A. Place acceptable soil material in layers to required subgrade eleva- tions, for each area classification listed below. 1. In excavations, use satisfactory excavated or borrow material, or combination of both. 2. Under building slabs, use satisfactory excavated or borrow material, or combination of both. B. Backfill excavations as promptly as work permits, but not until completion of the following: 1. Acceptance by Engineer of construction below finish grade. 2. Inspection, testing, approval, and recording locations of under- ground utilities. 3. Removal of concrete formwork. 4. Removal of shoring and bracing, and backfilling of voids with satisfactory material. 5. Removal of trash and debris. C. Placement and Compaction: Place backfill and fill materials in lay- ers not more than 9" in loose depth. Before compaction, moisten or aerate each layer as necessary to provide optimum moisture content. Compact each layer to the required percentage of maximum density for each area classifica- tion. Do not place backfill material on surfaces that are muddy, frozen, or contain frost or ice. 02200 - 2 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth 3.04 GRADING: A. General: Uniformly grade areas within limits of grading under this section. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are shown, or between such points and existing grades. B. Grading Surface of Subgrade: Grade smooth and even, free of voids, compacted, and to required elevation. Provide final grades within a tolerance of �" when tested with a 10' straightedge. 3.05 FIELD QUALITY CONTROL: A. Quality Control Testing During Construction. Testing service must inspect and approve fill and backfill areas before further construction work is performed thereon. Tests of fill and backfill areas will be taken in ac- cordance with requirements of Independent Testing Laboratory Services docu- ment. 1. Backfill: Take at least 2 field density tests, at locations and elevations as directed. 3.06 MAINTENANCE: A. Protection of Graded Areas: Protect newly graded areas from traffic and erosion, and'keep free of trash and debris. Repair and re-establish grades in settled, eroded, and rutted areas to specified tolerances. B. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify surface, re -shape, and compact to required density prior to further construc- tion. C. Removal from Owner's Property: Remove waste materials, including excavated material, trash and debris, from the Owner's property and legally dispose of it. END OF SECTION 02200 - 3 11 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth SECTION 02370 - CAST -IN -PLACE CONCRETE PIERS PART 1 - GENERAL 1.01 QUALITY ASSURANCE: A. Tolerances: Center line of the top of the drilled shaft shall be within + 2"-4" of the plan location. Should underground utilities interfere with plan location of drilled shaft, consultant engineer prior to drilling. Drilled shaft shall be plumb to within one and one-half inches the first ten feet plus one percent of the depth greater than ten feet. 1.02 SUBMITTALS: A. Shop Drawings; Concrete Reinforcing: Comply with the requirements of Section 03300 - Concrete Work. B. Data Reports: Log each drilled shaft by recording not less than the following information: 1. Identifying mark or number, use same identification mark shown on drawings. 2. Shaft diameter. 3. Bottom elevation. 4. Top elevation. 5. Penetration. C. Complete logs at the end of each day and submit a copy to Engineer for review. PART 2 - PRODUCTS 2.01 MATERIALS: A. Concrete and Reinforcement: Comply with the requirements of Section 03300 - Concrete Work. PART 3 - EXECUTION 3.01 INSTALLATION: A. Drilling: Drill shafts with a power auger drilling machine designed for that purpose. Locate accurately and drill to the required size and depth. B. Cleaning: Machine clean the bottom of shafts of loose material and debris. Dewater the shafts. Shafts shall be inspected prior to placing concrete. C. Reinforcing Steel: Form a cage as a structural element to maintain its shape and proportion throughout the placing of concrete and extraction of casing. Block reinforcement steel up off the bottom at least three inches and fasten in place without contact with the sides of the shaft. 02370 - 1 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth , D. Placing,Concrete: Place concrete in each pier shaft within two hours of completion of the excavation. Use tremies or suitable chutes so that concrete will not have a free vertical drop in excess of three feet. Do not use mechanical vibrators for consolidating concrete. Consolidate by hand only to embed reinforcement and eliminate voids. E. Casing: If caving soil or flowing water are encountered, use a casing to prevent caving and to exclude water. Casing may be temporary type, to be withdrawn as the concrete is placed. If a temporary casing is used, withdraw the casing as the concrete is placed so that the bottom of the casing remains below the top of the concrete throughout the placing operation or until the top of the concrete reaches stable soil free from seepage. Do not rotate the casing during withdrawal. 3.02 FIELD QUALITY CONTROL: A. Concrete shall be sampled and tested for quality control during the placement of concrete in accordance with Section 03300 - Concrete Work. B. Provide full-time inspection in accordance with the requirements of Independent Testing Laboratory Services document. END OF SECTION 02370 - 2 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth psf, and shall not lose more than 15% of the original strength after being completely submerged in water for 24 hours and then dried naturally. Fiber- board forms shall be assembled with steel banding at 4'-0" o.c. or by adequate stapling, provided liners and flutes are impregnated with waterproofing. 2.02 REINFORCING MATERIALS: A. Reinforcing Bars: ASTM A 615, Grade 60. B. Steel Wire: ASTM A 82, plain, cold -drawn steel. C. Welded Wire Fabric: ASTM A 185, welded steel wire fabric in flat sheet only. D. Supports for Reinforcement: Provide supports for reinforcement in- cluding bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Use wire bar type supports complying with CRSI recommendations. Wood, brick, plastic, and other devices will not be acceptable. 2.03'CONCRETE MATERIALS: A. Portland Cement: ASTM C 150, Type I, domestic manufacture. Use only one brand of cement throughout the project. B. Normal Weight Aggregates: ASTM C 33. 1. Fine Aggregate: Clean, sharp, natural sand free from loam, clay, lumps, or other deleterious substances. 2. Coarse Aggregate: Clean, uncoated, processed aggregate containing no clay, mud, loam or foreign matter, as follows: a. Crushed stone, processed from natural rock or stone. b. Washed gravel, either natural or crushed. Use of pit or bankrun gravel is not permitted. c. Maximum Aggregate Size: W1 . C. Water: Clean, fresh, free from oil, acid, organic matter or other deleterious substances. D. Air -Entraining Admixture: ASTM C 260. E. Water -Reducing Admixture: ASTM C 494, Type A, containing no set - accelerating or set -retarding compounds, chlorides, fluorides or nitrates. F.- Fly ash and calcium chloride or admixtures containing more than 0.1% chloride ions are not permitted. 2.04 RELATED MATERIAL: A. Moisture -Vapor Barrier: Provide black polyethylene sheet moisture barrier cover over prepared base material, minimum 6 mils thick. B. Membrane -Forming Curing Compound: ASTM C 309, Type I. 03300 - 2 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth C. Bonding Compound: Polyvinyl acetate base. Product/manufacturer; one of the following: Euco Weld; Euclid Chemical Co. Weldcrete; Larsen Products Corp. D. Chemical Hardener: Colorless aqueous solution containing a blend of magnesium fluosilicate and zinc fluosilicate combined with a wetting agent, containing not less than 2 lbs. of fluosilicates per gal. Product/manufac- turer; one of the following: Surfhard; Euclid Chemical Co. Lapidolith; Sonneborn - Contech Saniseal; Master Builders 2.05 PROPORTIONING AND DESIGN OF MIXES: A. Prepare design mix for concrete, to produce a minimum 28 day compres- sive strength of 4000 psi. Use an independent testing facility acceptable to the Engineer for preparing and reporting proposed mix designs. B. Proportion mixes by laboratory trial batch, using materials to be employed on the project for each class of concrete required, complying with ACI 211.1. C. Submit written reports to the Engineer of each proposed mix for each class concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed by the Engineer. D. Admixtures: 1. Use air -entraining admixture in exterior exposed concrete. Add air -entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of placement having air content of 2 to 4 percent. 2. Use water -reducing admixtures in all concrete in strict com- pliance with the manufacturer's directions. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time _of placing. Adjust quantities of admixtures as required to maintain quality control. E. Slump Limits: Proportion and design mixes to result in concrete slump at the point of placement of not less than 3" and not more than 5". 2.06 CONCRETE MIXING: A. Ready -Mix Concrete: Comply with the requirements of ASTM C 94, and as herein specified. Delete the references for allowing additional water to be added to the batch for material with insufficient slump. Addition of water to the batch will not be permitted. B. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ASTM C 94 may be re- quired. When the air temperature is between 85°F. and 90°F., reduce the mixing and delivery time from 1� hours to 75 minutes, and when the air temp- erature is above 90°F., reduce the mixing and delivery time to 60 minutes. 03300 - 3 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth PART 3 - EXECUTION 3.01 FORMS: A. Design, erect, support, brace, and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by the concrete structure. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation and position. B. Design formwork to be readily removable without impact, shock or damage to cast -in -place concrete surfaces and adjacent materials. C. Construct forms complying with ACI 347, to sizes, shapes, lines, and dimensions shown, and to obtain accurate alignment, location, grades, level and plumb work in finished structures. Solidly butt joints and provide back- up at joints to prevent leakage of cement paste. D. Fabricate forms for easy removal without hammering or prying against the concrete surfaces. E. Chamfer exposed corners and edges as shown, using wood, metal, PVC or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Form Ties: Factory -fabricated, adjustable -length, removable or snap - off metal form ties, designed to prevent form deflection, and to prevent spalling concrete surfaces upon removal. Provide ties so portion remaining within concrete after removal is at least 1�" inside concrete and which will not leave holes larger than 1" diameter in concrete surface. G. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses and chases from trades providing such items. Accurately place and securely support items built into forms. H. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris just before concrete is placed. Retighten forms after concrete placement if re- quired to eliminate mortar leaks. I. Place corrugated fiberboard carton forms on a smooth firm bed of suitable material so as not to be displaced vertically, and be set tight with no buckled cartons. Forms which are destroyed or damaged and are not capable of supporting the design load shall be replaced with new forms prior to placing concrete. Overlay corrugated fiberboard carton forms with 1/8" thickness hardboard. 3.02 MOISTURE BARRIER INSTALLATION: A. Following leveling and compaction of subgrade and prior to placing carton forms, place moisture barrier with longest dimension parallel with direction of pour. B. Lap joints 6" and seal with moisture resistant self -adhering tape. 03300 - 4 Renovation & Repair to the Southside Multi —purpose Center City of Fort Worth - 3.03 PLACING REINFORCEMENT: A. Comply with the specified codes and standards, and Concrete Rein— forcing Steel Institutes recommended practice for "Placing Reinforcing Bars.," for details and methods of reinforcement placement and supports. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against dis— placement by formwork, construction, or concrete —placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers and han— gers. D. Place reinforcement to obtain the minimum coverages for concrete protection. Arrange, space and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in as long length as practicable. Lap adjoining pieces at 12" and lace splices with wire. Offset end laps in adja— cent widths to prevent continuous laps in either direction. 3.04 JOINTS: A. Construction Joints: Locate and install construction joints, which are not shown on the drawings, so as not to impair the strength and appearance of the structure, as acceptable to the Engineer. B. Provide keyways at least 1z" deep in all construction joints in walls and slabs; acceptable bulkheads designed for this purpose may be used for slabs. C. Place construction joints perpendicular to the main reinforcement. Continue all reinforcement across construction joints. 3.05 INSTALLATION OF EMBEDDED ITEMS: A. General: Set and build into the work anchorage devices and other embedded items required for other work that is attached to, or supported by, cast —in —place concrete. Use setting drawings, diagrams, instructions and directions provided by suppliers of the items to be attached thereto. B. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain the required elevations and contours in the finished slab surface. Provide and secure units sufficiently strong to support the types of screeds required. Align the concrete surface to the elevation of the screed strips by the use of strike —off templates_. 3.06 PREPARATION OF FORM SURFACES: A. Coat the contact surfaces of forms with a form —coating compound before reinforcement is placed. 03300 — 5 11 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth B. Do not allow excess form -coating material to accumulate in the forms or to come into contact with concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. C. Coat steel forms with a non -staining, rust -preventative form oil or otherwise protect against rusting. Rust -stained steel formwork is not accep- table. 3.07 CONCRETE PLACEMENT: A. Pre -Placement Inspection: Before placing concrete, inspect and com- plete the formwork installation, reinforcing steel, and items to be embedded or cast -in. Notify other crafts to permit the installation of their work; cooperate with other trades in setting such work. Thoroughly wet wood forms immediately before placing concrete, where form -coatings are not used. Notify the Engineer at least one (1) working day prior to concrete placement. B. Coordinate the installation of joint materials and moisture barrier with placement of forms and reinforcing steel. A C. General: Comply with ACI 304, and as herein specified. D. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as herein speci- fied. Deposit concrete as nearly as practicable to its final location to avoid segregation due to re -handling or flowing. E. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers not deeper than 24" and in a manner to avoid inclined construction joints. ` F. Consolidate placed concrete by mechanical vibrating equipment supple- mented by hand -spading, rodding or tamping. Use vibrators designed to operate with vibratory element submerged in concrete, maintaining a speed of not less than 6000 impulses per minute. G. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segregation of the mix. H. Placing Concrete Slabs: "Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. I. Consolidate concrete during placing operation so that concrete is thoroughly worked around reinforcement and other embedded items and into cor- ners. 03300 - 6 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth J. Bring slab surfaces to the correct level with a straight -edge and strikeoff. Use bull floats and darbies to smooth the surface, leaving it free of humps or hollow. Do not sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing operations or while seep water is present on slab surface. K. Maintain reinforcing in the proper position during concrete placement operations. L. Cold Weather Placing: Protect concrete work from physical damage or reduced strength which could be caused by frost, freezing- actions, or low temperatures, in compliance with ACI 306. M. Hot Weather Placing: When hot weather conditions exists that would seriously impair the quality and strength of concrete, place concrete in compliance with ACI 305. 3.08 FINISH OR FORMED SURFACES: A. Rough Form Finish: Provide rough form finish for formed concrete surfaces not exposed to view in the finish work or by other construction. This is the concrete surface having the texture imparted by the form facing ma- terial used, with defective areas repaired and patched as specified, and fins and other projections exceeding ;" in height rubbed down with wood blocks. B. Smooth Form Finish: Provide smooth form finish for formed concrete surfaces exposed to view, or that are to be covered with a coating material bonded to the concrete, such as water -proofing, damp -proofing, painting and other similar system. This is the as -cast concrete surface as obtained with the form facing material, with defective areas repaired and patched as speci- fied, and fins and other projections on the surface completely removed and smoothed. C. Related Unformed Surfaces: At horizontal offsets and similar un- formed surfaces occurring adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final sur- face treatment of formed surfaces uniformly across adjacent unformed surfaces. 3.09 MONOLITHIC SLAB FINISHES: A. Trowel Finish: Apply trowel finish to monolithic slab surfaces that are to be exposed to view and slab surfaces that are to be covered with resilient flooring, carpet or thin film finish coating system. After float- ing, begin first trowel finish operation using a 4 blade power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand troweling operation, free of trowel marks, uniform in texture and appearance, and with a surface plane tolerance not exceeding 1/8" in 10' when tested with a 10' straightedge. Grind smooth surface defects which telegraph through applied floor covering system. B. Chemical -Hardener Finish: Apply chemical -hardener finish to interior concrete floor which will be exposed -to -view. Apply liquid chemical hardener after complete curing and drying of the concrete surface. Apply proprietary chemical hardeners in accordance with manufacturer's printed instructions. 03300 - 7 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth 3.10 CONCRETE CURING: A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and maintain without drying at a relatively proper hardening. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. Keep continuously moist for not less than 72 hours. Begin final curing procedures immediately following initial curing and before concrete has dried. Continue final curing for at least 168 cumulative hours (not necessarily consecutive) during which concrete has been exposed to air temperatures above 50°F. Avoid rapid drying at end of final curing period. B. Concrete surfaces shall be cured by application of curing compound. Provide membrane curing by applying membrane -forming curing compound to damp concrete surfaces as soon as water film has disappeared. Apply uniformly in 2- coat continuous operation by power -spray equipment in accordance with manufac- turer's directions. Apply second coat at right angle to first coat. 3.11 REMOVAL OF FORMS: A A. Formwork not supporting weight of concrete, such as sides of beams, walls, and similar parts of the work, may be removed 48 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are main- tained. B. Formwork supporting weight of concrete, such as beam soffits, slabs, and other structural elements, may not be removed in less than 14 days and until concrete has attained design minimum compressive strength at 28-days. 3.12 MISCELLANEOUS CONCRETE ITEMS: A. Filling In: Fill-in holes and opening left in concrete structures for passage of work by other trades, after work of other trades is in place. Mix, place, and cure concrete as herein specified, to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete the work. 3.13 CONCRETE SURFACE REPAIRS: A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removal of forms, but only when acceptable to the Engineer. B. Cut out honeycomb, rock pockets, voids over �" diameter, and holes left by tie rods and bolts, down to solid concrete, but in no case to a depth of less than W. Make edge of cuts perpendicular to the concrete surface. Before placing cement mortar, thoroughly clean, dampen with water and brush - coat the area to be patched with neat cement grout. Proprietary patching compounds may be used when acceptable to the Engineer. 03300 - 8 Renovation & Repair to the Southside Multi -purpose Center City of Fort Worth 3.14 QUALITY CONTROL TESTING DURING CONSTRUCTION: A. Concrete shall be sampled and tested for quality control during the placement of concrete in accordance with the requirements of Independent Test- ing Laboratory Services document. B. Additional Tests: The testing service will make additional tests of in -place concrete when test results indicate specified concrete strengths and other characteristics have not been attained. Test to determine adequacy of concrete will be by cored cylinders complying with ASTM C 42. Contractor shall pay for such tests conducted, and any other additional testing as may be required, when unacceptable concrete is verified. N END OF SECTION 03300 - 9 2 DIVISION 15 - MECHANICAL NOTICE: THE MECHANICAL SECTIONS WHICH FOLLOW ARE PROVIDED FOR CONTRACTORS INFORMATION IN BIDDING. THESE SPECIFICATIONS WERE WRITTEN FOR THE ORIGINAL CONSTRUCTION OF THIS PROJECT. TO THE BEST OF OUR KNOWLEDGE AND BELIEF THE PROJECT WAS CONSTRUCTED IN ACCORD- ANCE WITH THE THESE SPECIFICATIONS. WHERE NEW MATERIALS ARE REQUIRED FOR THE RE -CONSTRUCTION, CONTRACTOR SHALL PROVIDE MATERIALS IN ACCORDANCE WITH THE REQUIREMENTS OF THIS SPECIFICATION. SHOULD THE ACTUAL CONSTRUCTION BE AT VARIANCE WITH THESE SPECIFICATIONS, THE CONTRACTOR SHALL MATCH ACTUAL CONSTRUCTION; PROVIDED THAT NEW MATERIALS RE- QUIRED TO MATCH EXISTING CONSTRUCTION DO NOT VIOLATE CURRENT CODE REQUIRE- MENTS. 15 - I SECTION 15010- GENERAL REQUIREMENTS FOR MECHANICAL - ELECTRICAL WORK 1.01 GENERAL: A. These General Requirements for Mechanical and Electrical Work are intended to be complementary to and not instead of Division 1, GENERAL REQUIREMENTS of these Specifications. The Mechanical ! and Electrical Contractor shall include the conditions imposed by the "GENERAL REQUIREMENTS" in his bidding. The term "Contractor used in these sections of the Specifications shall a mean the "Mechanical Subcontractor" or "Electrical Subcontractor" as indicated in the corresponding sections. 3 1.02 CODES AND PERMITS: A. All labor, equipment, and materials shall be in strict accordance with the rules and recommendations of the National Board of Fire Underwriters, American Gas Association, National Electrical Code State and Municipal Laws, Codes, and/or Regulations and other authorities that may have lawful jurisdiction over the work being tdone. All work shall be done in compliance with:the Occupational Safety and Health Act (OSHA) latest edition. Each piece of electrical equipment to be installed shall bear a U.L. label. B. The Contractor shall secure all necessary permits, licenses, and inspections required by law for the completion of the work, cost of which shall be paid for by the Contractor. The Contractor shall secure and pay for all certificates of approval that may be required and deliver them to the Architect before final accept- ance of the work. 1.03 GENERAL PROTECTION: A. Each Contractor will be responsible for properly storing and protecting his materials, supplies, tools and equipment on the site and in the building. After materials, equipment and machinery are installed, he is responsible for properly pro- tecting his installation until the work is completed and accepted. Any damage from whatever cause will be made good by the Contractor whose work is damaged, without cost to the Owner, whether the repair is made with his own materials and by his own workman, or by others under his direction. .04 DRAWINGS AND SPECIFICATIONS: A. Drawings accompanying these specifications show the extent of the work to be done. The evident intent of these documents shall be carried out in every particular. 15010-1 B. It shall .be the responsibility of this Contractor to examine the Engineer's drawings and specifications for general con- struction in connection with this work. This Contractor shall carefully examine the drawings to determine the general con- struction conditions, and shall familiarize himself with all limitations caused by such conditions and take cognizance of same in submitting his bid. . C. Exceptions and inconsistencies in plans and specifications shall be brought to the attention of the Architect before contract is signed; other wise, this Contractor shall be responsible for any and all changes and additions that may be necessary to accommodate his particular apparatus. D. The plans are intended to show the general arrangement and the extent of the work contemplated. The exact location and arrangement of all parts shall be determined after equipment i has been approved by the Engineer, as the work progresses, to conform in the best possible manner with the surroundings, and as directed by the Engineer. E. -Figured dimensions shall be followed without regard to scale. Where no figures or notations are given, the plans shall be followed. 1.05 SHOP DRAWINGS AND SUBMITTAL DATA: A. This Contractor shall furnish detailed shop drawings in accordance with requirements stipulated in Division 1, GENERAL REQUIREMENTS. B. Shop Drawings and/or catalog data shall be submitted on the following items but shall not be limited to these items: plumbing fixtures, drains, grilles and registers, insulation, valves, exhaust fans, A/C units, duct insulation, piping and controls, electrical devices, lighting fixtures, transformers, disconnect switches, wire, distribution and lighting panels, electrical controls, duct heater, etc. 1.06 RECORD DRAWINGS: A. This Contractor shall maintain a complete set of drawings upon which all deviations and changes shall be legibly recorded and actual installed position of all items shown in accordance with requirements of General Provisions. Drawings shall include equipment, piping, conduits, circuiting, ducts, dampers, access panels, control valves, and drains. Water, gas, and sanitary mains shall be accurately located by dimensions. B. Record drawings shall be delivered to the Architect in good condition upon completion and acceptance of the work and before final payment is made. 15010-2 1.07 EXAMINATION OF EXISTING FACILITIES: i A. The location, size and elevation of all existing facilities, points of services, interferences and other similar miscellaneous information is shown on the drawings in accordance with data furnished this office by the Owner. The information is to the best knowledge of the Engineers, accurate and complete but ! the Engineers do not guarantee the accuracy of the data. It shall be the responsibility of the contractors to examine the site and verify these conditions before submitting his i bid. He shall report all errors or inconsistencies found to the Architect. Failure to do so shall not be ground for hold- ing the Owner or Engineer responsible for additional charges or extras regarding cost involved in the installation due to these causes. 1.08 UTILITIES: t A. The location and sizes of sewer, water, electrical and tele- phone lines are shown in accordance with data secured from the Utility Companies involved. Data shown is offered as an 'estimating guide without guarantee of accuracy; each bidder shall make complete investigations of the site and shall check and verify all data given. The Contractor will be responsible for verifying the exact location of all utility services per- taining to his work. .09 INTERPRETATION OF REQUIREMENTS: A. Any question as to interpretation of drawings and specifications or any questions arising after examination of premises must be referred to the Architect in writing. No interpretation nor instructions given verbally by any person or persons will be considered valid. 1.10 SUBCONTRACT AND LABOR: A. All provisions of this section shall apply to all subcontracts to the extent that they are applicable to such Subcontractor. y 1.11 REMOVAL OF RUBBISH: s A. This Contractor must remove from time to time all equipment, unused material, rubbish and debris of any kind which may accumulate during the execution of his portion of the work. Keep premises, including the outside area, broom clean and free from unnecessary impediments and debris at all times. 1.12 MATERIALS AND WORKMANSHIP: A. All materials shall be new, unless otherwise specified, 15010-3 11 and of quality grade standard manufacture and first class in every respect. All materials of a type for which the Underwriter's Laboratories, N.E.M.A., American Refrigeration Institute, etc., have established a standard shall be listed by the agency and shall bear their label. B. All work shall be performed by competent mechanics, skilled in their trade, and shall be executed in a thorough, substantial workmanlike manner. C. This Contractor will be responsible for the timely placing of all materials and equipment in walls, ceilings, and slabs as construction progresses. 1.13 STANDARD FOR MATERIALS: A. It is the intention of these specifications to indicate a standard of quality for all materials incorporated in this work. Manufacturer's names and catalog numbers are used to designate the item of equipment or material as a means of establishing grade and quality. Where several manufacturers x are named, only these named manufacturer's products will be i considered and the Contractor's bid shall be based on their products. The first named of several manufacturers is the Manufacturer whose product was used in laying out the job. Other manufacturers, although acceptable as manufacturers, must prove their product will perform satisfactorily and will meet space and capacity requirements, etc. B. The use of one named manufacturer in the schedules on the drawings is for guide purposes. The provisions of the above paragraph will govern in the selection of products to be used. C. Where the "or approved equal" clause is used in these specifi- cations, the name or names, mentioned are to be used as a basis of quality. Other manufacturers may be used if the quality of the proposed material is equal to that of materials named. Such unnamed manufacturers' products will, however, be con- sidered as substitutions and shall not be used as a basis for bidding. D. Should gas, water, drain, or electrical requirements for alternate equipment manufacturers be different from that required by the first named manufacturer, it -shall remain the responsibility of this Contractor to provide the proper services, whether greater or lesser, at no additional expense to the Owner. This shall apply regardless of whether or not the proposal alternate manu- facturer is named in the specifications. E. Basis of quality shall be interpreted to include material, workmanship, weight, finishes, gauges of material, appearances, capacity, performance, etc. 15010-4 F. Manufacturer's representation as to availability of equipment, 3 parts replacement and service personnel in the area will be a factor in consideration for submittals. 1.14 SUBSTITUTIONS: A. The successful Mechanical Contractor, if desirous of using equipment and/or materials other than that called for in these specifications, shall adhere to the following procedure in obtaining approval of such substitutions: 1. Within ten (10) days of the award of the respective contract, the Contractor shall furnish to the Architect, in triplicate, a list of proposed manufacturers for the various items of equipment being substituted for preliminary approval. 2. Such items as are considered by the Engineer to be generally acceptable shall then be submitted for final approval accord- ing to the procedure outlined under GENERAL CONDITIONS AND SUPPLEMENTARY GENERAL CONDITIONS of these specifications. �3. Such items as are considered by the Engineer to be generally not acceptable and for which the Contractor wishes to pro- pose some other substitution, may be re -submitted for pre- liminary approval within the following ten (10) days or a total of twenty (20) days from award of contract. 4. No substitutions will be reviewed and/or considered after forty five (45) calendar days have elapsed after the date of award of the contract. ? 1.15 EXCAVATION AND BACKFILL : A. All excavation and backfill of all classes required to install work included in these sections of the specifications shall be performed as a part of the work of this Contractor. No extra payment will be made for rock excavation. Trenches for all underground piping and conduits shall be excavated to the re- quired depths. The bottom trenches shall be tamped hard and graded to secure maximum fall. Should rock be encountered it shall be excavated to a depth of six inches below the bottom of the pipe and the rock surface shall be filled with gravel, thoroughly tamped. After the pipes have been tested and ins- pected, the trenches shall be filled. No roots, rocks or foreign materials of any description shall be used in back - filling the trenches. The backfill material shall be deposited in 8 inch layers at optimum moisture content and mechanically compacted to 90% of maximum density as determined in accordance with AASHO T99-55. The process shall be continued until the trenches are backfilled. All surplus materials shall be hauled from the project by this Contractor at his expense. 15010-5 B. Where gravel streets, paved streets, paved areas, sidewalks, or any other paved, graveled, or surfaced area is disturbed, cut or damaged during the installation of water, sewer, gas, roof drains, or any other underground work, such items shall be repaired in a manner approved by City or Owner. Cost of such repairs shall be at the expense of the Contractor. C. Trenches for piping requiring joint makeup shall be sufficient- ly wide to provide working spaces for making up joint and for inspection of joint. D. Any sinking of surfaces over ditches, trenches, etc., including turf, paving, curbs, etc., during the guaranteed period shallbe repaired by this Contractor to the satisfaction of the Engineer. 1.16 ROOF PENETRATIONS: A. At all points where roof penetrations occur, furnish to the Roofing Contractor a suitable flashing pitch pan or curb. Flashings shall be sheet lead weighing not less than four pounds per square foot. Flashings shall extend not less than fourteen inches in all directions from the respective vent or drain underneath the roofing material. Pitch pans shall be fabricated from flashing material herein described and filled with roofing pitch; pan shall extend two inches above roof and be eight inches wider and longer than the item to be flashed. ,17 WATERPROOFING: A. In any case where the Contractor finds it necessary to cut holes through the waterproofing of exterior walls or floor to support or install the work, he shall water proof the hole with the same waterproofing materials as were used for the original waterproofing before cementing in the device to be installed. 1.18 FLOOR, WALL AND CEILING PLATES: A. Where exposed pipes pass through floors, finished walls or finished ceilings, they shall be fitted with chrome -plated excutcheons of an approved pattern. B. Furnish and install 1/81, chromium plated brass cover plates, screwed into the plug of all cleanouts and set flush with finished floors and walls. 1.19 PIPE SLEEVES: A. Jet line pipe sleeves or pipe sleeves made of No. 22 guage galvanized steel, properly secured in place with approximately one -quarter inch space between each sleeve and the surface of the pipe and/or insulation passing through floors or walls. 15010--6 All pipe sleeves shall be built in place as the walls and floors are built up. The Contractor shall furnish and locate all sleeves for insertion into the structural parts of the building. The spaces between sleeves and pipes passing through concrete floors, exterior masonry walls and roofs, shall be made watertight with approved non -hardening mastic material. Sleeves shall project 6" above floors in fan rooms and pipe chases. 1.20 PIPE HANGERS s i t.21 A. Pipe hangers shall be Grinnell, Fee and Mason, or F&S Central of a type suitable for each use. Perforated straps shall not be used in anyy work. For ferrous pipes up to and including four inches (4") in size, use Grinnell Fig. 104 malleable iron, adjustable, split ring, swivel hanger. For plumbing piping larger than. four inches (41) use Grinnell Fig. 260 steel clevis hanger. Where several pipes are paralleled at the same elevation, trapeze hangers may be used. Where trapeze hangers are used, the pipes shall be supported on rollers where rollers are called for by the above specifications. For copper pipes up ito and including three inches (3"), use Grinnell Fig. CT-65 wrought iron copper -plated clevis hanger. Trapeze hangers shall be used where ducts or other obstructions interfered with the use of a single hanger. VALVE CHART AND LABELS: A. The Mechanical Contractors shall prepare and ins tall, in suit- able glased frame, typewritten valve charts giving the number, location and function of each line valve installed under their contracts. They shall also install bn each..valve stem a stamped one and one-half (12") inch diameter brass tag plainly numbered corresponding to the number indicated on the above chart. Tags shall be Seton Name Plate Company Style P250-BL or engraved laminated plastic. Tags shall be secured to valves by heavy figure eight hooks. 1.22 UNIONS: Unions shall be installed at all points necessary to permit easy removal of valves and equipment without injury to other parts of the system. Unions in screwed piping shall be Grinnell Fig. 459; in flanged piping Grinnell Fig. 487 with gaskets. Unions in copper piping shall be Grinnell Fig. 485 bronze screwed type; or for soldered type Grinnell Fig. 9102 in wrought copper, Fig. 9730 in cast brass. 1.23 DIELECTRIC COUPLINGS: All connections between ferrous and non-ferrous piping or equip- ment shall be made with Epco dielectric unions. Dielectric material shall not be paper. 15010-7 1.24 SAFETY GUARDS: A. The Mechanical Contractors shall furnish and install all safety guards required in order to obtain certificates of in- spection from all authorities having jurisdiction. All belt driven equipment, projecting shafts and other rotating parts shall be enclosed or adequately guarded. 1.25 CUTTING AND PATCHING: A. This Contractor shall be responsible for all cutting and patching required for the proper installation of his own work, and shall obtain permission from the Architect before doing any cutting. Cutting shall be done in such a manner that the surrounding work will be restored to its original con- dition. All cutting,patching shall be performed by the General Contractor at the expense of this contractor. B. Openings out through the roof or exterior walls shall be provided with a temporary watertight cover during construction ,or until equipment installation or repair has been made. C. The General Contractor will provide chases as indicated on the drawings. This Contractor shall be responsible for giving the General Contractor the correct sizes and locations of.all such chases, slots, etc., on sufficient time that they may be built in as the building construction progresses. ,.26 CONSTRUCTION REQUIREMENTS: A. Location of all pipes, ducts, outlets, appliances, etc., as shown on the drawings, are approximate only and are understood to, be subject to such revisions as may prove necessary at the time the work is installed. This Contractor will be required to install his work with relation to existing building conditions and shall be entirely responsible for the correctness of his work with reference to finish elevations, etc. Exterior utilities shown on the drawings are diagrammatic only and -their exact locations, depth and invert elevations shall be as required for proper flow and coordination with other trades. B. If this Contractor proposes to install equipment, piping or duct work, requiring space conditions other than those shown, or to rearrange the equipment, he shall assume full responsibility for the rearrangement of the space and shall have the Engineer review the change before proceeding with the work. The request for such changes shall be accompanied by shop drawings of the space in question. C. This Contractor is responsible for the proper location and size of all slots, holes or openings in the building structure per- taining to his work, and for the correct location of pipe sleeves. 15010-8 D. This Contractor shall so harmonize his work with that of the several other trades that it may be installed in the most direct and workmanlike manner without hindering or handicapping other trades. Piping interference shall be handled by giving precedence to pipe lines which require a stated grade for proper operation. 1 1.27 ACCESS PANELS: A. This Contractor shall furnish to the General Contractor, for installation by the General Contractor, a steel access door for each of his valves, group valves, or other controlling mech- anism which would otherwise be concealed in the building construc- tion. B. Access doors shall be similar and equal to "Milcor" steel access doors and shall be Type "M" for masonry walls and Type"K" or for gypboard or for lath and plaster walls, as the condition requires. Each door shall be furnished with a flush screw- driver -operated lock and shall be furnished with one prime coat of gray rust -inhibitive paint. Each access door shall be approximately 12" wide 18" high minimum. Equivalent units as manufactured by Karp Associates, Inc., will be acceptable. .28 ELECTRICAL WORK: A. The mechanical Contractor shall furnish motors, motor starters and automatic controls as specified elsewhere herein. This Contractor shall set his motors in place and shall furnish the starters and controls to the electrical Contractor. B. The mechanical contractor shall furnish complete wiring diagrams showing power wiring, interlock wiring and temperature control wiring. Diagrams shall be based on this approved equipment and shall be complete integrated drawings, not a series of manufac- turer's individual diagrams. After these have been approved by the Engineer, copies shall be furnished to the Electrical Con tractor by the Mechanical Contractor. C. The Electrical Contractor shall wire all automatic temperature control, all interlock and all power wiring for the installation of equipment furnished under other sections of the work. The Electrical Contractor shall furnish all disconnect swi.tches as required for the proper operation of the equipment unless such equipment is specified to be factory mounted. D. Each contractor shall note that the electrical design and draw- ings are based on the equipment scheduled and shown on the drawings 15010 -9 C. Water Closet Type 'C' (WC'C'): American Standard "Devoro Baby" toilet, 2272.011 siphon vortex action, 10" high bowl, vitreous china, Delany Flushboy 402 VB flush valve. Church seat 5330.113. #481310.100 bolt caps. D. Water Closet -Type 'D' (WC'D'): American Standard "Instanto", 2512.010, blow out action, elongated bowl, wall mounted with rim 19" above finished floor, viterous china, Delany Flushboy 402VB flush valve. Church seat 5320.536. Carrier as required. E. Urinal Type 'A' (UR'A'): American Standard "Trimbrook", 6560.015, vitreous china, wall hung, siphon jet. Delany Flushboy 451VB water saving flush valve. Chair carrier as required. F. Urinal Type 'B' (UR'B'): American Standard "Trimbrook , 6560.015 vitreous china, wall hung with lip at 19" above the finished floor. Delany Flushboy 451VB water saving flush valve. Chair carrier as required. G. Lavatory Type 'A' (Lav'A'): American Standard "Ovalyn", 0470.0139 19" x 16" vitreous china, front overflow, under counter mounted. Am. Std. No. 2238.525 faucet with 4" spout and grid drain and tailpiece, No. 2303.081 supplies, #4401.014 "F" trap. H. Lavatory Type 'B' (LavfB'): American Standard "Ledgewood", 19" x 17" cast iron wall hung with Am. Std. No. 2107.703 faucet. Am. Std. No. 2303.081 supplies, #4401.014 "P" trap. Chair carrier suitable for dry wall construction and capable of holding Lavatory with 250 pounds applied to front edge of lavatory. I. Lavatory Type 'C' (Lav'C'): American Standard "Ovalyn", No. 0470.013, 19" x 16" vitreous china., front over -flow, under counter mounted. Am. Std. No. 2238.525 faucet with 4" spout and grid drain and tail piece, No. 2303.081 supplies, No. 4401.014 "P" trap. 15450-2 J. Lavatory Type 'D' (Lav'D'): American Standard "Ovalyn", 0470.013, 19" x 16" vitreous china, front overflow, under counter mounted. Am. Std. No. 2238.285 faucet with 4" blade handles, No. 7723.018 grid drain assembly, No. 2303.81 supplies, t #4401.014 "P"trap. K. Lavatory Type 'E'(Lav'E'): American Standard "Lucerne" wall hung vitreous china No. 0350.439, Am. Std. No. 7522.030 spout, No. 7679.012 wall mounted double pedal valve, No. 7538.010 supply. No. 2411.015 drain and tail piece, No. 4428.017 "P"trap. Chair carrier suitable for dry wall construction and capable of holding lavatory with 250 ' lbs. applied to front edge of lavatory. 1 ` L. Clean -Up Station: American Standard No. 7593.148 service sink faucet, 5' of hose with wall hook, vacumn breaker in spout, straps in shanks. Mount faucet 36" above the finished floor. M. Garbage Disposer: Hobart FD-75; heavy duty wide 3/4 horse- power, 120 volt single phase motor with on -off switch, group E accessories and starter. N. Service Sink: American Standard"Florwell" corner floor mounted enameled cast iron. Am. Std. No. 7953.148 sink faucet, No. 8303,025 drain and No. 7745.011 vinyl coated rim guard. 0. Sink Type 'A' (S'A'): Elkay No. LR-1918 18 gauge stainless steel, 19" x 18" x 71" deep, American Standard No. 2238.293 faucet with 6" blade handles. Elkay LK-18 chrome plated drain outlet with tail piece. American Standard No. 2303.081 supplies, No. 4401.014 "P" trap. 15450-3 P. Sink Type 'B' (S"B"): American Standard No. 7043.011, enameled cast iron 24" x 21" x 7 5/8" deep, stainless steel mounting frame, American Standard No. 4200.010 faucet, No. 8204.026 angle stops, No. 4362.018 sink drain, No. 4401.014 "P" trap. Q. Sink Type IC' (S"C"): Elkay No. LR-1918 18 gauge stainless steel, 19" x 18" x 7 1/2" deep, one hole only. Chicago Faucet No. 625 floor mounted double pedal valve with two back inlets and one outlet. Pipe from outlet to sink goose- neck. Gooseneck Chicago Faucet No. 626-GN-2-E3 rigid spout with soft flow outlet. Provide stop valves on lines feeding pedal valve. Elkay No. LK-18B drain outlet. American Stand- ard No. 4401.014 "P" trap. R. Kitchen Sink: American Equipment No. c-2-1618-24R, 3 com partments, each 18" x 24", 9 inches deep, stainless steel with right hand drainboard including coved corners and edges. Chicago Faucet No. 445-DJ18 adjustable sink fitting with `jointed 18" swing spout. Elkay #LK-18B drain outlet. American Standard 2303.081 supplies and #4401.014 "P" trap for two compartments. One compartment to receive garbage disposer. Sink shall be "NSF approved" and suitable for mounting into counter. See Architectural details for mounting information. S. Dishwasher: Under counter commercial type with dual water inlet, Hobart WM-lD. T. Dishwasher Booster Heater:' Hatco CC9, 9kw, 208 volt, single phase and designed for use with the above dishwasher. U. Electric Water Cooler (EWC): Halsey Taylor HBLR handicapped, bi-level, stainless steel with 1/5 horsepower, 120 volt com- pressor motor. Furnish wall carrier with feet positioned on floor and stainless steel ventilation grille. V. Drinking Fountain 'A' (DF-A): Halsey Taylor HT5905 stainless steel with lever operated valve. Furnish carrier. W. Drinking Fountain 'B' (DF-B): stainless steel freeze proof. End of Section 15450-4 Halsey Taylor ET5905 AC Furnish with carrier. I. 0 SECTION 15500 - GAS PIPING SYSTEM 01 GENERAL: A. Refer to Section 15010 for General Requirements for Mechanical Work. 1.02 SCOPE: A. This contractor shall arrange with the Lone Star Gas Company for, and shall pay all charges incidental to, extending a new underground service line into the gas meter location and installing the meters and regulators. This contractor f shall install a complete gas piping system to roof -top A/C units as shown on the plans. 1.03 PIPE AND FITTINGS: A. Natural gas piping shall be standard weight black steel pipe conforming to A.S.T.M. Designation A-120 with black malleable iron fittings. All piping shall be welded. Weld- ing fittings shall be Tube -Turns Schedule 40. 1.04 INSTALLATION OF PIPING: A. All piping shall be run straight without sags or traps and shall be so pitched as to drain back to the riser and from the riser to the meter. A drip pocket consisting of a nipple and a cap shall be screwed into the bottom of each riser and at all low points of the gas distributing system. B. All gas piping within the building shall be run exposed unless specifically shown otherwise on the Drawings. C. All pipe and fittings in the ground shall be protected against corrosion by a wrapping applied in accordance with the standards of the Gas Company. Field -fabricated joints shall be similarly protected. D. Exposed piping shall be cleaned and painted with one coat asphaltic aluminum paint. E. Provide swing connections throughout the system to allow for adequate horizontal and vertical expansion and contraction. Unions or companion flanges shall be provided for easy removal of all equipment. F. Provide dielectric couplings wherever piping and fittings of ferrous and non-ferrous metals are joined. • G. Provide a pressure regulator at each gas consuming device, or group of devices, where such devices operate at a pressure less than that of the gas supply. .! H. All piping on roof shall be supported every eight (8) feet and at elbows with redwood blocks set in pitch pans, clamp pipe to block at each support. 15500-1 ` 1 I. Provide a gas cock in the line leaving the meter. Each branch line and the line to each gas consuming piece of equipment shall be provided with a gas cock. 1 1.05 GAS COCKS: A. Gas cocks on lines two inches (211) in size or smaller shall i be Jenkins No. 30A. On lines two and one-half inches (2j") in size or larger, gas valves shall be Nordstrom No. 142 or No. 143. All gas cocks at boilers shall be of the lubricated plug type. Provide removable handles for plug cocks. 1.06 TESTS: A. All gas piping shall be pressure tested as set forth in the Cleaning and Testing Section of this Specification. A END Or SECTION 15500-2 1 SECTION 15650 - AIR CONDITIONING EQUIPMENT .01 GENERAL: A. Refer to Section 15010 for General Requirements for Mechanical Work. ' 1.02 SCOPE OF WORK: A. A complete system of air conditioning units, duct heaters, exhaust fans, etc., shall be supplied and installed as shown on the plans. 1.03 SCHEDULES ON DRAWINGS: A. In general, all capacities of equipment, and motor and starter characteristics are shown in schedules on the drawings. Re- ference shall be made to the schedules for such information. The capacities shown are minimum capacities. Variations in the characteristics will be permitted only on written approval of the Architect. All equipment shall be shipped to the job with not less than a prime coat of paint. All A/C units shall be by the same manufacturer. Where installation instructions are not included on these Specifications or on the plans, the manufacturers instructions shall be followed. 04 FILTERS: A. Furnish and install filters in A/C Units. Fans shall not be operated without filters in place. e B. Filters shall be 2" thick Airmaze P-5 or equal permanent type. Filters shall be sized to completely fill filter rack. C. The Contractor shall prepare a typewritten filter size ,schedule listing all units and complete with filter sizes and filter type. This schedule shall be framed under -glass and hung where directed. 1.05 ROOFTOP SINGLE ZONE A/C UNITS: A. Unit- Furnish -and install one piece air-to-air electric cooling, with gas heating (except as noted on the schedules). Units shall be mounted on a full perimeter roof curb. B. Unit Capacity- Unit cooling and heating capacity shall be as scheduled on the drawings at the scheduled operating conditions. C. Unit Cabinet- All unit exterior panels shall be constructed of galvanized steel, bonderized and coated with baked enamel. 15650-1 4 D. Unit shall be quiupped with accessible slide in racks for 2" thick filters. E. Compressor System - the unit shall contain hermetic compressor (s) with factory installed service valves, vibration isolators, crank- case heater (s), liquid line sight glass (es), filter drier (s) and liquid line service valve(s). Compressor (s) shall have a five year warranty. F. Refrigerant Coils shall be constructed of aluminum plate fins mechanically bonded to copper tubes. G. Fans and Motors - The indoor air fans shall be of the forward - curved centrifugal type, belt driven. The outdoor air fans shall be of the propeller type, each directly driven by an inherently protected motor. H. Safety Controls - Cooling system (s) shall be protected by fusible plug, low and high-pressure cutout switches, compressor overloads and a timing device to prohibit the compressor motor from starting more than once every 5 minutes. I. Unit Connections - Main power wires to unit shall be routed to single -point terminal connections. All duct and electrical connections shall be routed thru bottom of unit within the curb perimeter. Alternate openings in sides of unit shall also be provided. Extend condensate drains as indicated on the drawings. Condensate drain piping shall be type M copper hard drawn. J. All controls necessary for the operation of the single zone equipment shall be furnished by the unit manufacturer. 1. ,Room thermostats shall be low voltage type furnished by the manufacturer for remote installation by the Electrical Contractor. K. Furnish units with gas heating sections as indicated on the Schedule. Heat exchangers shall be 18 gauge aluminized steel with stainless steel burners located upstream of the cooling coil. Controls shall include an induced draft combustion air fan, automatic electric ignition, gas pressure switch; limit switch and centrifugal switch to de -energize gas valve in case of insufficient combustion air. L. Furnish each unit with a central control panel. M. See Schedule on drawings for units to furnished with factory installed economizer. N. Units shall be Trane, Carrier or Lennox. 15650-2 . 1 `.1.06 FANS: A. Furnish and install fans as shown and scheduled on the. plans. Fans shall be of the type and manufacturer, as + scheduled, or equal in Cook, Greenheck, ILG, Penn, or Jenn-Air. Each fan shall be AMCA rated and complete with motor, drive, etc. Fan tip speed shall not exceed the values shown on the plans. B. Fan wheels shall be statically and dynamically balanced. Should motor fan or fan bearings have appreciable noise + or vibration, the motor, fan wheel, bearings or all shall be replaced. Should fan have objectionable noise or vibration the fan shall be replaced. C. Fan bearings shall be self -aligning type ball bearings. Bearings shall be heavy duty type for long life. D. Fan and motor shall be mounted on a rigid frame assembly. Curb mounted units frame assembly shall have rubber -in -shear vibration isolation. Fan housings shall be constructed of ' heavy gauge metal. Fans with exposed motors and drive shall have a belt guard rigidly secured to the fan assembly. E. Exhaust fans (except kitchen exhaust) shall have automatic dampers to open and close with fan operation. Dampers shall be rigidly constructed and not vibrate or rattle when fan is operating. F. Roof mounted exhaust fans shall have weather proof cover over motor and drive assembly, bird screen and motor switch. Curb mounted units shall have low silhouette hinged base, curb counter flashing, etc. , as required for a water -tight install- ation. Provide insulated factory fabricated curb. 1.07 KITCHEN HOOD EXHAUST FAN: A.'Shall meet the general requirements under paragraph 106 of this Section. B. Shall be top -discharge belt driven centrifugal. C. Shall meet U.L. requirements for kitchen exhaust. D. Motor compartment shall be sealed from exhaust air. E. Furnish fan with external removable grease trough and manual reset high temperature thermostat for fan shut -down. 1.08 MAKEUP AIR FAN: A. Makeup air fan shall be designed for outdoor installation. B. Capacity shall be as shown on the drawings. 15650-3 I 1. 1 C. Drive shall be adjustable, V-belt, greasable ball bearings with cast-iron sheaves. D. Fan shall be forward curved contrifugal. E. Furnish with two (2) inch thick permanent filters, with frame and rain proof inlet louver. F. Entire housing assembly shall be type 304 stainless steel. G. Unit shall be. Normco, Inc., Ventroguard, or approved equal. 1.09 KITCHEN EXHAUST HOOD: A. Kitchen exhaust rood shall be combination exhaust and makeup air type as described herein and shown on the drawings. B. Hood shall be factory fabricated of minimum 18 gauge type 302 stainless steel with polished finish. Exposed welds shall be ground and polished. Hangers and 2," threaded rods shall be ' furnished. 0 11 C. Furnish hood with cleanable stainless steel filters, U.L. listed for grease removal, and meeting all NFPA 96 requirements. D. Unit shall operate at an exhaust rate of 300 CFM per lineal foot with makeup air provision thru slots at front and rear of canopy. E. Makeup air and exhaust air collars shall be part of the hood. F. Proyide two (2) enclosed vapor -proof incandescent lights with cast guards as an integral part of the hood. G. Hood shall be Ventroguard, Duo -Aire or approved equal. 1.10- FACTORY FURNISHED EXHAUST SYSTEM ACCESSORIES: A. Furnish exhaust fan base, transition and root curb by Ventroguard or approved equal. 1.11 FIRE SUPPRESSION SYSTEMs A. Furnish and install in the kitchen exhaust hood a pre-engineered cartridge operated dry chemical fixed nozzle piped fire suppression system. B. System shall be U.L. tested and listed and meet all provisions of NFPA "Standard for the Installation of Equipment for the Removal of Smoke and Grease Laden Vapors from Commercial Cook- ing Equipment", No. 96. 15650-4 C. Detection shall be automatic by means of fusible links. A releasing device shall release carbon dioxide under pressure which shall expel a sodium bicarbonate base dry chemical. D. Chemical tank shall be steel constructed, tested, and marked in accordance with Department of Transportation and UL re- quirements. Tank shall be hydrostatically tested to 600 PSI and leaked checked at 100 PSI. E. Provide two (2) discharge nozzles with self closing covers. Pipe and fittings shall be stainless steel. F. Upon completion of installation, deliver certification forms to owner. G. System shall be ANSUL or approved equal. I'1.12 ELECTRIC DUCT HEATER: A. Furnish and install electric duct heaters as manufactured by Brasch Manufacturing Company, (or equal as manufactured by Chromalox, Ideeco). Voltage, size, wattage, number of steps and accessories shall be provided as indicated herein and on the Drawings. B. Heaters shall be U.L. listed for zero clearance and meet all the applicable requirements of the National Electrical Code. C. All resistance coil terminals and nuts shall be made of stainless steel, and terminal insulators and bracket bush- ings shall be made of high grade ceramic and securely po- sitioned. Resistance wire shall be iron free, 80% nickel and 20% chromium. Bracket supports for the resistance wire shall be reinforced with stiffening ribs and gussets, and space no more than four inches (411) apart. Heaters shall be tested dielectrically for 1000V plus twice the rated voltage or 2000V, whichever is higher. D. Electric heaters shall be of the flanged type and shall be suitable for mounting in a horizontal or vertical duct, and air flow through the heater in either direction. Heaters shall be made with galvanized steel frame. A terminal box shall be provided on the unit with solid cover. E. Heaters shall be furnished for volts and phases as.scheduled. Three phase heaters shall be furnished with balanced three phase load. The control voltage shall be 120 volts or as scheduled, and transformers with primary fuse protection shall be provided in the terminal box for each heater when the control voltage is not the same as the unit feeder voltage. 15650-5 F. Heaters shall be supplied with over current protection per NEC. Over -current protection shall consist of one built-in automatic circuit breaker overcurrent device for each element circuit. A disc type automatic reset thermal cutout shall be furnished for primary over -heating protection. Secondary protection fusible links shall be provided to de -energize the elements in case the primary cutout fails. Both devices shall be service- able through.the terminal box without having to remove heater from duct. G. All duct heaters shall be sized to fit the ducts in which they are installed and located at least 48" from any turn, transition, tap, damper or other fitting in the duct run. I H. Provide factory mounted and wired pressure sensitive type air flow switch to allow the heater to be "on" only when sufficient air is blowing through the heater. t End 'of Section 15650-6 9 , SECTION 15840- SHEE TKETAL WORK AND ACCESSORIES 1.01 GENERAL: A. Refer to Section 15010 for General Requirements for Mechanical Work. B. Where any reference to "sheetmetal work" or"ductwork" appears in this section of these specifications or on the drawings, it shall be construed to include outside ' air ducts, supply air ducts, return air ducts, exhaust ducts, relief ducts, ducts, plenums duct taps, grille taps, and diffuser connections and all other related pieces and parts of the air conveying systems. C. Before starting shop drawings or fabrication of any 4 ductwork, the Contractor must have an approved reflected ceiling plan with which he can coordinate location of air outlets, lights, tile patterns, etc. f 1.02 SCOPE OF WORK: A. Furnish and install all labor, materials, equipment, tools, and services and perform all operations required in connect- ion with or properly incidental to the construction of complete Ductwork and Accessories System as indicated on the drawings, reasonably implied therefrom or as specified here- in unless specifically excluded. 1.03 SHOP DRAWINGS: A. Shop drawings shall be submitted on all items of sheetmetal work only as specified hereinafter. 1.04 SHEETMETAL DUCTWORK: A. This Contractor shall furnish and install complete systems of ductwork as shown, including plenums, casings, splitters, deflectors, dampers, etc. Ductwork, casings and plenums shall be constructed of new galvanized prime grade lock forming steel sheets. B. Ducts and plenums shall be fabricated in accordance with the latest edition of the ASHRAE Guide and SMACNA manual. C. Duct longitudinal seams shall be Pittsburg Type double locked and hammered flat. D. All flat panels of ducts 12" and larger shall be cross - broken or machine beaded. 15840 -1 E. In each square elbow provide air -foil pattern double thick- ness turning vanes. Turning vanes shall be constructed in accordance with the SMACNA Manual. F. At each branch duct and at each sweeping elbow take -off to a grille, provide a splitter damper consisting of blade on a square operating rod fitted with an adjusting device. Unless otherwise indicated on the plans the adjusting devices located in finished ceilings shall be Ventfabrics, Inc., No. 666, with the adjusting device securely fastened to the furring and y ceiling and cover shall be painted to match ceiling. Where splitters occur above removable ceiling, the damper quadrant shall be above the ceiling against the duct and shall be i Ventfabrics, Inc., No. 637. ,G. Each individual air supply unit, whether sidewall, floor or ceiling diffuser shall be fitted with a device to Fermit the adjustment of the amount of air supplied to the unit indepen- dent of any other outlet. These devices may take the form of any other outlet. These devices may take the form of outlet „boots with santrols, or of branch ducts with splitter dampers, as installation conditions dictate, but in any case, each shall be fitted with a means of manual adjustment of the amount of air delivered to the outlet. H. Construct acoustical lined ductwork where shown on the plans. I. Where ducts connect to fans, including roof exhausters, Except, kitchen hood exhaust, flexible connectors shall be made using "Ventglas" fabric that is fire-resistant, waterproof, mildew resistant and practically airtight, and shall weigh approximately thirty ounces (30 Oz.) per square yard. There shall be a minimum of one-half inch (2") slack in the connection, and a minimum of two and one-half inches (2211) distance between the edges of the ducts. Sizes shown on the plans are actual sheet metal size, allow- ance having been made for the lining. K. Round duct connections to rectangular ducts shall be made with spin -in fittings and shall include quadrant dampers. L. FLEXIBLE DUCTS: 1. Low pressure Insulated Flexible Duct shall be made with fac- tory preinsulate G 1gt composed of a corrosion resistant wire helix, and erliner, forming the duct core, per- manently bonded to the helix spring support and covered with a minimum of 1" thick, 3/4 lb. density fiber glass blanket sheathed in a seamless flame -resistant vapor barrier. T$e insulation shall have a minimum "K" factor of 0.29 at 60 F_ .mean and a vapor barrier permability rating of 0.30. The duct shall be rated for a positive forking pressure of 6" w.g. and a temperature of up to 180 F. The duct must comply with the latest NFPA Bulletin 90A and be listed and labeled 15840 - 2 f by Underwriters Laboratories, Inc., as Class I Air Duct. Maximum length of any flexible duct shall be 61- 0". 2. The terminal ends of the duct shall be secured by compression coupling or shall be coated with E.C. 800 sealant, covered with fiber glass tape and recoated with sealant until the tape is imbedded. The insulation blanket ends shall be sealed with tape and sealant. If clamps are used to fasten the duct, they shall be installed over the insulation blanket, taped and sealant applied. 1.05 KITCHEN EXHAUST HOOD DUCTS A. Exhaust, makeup and plenums serving the hood shall be fab- ricated in accordance with the latest editions of the ASHRAE Guide, SMACNA Manuals, and City of Ft. Worth Mechanical Code. B. Exhaust duct shall be minimum 16 gauge steel all welded construction. C. Kitchen makeup air ductwork below roof shall be minimum 18 ! gauge steel. D. Kitchen makeup air duct work above roof shall be all welded stainless steel type 304. 1.06 ACOUSTICAL LINING: A. Furnish and install acoustical lining where indicated on the plans. The lining shall be PPG "Textrafine," or equal, neoprene coated flexible duct liner, 1 ppound density. Un- coated or mat faced insulation will not be acceptable. B. Lining shall be made of long textile typed glass fibers. Thickness shall be 111. Two-inch (211) lining shall be used on all ducts above the roof. C. .Lining shall be applied with Minnesota Mining EC-33 adhesive and additionally secured to the sheetmetal with weld pins and speed clips used approximately 15" on center. Clip close to clips after installation of lining. All joints shall be point- ed up to a smooth surface with Benjamin Foster #30-35 mastic. D. Cover the leading edge of lining with pressure sensitive tape. .Tape shall be extended over the edte and,along both sides and secured to sheet metal with weld pins and clips. E, Cut lining to fit the area to be covered in one piece'and to butt against lining in adjacent duct sections. F. Entire installation shall be done in a neat and workmanlike manner. Work shall be done in accordance with manufacturer's recommendations. 15840 - 3 1.07 FIRE DAMPERS AND SMOKE DAMPERS: A. Furnish and install U.L. labeled fire dampers and cell' radiation dampers with fusible links where indicated and�or required by local codes. B. Fire dampers shall be 95% minimum free area as manufactured by Advanced Air, Inc., Model UL-75A. 1.08 FLASHINGS: A. Where ducts pass through roofs or exterior walls, suitable flashing shall be provided to prevent rain and air currents from entering the building. The flashing shall be of not less than No. 24 gauge galvanized steel. 1.09 GRAZES, REGISTERS AND DIFFUSERS: A. Furnish and install grilles, registers and diffusers as indicated on the drawings and herein specified. All units shall be constructed to have a neat, well -made appearance. Grille framework shall be rigidly constructed. Flange corners shall be mitered and supported for a hairline crack. All face bars shall be of heavy gauge metal to adequately resist bend- ing or twisting and fit tightly and closely within the frame- work. The units shall have a neck to slip inside ductwork for an airtight noiseless connection. Units not meeting the above specifications shall be rejected at the job site. B. It is this Contractor's responsibility to check the drawings to supply the proper outlets, plaster frames (in plaster) and adapting framework for the type of construction at each outlet. The adapter shall be of the same finish as the unit and be of a configuration the manufacturer recommends for the construction involved. The outlets shall fit the construction with no add- itional expense to the owner. C. The manufacturer furnishing the grilles, registers and diffusers shall verify sizes against cfm requirements for each device to get the intended throw and be without objectional noise when the device is applied to the system. He shall coordinate any approved differences from the drawings with the contractor. It shall be the contractor's responsibility to furnish proper framework, boots and install the devices approved. D. All return and discharge grilles, registers and diffusers shall be installed in the same configuration, i.e. all return grilles, shall be mounted to have prominent bars horizontal. E. Supply units shall have a volume control device at locations where more than one unit is connected to the same supply duct unless otherwise noted in the schedule. 15840-4 F. Units located in surfaces having a factory finish shall be painted off-white. Units without plating shall be coated with rust -proofing primer. Plated units shall be covered with a thick coat of plating for a complete dense coat. Check other sections of the General and Mechanical Specifications to determine if painting of wall and ceiling units is to be done by another contractor. G. The Contractor shall furnish the grilles, registers and diffusers as scheduled, or equal in Krueger, Barber -Colman, Titus or Tuttle and Bailey. End `of Section 15840-5 SECTION 15900 - TEMPERATURE CONTROLS — 1.01 GENERAL: A. Refer to Section 15010 for General Requirements for Mechanical Work. ' 1.02 SCOPE: A. A complete system of electric temperature controls shall be s furnished and installed as shown on the drawings and indicated herein. n 1.03 WIRING AND CONDUIT: A. All items required for temperature control shall be provided by the Mechanical Contractor. B. All wiring and conduit in connection with temperature controls shall be furnished and installed under Electrical Work. C. `Wiring shall be terminated by connecting to the thermostats, control panels, time clocks, timers or other devices and/or numbered terminal strips as indicated on drawings furnished by the HVAC Contractor. D. The HVAC Contractor shall furnish, during the bidding period, wiring diagrams (including interlock wiring) to the bidding electrical contractor. E. All wiring shall be color coded and tagged for future identification. F. All panels,. time clocks, timers, switches, etc., shall be identified with engraved plastic. Tape will not be acceptable. f 1.04 FIRESTATS: A. Each roof top A/C unit shall be provided with a manual reset firestat. The supply fan shall be int8rlocked to stop when the firestat in the return air senses 125 F. 1.05 THERMOSTAT COVERS: A. Provide metal locking covers for all thermostats including the duct heater stat. 1.06 TIME CLOCKS: A. Furnish and install time clocks having individual starting and stopping points for each day. Where one time clock controls more than one unit, time delay relays shall be installed to prevent simultaneous starting of units. A spring wound interval timer shall be provided to over -ride the time clock for a predetermined period up to four hours. End of Section 15900-1 1. i SECTION 15990 - CLEANING AND TESTING 1.01 GENERAL: A. Refer to Section 15010 for General Requirements for Mechanical Work. 1.02 SCOPE OF WORK: A. This Contractor shall, at his own expense, during the progress of the work or upon its completion, make such tests of his work as are herein specified in accordance with all law governing authorities, or as are required by Engineer or by state or municipal bureaus having jurisdiction and under their supervision. The Contractor shall provide all apparatus, temporary piping connections or any other require- ments necessary for such tests. He shall take all due pre- cautions to prevent damage to building or its contents incurred by such tests, as he will be required to repair and make good at his own expense, any damage so caused. Any leaks, defects or deficiencies discovered as a result of the tests shall be immediately repaired or made good and tests shall be repeated until the test requirements are fully complied with. No caulking of pipe joints to remedy leaks will be permitted. B. No work of any nature shall be covered, enclosed or other- wise concealed until properly inspected, tested and approved. Any leaks which develop during any of'.the tests shall be corrected with new material and made as good as required; said tests shall be repeated until the work is satisfactory to Engineer and the mechanical inspectors in every way. C. Each separate system with its various components shall be operated by this Contractor for a reasonable length of time to demonstrate the performance of all equipment and piping in accordance with the true intent and purpose of the plans and specifications. All necessary adjustments shall"be made to the satisfaction of the Architect. D. All motor driven equipment shall be proved operable generally in accordance with the intent of these specifications. .03 TESTING AND ADJUSTING: A. Water Piping Systems: Water piping systems shall be properly tested to a hydrostatic pressure of one hundred and fifty pounds per square inch (150Psi) gauge for a period of not less than eight (8) hours. During this test period, all leaks in pipe, fittings and accessories, in the particular piping system which is being tested, shall be stopped and the hydrostatic test shall again be applied. This procedure shall be repeated for an entire eight (8) hour period and no leaks can be found while the system 15990-1 being tested is subject to the pressure mentioned above. B. Sanitary Sewer System: Pipe shall have all outlets temporarily plugged. The pipes shall be filled with water testing the system in sections such that no section shall be tested with less than ten foot (101) head of water. If, after twenty-four hours, the level of the water has been lowered be leakage, the leaks Lust be found and stopped by this Contractor, and the water level shall again be raised and the test repeated until after a twenty-four hour retention period there shall be no perceptible lowering of the water level of the system being tested. C. Gas Piping Systems: Gas piping system shall be subjected to a pneumatic pressure test of fifteen (15psi) pounds per square inch. While the systems are subjected to this air pressure, all joints shall have a soapy water solution applied for the purpose of detecting minute, as well as larger, leaks. If leaks are found in welded lines, they shall be repaired by clipping and rewelding operations. Alternate testing and re - welding operations shall be repeated until the gas piping 'systems are absolutely tight. If leaks occur in the case of threaded joints, such leaks may be eliminated by replacing the fittings or properly tightening them. D. Storm Drainage System: All storm drains shall be tested in vertical sections by filling leader with water and allowing to stand twenty-four (24) hours. Any leaks shall be repaired and the test repeated. E. All of the above tests shall be observed by a representative of the architects before tests are removed. 1.04 STERILIZATION: A. After completion of the testing, the entire domestic cold and hot water piping systems with attached equipment shall be throughly sterilized with a solution containing not less than 50 parts per million of available chlorine. The chlorinating material shall be either liquid chlorine, conforming to U.S. Army Specification #4-1, or calcium hypochlorite or chlorinated lime conforming to the requirements of Federal Specification 0-C-114 and shall be pumped into.the system through the connection described below. The sterilization solution shall be allowed to remain in the system for a period of eight (S)hours, during which time all valves and faucets shall be opened and closed several times. After sterilization, the solution shall be flushed from the system with clean water until the residual chlorine content is not greater than 0.2 parts per million. 15990-2 s ' ' 1 B. The sterilization solution shall be introduced into the water system through a 3/4" opening to be provided in the water main on the house side of the water meter. C. The sterilization process shall be conducted under the dir- ection of the local health department and upon completion of the process, the health department shall test and verify the cleanliness of the water piping system. 1.05 CERTIFICATE OF APPROVAL: A. Upon the satisfactory completion and final test of the mechanical systems, the Contractor shall obtain from the proper authority having jurisdiction and shall deliver to the Engineer and to the Owner, a certificate of approval thereof. End of Section A 15990-3 9 DIVISION 16 - ELECTRICAL NOTICE: THE ELECTRICAL SECTIONS WHICH FOLLOW ARE PROVIDED FOR CONTRACTOR'S INFORMATION IN BIDDING. THESE SPECIFICATIONS WERE WRITTEN FOR THE ORIGINAL CONSTRUCTION OF THIS PROJECT. TO THE BEST OF OUR KNOWLEDGE AND BELIEF THE PROJECT WAS CONSTRUCTED IN ACCORD- ANCE WITH THE THESE SPECIFICATIONS. WHERE NEW MATERIALS ARE REQUIRED FOR THE RE -CONSTRUCTION, CONTRACTOR SHALL PROVIDE MATERIALS IN ACCORDANCE WITH THE REQUIREMENTS OF THIS SPECIFICATION. SHOULD THE ACTUAL CONSTRUCTION BE AT VARIANCE WITH THESE SPECIFICATIONS, THE CONTRACTOR SHALL MATCH ACTUAL CONSTRUCTION; PROVIDED THAT NEW MATERIALS RE- QUIRED TO MATCH EXISTING CONSTRUCTION DO NOT VIOLATE CURRENT CODE REQUIRE- MENTS. 16 - I ' DIVISION 16 Section 16110 RACEWAYS AND FITTINGS 1.01 GENERAL: Refer to Section 15010 for General Requirements for Mechanical and Electrical Work. 1.02 SCOPE OF WORK: Provide all labor, materials, equipment and facilities necessary to fur- nish and install raceways and fittings as indicated on the drawings and as described in this Section. 1.03 CONDUITS: a. Conduits, electrical metallic tubing, flexible metallic tubing and couplings shall be GE, Republic, or Triangle Conduit Co., hot -dipped galvanized meeting the requirements of the American Standard Association. b. All raceways within the building may be fabricated from either hot - dip galvanized rigid steel or E.M.T. The use of E.M.T. is limited to raceways not in concrete, not subject to physical damage, and less than • one and one-half inches in diameter (1 1/2"). Raceways installed in concrete shall be fabricated from rigid galvanized steel conduit. Con- duits in contact with earth shall be Schedule 40 PVC, polyvinyl chloride (PVC) Type II (Designed for Underground Installation without encasement in Concrete) conforming to the applicable requirements of ASTM D.1784, D-883 and D-1600. All of the above shall bear N.B.F.U. and U.L. labels and shall be installed as required by Code. c. Fittings for use on raceway systems shall be as follows: On all rigid conduit use standard threaded connectors made up wrench tight. Where rigid conduit enters boxes of any description, secure the box with locknut on the outside and locknut and insulated bushing on the inside. On all E.M.T. use standard U.L. approved rain tight compression type fittings with insulated bushings. Where E.M.T. enters boxes, con- nections shall be made with insulated throat compression type connectors. All entrances of raceway systems into outlet boxes, wireways or junction boxes shall be made with the use of insulated bushings. d. Flexible metallic conduit shall be constructed from flexible or spirally wound electro-galvanized steel terminated with approved.ground- ing fittings. Liquid tight flexible metallic conduit shall be light gray in color, shall have "Seal-tite" fittings and shall be equal to American Brass "Seal-tite" Type U.A. All flexible metal conduit shall contain a bonding ground wire sized per N.E.C. A section of metallic flexible con- duit shall be used to connect each motor and rotating device for power and control, shall be a minimum of 12" in length, shall be "Seal-tite" construction. 1.04 a. Outlet boxes shall be standard, stamped galvanized steel boxes except as hereinafter noted, and shall be as manufactured by "Steel City." 16110-1 41 Each box shall be of the proper size to accommodate the device and function for which they are shown. b. Boxes for wall devices, such as light switches, convenience outlets, telephone outlets, shall generally be four inches (4") square outlet boxes. Boxes shall be multiple gang where required, properly sized to accept the required devices and shall be furnished complete with plaster ring where required. c. Boxes for mounting of lighting fixtures shall be three or four inch (3" or 4") octagon boxes, equipped with 3/8" "no -bolt" fixture studs. d. All boxes shall be furnished with proper covers or wall device plates. Boxes unused for any reason shall have blank cover plates. e. Boxes for installation in concrete floors, on grade or below grade shall be galvanized cast iron with threaded conduit entrances, water- proof type, with means of adjusting coverplate to finished floor level. Covers shall be flushed polished brass, waterproof type with threaded outlets to receive the devices scheduled. f. Wall boxes for installation in exterior walls shall be hot -dipped galvanized cast iron, special square corner "Raco" masonry type, furnished complete with weatherproof covers and rubber gaskets. 1.05 WIREWAYS, JUNCTION AND PULL BOXES: Furnish and install all wireways, junction and pull boxes shown on the drawings and required. Fabricate in accordance with NEMA, National Electrical Code Standards and requirements insofar as material, gauges, dimensions and methods of fastening are concerned. Wireways, junction and pull boxes shall bear U.L. labels. Shall have spot welded back and sides and screw attached removable covers, finished in standard gray enamel. Units not sized on drawings shall be sized in accordance with NEC standards. 1.06 CONDUITS HANGER AND SUPPORTS: a. Contractor shall furnish all foundations or supports for the work to be installed. Hangers, clamps, rods, etc., shall be as manufactured by Steel City, Rindorf or equal. b. Single runs of conduits shall be fastened to the structure with hot - dipped galvanized malleable iron one -hole pipe straps, beam clamps, or hung on steel rod hangers. Rod hangers shall be selected for the weight to be supported but shall not be smaller than No. 8. Conduits on rod hangers shall be fastened with adjustable "J" pipe hangers. Conduits less than two inches (211) may be fastened with pipe hangers equal to Rindorf Type 6H. c. All steel bolts, nuts, washers, and screws shall be galvanized or cadmium plated. Supports shall be job inhibited at all cuts, breaks, welds, or other points where rust inhibitor coating is broken. Indi- vidual hangers, trapeze hangers, and rods shall be prime coated. 16110=2 1.07 INSTALLATION OF CONDUITS: a. All wiring, unless specifically noted to the contrary, shall be installed in metallic raceways. These raceways shall be run concealed in all finished areas and where run exposed shall be run square to the building and held as tight as possible to the building construction. Horizontal runs shall be installed to provide a natural drain for con- densation, and to maintain true raceway alignment, without sag or deformation either during pull -in of conductors or after conductors are in place. b. The drawings indicate the required size of all raceways, except as otherwise noted, the points of termination, and a suggested routing. However, it shall be the responsibility of this Contractor to install the conduit in proper coordination with the building structure and the other mechanical trades, to satisfy all codes. Where conduits for both branch, and feeder circuits are run concealed in slab, they may be run out of square to the building providing the shortest runs possible. c. Conduit sizes as shown on the drawings are minimum. Conduit where `sizes are not shown shall be in accordance with National Electric Code, using three -fourths (3/4") as a minimum size in slabs or masonry. Ream out ends of all conduit before installation of wire. Keep dry during construction by properly plugging or capping all ends and swab out before wires are pulled in. All bends shall be made with approved bending device, and all crushed, deformed or injured conduit must be replaced before pull- ing of wire. Do not install conduit larger than one inch (1") horizon- tally in concrete slabs without written approval from the Engineer. All roof penetrations shall be made in adequate time for the Roofer to make proper flashings. d. , Conduits and raceways shall be securely fastened to and supported from the building structure unless specifically indicated otherwise. Conduits less than two inches (2") shall have hangers spaced not more than eight feet (8'-0") on centers. Conduit two inches (2") and over shall have hangers not more than ten feet (10'-0") on centers. Conduits shall be supported within three feet (3'-0") of each bend, at each outlet, junction box or cabinet. Conduits shall be secured by means of toggle bolts on hollow masonry; expansion shields and machine screws on precast concrete; standard preset inserts on poured concrete; machine screws and bolts on metal, and wood screws on wood construction. Supports shall maintain horizontal and vertical alignment of raceways and shall not adversely affect the building structure in strength or appearance. Perforated strap or wire hangers shall not be accepted for any work. e. PVC conduits shall be joined with EFC-40-PVC couplings of the solvent or screw type. f. Suitable angle iron or framing channel supports shall be used to support all panelboards and pull boxes. These cabinets and boxes shall be supported to the floor and structure above independent of the race- ways entering the boxes. 16110-3 g. It shall be the responsibility of the Contractor to determine from the drawings by actual determination on the site, the exact location of each and every outlet. The outlet locations shall be modified from those shown on the plans to accommodate changes in door swings or to clear other interferences, as well as modifications within room spaces. These modifications shall be made with no change in contract price and shall be a matter of job coordination at the expense of this Contractor. Wall boxes shall be set in advance of wall construction, shall be blocked in place and secured. All wall boxes shall be set flush with the finish. h. Unless otherwise noted or directed by the Engineer to the contrary at the time of installation, outlet boxes shall be placed at the follow- ing heights --center of box to finished floor level. Wall switches and thermostats--4'6"; convenience outlets and telephones--12" wall brackets outlets 6'6". i. All motors and rotating equipment shall be connected to the conduit system by the use of a section of flexible conduit not more than 24" nor less than 12" in length. Where connections are made outdoors, weatherproof liquid -tight flexible conduit shall be used. End of Section 16110-4 I 0 i H DIVISION 16 Section 16130 CONDUCTORS 1.01 GENERAL: Refer to Section 15010 for General Requirements for Electrical Work. 1.02 SCOPE: Provide all labor, materials, equipment and facilities necessary to furnish and install conductors as indicated on the drawings and as described in this Section. 1.03 CONDUCTORS: a. All conductors shall be made of soft -drawn annealed copper with a conductivity not less than that of 98% pure copper, as manufactured by Anaconda, G.E., Triangle Cable Co., or equal. All wire size #8 AWG and smaller shall be solid conductor type; all #6 AWG and larger shall be stranded conductor type. b. All wiring systems shall utilize conductors with insulation rated at 600 volts and insulated with type "THW" insulation except type "TW" to branch circuit wiring to light fixture switches and outlets, and for control wiring. Wire in fixture channels and other special locations shall be as specifically noted for temperature in Article 310 in the National Electrical Code. c. Minimum wire sizes shall be as follows: for 20 ampere branch circuit #12 gauge, except that home runs greater 100 feet on 120/240 volt shall be #10 gauge systems from the panel to the first outlet of the circuit. d. All wire #6 gauge and smaller shall be factory color coded. Where factory color is not available, mark conductors on each end with a one - inch (1") band of colored pressure-sensite plastic tape or by the use of a brilliant waterproof lacquer properly applied. Colors for each phase and the neutral shall be consistent throughout the system. Color code shall be as follows: Phase A,B,C. Neutral Ground 120/208 Dolts Black White Green 277/480 Volts Brown Gray Green The white or gray conductor shall be the neutral at each lighting fixture. Switches shall be installed in "hot" legs. e. Conductors having white, gray, or green covering shall not be used to indicate other than neutral or grounding. This limitation applies to all power, lighting and control circuits. 16130-1 1 DIVISION 16 Section 16220 UNDERGROUND ELECTRICAL SERVICES 1.01 GENERAL: Refer to Section 15010 for General Requirements for Electrical Work. 1.02 SCOPE OF WORK: Provide all labor, materials, equipment and facilities necessary to ' furnish and install underground electrical services as indicated on the drawings and described in this Section. 1.03 COORDINATION: a. Electrical services shown on the drawings reflect information obtained from the electric utility company. The Contractor shall verify all data with the electrical utility company and shall install facilities in exact compliance with utility company requirements. 'b. Contractor shall coordinate with the power company for the removal of the existing poles and ducts, within the building site, and shall include in his bid all cost related to this removal and installation of new services. 1.04 RACEWAYS AND FITTINGS: a. Refer to Section 16110. b. All electrical service conduits outside the building shall be buried underground to a minimum depth of 24" below grade. 1.05 CONDUCTORS: a. Refer to Section 16130. b. Service entrance conductors shall be installed without splice from the power company transformers to the service entrance equipment. 1.06 SERVICE VOLTAGE: The service voltage for the building is 277/480 volts 3 phase 4 wire delivered at the connection enclosure. 1.07 METERING: • All metering shall be done at the connection enclosure. The power company will furnish and install the connection enclosure, current transformers and meter required. 1.08 TEMPORARY ELECTRICAL SERVICE: The Electrical Contractor shall make arrangements with the electric utility company in his name for installation of a temporary electric power and 16220-1 I light service entrance to the property. The Electrical Contractor is to pay the utility company for the installation of such service entrance, and all utility company charges for all energy used during construction period. b. The Electrical Contractor is to furnish, install, extend, connect, maintain, and when so ordered, remove system of temporary electric dis- tribution throughout the property and building. This system is to include all required fuses and panelboards for receptacles, weatherproof + outlets and lights in accordance with O.S.H.A. requirements. c. The Electrical Contractor shall provide personnel to energize the temporary light and power distribution system in the morning of each normal working day at least fifteen minutes before normal starting time of building trades and to de -energize the system fifteen minutes after normal quitting time of the building trades then involved in the work. a 14 End of Section 16220-2 I DIVISION 16 Section 16250 GROUNDING SYSTEMS 1.01 GENERAL: Refer to Section 15010 for the General Requirements for Electrical Work. 1.02 SCOPE: Provide all labor, materials, equipment and facilities necessary to furnish and install grounding systems as shown on the drawings and described in this Section. 9 1.03 RACEWAYS AND FITTINGS: Refer to Section 16110. 1.04 CONDUCTORS: Refer to Section 16130. L 1.05 INSTALLATION: a. All electrical systems (circuits and equipment) shall be properly grounded in accordance with NEC Article 250, applicable local codes, and as herein specified or detailed on the drawings. b. The main switches and service entry wires shall be grounded to the nearest copper cold water pipe. Approved grounding connectors shall be used at water pipes and at equipment ground lugs. Grounding conductors shall be sized in accordance with NEC Section 250-94 (a) and shall be enclosed in conduit bonded to the conductor at each end. In addition, the main switchboard grounding conductor shall be connected to a 3/4" by 8 ft. copper weld ground rod.' c. Each voltage system shall be grounded in accordance with NEC Section 250-26. These NEC requirements are minimum and where higher requirements are specified or scheduled, the higher requirements shall apply. d. Rigid metal conduit and electrical metallic tubing shall serve as equipment grounding conductors. All couplings shall be made up wrench - tight. Install grounding conductor in all non-metallic raceways. e. Interior lighting fixtures shall be grounded with grounding conductor to rigid metal raceways serving them. Flexible metal conduit in lengths less than six feet (6'-0") may be used as grounding conductors when terminated with approved fittings on circuits of 20 amperes or less. f. Where connections are made to motors or equipment with flexible metal conduit, grounding conductor shall be stranded copper conductor within the conduit, bonded to the equipment and to the rigid metal raceway system. Conductor shall be sized per NEC Table 250-95. 16250-1 I 'I A 4 g. At each convenience outlet, there shall be installed a grounding clip attached to the outlet box and a sufficient length of #12 wire with insulation colored green to connect to the grounding terminal of the receptable. Grounding clip shall be equal to Steel City Type G. This requirement may be deleted if automatic grounding clip receptacles meeting NEC Article 250-74 Exception No. 2 are used. End of Section 16250-2 DIVISION 16 Section 16300 ELECTRICAL DISTRIBUTION SYSTEM 1.01 GENERAL: Refer to Section 16010 for General Requirements for Electrical Work. 4 1.02 SCOPE OF WORK: Provide all labor, materials, equipment and facilities necessary to t furnish and install the electrical distribution system as shown on the drawings and described in this Section. 4 9 1.03 RACEWAYS AND FITTINGS: Refer to Section 16110. 1.04 CONDUCTORS: Refer to Section 16130. 1.05 MAIN SWITCHBOARD: a. Main switchboard shall be General Electric Type AV -Line, or equivalent as manufactured by Federal 'Pacific, Cutler -Hammer, ITE or Westinghouse, and shall be arranged generally as shown on the Plans. b. Switchboard shall be of the dead front, dead rear, totally enclosed type. Entire switchboard shall be finished with a prime coat and two (2) finish coats of blue -grey lacquer. c. A ground bus shall be furnished secured to each vertical structure and shall extend the entire length of the switchboard. d. Protective devices shall be QMR Switch -Fuse, with KI current limiting fuse. e: Bus structure shall be copper bar braced for the maximum RMS asym- metrical current available. Bus -bars, joints and all other connections shall be of such proportions that under continuous full load the temper- ature rise above ambient shall not exceed 55° C. Horizontal connections between sections shall be bus -bar construction. 1.06 DRY TYPE TRANSFORMERS: a. Dry type transformers shall be General Electric Type QHT; naturally air-cooled for indoor service; with not less than four 2-1/2% FCBN taps; suitable for 60° C cable connections; and as scheduled on the Drawings. Sound level ratings must be clearly stated for each transformer on the shop drawing submittal. b. Conduit connections to transformers shall only be made at locations specifically designated by the manufacturer. Transformers shall be 1630G-1 11 4 located with adequate clearance for good ventilation, and shall be mounted to the building structure by means of vibration isolators. Provide ade- quate grounding for transformer case and secondary wiring. c. Contractor shall make accurate readings of the secondary voltages of each transformer and shall present these readings to the Engineer as evidence of proper connection of transformer taps. 1.07 LIGHTING PANELBOARDS: a. Panelboards shall consist of a box, front, interior and circuit pro- tective devices and shall be manufactured in accordance with NEMA standards and bear applicable Underwriters' Laboratories labels. b. The box shall be fabricated of code gauge galvanized sheet steel in accordance with latest U.L. standards, and shall have turned edges around the front for rigidity and for clamping on front. Standard -knock- outs shall be provided. The front shall be fabricated from sheet steel and finished with baked -on gray enamel over a rush inhibitor. Each front shall have a door mounted on semi -concealed hinges with a cylinder lock, Index card and card holder. All panelboard locks shall be master -keyed and all index cards shall be properly completed on a typewriter. c. The interior shall consist of a factory -assembled rigid frame support- ing the rectangular bus, the mains and the neutral bar. The bussing shall be arranged for sequence phasing throughout. Bus bars shall be sized so as to limit the temperature rise in accordance with the latest NEMA standards. The insulated neutral bar shall be located at the opposite end of the structure from the mains and shall have numbered terminals. The mains shall have either solderless lugs or a main circuit protective device as scheduled. Each enclosure shall be provided with grounding lugs and uninsulated equipment -grounding terminals. d. The circuit protective devices shall be molded case circuit breakers of the quick -made, quick -break, thermal magnetic type and shall be operated by means of toggle type mechanism with trip indication. The number of poles, ampere rating and trip rating of the breakers shall be as scheduled. The short circuit rating shall be as scheduled on the drawings. All circuit breakers shall be of the bolt -in type. e. Approved manufacturers: or I.T.E. 1.08 SAFETY SWITCHES: General Electric, Square D, Westinghouse, a. Safety switches shall be 600 V or 240 V single throw, fusible or non- , fusible depending upon the service indicated. They shall be horsepower rated, heavy duty, designed for locking in "ON" or "OFF" position, in code gauge steel cabinets. b. Switches shall have number of poles required, dependent on phases serving equipment. Where switches are utilized for non -fusible dis- connects, they may be "General Duty" Type T.H. 16300-2 c. Switches shall be Underwriters' approved for duty shown and NEMA 3R where exposed to weather. NEMA 3R switches shall have weatherproof threaded hubs for all conduit entries into switch. d. All switches shall be identified, as to equipment served, with engraved laminated plastic plates. White letters on black background shall be minimum of_1/8" high. 1.09 FUSES: Furnish and install all fuses necessary during construction and testing and deliver the system complete with new fuses in good working condition. All fuses shall be Bussman "Fusetrons" or Chase-Shawmut "Trions", except where specifically indicated otherwise. Fuses above 600 amperes shall be Buss -an "Hi -Capp" or Chase-Shawmut "Am -Trap". The Contractor shall furnish one (1) complete duplicate set of spare fuses in original cartons; except that no more than ten (10) of any one type and size of spare fuse need be furnished. These spare fuses shall be furnished, at the time of the final inspection, in a single container and accompanied with letter of transmittal and list of fuses furnished. 1.10 WIRING DEVICES: a. The wiring devices as shown in symbol list on the drawings, and/or specified herein shall be furnished and properly installed in their respective outlets. b. Device plates shall be in proper units or gangs as required; sectional plates will not be accepted. Device plates in finished areas shall be uniline ivory phenolic; plates in unfinished areas shall be zinc coated steel with beveled at rounded edges. c.' Flush switches shall be as specified. Terminal screws or connectors shall be designed to accommodate and firmly terminate up to No. 10 solid conductors. Switches controlling or disconnecting motor loads in excess of 1/2 HP shall be HP rated and approved for motor control or disconnect service. Switches shall be 120 single pole, double pole, or 3-way as indicated by the symbol. d. Approved manufacturers: Hubbell, Arrow Hart, Bryant, Sierra, General Electric. 1.11 TIME SWITCHES: Time switches shall be Tork, Sangamo, Paragon or Intermatic, types as shown on Drawings. Contractor shall set time switches to desired schedules. Each time switch shall have an exterior engraved plastic nameplate describing the device or function controlled. 1.12 TESTING AND LOAD BALANCING: a. Test all circuits to assure them to be free of grounds. Light and test each lamp. Prove and test energy available at the load side of 16300-3 ., disconnect switches and the final point of connection to driven equip- ment. The Contractor shall make all necessary and reasonable tests as required by the Engineer to prove the integrity of his work and shall leave the complete electrical installation in first class condition and ready for operation. b. The various branch circuits served from the lighting panelboards vary in loading. The Contractor shall carefully balance the load on each phase when connecting the various branch circuits in each panel - board. When all load is turned on and the system is operating at 100% demand, the initial unbalance shall not exceed 10%. c. Furnish at the completion of the project or each bonafide portion of the project, a final inspection certificate from the local inspec- tion authority. 1.13 ELECTRICAL CONNECTIONS'TO EQUIPMENT: a. The electrical contractor shall make all electrical power and control connections to equipment furnished under other contracts and furnish t, wiring, conduit, outlet boxes, disconnect switches, etc., as required for same throughout the building. He shall check the General Construc- tion, Plumbing, Heating and Air Conditioning Plans and Specifications and inform himself as to the amount of such wiring that may be required and include same in his bid. Locations, horsepower, voltages, etc., of all such equipment, shall be verified as the job progresses. If an apparent conflict arises in power wiring, the electrical contractor shall advise the Engineer immediately for clarification. b. Motor controls and pilot devices, such as starters, control switches, thermostats, pushbutton stations, etc., will be furnished by the same Contractor who furnished the equipment; but the electrical contractor shall mount all such and make electrical power and control connections thereto, in accordance with diagrams furnished by the supplier of the equipment. The electrical contractor shall furnish and install all disconnect switches as shown and where required by national or local codes. In general, all such wiring shall be in conduit, with a short section flexible conduit at each motor, and shall be securely attached at the point of adapting to flexible. ' 1.14 TEMPERATURE CONTROLS: This Contractor shall completely wire and connect all temperature controls and indication equipment provided and set in place by others, and.shall refer to the Mechanical Divisions of these Drawings and Specifications for information as to the scope of this work. The Owner or other Con- tractors will furnish the exact locations of equipment, and also all instructions and wiring diagrams necessary to select the materials required to install this equipment properly. This Contractor shall furnish and install all conduit, wire, boxes and common wiring materials necessary unless specifically excluded elsewhere herein. All wire sizes for temperature controls shall be as recommended by manufacturer. End of'Section 16300-4 ' DIVISION 16 Section 16400 LIGHTING FIXTURES 10 19 1.01 GENERAL: Refer to Section 16010 for General Requirements for Electrical Work. 1.02 SCOPE OF WORK: Provide all labor, materials, equipment and facilities necessary to furnish and install lighting fixtures as shown and scheduled on the drawings and described in this Section. 1.03 LIGHTING FIXTURES: See Schedule on plans. 1.04 INSTALLATION: a. This Contractor shall furnish and install a lighting fixture as here- -inafter specified and as scheduled on the drawings on each and every outlet in accordance with the type designation shown on the drawings. If a type designation is omitted, the fixture shall be of the same type • as it is shown for rooms of similar usage. Verify installation. b. It shall be the Contractor's responsibility to check the architec- tural finishes, and, regardless of specified or scheduled catalog number, prefixes and suffixes, furnish fixtures with the proper trim, frames, support, hangers and other miscellaneous appurtenances required to properly coordinate with said finishes. c. Immediately before final inspection, this Contractor shall thoroughly clean all fixtures, inside and out, including plastics and glassware, shall adjust all trim to properly fit adjacent surface, replace broken or damaged parts, and lamp and test all fixtures for electrical as well as mechanical operation. d. All lamps shall be new and delivered to the job in the original pack- ing cases and sleeves. Unless otherwise scheduled, incandescent lamps 0 shall be 120 volt inside frosted general service lamps and fluorescent lamps shall be rapid start. Approved manufacturers: Westinghouse, Sylvania, General Electric. I e. Ballasts for fluorescent lamps shall be high power factor, Class "P", one or two lamps as required. Ballasts shall be manufactured in accord- ance with CBM standards, ETL certified and UL approved sound rated "A". Ballasts shall be protected by a built-in resetting thermal protector. Ballasts shall be Advance Kool Roil Mark II or equal. Approved manu- facturers: Advance, General Electric or Universal. 1.05 AIMING AND ADJUSTING: Interior adjustable lighting fixtures and exterior building. area, and landscape lighting fixtures will require careful aiming and adjustment 16400-1 ' after installation. The Contractor shall include in his bid all neces- sary labor and materials to make these adjustments, including after - dark labor time as may be required. All adjustments shall be made at the direction of the Architect. M a i End of Section 16400-2 DIVISION 16 -- Section 16500 COMMUNICATIONS SYSTEMS ROUGH -IN 1.01 GENERAL: Refer to Section 16010 for General Requirements for Electrical Work. 1.02 SCOPE OF WORK: Provide all labor, materials, equipment and facilities necessary to furnish and install the telephone system rough -in as shown on the draw- ings and described in this Section. 1.03 RACEWAYS AND FITTINGS: Refer to Section 16110. 1.04 TELEPHONE SERVICE: Contractor shall install an empty P.V.C. conduit in which a No. 14 gauge galvanized steel pull wire shall be left for use by telephone company, run underground as shown on Plans. Maintain twelve inch (12") minimum separation from any power conduits. Conduit shall be run to a manhole and terminated in a manner satisfactory to the telephone company. 1.05 TELEPHONE ROUGH -IN: a. Wall telephone outlet shall consist of a 4" x 4" box with raised cover and a one -hole stainless steel device plate. b. Floor boxes shall be galvanized cast iron, weather proof box•with one - hole flush cover. 1.06 TERMINAL BOARDS: Terminal boards shall consist of three-quarters inch (3/4") Grade B, plywood, securely fastened to wall and painted two (2) coats of battle- ship grey finish. 1.0.7 INSTALLATION: a. This installation shall employ the same methods and materials as for lighting circuits under these Specifications. b. Upon completion of roughing -in for these systems, install 200 lb. test nylon pull cord for future installation of telephone wiring by others. End of Section 16500-1 DIVISION 16 Section 16725 MANUAL FIRE ALARM SYSTEM 1.01 SCOPE: The Contractor shall furnish all equipment and accessories for and install a complete electronically operated, double -supervised, closed circuit, 24 volt, DC powered Fire Alarm System as described herein and as shown on the Plans. 1.02 REQUIREMENTS OF DESIGN: Equipment and accessories furnished under the terms of this Specification shall be the standard products of a single manufacturer and shall be equal in all respects to those manufactured by Autocall Division of Federal Sign and Signal Corporation, Shelby, Ohio. Catalog numbers and model designations which appear herein indicate design, quality and type of material as well as required operating characteristics. All equipment shall be listed by Underwriter's Laboratories. A 1.03 SYSTEM OPERATION: a. Operation of a single action pull lever on any manual station in the system shall cause the sounding of a continuous audible (and flashing visual) alarm in the building until alarm initiating device has been restored to normal and a reset switch manually actuated at control panel. b. The system shall be electrically supervised against open circuits and grounds on the wiring to the alarm initiating or indicating devices. An open or ground in the system shall cause a separately mounted trouble $ignal to sound continuously until the system is restored to normal or until the signal is silenced by means of a switch on the control unit. 1.04 CONTROL UNIT: a. The control unit shall be modular and of dead front construction using solid state components to operate the system. Alarm initiating circuits shall meet the requirements of NFPA Pamphlet 72A for limited energy appli- cations and function with up to 1500 ohms resistance through alarm initi- ating device contracts and associated wiring. The control unit shall contain a supervisory milliammeter, internal trouble signal with silencing switches, system reset switch, system -,test switch and shall be double supervised so that the trouble signal shall sound in the event of loss of either operating or supervising power. Two neon pilot lamps shall be installed on the face of control unit that shall remain illuminated to indicate both operating and supervising power lines are energized. Trouble signal silencing switches shall be furnished, each with its asso- ciated pilot lamp, so that faults on the alarm initiating circuits and the alarm signal circuits can initiate trouble signals and be silenced inde- pendently of each other. Any relays used for sounding alarm bells or trouble signals shall have their coils electrically supervised and sound a trouble signal in the event of an open coil. 16725-1 11 b. Provisions shall be made for 4 bell circuits. Spare circuits shall be used for future requirements and shall be suitably terminated. y c. Control unit shall be Autocall Type FD-FNA. 1.05 ALARM INITIATING DEVICES: ' Manual stations shall be non -coded and shall be semi -flush mounted in finished areas and surface mounted in unfinished areas. Boxes shall be single action with break -rod feature but shall not require break -rod to maintain box in normal position. The fire box shall remain mechanically latch when actuated, until manually reset to normal position. Construc- tion shall be die-cast finished red with instructions in raised white s lettering. Manual boxes shall be Autocall Type 4051. 1.06 ALARM SIGNALS: y a. Alarm bells shall be vibrating installed on supervised circuits and a minimum of eight inches (8") in diameter. Bells shall be clearly labeled "FIRE ALARM". Bells shall be Autocall Type 4600. Bells in `unfinished areas shall be surface mounted. b. Alarm lights shall be flashing type installed on supervised circuits. 7 Lights shall be Autocall Type V-33 semi -flushed mounted. 1.07 OPERATING POWER: Operating and supervising power shall each be 120V A.C. taken from a 120/208 volt single-phase, three -wire supply circuit with one phase for operating power and the other for supervising power to sound trouble signals. 1.08 WIRING: All system wiring shall be No. 14 AWG, Type TW, except where noted other- wise. Wire shall be run in conduit as specified under Secondary Power System and as required by the manufacturer. All wiring shall be installed in strict compliance with the National Electrical Code and all state and local electrical codes. The system shall test free from ground opens and short circuits. 1.09 INSTRUCTIONS: a. A representative of the manufacturer shall instruct the Owner's maintenance personnel and demonstrate the operation of the system after the Owner has occupied the building. b. Three (3) sets of operating instructions, including wiring diagrams, shall be furnished to the Owner for his files at the time of the final inspection. 16725-2 1 1.10 TESTS: The Contractor shall field test the complete fire alarm system and furnish a written statement that the system has been tested and readied for operation prior to final acceptance. These tests shall be run during other than regular working hours, and at a time mutually satisfactory to the Owner, Architect, the General Contractor and his sub -contractors. i M t End of Section 16725-3 City of Fort Worth, Eexas Mayor and Council Communication DATE REFERENCE SUBJECT: SOUTHSIDE MULTI -PURPOSE CENTE PAGE NUMBER RENOVATION AND REPAIRS, PHASE I 2 11-22-88 C-11313 BID PACKAGE NO. 7, PROPOSED 1 or RANGE R N . 2 RECOMMENDATION It is recommended that the City Council authorize the City Manager to approve Change Order No. 2 to Bid Package No. 7 for Southside Multi -Purpose Center, Phase I, in the amount of $6,563.52 to City Secretary Contract No. 16378 with DAV-KIN Electric Company, Inc., increasing the contract amount to $77,346.52. DISCUSSION On April 5, 1988 (M&C C-10902), the City Council authorized the City Manager to execute City Secretary Contract No. 16378 with DAV-KIN Electric Company, Inc., to carry out the work detailed in Southside Multi -Purpose Center, Phase I, Bid Package No. 7, for a total contract amount of $66,783.00. On August 16, 1988 (M&C C-11143), Change Order No. 1 was approved in the amount of $4,000.00 to provide labor and materials to remove existing electrical wires and fittings in the old exterior walls, and to replace them with new wires and fittings in the new exterior walls as shown on Phase II drawings. PROPOSED CHANGE ORDER NO. 2 This Change Order is required to furnish all labor, materials and supervision to: 1. Provide new light fixtures to replace fixtures which were found to be damaged when removed from old sheet rock ceilings. ADD $6,230.45 2. Provide new lights, switches and wall sockets in new staff bathroom and in new janitors closet. ADD $ 333.07 Total For Change Order No. 2 6,563.52 Staff considers these prices to be fair and reasonable for the work to be performed and recommends approval of this change order. EFFECT ON PROPOSED CHANGE ORDER NO. 2 Original Contract Amount: $66,783.00 Approved Change Order No. 1: $ 4,000.00 Proposed Change Order No. 2: $ 6,563.52 Proposed New Contract Amount: 77,346.52 Approval of Proposed Change Order No. 2 to Bid Package No. 7 would result in a 5.82% increase in the total project cost. I)AI F RLFERENCE SUBJECT: SOUTHS IDE MULTI -PURPOSE CENTER PAGE NUMBER RENOVATION AND REPAIRS, PHASE I 2 11-22-88 C-11313 BII?_PACKAGE. NO_1}-PROP OSE0 CHANGE ORDER NO. 2 FINANCING Sufficient funds are available in Grant Fund 76, Project No. 206081-40, Southside Multi -Purpose Center Renovation, to finance this change order. Expenditure will be made from Index Code 500660. DA I :d/mmc#4 oil I COMM Nov H2 1§0 AY4 tins; arc fw"� W & diW"toga SUBMITTED FOR THE DISPOSITION BY COUNCIL: PROCESSED BY CITY MANAGER'S OFFICE BY: David Ivory (1 APPROVED ORIGINATING li OTHER (DESCRIBE) DEPARTMENT HEAD: Gary Santerre CITY SECRETARY FOR ADDITIONAL INFORMATION CONTACT: Massey 7910 DATE City of Fort `worth, Texas Mayor and Council Communication DATE REFERENCE SUBJECV:INAL PAYMENT - REPAIRS AND PAGE NUMBER ENOVATIONS TO THE SOUTHSIDE 1 3-16-89 **FP-2547 ULTI-PURPOSE CENTER PHASE I - BID . 7 ELECTRICAL RECOMMENDATION: It is recommended that the City Council: (1) accept the project to perform electrical work at the Southside Multi - Purpose Center, as per Bid Package 7, as complete on December 29, 1988; and, (2) authorize the final payment on City Secretary Contract No. 16378 in the amount of $13,517.54 to Dav-Kin Electric Company, Inc. PROJECT DESCRIPTION: Project Name: Project Number: Contract Number: Contractor: Contract Awarded: Work Order Dated: Work Order Effective on or Before: Work Began: PROJECT COST: Contract Substantially Completed and Final Inspection Made: Working Time Provided: Working Time Used: Original Bid Price: Approved Change Orders No. 1 - 4: Final Contract Price: Partial Payments Made: Final Payment Due: Renovation and Repair of the Southside Multi -Purpose Center 76-206081-40 and 33-005100-00 6378 > —6av-Kin Electric Company, Inc. April 11, 1988 April 6, 1988 April 6, 1988 April 6, 1988 December 29, 1988 Not applicable $66,783.00 $16,346.41 $83,129.41 $69,611.87 $13,517.54 COMPLIANCE: Inspections made during the project show that the work was done in compliance with contract specifications. FINANCING: Sufficient funds are available in Grant Fund 76, Project No. 206081-40, Southside Multi -Purpose Center Renovations, in the amount of $5,782.89, and Dav-Kin Electric Retainage Subsidiary No. 205-016378, in the amount of $7,734.65 to make this final payment. DAI:mmc SUBMITTED FOR IHL CITY MANAGER'S DISPOSITION BY COUNCIL: PROCESSED BY OFFICE BY: David Ivory ❑ APPROVED ORIGINATING [ OTHER (DESCRIBE) DEPARTMENT HEt%r.y Santerre CITY SECRETARY FOR ADDITIONAL INFORMATION CONTACT: W. Massey 7910 DATE City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE SUBJECT: AWARD OF MULTIPLE CONTRACTS FOR PAGE NUMBER RENOVATION OF THE SOUTHSIDE MULTI- 4 4-5-88 -C-10902 PURPOSE CENTER PHASE I '°' RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute contracts for construction of the Renovation of the Southside Multi -Purpose Center, Phase I (Demolition and Structural Reconstruction) with the following contractors: Bid Package No. 3 (Demolition) to Rice Drywall Inc. for $77,000. Bid Package No. 4 (Concrete) to Harold N. Hall Construction Inc. for $125,000. Bid Package No. 5 (Combination Bid) including Alternate No. 1 (HVAC and Plumbing) to Ski -Hi Enterprises for $86,950. Bid Package No. 7 (Electrical) to Dav-Kin Electric Company, Inc. for $66,783. Bid Package No. 10 (Pier Drilling) to H & H Foundation Drilling Co. Inc. for $68,500. DISCUSSION On February 9, 1988 (M&C C-10793), the City Council approved contracts with Pinnacle Consultants Inc. to provide professional services for the renovation of the Southside Multi -Purpose Center and with McCord Construction, Inc. to provide construction management services for the project. In order to expedite the reconstruction, the project was divided into two phases. Phase I includes demolition of the interior walls and concrete slab on grade, demolition and reconstruction of the mechanical, plumbing and electrical systems, removal of the cabinet -work and doors and storage for later installation and construction of interior piers and structural slab floor. Phase II, which will be designed in a few weeks, includes reconstruction of the interior walls, doors and finish materials to complete the project. RECEIPT OF BIDS: The project was advertised on March 3 and 10, 1988 and bids were received for Phase I on March 25, 1988 as follows: BID PACKAGE CONTRACTOR AMOUNT Bid Package No. 1 D/FW Precast Contr. Inc. $ 6,000 Security Fence The Craftsmen, Inc. $ 7,441 Bid Package No. 2 Security Services D/FW Precast Contr. Inc. $ 35,000 Bid Package No. 3 Architectural Demolition Bid Package No. 4 Concrete SUBJECT: AWARD OF MULTIPLE CONTRACTS FOR RENOVATION OF THE SOUTHSIDE MULTI - D/FW Precast Contr. Inc. Rice Drywall Inc. Harold N. Hall Const. Inc. Ed A. Wilson, Inc. Cates -Courtney, Inc. Harold N. Hall Const. Inc. D/FW Precast Contr. Inc. Ed A. Wilson, Inc. Terry J. Fricks, Inc. Lone Star Conc. Inc. Bid Package No. 5 Mechanical & Plumbing Demolition and Reconstruction Ski -Hi Enterprises First Tex. Mech Contr. Inc. General Eng. Corp. D/FW Precast Contr. Inc. Alternate No. 1 Duct Alterations Bid Package No. 6 Plumbing Demolition & Reconstruction Bid Package No. 7 Electrical Demolition & Reconstruction Bid Package No. 8 Project Sign & Bulletin Board Bid Package No. 9 Temporary Toilets Bid Package No. 10 Pier Drilling Ski -Hi Enterprises First Tex. Mech Contr. Inc. General Eng. Corp. D/FW Precast Contr. Inc. D/FW Precast Contr. Inc. Hayes Plumbing Co. Dav-Kin Elect. Co. Inc. The Davis Co. Elect. D/FW Precast Contr. Inc. Freeman Elect. Ltg Contr. A.B. Electric Co. D/FW Precast Contr. Inc. D/FW Precast Contr. Inc $ 75,000 $ 77,000 T—n �6 $ 98,500 $119,000 $125,000 $204,000 $218,000 $229,434 $ 81,000 TITUIMU $125,400 $ 50,000 (Mech Only) $ 5,950 $— W $ 9,000 $ 9,283 $ 49,000 $ 98,000 $ 66,783 $ 73,500 $ 90,400 $ 91,000 $ 1,200 $ 1,500 H & H Found. Drilling Co. Inc. $ 68,500 Indoor Drilling Specialists, Inc.$-70,6DU D/FW Precast Contr. Inc. $ 75,000 DATE REFERENCE SUBJECT: AWARD OF MULTIPLE CONTRACTS FOR PA�__] NUMBER RENOVATION OF THE SOUTHSIDE MULTI- 3 4 4-5-88 'C-10902 PURPOSE CENTER, PHASE I of DISCUSSION The apparent low bidder (D/FW Precast Contr. Inc.) on Bid Package No. 1 qualified its bid by stating that it would accept only the total project and would not enter into a contract on individual bid packages. Its proposal for the total project is $539,000 which is above the aggregate of the low bids for the different bid packages. Therefore, it is recommended that all bids by D/FW Precast Contr., Inc. be rejected. The Craftsman, Inc. proposal did not include a bid bond. It is recommended that this bid be rejected and that the bid package be re -bid through the Purchasing Department. Only one bid was received on Bid Package No. 2. (D/FW Precast Contr., Inc.). For the reasons given above, it is recommended that this bid be rejected and that the bid package be re -bid through the Purchasing Department. For Bid Package No. 3, Rice Drywall, Inc., has complied with the City's MBE/WBE Policy, and it is recommended that Rice Drywall, Inc. (whose bid is below the estimate) be awarded the bid. The apparent low bidder for Bid Package No. 4, Cates -Courtney, Inc., did not submit the required MBE/WBE forms and is considered non -responsive. The second low bidder, Harold N. Hall Construction, Inc. is below the estimate for this work, has complied with the City's MBE/WBE Policy, and is recommended for award of the contract. It should be noted that some excavation is expected in this contract at $6.00 per linear foot to determine the condition of the grade beam carton form after the concrete slab is removed. The total amount of excavation will be determined after the first trench is dug, and a change order will be written. The apparent low bidder on Bid Package No. 5, Ski -Hi Enterprises is below the estimate for this work and is recommended for award of contract including the base bid and Alternate No. 1. The firm complied with the City's MBE/WBE Policy. The lowest combination of bids for the mechanical and plumbing work is included in Bid Package No. 5. Therefore, it is recommended that all bids for Bid Package No. 6, (Plumbing demolition and reconstruction) be rejected. The apparent low bidder on Bid Package No. 7, Dav-Kin Electric Company, Inc. is below the estimate for this work and complied with City's MBE/WBE Policy. Only one bidder responded to Bid Packages No. 8 and 9. Since the recommendation is to reject all bids by D/FW Precast Contractors, Inc., the proposals for Bid Package No. 8, (Project Sign and Bulletin Board) and Bid Package No. 9, (Temporary Toilets) should be rejected and are recommended for re -bid through the Purchasing Department. DATE REFERENCE SUBJECT: AWARD OF MULTIPLE CONTRACTS FOR PAGE NUMBER RENOVATION OF THE SOUTHSIDE MULTI- 4 aF4 4-5-88 C-10902 _ PURPOSE CENTER, PHASE Two partial bids were received for Bid Package No. 10, Drilled Shafts: H & H Foundation Drilling Co. Inc. $68,500 Fort Worth, Texas Indoor Drilling Specialists, Inc. $70,000 Denver, Colorado Both firms had technical omissions from their proposals. However, because this work must be completed before most of the other work herein can begin, it is recommended that the contract be awarded to the low bidder, H & H Foundation. The total proposal for the bid packages recommended is $424,233 which is $188,804 below the estimate of $613,037 for the same work. FINANCING Sufficient funds are available in Grants Fund 76, Project No. 206081-40, Southside Multi -Purpose Center Renovation to finance these contracts. Expenditures will be made from Index Code 500660. DAI:d APPROVED BY CITY COUNCIL SUBMITTED FOR THL CITY MANAGER'S DISPOSITION BY COUNCIL: PROCESSED BY OFFICE BY: ❑ APPROVED ORIGINATING ❑ OTHER (DESCRIBE) DEPARTMENT HEAD: Gary Santerre CITY SECRETARY FOR ADDITIONAL INFORMATION CONTACT: N. Amos 7895 DATE City ®f Fort Worth, Texas Mayor and Council Communication DATE REFERENCE SUBJECT: SOUTHSIDE MULTI -PURPOSE CENTER PAGE NUMBER 1-17-89 **C-11408 RENOVATION AND REPAIRS, PHASE I lof 2 RTO PACKAGE NO- 7, PROPOSED CHANGE ORDER NO. 3 RECOMMENDATION It is recommended that the City Council authorize the City Manager to approve Change Order No. 3 to Bid Package No. 7 for Southside Multi -Purpose Center, Phase I, in the amount of $520.90 to City Secretary Contract No. 16378 with DAV-KIN Electric Company, Inc., increasing the contract amount to $77,867.42. nTU11CCTnN On April 5, 1988 (M&C C-10902), the City Council authorized the City Manager to execute City Secretary Contract No. 16378 with DAV-KIN Electric Company, Inc., to carry out the work detailed in Southside Multi -Purpose Center, Phase I, Bid Package No. 7, for a total contract amount of $66,783.00. On August 16, 1988 (M&C C-11143), Change Order No. 1 was approved in the amount of $4,000.00 to provide labor and materials to remove existing electri- cal wires and fittings in the old exterior walls, and to replace them with new wires and fittings in the new exterior walls as shown on Phase II draw- ings. On November 22, 1988 (M&C C-11313), Change Order No. 2 was approved in the amount of $6,563.52 to provide new light fixtures to replace damaged ones; and to provide new lights, switches, sockets, etc., in the new staff bathroom and new janitors closet. PROPOSED CHANGE ORDER NO. 3 This Change Order is required to provide all labor, materials and supervision to install twenty-two ground fault interruptor electrical sockets in bathrooms, kitchens and examination rooms as required by code. ADD $520.90 Staff considers this price to be fair and reasonable for the work to be per- formed and recommends approval of this change order. EFFECT OF PROPOSED CHANGE ORDER NO. 3 Original Contract Amount: $66,783.00 Approved Change Order No. 1 & 2: $10,563.52 Proposed Change Order No. 3: $ 520.90 Proposed New Contract Amount: $77,867.42 Approval of Change Order No. 3 to Bid Package No. 7 would result in a 16.59q increase in this specific contract amount, and an 8.11% increase in the total project amount. DATE REFERENCE SUBJECT: SOUTHSIDE MULTI -PURPOSE CENTER PAGE NUMBER RENOVATION AND REPAIRS, PHASE I 2f 2 1-17-89 **C-11408 BID PACK . 7 PROPOSED ORDER NO. 3 FTNANrTNn Sufficient funds are available in Grant Fund 76, Project No. 206081-40, South - side Multi -Purpose Center Renovation, to finance this change order. Expendi- tures will be made from Index Code 500660. DAI:m/mc SUBMITTED FOR THE CITY MANAGER'S OFFICE BY: David Ivory ORIGINATING DEPARTMENT HEAD: Gary Santerre APPROVED BY CITY COUNCIL JAN 17 WS /t&tI ��� City,, Sectetcry of the City of Fort Worth, Texas DISPOSITION BY COUNCIL: PROCESSED BY ❑ APPROVED ❑ OTHER (DESCRIBE) CITY SECRETARY FOR ADDITIONAL IVV ORMATII°se 7 CONTACT: W �`I y / 910 DATE City of Fort Worth, Eexas .mayor and Council Communication DATE REFERENCE su" KNOVATION AND REPAIRS, PHASE I PAGE NUMBER 2-21-89 **C-11464 BID PACKAGE NO. 7, PROPOSED CHANGE for 2 ORDER NO. 4 RECOMMENDATION It is recommended that the City Council authorize the City Manager to approve Change Order No. 4 to Bid Package No. 7 for Southside Multi -Purpose Center, Phase I, in the amount of $5,261.99 to City Secretary Contract Noy:_ 16378 with DAV-KIN Electric Company, Inc., increasing the contract amount to $83,129.41. DISCUSSION On April 5, 1988 (M&C C-10-902), the City Council authorized the City Manager to execute City Secretary Contract No. 16378 with DAV-KIN Electric Company, Inc., to carry out the work detailed in Southside Multi -Purpose Center, Phase I, Bid Package No. 7, for a total contract amount of $66,783.00. On August 16, 1988 (M&C C-11143), Change Order No. 1 was approved in the amount of $4,000.00 to provide labor and materials to remove existing electri- cal wires and fittings in the old exterior walls, and to replace them with new wires and fittings in the new exterior walls as shown on Phase II draw- i ngs. On November 22, 1988 (M&C C-11313), Change Order No. 2 was approved in the amount of $6,563.52 to provide new light fixtures to replace damaged ones; and to provide new lights, switches, sockets, etc., in the new staff bathroom and new janitors closet. On January 17, 1989 (M&C C-11408), Change Order No. 3 was approved in the amount of $520.90 to provide and install twenty-two ground fault interruptor electrical sockets. PROPOSED CHANGE ORDER NO. 4 This Change Order is required to furnish all labor, materials and supervision to: 1. Provide eight (8) "EXIT" lights. ADD $1,341.99 2. Provide nine (9) smoke detectors, two (2) heat detectors, and six (6)' extra fire pull stations. ADD $1,970.00 3. Provide an emergency power battery pack and repair the existing fire alarm panel. ADD $ 500.00 DATE REFERENCE SUBJECT: SOUTHSIDE MULTI -PURPOSE CENTER PAGE NUMBER 2-21-89 **C-11464 RENOVATION AND REPAIRS, PHASE I 2 of 2 ORDER NO. 4 4. Provide additional electrical power outlets in the library (7 wall, one pole and one desk top) and dedicated computer terminal outlets in the Library, Public Health and Community Service areas (three total). ADD'$1,450.00 Total For Proposed Change Order No. 4 ADD $5,261.99 Staff considers these prices to be fair and reasonable for the work to be performed and recommends approval of this change order. EFFECT OF PROPOSED CHANGE ORDER NO. 4 Original Contract Amount: $66,783.00 Approved Change Order Nos.1 - 3: $11,084.42 Proposed Change Order No. 4: $ 5,261.99 Proposed New Contract Amount: $83,129.41 Approval of Change Order No. 4 to Bid Package No. 7 would result in a 24.48%' increase in this contract amount, anda 9.72% increase in the overall project cost. FINANCING Sufficient funds are available in Grant Fund 76, Project No. 206081-40, South - side Multi -Purpose Center Renovation. Expenditures will be made from Index Code 500660. DAI:mmc APPROVED BY CITY COUNCIL FEB 21 i989 Ad �4va_t�Q_ City Secretary of the City of Fort Worth, TexCl( SUBMITTED FOR THE CITY MANAGER'S DISPOSITION BY COUNCIL: PROCESSED BY OFFICE BY: David Ivory ❑ APPROVED ORIGINATING ❑ OTHER (DESCRIBE) DEPARTMENT HEAD: Gary Santerre CITY SECRETARY FOR ADDITIONAL INFORMATION CONTACT: Massey 7910 DATE