HomeMy WebLinkAboutContract 62440CSC No. 62440
THE CITY OF FORT WORTH, TEXAS
WRMC BURNETT STALL RENOVATIONS
PMD2024-05
PROJECT NO. 104397
FORT WORTH.
MATTIE PARKER DAVID COOKE
MAYOR CITY MANAGER
Marilyn Marvin
Director, Property Management Department
Michael Crum
Director, Public Events Department
Elements of Architecture, Inc.
Sedalco, Inc.
December 2024
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Sedalco, Inc. Page 1 of 32
WRMC Burnett Stalls (December 2024)
NOTICE
Competitive Sealed Proposals ("Proposals") for the WRMC Burnett Stall Renovations located at 3401 W.
Lancaster Avenue in Fort Worth, TX 76102 in Fort Worth Texas will be received thru the Bonfire Website
httr)s://fortworthtexas.bonfirehub.com/login until 2:00 P.M on Thursday, October 17, 2024, and will be
opened and publicly read aloud immediately thereafter in the Council Chambers, located at 200 Texas
Street, Fort Worth, Texas 76102.
A Pre -Proposal Conference will be held at 11:00 A.M., Thursday, October 3, 2024 at South Texas Room
in the Amon Carter Exhibit Hall at the Will Rogers Memorial Center.
The last day for questions from prospective Proposers is at 5:00 PM on Friday, October 11, 2024.
After evaluating the Proposals submitted, the City shall select the Proposer that offers the best value to the
City and enter into negotiations with that firm.
Proposals shall be valid for ONE HUNDRED TWENTY (120) calendar days. Estimated construction cost
is approximately $5.000.000.00. There are no Alternates for this project.
Proposals shall include a 7.5% Owner's Contingency Allowance based on Proposer's costs proposal on
a separate line item on the Proposal form. This Allowance is not to be included in the Base Proposal but
will be included in the contract amount at the appropriate time. Only the Owner may use of this allowance
during construction. Any Allowance remaining at the end of construction will be retained by the City of Fort
Worth.
Refer to the evaluation matrix for the selection of the Best Value Proposer in the Instructions.
The Business Equity participation goal is 6.92%. Refer to the Request for Proposal documents for
detailed Business Equity compliance information. The applicable documents must be submitted by all
Proposers no later than the third City business day after Proposals are opened, exclusive of the opening
date. Business Equity information may be submitted with the Proposal. Failure to submit the required
business equity documentation will result in the Proposal being considered Non -Responsive. Non -
Responsive proposals will not be reviewed further.
Proposers must submit a bid bond with their proposal. Prior to an award of contract, Proposer will be
required to provide Payment and Performance Bonds and provide Contractors General Liability insurance
and Statutory Workers Compensation Coverage.
If you intend to submit a Proposal, it is requested you inform the Project Manager or
Architect/Engineer.
Paper copies of the Instructions, General Conditions, Contract, Drawings, and Specifications will not be
provided. The construction documents may be viewed on-line and self -printed by cutting and pasting the
following link into your browser:
htti)s://fortworthtexas.bonfirehub.com/login
Contact the Project Manager, Ronnie Clements, at (817) 392-8014 or email
Ronald. Clements(a)fortworthtexas.gov for assistance. For additional information contact the Project Architect,
Scott Fisher, at (817) 333-2880 or email sfisher(d)elementsofarc.com
Advertisement: September 19, 2024
September 26, 2024
Sedalco, Inc. Page 2 of 32
WRMC Burnett Stalls (December 2024)
MAYOR AND COUNCIL COMMUNICATION MAP
25WRMC BURNETT STALL CONSTRUCTION CONTRACT
A
NORTH
N-kh HI M..m ell
D-1 I 0Z),
WRIVIC Burnett Bldg.
3401 W. Lancaster Ave.
Fort Worth, TX 76107
1, A..
SunsaL Terrace
f?
Council District 7
RT W RTHR
Fort Worth
Copyright 2024 City of Fort Worth. Unauthorized reproduction is a violation of applicable laws. This product is for
informational purposes and may not have been prepared for or be suitable for legal, engineering, or surveying purposes.
It does not represent an on -the -ground survey and represents only the approximate relative location of property
boundaries. The City of Fort Worth takes no responsibility for the accuracy of said data.
TABLE OF CONTENTS
• PROJECT COVER PAGE
• NOTICE
• MAP
• TABLE OF CONTENTS
• INSTRUCTIONS
• PROPOSALFORM
• MMBE — DVIN FORMS (Separate Attachments)
• CONFLICT OF INTEREST AFFIDAVIT
• CONFLICT OF INTEREST QUESTIONAIRE (CIQ)
• CONFLICT DISCLOSURE STATEMENT (CIS)
• TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE
• 2013 PREVAILING WAGE RATES
• WEATHER TABLE
• GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION (Separate Attachment)
• CONSTRUCTION CONTRACT
• PAYMENT BOND
• PERFORMANCE BOND
• CERTIFICATE OF INSURANCE
• CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW
• PROJECT SIGN
• ADDENDA (If Applicable)
• MAYOR AND COUNCIL COMMUNICATION (M&C- upon execution)
Sedalco, Inc. Page 3 of 32
WRMC Burnett Stalls (December 2024)
INSTRUCTIONS
PROPOSAL REQUIREMENTS: The following requirements shall be used in the preparation of the
response to this Request for Competitive Sealed Proposals (RFP):
• Use the Proposal Form provided below.
• Entries on the Proposal Form may be handwritten or typed.
• Write in contract duration if not specified.
• Acknowledge all addenda on the Proposal Form.
• Have a Principal sign the Proposal. If the Proposer is a corporation, the president or a vice-
president must sign the Proposal. If the Proposer is a partnership, then the person/entity who
is the managing/general partner must sign the proposal.
• Complete and submit the Conflict of Interest Affidavit form. (Also submit associated Form CIQ
and Form CIS if required.)
• Include cashier's check or an acceptable bidder's bond written by a corporate surety payable
to the City of Fort Worth, in an amount of not less than five (5%) per cent of the total of the bid
submitted.
• In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of
authority from the United States Secretary of the Treasury to qualify as a surety on obligations
permitted or required under federal law; or (2) have obtained reinsurance for any liability in
excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state
of Texas and is the holder of a certificate of authority from the United States Secretary of the
Treasury to qualify as a surety on obligations permitted or required under federal law.
Satisfactory proof of any such reinsurance shall be provided to the City upon request. The
City, in its sole discretion, will determine the adequacy of the proof required herein.
1A. SELECTION OF CONTRACTOR:
The City shall select the Proposer that offers the best value based upon the following criteria and
on its ranking evaluation. Points awarded in an "up to" format; the maximum is shown.
In determining the Best Value, the City will consider:
1. Proposed Price (60 points) — The lowest priced responsive Proposal will receive 60 points
for this rating criterion. Higher priced proposals will receive proportionally lower scores.
When compared to the lowest price, the higher priced proposal will have its score reduced
by one percent of the available points for every percent it is higher than the lowest price.
The score will be rounded to the nearest whole number.
2. References/Experience (20 points) - References and experience of the Proposer as
demonstrated by listing past and current projects including references with names and
current telephone numbers and list of subcontractors if applicable.
3. Proposed project schedule (10 points) — Proposals should include a general schedule
showing the amount of time necessary to complete the project, critical path, major phases
of the work, and major impacts on the project. This is to demonstrate an understanding of
the project and the most efficient justifiable time. The best schedule demonstrating the
most complete understanding of the project will receive 10 points. All others will be graded
accordingly.
Sedalco, Inc. Page 4 of 32
WRMC Burnett Stalls (December 2024)
4 Past Work in the City of Fort Worth (10 points) — Points shall be awarded for experience
working on similar projects within the city limits of the City of Fort Worth. Contractors with
no experience in the City of Fort Worth will receive 5 points. Contractors demonstrating
strong experience will receive more than 5 points. Contractors with poor examples may
receive less than 5 points.
5 If the score for any individual rating criteria is rated as zero, this will result in the overall
score being zero regardless of how many points could have been earned in the other
categories.
6 Compliance with the Business Equity (M/WBE) participation and ordinance is Responsive
or Non -Responsive. Proposer shall acknowledge and commit to meeting the Business
Equity goal and present the applicable documents no later than the third City business
day after proposals are opened, exclusive of the opening date, to the location specified
below. Proposers shall obtain a receipt from the appropriate department as evidence that
the City received the documentation. Failure to timely submit the applicable documents
shall render an Proposer non -responsive and cause the Proposal to be rejected. Non -
Responsive proposals will not be reviewed further.
After ranking the responses to the Request for Proposal (RFP), the City shall first attempt to
negotiate a contract with the selected Proposer. The City and its architect may discuss with the
selected Proposer options for a scope or time modification and any price change associated with
the modification.
If the City is unable to negotiate a contract with the selected Proposer, the City shall, formally and
in writing, end negotiations with that Proposer and proceed to the next Proposer in the order of the
selection ranking until a contract is reached or all proposals are rejected.
2. BUSINESS EQUITY PROVISIONS
Business Equity Goal Requirements (Competitive Sealed Proposals/Best
Value):
Project Number: 24-104397
Project Name: RFP WRMC Burnett Stall Replacement
BUSINESS EQUITY PROJECT GOAL
The City's business equity goal, for this project is _6.92_%.
Trades identified for this solicitation includes, but are not limited to: Asphalt Davina mixture and block
manufacturing, Brick Stone and related construction, water, sewer, pipe, Dower, enqineerinq services,
electrical, misc., ornamental and architectural, pottery, ceramics and plumbing
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
Firms, when applicable, for projects relating to the construction of public infrastructure or public buildings
for contracts expected to be $100,000.00 or more in City Funds. All requirements and regulations stated
in the City's Business Equity Ordinance Business Equity Ordinance #25165-10-2021, apply to this bid.
The City of Fort Worth does not discriminate based on race, age, color, religion, sex, national origin,
ancestry, gender, disability, or place of birth in the award and performance of contracts (City Code Ch.
17, Article III). Contractors desiring to conduct business with the City shall similarly not discriminate.
Every City funded contract will be evaluated by the City of Fort Worth's Business Equity Division (BE) to
determine how participation by business equity firms can be leveraged.
Sedalco, Inc. Page 5 of 32
WRMC Burnett Stalls (December 2024)
The criteria used to set a Business Equity Goal shall include:
The entire scope of work on a contract, Business Equity Firm (BEF) availability within the Marketplace,
and total contract dollar amount.
A Business Equity Goal shall be expressed in terms of a percentage of the total dollar value of each
Contract awarded by the City. The contractor's business equity commitment percentage is based on the
total value of the contract including any change orders and modifications throughout the contract
agreement.
If an Proposer is a Business Equity Firm, the City will count such Proposer's self -performance towards
meeting a Business Equity Goal.
A contractor cannot require a BEF to sign an exclusive arrangement for the purpose of a
bid/proposal submittal or enter a non -compete arrangement post award.
SUBMITTAL OF REQUIRED DOCUMENTATION
MWBE Utilization Plan (use Business Received no later than 2:00 pm CST, on the third City business day
Equity Utilization Form) and Good Faith after the bid opening or proposal due date. Should be sent to agent
Effort Form (if participation is less than of record.
stated goal)
Letter(s) of Intent from Shall be sent to agent of record as per timeline developed during
Subcontractor(s) contract negotiations.
Procedures for implementation, including good faith efforts requirements, information submitted with bid
proposals, reporting procedures, etc., shall be consistent with the procedures utilized in the City's Business
Equity Ordinance #25165-10-2021. (A listing of BEF's must be requested 10 business days prior to bid
opening, exclusive of the day the bid opens. Listings can be obtained by contacting Business Equity Division
by email at: DVIN BEOffice(abfortworthtexas.aov).
Proposers are strongly encouraged to submit all required Business Equity documents, including a Utilization
Plan (or Good Faith Effort), at the time of their bid/proposal submission. However, per City ordinance,
Proposers may submit the required documents no later than 2:00 PM on the 3rd business day (which will
usually be the following Tuesday) after the Proposal opening date. Proposers will receive a message in
the Bonfire Portal restating these deadlines. To submit the required documents after the Proposals
opening date and time, Proposers must submit the required documents as an attachment to the
message and send it back through the Bonfire Portal by the due date and time. All Business Equity
questions must be submitted by the cut-off timeline given on Bonfire.
All items received through the message function will be appended to the Proposer's response; however,
only Business Equity documents will be reviewed. Any attempt to modify any other portion of the proposal
will not be accepted or reviewed by the evaluation panel or City of Fort Worth Departments and may result
in disqualification.
Failure to submit the required MWBE documentation, based on the listed time and date, will result
in the bid being considered non -responsive. Non -Responsive proposals will not be reviewed
further.
MWBE CERTIFICATIONS
The City will recognize MWBE companies that have received one or more certifications from the following
organizations:
-North Central Texas Regional Certification Agency (NCTRCA),
-Texas Department of Transportation (TxDOT) DBE and Federal projects only,
•DFW Minority Supplier Development Council (MSD/DFW), and
•Woman's Business Council Southwest (WBCS)
SIX COUNTY MARKPLACE
Dallas, Denton, Johnson, Parker, Tarrant, and Wise County.
Sedalco, Inc. Page 6 of 32
WRMC Burnett Stalls (December 2024)
POST AWARD COMPLIANCE
The Contractor cannot alter the terms of the MWBE Utilization Plan prior to or after Contract award
without the prior written consent of the Business Equity Division. If the Contractor is unable to meet its
MWBE commitment, the Contractor shall satisfy its commitment, as it relates to scope of work by
submitting Request for Approval of Change to MWBE Utilization Plan for review and written approval
from the Business Equity Division. The division shall monitor Subcontractor participation and Business
Equity Goal attainment during the course of the Contract.
All payments must be submitted to our supplier diversity portal B2GNow:
https://fortworth.diversitycompliance.com/
For training on how to utilize B2Gnow, please sign up athttps://fortworth.diversitycompliance.com/ and
click on System Training.
Contractors shall report receipt of all payments from the City in the Business Equity Management System
related to Contracts for which a Business Equity Goal was established within 30 days of receipt of such
payment. Contractors shall report all payments made to each Business Equity Firm utilized by the
Contractor as a Subcontractor related to Contracts for which a Business Equity Goal was established
within 30 days of making such payment.
If Business Equity (BE) determines that the Contractor failed to meet the Business Equity Goal and the City
made no changes that impacted the Contractor's ability to meet the Business Equity Goal, it shall be considered a
breach of the Contract and BE may impose sanctions in accordance with this Article.
3. PROPOSAL SECURITY: Cashier's check or an acceptable bid bond payable to the City of Fort
Worth, in an amount of five (5) per cent of the Proposal submitted (See paragraph 1 above). The
Proposal Security must accompany the Proposal and is subject to forfeit in the event the successful
Proposer fails to execute the contract documents within ten (10) days from the date the contract is
provided to Proposer after it has been awarded. The surety must be licensed to do business in the
state of Texas.. Failure to submit the Proposal Security with the Proposal may result in the Proposal
not being considered for this project. Non -selected Proposer's bonds will be returned within 90
days after award of the contract.
4. PAYMENT BOND AND PERFORMANCE BOND: If the contract is in excess of $25,000, a
Payment Bond shall be executed, in the amount of the contract, solely for the protection of all
claimants supplying labor and materials in the prosecution of the work.
If the contract amount is in excess of $100,000, a Performance Bond shall also be provided, in the
amount of the contract, conditioned on the faithful performance of the work in accordance with the
plans, specification, and contract documents. Said bond shall be solely for the protection of the
City of Fort Worth. The form of the bond shall be as herein provided and the surety shall be
acceptable to the City. All bonds furnished hereunder shall meet the requirements of Texas
Government Code Section 2253, as amended.
5. PRE -PROPOSAL SITE INVESTIGATION: Prior to filing a response, the Proposer may examine
the site(s) of the work and the details of the requirements set out in these specifications to satisfy
itself as to the conditions which will be encountered relating to the character, quality, and quantity
of the work to be performed and materials and equipment required. The filing of a response by the
Proposer shall be considered acknowledgement by Proposer that it has complied with or waived
any objections regarding this section.
6. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City
reserves the right to adopt the most advantageous construction thereof to the City or to reject the
proposal.
7. WAGE RATES: Not less than the prevailing wage rates set forth in the Contract Documents must
be paid on this project.
Sedalco, Inc. Page 7 of 32
WRMC Burnett Stalls (December 2024)
8. POST PROPOSAL SUBMITTALS: In addition to the required Business Equity Documentation,
Proposers are required to submit one (1) electronic copy of the following information to the Bonfire
website, or email directly to the City Project manager within three business days subsequent to
bid opening (normally by 2:00 PM the next Tuesday following a Thursday bid opening) in order to
assist City staff in determining the Contractor's capability of performing the work and in meeting
City contract requirements:
• Contractors Qualification Statement (AIA Form A305), including client references
• List of current projects & past projects built within the last 5 years, including
owners' and architects' names with contact information for both current & past
projects.
• Proposed Subcontractors and Suppliers
• Detailed Project Schedule
• Schedule of Values (Breakout by CSI Divisions)
• Proof of insurability and bonding capability
It is recommended that MWBE and the Post Proposal information be submitted with the Proposal
form.
9. PROPOSED SUBCONTRACTORS: Acceptance of the Proposal in no way requires the City to
accept the qualifications of the subcontractors. The Subcontractor lists are for use by the City in
preparing recommendations for award of the contract. The Contractor must provide and use
subcontractors listed unless the City agrees to allow a substitute.
10. DISCREPANCIES AND ADDENDA:
Should a Proposer find any discrepancies in the drawings and specifications, or should it be in
doubt as to their meaning, it shall notify the City at once. If required, the City will prepare a written
addendum that will be available to all Proposers at the place designated for distribution of the
Request for Proposal Documents by the Notice. The Proposer is responsible for determining if
addenda are available and for securing copies prior to submitting a response to this RFP. Oral
instructions or decisions unless confirmed by written addenda will not be considered valid, legal or
binding. No extras will be authorized because of failure of the contractor to include work called for
in the addenda.
Proposer must acknowledge addenda in the Proposal. Failure to acknowledge addenda may
cause the Proposal to be ruled non -responsive. It is the Contractor's responsibility to obtain
Addenda and include its information in the Proposal.
11. INSURANCE: Proposers will be required to demonstrate that insurance coverage in the amounts
and types indicated in the attachment, below, is or will be in effect at time of Award of Contract.
Unless stated otherwise in the Proposal or RFP, the Contractor shall procure, pay for and maintain
at all times during the term of the Contract, Builder's Risk Insurance against the perils of fire,
lightning, windstorm, hurricane, hail, riot, explosion, civic commotion, smoke, aircraft, land
vehicles, vandalism, and malicious mischief, at a limit equal to 100% of the Contract Sum.
12. TAXES: Equipment and materials not consumed by or incorporated into the work are subject to
State sales taxes under Texas Tax Code Chapter 151.
13. PERMITS: Contractor shall apply for all City of Fort Worth Permits and for any other permits
required by this project. City of Fort Worth Building and Trade Permit fees are waived. Separate
permits may be required for each work location.
14. UTILITIES AND IMPACT FEES: The City will pay water and sewer utilities tap fees and impact
fees. Unless shown otherwise, the City will coordinate and pay for water and sewer taps and
meters to the property line. The Contractor will include all remaining fees, for example: from the
electrical and gas companies, in the Base Proposal. The Contractor will be responsible for
Sedalco, Inc. Page 8 of 32
WRMC Burnett Stalls (December 2024)
coordinating with City and utility companies for installation of utilities. The Contractor will be
responsible for all fees for electrical, gas, and other utilities within the property line of the project.
Unless indicated otherwise on the plans, the contractor will be responsible for costs and
installations from the building side of the water meter and sewer tap.
15. BID DOCUMENTS: Hard copies of relevant documents may be downloaded and printed by the
Proposer.
16. MANUFACTURER'S REFERENCE: Catalog, brand names, and manufacturer's references are
descriptive, not restrictive. Use of brands of like nature and quality will be considered. Upon
request of the architect or contractor, the contractor will submit a full sized sample and/or detailed
information as required to allow the architect to determine the acceptability of proposed
substitutions. Where equipment has been listed as "no substitute accepted", the City will accept
no alternates to the specified equipment. Also, refer to specification's product requirements.
17. TESTING SERVICES: The City shall provide for, independently of the contractor, inspection
services, testing of construction materials, and other verification testing services necessary for the
acceptance of the construction work.
18. PROJECT SCHEDULE: The Project Schedule to be submitted will, at a minimum, include the
following: quality control submittals and approvals, mobilization, site preparation, under slab
utilities, foundation work, structural erection, interior finish, commissioning, and closeout. The
Schedule may be submitted as a table or PERT diagram.
19. STATE FORM 1295 "CERTIFICATE OF INTERESTED PARTIES": Texas Ethics Commission
regulations require that the business entity must fill out the Form 1295 on an electronic filing
application on the Texas Ethics Commission website (www.ethics.state.tx.us). The business
entity that wishes to enter into the contract must supply the completed and signed Form 1295 to
the City.
20. Any oral communications are considered unofficial and non -binding with regard to this proposal.
21. The City reserves the right to reject any or all Proposals, including without limitation the rights to reject
any or all nonconforming, nonresponsive, unbalanced or conditional Proposals and to reject the
Proposal of any Proposer if City believes that it would not be in the best interest of the Project to
make an award to that Proposer. City reserves the right to waive informalities not involving price,
contract time or changes in the Work and award a contract to such Proposer.
(The remainder of this page left blank)
Sedalco, Inc. Page 9 of 32
WRMC Burnett Stalls (December 2024)
PROPOSAL
TO: CITY MANAGER
VIA' PURCHASING DEPARTMENT
100 FORT WORTH TRAIL
FORT WORTH, TEXAS 76102
FOR: WRMC Burnett Stall Renovations
3401 W Lancaster Avenue
Fort Worth, Texas
Project PMD2024-05
City Project # 104397
Pursuant to the foregoing "Instructions," the undersigned has examined the plans, specifications and the
site, understands the nature and 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 within the time shown,
subject to inspection by and approval of the City of Fort Worth, as provided herein below.
DESCRIPTION OF ITEMS
$ 3,460,635 Base Proposal
336 Calendar Days
$ 259,548 Owner's Contingency Allowance (7.5%) added to Base Proposal (This
Allowance amount is not included in the Base Proposal but is added to the Base Proposal. Only
the Owner will approve the use of this Allowance during construction. Any Allowance remaining at
the end of construction will be retained by the City of Fort Worth).
$ 3,720,183 Base Proposal Plus Owner's Contingency Allowance
ALTERNATES — There are no alternates.
UNIT PRICES — There is no unit pricing.
The undersigned agrees to complete the Work within the calendar days specified above after the date of
Notice to Proceed. A Project Schedule will be submitted as required in the Instructions.
Upon authorization of execution of a contract based on this Proposal, the undersigned acknowledges that
it is bound to execute a contract for performing and completing the Work within the time stated. The provided
deposit check in the sum of GAB Dollars ($ GAB ) or Bidder's Bond is to become the
property of the City of Fort Worth, Texas and shall be forfeited in the event the contract, including required
surety bonds, are not executed within the time set forth in the Instructions as liquidated damages for delay
and additional work caused thereby.
The undersigned acknowledges that the City reserves the right to accept or reject any and all proposed
subcontractors or suppliers or any combination thereof proposed for the above work.
The undersigned acknowledges that does not discriminate as same is defined and prohibited as found in
City Code Chapter 17, Article III, as amended.
Residency of Proposers: Texas law provides that, in order to be awarded a contract as low bidder,
non-resident bidders (out of state contractors whose corporate offices or principal place of business are
outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas
at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder
would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in
Instruction to Offerors Page 10 of 32
WRIVIC Burnett Stalls (October 2024)
which the non-resident's principal place of business is located. The appropriate blanks in Section A must
be filled out by all non-resident bidders in order for your bid to meet specifications.
The failure of out of state or non-resident bidders to complete the forms may disqualify that bidder.
Resident bidders must check the box in Section B.
A. 1_1 Non-resident vendors in (give state), our principal place of
business, are required to be percent lower than resident bidders by state
law.
1_1 Non-resident vendors in (give state), are not required to
underbid resident bidders.
B. 1X1 Our principal place of business or corporate offices are in the State of
Texas.
BUSINESS EQUITY PROVISION for proposals in excess of $100,000.00: 1 am aware that unless provided
in this Proposal package, I must submit the Business Equity participation information by the THIRD
BUSINESS DAY after proposals opening, exclusive of the opening date, to the City location specified in
the bid in order to be considered RESPONSIVE. FAILURE TO SUBMIT THE REQUIRED BUSINESS
EQUITY DOCUMENTATION WILL RESULT IN THE PROPOSAL BEING CONSIDERED NON-
RESPONSIVE.
Respectfully submitted,
SEDALCO, INC.
C 7�! Nam
By:
Signature '
Russ Garrison, President / CEO
Printed Name of Principal Title
Address: 4100 Fossil Creek Boulevard
Street
Fort Worth, Texas 76137
City Zip
Phone: 817-831-2245
Email: rgarrison@sedalco.com
Receipt is acknowledged of the following addenda:
Addendum No. 1:157
Addendum No. 3:
Addendum No. 5:
Addendum No. 7:
Addendum No. 9:
Addendum No. 2: VfY
Addendum No. 4:
Addendum No. 6:
Addendum No. 8:
Addendum No. 10:
Instruction to Offerors Page 11 of 32
WRMC Burnett Stalls (October 2024)
PROJECT:
WRMC Burnett Stalls Replacement
LOCATION (City):
Fort Worth
LOCATION (County):
Tarrant County, TX
OWNER:
City of Fort Worth / FWSSR
ARCHITECT:
Elements of Architecture, Inc. - 1201 6th Ave Suite 100, Fort Worth, TX 76104
SCHEDULE OF VALUES
Allowances
1
$
108,000
Division
2
$
428,423
Division
3
$
910,942
Division
5
$
17,112
Division
7
$
34,223
Division
8
$
126
Division
9
$
28,845
Division
10
$
1,127
Division
11
$
199,568
Division
21
$
79,569
Division
22
$
219,651
Division
26
$
692,923
Division
28
$
22,816
Division
31
$
351,238
Division
32
$
11,972
Division
33
$
345,100
TOTAL
$
3,460,635
CONFLICT OF INTEREST AFFIDAVIT
Each bidder, Proposer, or respondent (hereinafter also referred to as "you") to a City of Fort Worth
(also referred to as "City') procurement are required to complete Conflict of Interest Questionnaire (the
attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form)
below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the
required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the
website links provided below.
httD://www.ethics.state.tx.us/forms/CIO.i)df
h"://www.ethics.state.tx.us/forms/CIS.ndf
CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secretary
a CIS Form is on File with City Secretary
F7CIS Form is being provided to the City Secretary
BIDDER:
SEDALCO, INC.
Company
4100 Fossil Creek Blvd.
Address
Fort Worth. Texas 76137
City/State/Zip
Instruction to Offerors
WRMC Burnett Stalls (October 2024)
By. Russ Garrison
(Please Pri t)
Signature:
D
Title: President/CEO
(Please Print)
Page 12 of 32
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
FORM CIQ
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSEONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An
offense under this section is a misdemeanor.
J Name of vendor who has a business relationship with local governmental entity.
Russ Garrison, President/CEO of SEDALCO, INC.
J ❑
Check this box if you are filing an update to a previouslyfiled questionnaire. (The law requires thatyou file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
N/A
Name of Officer
J Describe each employment or other business relationship with the local government officer, or a family member of the
officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
Yes a No N/A
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
Yes a No N/A
J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
N/A
J
a Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(13), excluding gifts described in Section 176.003(a-1).
J
October 17, 2024
Signature of vendor doing business with the governmental entity Date
Irfgtnmt0aW@ffbpfFexas Ethics Commission www.ethics.state.tx.us Page 13 of 32Revised 11/30/2015
WRMC Burnett Stalls (October 2024)
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Code maybe found at
http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of
the sections cited on this form.
Local Government Code & 176.001(1-al: 'Business relationship" means a connection between two or more
parties based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an
agency of a federal, state, or local governmental entity;
(8) a transaction conducted at a price and subject to terms available to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
1.1 LOCAL GOVERNMENT CODE 6176,003(A)(2)(A) AND (B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
*s*
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been
executed; or
(ii) the local governmental entity is considering entering into a contract with
the vendor,
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than $100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor.
1.2 LOCAL GOVERNMENT CODE 6 176.006(Al AND (A-11
(a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity, or a family member of the
officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any
gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later
than the seventh business day after the later of:
(1) the date that the vendor. -
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity; or
(B) submits to the local governmental entity an application, response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a
family member of the officer, described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
Instruction to Offerors Page 14 of 32
WRMC Burnett Stalls (October 2024)
LOCAL GOVERNMENT OFFICER FORM CIS
CONFLICTS DISCLOSURE STATEMENT
(Instructions for completing and filing this form are provided on the next page.)
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY
This is the notice to the appropriate local governmental entity that the following local
government officer has become aware of facts that require the officer to file this statement Date Received
in accordance with Chapter 176, Local GovernmentCode.
1 J Name of Local Government Officer
N/A
J Office Held
N/A
JName of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code
SEDALCO, INC.
41 Description of the nature and extent of each employment or other business relationship and each family relationship
with vendor named in item 3.
N/A
JList gifts accepted by the local government officer and any family member, if aggregate value of the gifts accepted
from vendor named in item 3 exceeds $100 during the 12-month period described by Section 176.003(a)(2)(B).
Date Gift Accepted N/A Description of Gift N/A
Date Gift Accepted Description of Gift
Date Gift Accepted Description of Gift
(attach additional forms as necessary)
J AFFIDAVIT
I swear under penalty of perjury that the above statement is true and correct. I acknowledge
that the disclosure applies to each family member (as defined by Section 176.001(2), Local
Government Code) of this local government officer. I also acknowledge that this statement
covers the 12-month period described by Section 176.003(a)(2)(B), Local Government Code.
Signature of Local Government Officer
AFFIX NOTARY STAMP / SEAL ABOVE
Sworn to and subscribed before me, by the said
Of .20 , to certify which, witness my hand and seal of office.
Signature of officer administering oath Printed name of officer administering oath
, this the
day
Title of officer administering oath
Instruction to Offerors Page 15 of 32
WF,m gRyk*gt AST&Wg0 mmission www.ethics.state.tx.us Revised 11/30/2015
�jZ•�rTi r , � � �l y3fii �Ftitil � 13■ fii��i �l ��%i7i�l 1 IF] � � � ,
Section 176.003 of the Local Government Code requires certain local government officers to file this form. A 'local
government officer" is defined as a member of the governing body of a local governmental entity; a director, superintendent,
administrator, president, or other person designated as the executive officer of a local governmental entity; or an agent of a
local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. This
form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh
business day after the date on which the officer becomes aware of the facts that require the filing of this statement.
A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code. An
offense under this section is a misdemeanor.
Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form.
PART 2 - INSTRUCTIONS FOR COMPLETING THIS FORM
The following numbers correspond to the numbered boxes on the other side.
1. Name of Local Government Officer. Enter the name of the local government officer filing this statement.
2. Office Held. Enter the name of the office held by the local government officer filing this statement.
3. Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code. Enter the
name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an employment or
other business relationship with the local government officer or a family member of the officer as described by Section
176.003(a)(2)(A), Local Government Code; b) has given to the local government officeror a family member of the officer one
or more gifts as described by Section 176.003(a)(2)(B), Local Government Code; or c) has a family relationship with the local
government officer as defined by Section 176.001(2-a), Local Government Code.
4. Description of the nature and extent of each employment or other business relationship and each
family relationship with vendor named in item 3. Describe the nature and extent of the employment or other
business relationship the vendor has with the local government officer or a family member of the officer as described by
Section 176.003(a)(2)(A), Local Government Code, and each family relationship the vendor has with the local government
officer as defined by Section 176.001(2-a), Local Government Code.
5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds
$100. List gifts accepted during the 12-month period (described by Section 176.003(a)(2)(B), Local Government Code) by
the local government officer or family member of the officerfrom the vendor named in item 3 that in the aggregate exceed $100
in value.
6. Affidavit. Signature of local government officer.
Local Government Code & 176.001(2-a): "Family relationship" means a relationship between a person and
another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by
Subchapter B, Chapter573, Government Code.
PART 3 - LOCAL GOVERNMEN I CUUt ki 1 lb.0031A)12)(A):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government
officer or a family member of the officer that results in the officer or family member
receiving taxable income, other than investment income, that exceeds $2,500 during
the 12-month period preceding the date that the officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Sedalco, Inc. Page 16 of 32
WRMC Burnett Stalls (December 2024)
01 33C (B�_k,
Texas Sales and Use Tax Exemption Certification
This certificate does not require a number to be valid.
Name of purchaser, firm or agency
City of Fort Worth, Texas
Address fStreeta number, P.O. Box or Route number) Phone {Area code and number)
200 Texas Street 817-392-8517
City, Stale, ZIP code
Fort Worth, TX 76102
I, the purchaser named above, claim an exemption from payment of sales and use taxes (for the purchase of taxable
items described below or on the attached order or invoice) from:
Seller All Vendors
Street address: City, State, ZIP codi—
Description of items to be purchased or on the attached order or invoice:
All items. Purchaser acknowledges that this certificate cannot be used forth e purchase, lease, or rental of a motor
vehicle.
Purchaser claims this exemption for the following reason:
Municipality, Governmental Entity.
I understand that I will be liable for payment of all state and local sales or use taxes which may become due for failure to comply with
the provisions of the Tax Code andlor all applicable law.
I understand thatifis a criminal offense togive an exemption certificate to the sellerfor taxable items that I know, atthe time ofpurchase,
will be usedin a manner otherthan tha (expressed in this certificate, and depending on the amountof fa xevaded, the offense ma yrange
from a Class C misdemeanor to a felony of the second degree -
sign
Purchaser Title Date
here�e°�1 Chief Finanical Services Officer November 29, 2022
��/'���1� ,��n
NOTE: This certificate cannot be issued for the purchase, lease, or rental of a motor vehicle.
T141S CERTIFICATE DOES NOT REQUIREA NUMBER TO BE VALID.
Sales and Use Tax "Exemption Numbers' or "Tax Exempt" Numbers do not exist.
This certificate should be furnished to the supplier.
Do not send the completed certificate to the Comptroller of Public Accounts.
Sedalco, Inc. Page 17 of 32
WRMC Burnett Stalls (December 2024)
2013 PREVAILING WAGE RATES
Commercial Construction Projects
$
AC Mechanic Helper
13.67
$
Acoustical Ceiling Installer
16.83
Acoustical Ceiling Installer Helper
12$70
$
Bricklayer/Stone Mason
19.45
Bricklayer/Stone Mason Trainee
13$31
$
Bricklayer/Stone Mason Helper
10.91
$
Carpenter
17.75
$
Carpenter Helper
14.32
Concrete Cutter/Sawer
17.00
$
Concrete Cutter/Sawer Helper
11.00
$
Concrete Finisher
15.77
Concrete Finisher Helper
11.00
$
Concrete Form Builder
15.27
Concrete Form Builder Helper
11.00
$
Drywall Mechanic
15.36
$
Drywall Helper
12.54
$
Drywall Taper
15.00
$
Drywall Taper Helper
11.50
$
Electrician (Journeyman)
19.63
$
Electrician Apprentice (Helper)
15.64
$
Electronic Technician
20.00
$
Floor Layer
18.00
$
Floor Layer Helper
10.00
$
Glazier
21.03
Sedalco, Inc. Page 18 of 32
WRMC Burnett Stalls (December 2024)
$
Glazier Helper
12.81
$
Insulator
16.59
$
Insulator Helper
11.21
$
Laborer Common
10.89
$
Laborer Skilled
14.15
$
Lather
12.99
Metal Building Assembler
16.00
Metal Building Assembler Helper
12.00
Metal Installer (Miscellaneous)
13.00
$
Metal Installer Helper (Miscellaneous)
11.00
$
Metal Stud Framer
16.12
$
Metal Stud Framer Helper
12.54
$
Painter
16.44
$
Painter Helper
9.98
$
Pipefitter
21.22
$
Pipefitter Helper
15.39
$
Plasterer
16.17
$
Plasterer Helper
12.85
$
Plumber
21.98
$
Plumber Helper
15.85
$
Reinforcing Steel Setter
12.87
Reinforcing Steel Setter Helper
11.08
$
Roofer
16.90
$
Roofer Helper
11.15
$
Sheet Metal Worker
16.35
$
Sheet Metal Worker Helper
13.11
$
Sprinkler System Installer
19.17
$
Sprinkler System Installer Helper
14.15
Sedalco, Inc. Page 19 of 32
WRMC Burnett Stalls (December 2024)
Steel Worker Structural $
17.00
Steel Worker Structural Helper 13$74
Waterproofer $
15.00
Equipment Operators
$
Concrete Pump
18.50
$
Crane, Clamshell, Backhoe, Derrick, D'Line Shovel
19.31
$
Forklift
16.45
Foundation Drill Operator
22$50
$
Front End Loader
16.97
$
Truck Driver
16.77
$
Welder
19.96
$
Welder Helper
13.00
The prevailing wage rates shown for Commercial construction projects were based on a salary survey
conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled
by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are
provided on the TEXO's (The Construction Association) website.
www.texoassociation.org/Chapter/wagerates.asp
Sedalco, Inc. Page 20 of 32
WRMC Burnett Stalls (December 2024)
CITY OF FORT WORTH
WEATHER TABLE
Average Days
Month
of
Inches of Rainfall
Raind nowllce
January
6
2.51
February
7
2.23
March
9
3.49
April
7
2.97
May
10
4.56
June
8
3.31
July
4
1.83
August
5
1.86
September
5
2.34
October
7
3.65
November
7
2.70
December
6
2.34
Annually
81
33.81
(1) Mean nurnt�er of days precipitation of 0.01 " or more or 1l2" snowfice
(2) Average normal precipitation, in inches
This table is based on information reported from Dallas -Fort Worth International Airport,
Texas. Latitude 32 deg 54 min north, longitude 97 deg 02 min west, elevation (ground) 551 ft_
Average number of days of rain, snow, and ice days are based on records covering 21 years.
Precipitation is based on recorded information from 1996through 2016 period.
This table is to be used as a baisis for calculation of excess rain or weather days for projects
with d uration in calendar days_ H the site records i ndi cate that the Contractor was unable to
carry out operations due to weather, it is counted as a weather day. If the number of weather
days exceeds the number of average rain days plus the snowlice days for the contract
duration, the contract will be adjusted by Change Order.
Fort Worth Weather Table
24 Aphl 2017
Sedalco, Inc. Page 21 of 32
WRMC Burnett Stalls (December 2024)
City of Fort Worth, Texas
Property Management Department
Facilities Management Group/Architectural Services Division
GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION
LUMP SUM CONTRACT
SECTION A
DEFINITIONS, PROCEDURES AND INTERPRETATIONS
A-1 CONTRACT DOCUMENTS: By the term Contract Documents is meant all of the written and drawn documents setting forth
or affecting the rights of the parties, including but not necessarily limited to, the Contract, Notice to Bidders, Proposal, General
Conditions, Special Conditions, Specifications, Plans, Bonds and all Addenda, Amendments signed by all parties, Change Orders,
written Interpretations and any written Field Order for a minor change in the Work.
A-2 ENTIRE AGREEMENT: The Contract Documents represent the entire agreement between the Parties, and no prior or
contemporaneous, oral or written agreements, instruments or negotiations shall be construed as altering the terms and effects of the
Contract Documents. After being executed, the Contract Documents can be changed only by a written Amendment signed by the
Contractor and the Owner, or Change Order, or by a written Field Order for a minor change.
A-3 WORK: By the term Work is meant all labor, supervision, materials and equipment necessary to be used or incorporated
in order to produce the construction required by Contract Documents.
A-4 EXECUTION OF THE CONTRACT DOCUMENTS: The Contract Documents shall be executed in four originals, with all
required attachments, including required bonds and insurance certificates, by the Contractor and the Owner in such form as may be
prescribed by law and returned to the Owner within ten business days of notification to Contractor. Failure to execute contracts and
provide required enclosures will be grounds for revocation of award and taking of Bid Bond.
A-5 FAMILIARITY WITH PROPOSED WORK: Before filing a Proposal, the Contractor shall examine carefully the, plans,
specifications, special provisions, and the form of contract to be entered into for the work contemplated. They shall examine the site
of work and satisfy themselves as to the conditions that will be encountered relating to the character, quality and quantity of work to
be performed and materials to be furnished. The filing of a bid by the bidder shall be considered evidence that they have complied
with these requirements and has accepted the site as suitable for the work.
Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated by the
plans will not be allowed.
A-6 ONE UNIFIED CONTRACT: Insofar as possible, the Contract Documents will be bound together and executed as a single
unified Contract. The intention of the Contract Documents being to provide for all labor, supervision, materials, equipment and other
items necessary for the proper execution and completion of the Work. Words that have well -recognized technical or trade meanings
are used herein in accordance with such recognized meanings.
A-7 DIVISION OF WORK: The arrangement of Drawings and/or Specifications into Divisions, Sections, Articles, or other
Subdivisions shall not be binding upon the Contractor in dividing the work among Subcontractors or Trades.
A-8 INTERPRETATIONS: The Architect will furnish such Interpretations of the Plans and Specifications as may be necessary
for the proper execution or progress of the work. Such Interpretations shall be furnished at the instance of the Architect or at the
request of the CONTRACTOR, or Owner, and will be issued with reasonable promptness and at such times and in accordance with
such schedule as may be agreed upon. Such Interpretations shall be consistent with the purposes and intent of the Plans and
Specifications and may be affected 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 dimensions on
Drawings; Technical Specifications; Special Provisions; Supplementary General Conditions; General Conditions; and, Construction
Contract.
A-9 CORRELATION AND INTENT: In general, the drawings indicate dimension, locations, positions, quantities, and kinds of
construction; the specifications indicate the quality and construction procedures required. Work indicated on the drawings and not
specified of vice -versa, shall be furnished as though set forth in both. Work not detailed, marked or specified shall be the same as
similar parts that are detailed, marked or specified. If the drawings are in conflict or conflict with the specifications the better quality
or greater quantity or work or materials shall be estimated and shall be furnished or included. Dimensions on drawings shall take
precedence over small-scale drawings. Drawings showing locations of equipment, piping, ductwork, electrical apparatus, etc., are
diagrammatic and job conditions may not allow installation in the exact location shown. Relocation shall not occur without the
Architects approval.
General Conditions of the Contract for Construction Lump Sum Contract Page 1 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
A-10 COPIES OF REVIEW DRAWINGS AND SPECIFICATIONS: The Contractor will furnish to City review Drawings and
Specifications in electronic format prior to starting work. Contractor shall pay the cost of reproduction for all other copies of Drawings
and Specifications furnished be him.
A-11 BUSINESS EQUITY PROVISIONS: All proposers shall note that the Business Equity Ordinance No. 25165-10-2021 (codified
in Chapter 20, Article X of the Fort Worth Code of Ordinances, as amended), and any relevant policy or guidance documents, was
adopted to ensure the full and equitable participation of certified Minority — and Women -owned business enterprises (M/WBEs),
(collectively, "Business Equity Firms") in City contracts for the procurement of goods and services where a contract's total dollar value
is greater than $100,000.
The City of Fort Worth Business Equity Ordinance will take precedence over other subcontractor utilization programs on Block Grant
and other federally funded Projects.
A-12 AGE: In accordance with the policy ("Policy") of the Executive Branch of the federal government, Contractor covenants that
neither themselves nor any of their officers, members, agents, employees, program participants or subcontractors, while engaged in
performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the
terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona
fide occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither themselves nor their officers, members, agents, employees, subcontractors, program
participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract,
a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,
retirement plan or statutory equipment.
Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any claims or allega-
tions asserted by third parties or subcontractor against City arising out of Contractor's and/or their subcontractors' alleged failure to
comply with the above referenced Policy concerning age discrimination in the performance of this agreement.
A-13 DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants
that themselves and any and all of their subcontractors will not unlawfully discriminate on the basis of disability in the provision of
services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or
employees of Contractor or any of their subcontractors. Contractor warrants it will fully comply with ADA provisions and any other
applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or
allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or their subcontractors' alleged
failure to comply with the above -referenced laws concerning disability discrimination in the performance of this agreement.
SECTION B
IDENTITY OF ARCHITECT
B-1 CONTRACT ADMINISTRATION: The Architect is the person or person lawfully licensed to practice architecture identified
as such in the Agreement. The Architect is retained by the Owner to prepare the construction documents and represent the Owner
during the construction phase as directed by the Owner.
B-2 DUTIES OF THE ARCHITECT: As used herein, the term Architect means the Architect or their authorized representative.
Nothing contained in these Contract Documents shall create any privity of Contract between the Architect and the Contractor.
B-3 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 consultations with the Owner
or the Contractor at all reasonable times.
B-4 ACCESS TO JOB SITES: The Architect shall at all times have access to the Work whenever it is in preparation and
progress. The Contractor shall provide facilities for such access so the Architect may perform their assigned functions under the
Contract Documents.
The Architect will make periodic visits to the Site to familiarize themselves with the progress and quality of the work and to determine
if the work is proceeding in accordance with the Contract documents. On the basis of on -site observations, 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.
B-5 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-6 AUTHORITY TO STOP WORK: The Architect will have authority to reject work that does not conform to the Plans and
Specifications. In addition, whenever, in their 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
General Conditions of the Contract for Construction Lump Sum Contract Page 2 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
the Work or any portion thereof, or to require special inspection or testing of the Work whether or not such Work be then fabricated,
installed or completed.
B-7 MISCELLANEOUS
Shop Drawinas. Submittals and SamDles: The Architect will review Shop Drawings, Submittals and Samples.
Chanoe Orders: Change Orders, Owners Contingence Allowance forms, and Field Orders for Minor Changes in the work will be
issued by the Owner through the Architect in accordance with the provisions of Section L.
Guarantees: The Architect will receive all written guarantees and related documents required of the Contractor. Upon completion of
the project the Contractor shall provide the Owner of each guarantee.
Inspections: The Architect will conduct inspections for the purpose of determining and making their recommendations concerning the
dates of substantial completion and final completion. The Architect will conduct the final acceptance inspection and issue the
Certificate of Substantial Completion.
Operation and Maintenance Manuals: The Architect will receive on behalf of the Owner one hard copy and two digital copies of all
applicable equipment installation, operation, and maintenance brochures and manuals required of the Contractor.
B-8 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 Property Management Department, 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 their duly authorized representatives
in the manner provided by law. Authorized representatives include the City Manager, Assistant City Manager, and Director of the
Property Management Department and members of the Facilities Management Division. A designated representative will be identified
from within the Facilities Management 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 they have inspected the premises and
familiarized themselves therewith and that the locations of utilities and other obstacles to the prosecution of the Work as shown on
the Owner's survey are for information only, are not binding upon the Owner, and the Owner shall not incur any liability for loss or
damage by virtue of any inaccuracies or deficiencies in such surveys. The Owner shall secure and pay for title to the site and all
necessary permanent or construction easements. The Owner will cooperate with the Contractor in the prosecution of the Work in
such manner and to such extent as may be reasonable and shall furnish information under their control with reasonable promptness
at the request of the Contractor.
C-3 INSTRUCTIONS: The Owner shall issue all instructions to the Contractor through the Architect.
C-4 ACCESS TO JOB SITE: The Owner shall at all times have access to the Work whenever it is in preparation and progress.
The Contractor shall provide facilities for such access so the Owner may perform their assigned functions under the Contract
Documents.
C-5 PROGRESS INSPECTIONS: The Owner and Architect will make visits to the Site to familiarize themselves with the
progress and quality of the Work and to determine if the work is proceeding in accordance with the Contract Documents. On the basis
of on -site observations and reports concerning the progress and quality of the work, the Owner and Architect will approve and authorize
the Contractor's applications for payments.
C-6 AUTHORITY TO STOP WORK: The City will have authority to reject work that does not conform to the Plans and
Specifications. Whenever, in their reasonable opinion, the City considers it necessary or advisable in order to insure the proper
realization of the intent of the Plans and Specifications, the City will have authority to require the Contractor to stop the work or any
portion thereof, or to require special inspection or testing of the Work whether or not such Work be then fabricated, installed or
completed. The Contractor shall be responsible for the cost of investigations, special inspections and testing for work that is found not
to comply with the plans and specifications.
C-7 SUBSTANTIAL COMPLETION INSPECTION: Upon agreement of the Contractor and Architect that the Work is
substantially complete, the Owner will schedule a Substantial Completion Inspection to be conducted by the Architect and attended
by representatives of the Architect, Owner and Contractor. Items identified during this inspection as being incomplete, defective or
deficient shall be incorporated into a punch list and attached to the AIA document G704, which is to be prepared by the Architect and
signed by the Contractor, and accepted, approved and signed by the Owner.
C-8 RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three years after final payment under this
contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the Contractor
involving transactions relating to this contract.
Contractor further agrees to include in all their subcontracts hereunder a provision to the effect that the subcontractor agrees that the
City shall, until the expiration of three years after final payment under the subcontract, have access to and the right to examine any
General Conditions of the Contract for Construction Lump Sum Contract Page 3 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract. The term
"subcontract" as used herein includes purchase orders.
Contractor agrees to photocopy such documents as may be requested by the city. The city agrees to reimburse Contractor for the
costs of copies at the rate published in the Texas Administrative Code.
C-9 TERMINATION AND SUSPENSION OF WORK: The Owner has the right to terminate the Project for any reason. If the
project is terminated, the Contractor shall:
a) Stop work under the Contract on the date and to the extent specified on the notice of termination.
b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated.
c) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice
of termination.
After termination as above, the City will pay the Contractor a proportionate part of the contract price based on the work completed;
provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion
thereof allocable to the work not completed and further reduced by the amount of payments, if, any otherwise made. Contractor shall
submit their claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim. In the
event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph, such
dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the City
Council of the City of Fort Worth shall be final and binding upon all parties to this contract.
SECTION D
CONTRACTOR
D-1 IDENTIFICATION: The Contractor is the person or organization identified as such in the Contract. The term Contractor
means the Contractor or their authorized representative.
D-2 INDEPENDENT CONTRACTOR: Contractor shall perform all work and services hereunder as an independent contractor,
not as agent, or employee of the City. Contractor shall have exclusive control of and the exclusive right to control the details of the
Work and services performed hereunder, and all persons performing same, and Contractor shall be solely responsible for the acts of
their officers, agents, and employees. Nothing herein shall be construed as creating a partnership or joint enterprise between City
and the Contractor, their officers, agents and employees, and the doctrine of respondent superior shall not apply.
D-3 SUBLETTING: It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or
assigned to anyone else by said Contractor without the prior written consent of the Director of the Property Management Department
of the City of Fort Worth.
D-4 REVIEW OF CONTRACT DOCUMENTS: The Contractor shall carefully study and compare the Agreement, Conditions of
the Contract, Drawings, Specifications, Addenda and modifications and shall at once report to the Owner and to the Architect any
error, inconsistency or omission they may discover. The Contractor shall do no work without approved Submittals, Drawings,
Specifications and Interpretations.
D-5 SUPERVISION: The Contractor shall supervise and direct the Work, using reasonable skill and attention. They shall be
solely responsible for all construction means, methods, safety, techniques, sequences and procedures and for coordinating all portions
of the Work under the Contract Documents.
D-6 LABOR AND MATERIALS: Unless otherwise specifically noted, the Contractor shall provide and pay for all labor,
materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and other facilities and
services necessary for the proper execution and completion of the Work.
The Contractor will use its reasonable best efforts to hire or contract with local laborers, workmen and materialmen. This general
condition is not to be construed as limiting the right of the Contractor to employ laborers, workmen or materialmen from outside local
area.
The Contractor shall at all times enforce strict discipline and good order among their employees, and shall not employ on the Work
any unfit person or anyone not skilled in the task assigned to them.
D-7 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATE
Dutv to oav Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code
(Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the
prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents.
Penaltv for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City,
pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing
wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset their administrative costs,
pursuant to Texas Government Code 2258.023.
General Conditions of the Contract for Construction Lump Sum Contract Page 4 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
Complaints of Violations and Citv Determination of Good Cause. On receipt of information, including a complaint by a worker,
concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial
determination, before the 315` day after the date the City receives the information, as to whether good cause exists to believe that the
violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of their initial determination.
Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City
shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the
prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the
violation.
Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code,
including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas
General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve
the issue by agreement before the 15th day after the date the City makes their initial determination pursuant to paragraph (c) above.
If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration
is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration.
The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction.
Records to be Maintained. The Contractor and each subcontractor shall, for a period of three (3) years following the date of
acceptance of the Work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the
construction of the Work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain
to this inspection.
Pav Estimates. With each partial payment estimate or payroll period, whichever is less, the Contractor shall submit a notarized
affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code.
Postina of Waae Rates. The Contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all
times.
Subcontractor Compliance. The Contractor shall include in their subcontracts and/or shall otherwise require all of their subcontractors
to comply with paragraphs (a) through (g) above.
On projects where special wage rates apply (e.g. Davis -Bacon) the Contractor agrees to meet all requirements of such programs.
D-8 WARRANTY: The Contractor warrants to the Owner and the Architect that all materials and equipment furnished under
this Contract will be new unless otherwise specified, and that all work will be of good quality, free from faults and defects, and in
conformance with the Contract Documents. All work not so 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.
Prior to occupancy of the Project by the Owner, the Contractor warranties and obligations to correct defective Work exclude remedy
for damage or defect caused by (i) abuse by the Owner's separate contractors, or (ii) modifications made by the Owner or the Owner's
separate contractors. After occupancy of the Project by the Owner, the Contractor warranties and obligations to correct defective Work
exclude remedy for damage or defect caused by (i) abuse, (ii) modifications not executed by the Contractor, (iii) improper or insufficient
maintenance, (iv) improper operation, (v) normal wear and tear, or (vi) normal usage.
The warranty provided in this Section shall be in addition to and not in limitation of any other warranty or remedy provided by law or
the Contract Documents.
D-9 TAXES: The Contractor is exempt from State Sales Tax on materials consumed by or incorporated into the work.
D-10 LICENSES. NOTICES AND FEES: Contractor shall obtain all Permits, Licenses, Certificates, and Inspections, whether
permanent or temporary, required by law or these Contract Documents. City of Fort Worth Building and Trade Permit fees are waived.
Separate permits may be required for each work location. It is the responsibility of the contractor to ensure all permits are kept active
and do not expire. The contractor will be responsible for any reinstatement fees due to expired permits.
The Contractor shall give all Notices and comply with all Laws, Ordinances, Rules, Regulations and Orders of any public authority
bearing on the performance of the Work. If the Contractor observes or becomes aware that any of the Contract Documents are at
variance therewith in any respect, he shall promptly notify the Architect and Owner in writing and any necessary changes will be made.
If the Contractor performs any Work knowing that it is in violation of, or contrary to, any of such Laws, Statutes, Charter, Ordinances,
Orders or Directives, or Regulations without furnishing Notice to the Architect and Owner, the Contractor will assume full responsibility
therefore and bear all costs attributable thereto.
D-11 ALLOWANCES: The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. These
allowances shall cover the net cost of the materials and equipment delivered and unloaded at the site, and all applicable taxes. The
Contractor's handling costs on the site, labor, installation costs, overhead, profit and other expenses contemplated for the original
allowance shall be included in the Contractor Sum and not in the allowance. The Contractor shall cause the Work covered by these
allowances to be performed for such amounts and by such persons as the Owner may direct, but they will not be required to employ
persons against whom they make a reasonable objection. If the cost, when determined, is more than or less than the allowance, the
Contract Sum shall be adjusted accordingly by Change Order which will include additional handling costs on the site, labor, installation
costs, field overhead, profit and other direct expenses resulting to the Contractor from any increase over the original allowance.
General Conditions of the Contract for Construction Lump Sum Contract Page 5 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
D-12 SUPERINTENDENT: The Contractor shall employ a competent superintendent and necessary assistants who shall be in
attendance at the Project site during the progress of the Work. The superintendent shall be satisfactory to the Owner. The
superintendent shall represent the Contractor and all communications given to the superintendent shall be binding as if given to the
Contractor. Important communications will be confirmed in writing. Other communications will be so confirmed on written request in
each case.
D-13 RESPONSIBILITIES FOR EMPLOYEES AND SUB -CONTRACTORS: The Contractor shall be responsible to the Owner
for the acts and omissions of all employees and all Sub -contractors, their agents and employees, and all other persons performing
any of the Work under a contract with the Contractor.
D-14 FAILURE TO COMMENCE WORK: Should the Contractor fail to begin the Work herein provided for within the time herein
fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and
Contract Documents, then the Owner shall have the right to either demand the surety to take over the Work and complete same in
accordance with the Contract Documents or to take charge of and complete the Work in such a manner as it may deem proper, and
if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifica-
tions made a part hereof, the Contractor and/or their Surety shall pay said City on demand in writing, setting forth and specifying an
itemized statement of the total cost thereof, said excess cost.
D-15 PROGRESS SCHEDULE: Contractor, immediately after execution of the contract, shall prepare and submit for the
Architect's approval, an estimated progress schedule for the Work. The progress schedule shall be related to the entire Project. This
schedule shall indicate the dates for the starting and completion of the various states of construction and shall be revised as required
by the conditions of the Work, subject to the Architect's approval. It shall also indicate the dates for submission and approval of shop
drawings and submittals as well as the delivery schedule for major pieces of equipment and/or materials.
Progress Schedule shall be GANT style and include:
1. Base Line: Planned Start/Finish
2. Progress Schedule: Actual Start/Finish
3. Variance: Ahead+/Behind-
4. % of Completion
5. Total Float and Weather Days
6. Critical, Milestones and Commissioning
7. Inspections
8. Owner Activities and Owner Furnished/Contractor Installed
Contractor shall update the progress schedule monthly and submit to the Architect for approval with the Contractor's monthly progress
payment requests.
Contractor shall provide a two -week look -ahead schedule detailing actual work taking place during that period at all OAC meetings.
D-16 DRAWINGS AND SPECIFICATIONS AT THE SITE: The Contractor shall maintain at the site for the Owner one copy of
all Drawings, Specifications, Addenda, approved Shop Drawings, Change Orders, and other Changes and Amendments in good order
and marked to record all changes made during construction. These shall also be available to the Architect. The Drawings, clearly
marked to record all changes made during construction, shall be delivered to the Architect upon completion of the Work. The Architect
will prepare, and provide to the Owner, one complete set of reproducible record drawings of the Work.
D-17 SHOP DRAWINGS AND SAMPLES: Shop Drawings are drawings, diagrams, illustrations, schedules, performance charts,
brochures and other data which are prepared by the Contractor or any Subcontractor, manufacturer, supplier or distributor, and which
illustrate some portion of the Work. These may be provided in an electronic format if acceptable to the Architect.
Samples are physical examples furnished by the Contractor to illustrate materials, equipment or workmanship, and to establish
standards by which the Work will be judged. Three copies of all physical examples shall be provided.
The Contractor shall review, approve, and submit, with reasonable promptness and in orderly sequence so as to cause no delay in
the Work or in the work of any other contractor, normally within the first 90 days of the work, three copies of all shop Drawings and
Samples required by the Contract Documents or subsequently by the Architect as covered by changes or amendments. Shop
Drawings and Samples shall be properly identified as specified, or as the Architect may require. At the time of submission, the
Contractor shall inform the Architect in writing of any deviation in the Shop Drawings or Samples from the requirements of the Contract
Documents.
By approving and submitting Shop Drawings and Samples, the Contractor thereby represents that they have determined and verified
all field measurements, field construction criteria, materials, catalog numbers and similar data, and that they have checked and
coordinated each shop drawing given in the Contract Documents. The Architect's approval of a separate item shall not indicate
approval of an assembly in which the item functions.
The Architect will review and approve Shop Drawings and Samples with reasonable promptness so as to cause no delay, but only for
conformance with the design concept of the Project and with the information given in the Contract Documents. The Architect's approval
of a separate item shall not indicate approval of an assembly in which the item functions. The Contractor shall make any corrections
required by the Architect and shall resubmit the required number of corrected copies of Shop Drawings or new Samples until approved.
The Contractor shall direct specific attention in writing or on resubmitted Shop Drawings to revisions other than the corrections
requested by the Architect on previous submissions.
General Conditions of the Contract for Construction Lump Sum Contract Page 6 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
The Architect's approval of Shop Drawings or Samples shall not relieve the Contractor of responsibility for any deviation from the
requirements of the Contract Documents unless the Contractor has informed the Architect in writing of such deviation at the time of
submission and the Architect has given written approval to the specific deviation. Architect's approval shall not relieve the Contractor
from responsibility for errors or omissions in the Shop Drawings or Samples.
No portion of the Work requiring a Shop Drawing or Sample submission shall be commenced until the Architect has approved the
submittal. All such portions of the Work shall be in accordance with approved Shop Drawings and Samples. Payment for Shop
Drawings will not be made until they are approved by the Architect or City.
D-18 SITE USE: The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the
Contract Documents and shall not unreasonably encumber the site with any materials or equipment. Until acceptance of the Work by
the City, the entire site of the Work shall be under the exclusive control, care and responsibility of the Contractor. Contractor shall take
every precaution against injury or damage to persons or property by the action of the elements or from any other cause whatsoever.
The Contractor shall rebuild, repair, restore and make good at their own expenses all injuries or damages to any portions of the Work
occasioned by any of the above, caused before acceptance.
D-19 CUTTING AND PATCHING OF WORK: The Contractor shall do all cutting, fitting or patching of their Work that may require
making several parts fit together properly, and shall not endanger any Work by cutting, excavating or otherwise altering the Work or
any part of it.
D-20 CLEAN UP: The Contractor at all times shall keep the premises free from accumulation of waste materials or rubbish. At
the completion of the Work the contractor shall remove all their waste materials and rubbish from and about the Project as well as all
their tools, construction equipment, machinery and surplus materials, and shall clean all glass surfaces and leave the Work "Broom -
clean" or equivalent, except at otherwise specified. In addition to removal of rubbish and leaving the buildings "broom -clean",
Contractor shall clean all glass, replace any broken glass, remove stains, spots, marks and dirt from decorated work, clean hardware,
remove paint spots and smears from all surfaces, clean fixtures and wash all concrete, tile and terrazzo floors.
If the Contractor fails to clean up, the Owner may do so, and the cost thereof shall be charged to the Contractor.
D-21 COMMUNICATIONS: The Contractor shall copy the Owner on all communications to the Architect and copy Architect an
all communications to Owner.
D-22 CONTRACTOR REQUIREMENTS ON FEDERALLY FUNDED PROJECTS: Contractor shall observe and comply with the
requirements of the City of Fort Worth Fiscal Department, Intergovernmental Affairs and Grants Management as outlined in the
Supplemental Conditions contained in the Project Manual.
SECTION E
SUBCONTRACTORS
E-1 DEFINITION: A Subcontractor is a person or organization that has a direct contract with the Contractor to perform any of
the Work at the site. The term Subcontractor is referred to throughout the Contract Documents as if singular in number and masculine
in gender and means a Subcontractor or their authorized representative.
Nothing contained in the Contract, Documents shall create any contractual relation between the Owner and the Architect and any
subcontractor or any of their sub -subcontractors or materialmen.
E-2 AWARD OF SUBCONTRACTS: The Contractor shall furnish a list of the names of the subcontractors or other persons or
organizations (including those who are to furnish materials or equipment fabricated to a special design) proposed for such portions of
the Work as may be designated in the bidding requirements, or if none is so designated in the bidding requirements, the names of the
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 not constitute acceptance of such person or organization.
If, prior to the award of the Contract, the Owner or Architect has an objective to any person or organization on such list, and refuses
to accept such person or organization, the apparent low bidder may, prior to the award, withdraw their bid without forfeiture of bid
security. If such bidder submits an acceptable substitute, the Owner may, at their discretion, accept the bid or he may disqualify the
bid. If, after the award, the Owner or Architect objects in writing to any person or organization on such list, the Contractor shall provide
an acceptable substitute.
The Contractor shall not make any substitution for any Subcontractor or person or organization that has been accepted by the Owner
and the Architect, unless the substitution is also acceptable to the Owner and the Architect.
E-3 TERMS OF SUBCONTRACTS: All work performed for the Contractor by a Subcontractor shall be pursuant to an
appropriate agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub -
subcontractors) which shall contain provisions that:
1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under
the subcontract so that the subcontracting thereof will not prejudice such rights;
2. Require that such Work be performed in accordance with the requirements of the Contract Documents;
General Conditions of the Contract for Construction Lump Sum Contract Page 7 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
3. Require submission to the Contractor of applications for payment under each subcontract to which the Contractor is a party, in
reasonable time to enable the Contractor to apply for payment;
4. Require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted
portions of the Work shall be submitted to the Contractor (via any Subcontractor or Sub -subcontractor where appropriate) in the
manner provided in the Contract Documents for like claims by the Contractor upon the Owner;
5. Waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by the
property insurance, except such rights, if any, as they may have to proceeds of such insurance held by the Owner, and,
6. Obligate each Subcontractor specifically to consent to the provisions of this Section
All of the provisions set out in this section shall be deemed to have been included in every subcontract, and every subcontract shall
be so construed and applied as to the Owner and the Architect, whether or not such provisions are physically included in the sub-
contract.
E-4 MINORITY AND WOMEN -OWNED BUSINESS ENTERPRISES (M/WBE):
Upon request, Contractor must provide the City with complete and accurate information regarding actual work performed by a Minority
or Women -Owned Business Enterprises (M/WBE) on the contract and proof of payment thereof. Contractor further agrees to permit
an audit and/or examination of any books, records or files in it's possession that will substantiate the actual work performed by an
M/WBE. The misrepresentation of acts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor
will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances
relating to false statement. Further any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud
will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not
less than three years.
Contractor shall provide monthly reports on utilization of the subcontractors electronically in the Business Equity Management System
(B2GNow System).
The Contractor may count any tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its
goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the
joint venture for a clearly defined portion of the work to be performed. All subcontractors used in meeting the goals must be certified
by either the North Central Texas Regional Certification Agency, Dallas/Fort Worth Minority Business Development Council (DFW
MSDC), or Women's Business Council - Southwest (WBCS) prior to the award of the Contract.
Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform
the work. Whenever a change order is in excess of 10% of the original contract, the Business Equity Project Coordinator shall
determine the goals applicable to the work to be performed under the change order.
During the term of the contract the Contractor shall:
1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and,
2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor
had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders
are let, and shall be required to comply with modifications to goals as determined by the City, and,
3. Submit a REQUEST FOR APPROVAL ELECTRONICALLY IN THE B2GNow SYSTEM, if the Contractor desires to change or
delete any of the M/WBE subcontractors or suppliers.
Justification for change may be granted for the following:
1. Failure of subcontractor to provide evidence of coverage by Workers' Compensation Insurance
2. Failure of subcontractor to provide required general liability or other insurance.
3. Failure of subcontractor to execute a standard subcontract form in the amount of the proposal used by the CONTRACTOR in
preparing their M/WBE Participation plan
4. Default by the M/WBE subcontractor or supplier in the performance of the subcontract.
Other reasons at the discretion of the Business Equity Project Coordinator
Before final payment from the City, the Contractor shall provide the Department of Diversity & Inclusion Office with documentation to
reflect final participation of each M/WBE subcontractor and supplier used on the project. Upon verification by the Department of
Diversity & Inclusion Office that the Contractor has fulfilled its Business Equity goal commitment with bond fide M/WBEs performing
commercially useful functions, a recommendation will be made to the Director, Property Management Department that no reduction
in fee should be withheld from the final payment.
E-5 PAYMENTS TO SUBCONTRACTORS: The Contractor shall pay each Subcontractor, upon receipt of payment from the
Owner, an amount equal to the percentage of completion allowed to the Contractor on account of such Subcontractor's Work. The
Contractor shall also require each Subcontractor to make similar payments to their subcontractors.
General Conditions of the Contract for Construction Lump Sum Contract Page 8 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
If the Owner refuses to issue a Certificate for Payment for any cause which is the fault of the Contractor and not the fault of a particular
subcontractor, the Contractor shall pay that Subcontractor on demand, made at any time after the Certificate for Payment would
otherwise have been issued, for their Work to the extent completed, less the retained percentage.
The Contractor shall pay each Subcontractor a just share of any insurance monies received by the Contractor, and they shall require
each Subcontractor to make similar payments to their Subcontractors.
The Owner may, on request and at their discretion, furnish to any Subcontractor, if practicable, information regarding percentages of
completion certified to the Contractor on account of Work done by such Subcontractors.
Neither the Owner nor the Architect shall have any obligation to pay or to see to the payment of any monies to any Subcontractor.
E-6 SUBCONTRACTOR REQUIREMENTS FOR ECONOMIC DEVELOPMENT ADMINSTRATION (EDAI FUNDED
PROJECTS: The Contractor will cause appropriate provisions to be inserted in all subcontracts to bind subcontractors to FDA contract
requirements as contained herein and to 15 CFR 24 or OMB Circular A-110, as appropriate.
Each subcontractor must agree to comply with all applicable Federal, State, and local requirements in addition to those set forth in
this section.
No subcontractor will be employed on this Project, except as specifically approved by the City, who is contained in the listing of
contractors debarred, ineligible, suspended or indebted to the United States from contractual dealings with Federal government
departments. The work performed by any such contractor or subcontractor will be ineligible for reimbursement wholly or partially from
EDA grant fluids.
All subcontracts in excess of $10,000 shall include, or incorporate by reference, the equal opportunity clause of Executive Order
11246.
All subcontracts must contain a nondiscrimination clause.
Each subcontract must contain a requirement for compliance with the Davis -Bacon and related acts
Each subcontractor must submit weekly each weekly payroll record and a weekly statement of compliance. These documents will be
submitted to the prime contractor who will compile them and submit to the City. The subcontractor can satisfy this requirement by
submitting a properly executed Department of Labor Form WH-347.
Each subcontract with every subcontractor must contain a clause committing the subcontractor to employment of local labor to the
maximum extent possible.
All subcontractors who employ more than 50 employees, and is a prime or first tier subcontractor, and has a subcontract or purchase
order of $50,000 or more must submit a completed Standard Form 100 (Compliance Report) by March 30 of each year.
Subcontractors performing work in areas covered by published goals for minorities will be required to report monthly on Form CC-
257.
SECTION F
SEPARATE CONTRACTS
F-1 OWNER'S RIGHT: The Owner reserves the right to award separate contracts in connection with other portions of the Work.
When separate contracts are awarded for other portions of the Work, "the Contractor" in the Contract Documents in each case shall
be the contractor who signs each separate contract.
F-2 MUTUAL RESPONSIBILITY OF CONTRACTORS: The Contractor shall afford other contractors reasonable opportunity
for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and
coordinate work with theirs.
If any part of the Contractor's Work depends for proper execution or results upon the work of any other separate contractor, the
Contractor shall inspect and promptly report to the Owner any apparent discrepancies or defects in such work that render it unsuitable
for such proper execution and results. Failure of the Contractor to inspect and report shall constitute an acceptance of the other
contractor's work as fit and proper to receive their Work, except as to defects which may develop in the other separate contractor's
work after the execution of the Contractor's Work.
Should the Contractor cause damage to the work or property of any separate contractor on the site, the Contractor shall, upon due
notice, settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the Owner on account of
any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend against such suit at the
Contractor's expense, and if any judgment against the Owner arises therefrom, the Contractor shall pay or satisfy such judgment and
shall reimburse the Owner for all attorney's fees, court costs and expenses which the Owner has incurred in connection with such
suit.
F-3 CUTTING AND PATCHING UNDER SEPARATE CONTRACTS: The Contractor shall do all cutting, fitting or patching of
work that may be required to fit it to receive or be received by the work of other contractors shown in the Contract Documents. The
Contractor shall not endanger any work or any other contractors by cutting, excavating or otherwise altering any work and shall not
cut or alter the work of any other contractor except with the written consent of the Architect.
General Conditions of the Contract for Construction Lump Sum Contract Page 9 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
Any costs caused by defective or ill-timed work shall be borne by the party responsible therefor.
F-4 OWNER'S RIGHT TO CLEAN UP: If a dispute arises between the separate contractors as to their responsibility for cleaning
up, the Owner may clean up and charge the cost thereof to the several contractors as the Director of the Project Management
Department shall determine to be just.
SECTION G
MISCELLANEOUS PROVISIONS
G-1 CONFLICT OF LAWS: The Contractor and strictly comply with all Federal, State, 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 GOVERNING LAWS AND VENUE: 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. Venue for any cause of action arising out of this Contract shall lie exclusively in the state courts of Tarrant County, Texas
and contracts consents to such jurisdiction.
G-3 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In performing their duties under the Statutes of the State of Texas and
the Charter and Ordinances of the City of Fort Worth in connection with this Contract, or in exercising any of the powers granted the
Owner herein, the officers, agents and employees of the City of Fort Worth are engaged in the performance of a governmental function
and shall not incur any personal liability by virtue of such performance hereunder, except for gross negligence or willful wrong.
G-4 COMPLIANCE WITH LAWS: Contractor agrees to comply with all laws, Federal, state and local, including all ordinances,
rules and regulations of the City of Fort Worth, Texas. Materials incorporated into the finished Project are not subject to State Sales
Tax.
The Architect is responsible for obtaining the Building Permit. The Contractor and the appropriate subcontractor are responsible for
obtaining all other construction permits from the governing agencies. Contractor shall schedule all code inspections with the Code
Inspection Division in accordance with the permit requirements. Building, plumbing, electrical and mechanical building permits are
issued without charge. Water and sewer tap, impact & access fees will be paid by the City. Any other permit fees are the responsibility
of the Contractor.
G-5 INDEMNIFICATION:
In the event Owner receives a written claim for damages against the Contractor or their subcontractors prior to final payment,
final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been
settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance
carrier that the claim has been referred to the insurance carrier.
The Director may, if deemed appropriate, refuse to continue with a contract with a contractor with whom a claim for damages
is outstanding as a result of work performed under a City Contract.
G-6 SUCCESSORS AND ASSIGNS: Except as provided in Paragraph E-2, this contract shall be binding upon and insure to
the benefit of the parties hereto, their Successors or Assigns. Contractor shall not assign or sublet all or any part of this Contract or
their rights or duties hereunder without the prior written consent of the Owner. Any such purported assignment or subletting without
the prior written consent of Owner shall be void.
G-7 WRITTEN NOTICE: Written Notice shall be deemed to have been duly served if delivered in person to the individual or
member of the firm or to an officer of the corporation for whom it was intended, or if delivered at or sent by registered or certified mail
to the last business address known to them who gives the notice.
G-8 SURETY BONDS:
In order for a surety to be acceptable to the Owner, the surety must (1) hold a certificate of authority from the United States secretary
of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any
liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of
a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required
under federal law. Satisfactory proof of any such reinsurance shall be provided to the Owner upon request. The Owner, in its sole
discretion, will determine the adequacy of the proof required herein.
No sureties will be accepted by the Owner that are at the time in default or delinquent on any bonds or which are interested in any
litigation against the Owner. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be
given to the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner.
Until bonds are sent to the city and verified no Notice to Proceed will be issued.
G-9 OWNER'S RIGHT TO CARRY OUT THE WORK: If the Contractor defaults or neglects to carry out the Work in accordance
with the Contract Documents or fails to perform any provision of the Contract, the Owner may, without prejudice to any other remedy
they may have, enter the site and make good such deficiencies. In such case an appropriate Change Order shall be issued deducting
General Conditions of the Contract for Construction Lump Sum Contract Page 10 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
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 Contract shall pay the difference to the Owner.
G-10 ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees. they 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, they shall be responsible
for such loss unless they promptly give such information to Owner.
G-11 TESTS: If the Contract Documents, Laws, Ordinances, Rules, Regulations or Orders of any public authority having
jurisdiction require any Work to be inspected, tested or approved, the Contractor shall give the Owner timely notice of their readiness
and the date arranged so the Architect may observe such inspection, testing or approval. The Owner shall bear all costs of such
inspection, tests and approvals unless otherwise provided.
If after the commencement of the Work, the Owner determines that any work requires special inspection, testing or approval not
included above, the 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.
The Contractor shall secure certificate of inspection, testing or approval, and three copies will be promptly delivered by them to the
Architect. The Architect will review the certificates and forward one copy of each with their recommendation(s) to the Owner and one
copy will be kept onsite for review by the Owner, Architect and AHJ. Contractor shall provide a graphic log documenting all testing
and inspection locations and dates.
If the Owner wishes 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 their obligations to perform the Work in accordance
with the Contract Documents.
G-12 INTERRUPTION OF EXISTING UTILITIES SERVICES: The Contractor shall perform the Work under this Contract with a
minimum of outage time for all utilities. Interruption shall be by approved sections of the utility. In some cases, the Contractor may be
required to perform the Work while the existing utility is in service. The existing utility service may be interrupted only when approved
by the Owner. When it is necessary to interrupt the existing utilities, the Contractor shall notify the Owner in writing at least ten days
in advance of the time that they desire the existing service to be interrupted. The interruption time shall be kept to a minimum.
Depending upon the activities at an existing facility that requires continuous service from the existing utility, an 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-13 LAYING OUT WORK: The Contractor shall verify dimensions and elevations indicated in layout of existing work.
Discrepancies between Drawings, Specifications, and existing conditions shall be referred to the 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 at the Contractor's sole expense.
The Contractor shall be held responsible for the location and elevation of all the construction contemplated by the Construction
Documents. The contractor shall video document all undersalb work and provide such documentation to the City prior to slab
placement.
Prior to commencing work, the Contractor shall carefully compare and check all Architectural, Structural, Mechanical an Electrical
drawings; each with the other that in any affects the locations or elevation of the work to be executed, and should any discrepancy be
found, they shall immediately report the same to the Architect for verification and adjustment. Any duplication of work made necessary
by failure or neglect on their part to comply with this function shall be done at the Contractor's sole expense.
G-14 MEASUREMENTS: Before ordering any material or doing any work, the Contractor shall verify all measurements at the
site or at the building and shall be wholly responsible for the correctness of same. No extra charge or compensation will be allowed
on account of any difference between actual dimensions and dimensions indicated on the drawings. Any difference that may be found
shall be submitted to the Architect for consideration and adjustment before proceeding with the project.
G-15 EXISTING OVERHEAD OR UNDERGROUND WORK: The Contractor shall carefully check the site where the project is
to be erected and observe any existing overhead wires and equipment. Any such work shall be moved, replaced or protected, as
required, whether or not shown or specified at the Contractor's sole expense.
Attention is directed to the possible existence of pipe and other underground improvements that may or may not be shown on the
Drawings. All reasonable precautions shall be taken to preserve and protect any such improvements whether or not shown on the
Drawings.
General Conditions of the Contract for Construction Lump Sum Contract Page 11 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
Location 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-16 ALIGNMENT OF JOINTS IN FINISH MATERIALS: It shall be the responsibility of the Contractor to make certain in the
installation of jointed floor, wall and ceiling materials that:
1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under
the subcontract so that the subcontracting thereof will not prejudice such rights;
2. Place joints to relate to all opening and breaks in the structure and be symmetrically placed wherever possible. This includes
heating registers, light fixtures, equipment, etc.
If because of the non -related sizes of the various materials and locations of openings, etc., it is not possible to accomplish the above,
the Contractor shall request the Architect to determine the most satisfactory arrangement. The Contractor shall establish centerlines
for all trades.
G-17 INTEGRATING EXISTING WORK: The Contractor shall protect all existing street and other improvements from damages
Contractor's operations shall be confined to the immediate vicinity of the new work and shall not in any interfere with or obstruct the
ingress or egress to and from existing adjacent facilities.
Where new site work is to be connected to existing work, special care shall be exercised by the Contractor not to disturb or damage
the existing work more than necessary. All damaged work shall be replaced, repaired and restored to original condition at no cost to
the Owner.
G-18 HAZARDOUS MATERIAL CERTIFICATION: It is the intent of the contract documents, whether expressly stated or not,
that nothing containing hazardous materials, such as asbestos, shall be incorporated in to the project. The Contractor shall exercise
every reasonable precaution to ensure that asbestos -containing materials are not incorporated into any portion of the project, including
advising all materials suppliers and subcontractors of this requirement. The Contractor shall verify that components containing lead
do not contact the potable water supply.
G-19 LOCATION OF EQUIPMENT AND PIPING: Drawing showing location of equipment, piping, ductwork, etc. are
diagrammatic and job conditions may not always permit their installation in the location shown. When this situation occurs, it shall be
brought to the Architect's attention immediately and the relocation determined in a joint conference. The Contractor will be held
responsible for the relocating of any items without first obtaining the Architect's approval. They shall remove and relocate such items
at their own expense if so directed by the Architect. Where possible; uniform margins shall be maintained between parallel lines and/or
adjacent wall, floor or ceiling surfaces.
G-20 OVERLOADING: The Contractor shall be responsible for loading of any part or parts of structures beyond their safe carrying
capacities by placing of materials, equipment, tools, machinery or any other item thereon. No loads shall be placed on floors or roofs
before they have attained their permanent and safe strength.
G-21 MANUFACTURER'S INSTRUCTIONS: Where it is required in the Specifications that materials, products, processes,
equipment, or the like be installed or applied in accordance with manufacturer's instructions, direction or specifications, or words to
this effect, it shall be construed to mean that said application or installation shall be in strict accordance with printed instructions
furnished by the manufacturer of the material concerned for use under conditions similar or those at the job site. Six copies of such
instructions shall be furnished to the Architect and their approval thereof obtained before work is begun.
G-22 CLEANING UP: The Contractor shall keep the premises free from accumulation of waste material or rubbish caused by
employees or as a result of the Work.
At completion of work, the General Contractor shall, immediately prior to final inspection of complete building, execute the following
final cleaning work with trained janitorial personnel and with material methods recommended by the manufactures of installed
materials.
1. Sweep and buff resilient floors and base, and vacuum carpeting.
2. Dust all metal and wood trim and similar finished materials.
3. Clean all cabinets and casework.
4. Dust all ceilings and walls.
5. Dust, and if necessary wash, all plumbing and electrical fixtures.
6. Wash all glass and similar non -resilient materials.
7. All hardware and other unpainted metals shall be cleaned and polished and all equipment and paint or decorated work shall be
cleaned and touched -up if necessary, and all temporary labels, tags, and paper coverings removed throughout the buildings.
Surfaces that are waxed shall be polished.
General Conditions of the Contract for Construction Lump Sum Contract Page 12 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
8. The exterior of the building, the grounds, approaches, equipment, sidewalks, streets, etc. shall be cleaned similar to interior of
buildings and left in good order at the time of final acceptance. All paint surfaces shall be clean and unbroken, hardware shall
be clean and polished, all required repair work shall be completed and dirt areas shall be scraped and cleared of weed growth.
9. Clean all glass surfaces and mirrors of putty, paint materials, etc., without scratching or injuring the glass and leave the work
bright, clean and polished. Cost of this cleaning work shall be borne by Contractor.
10. Cleaning, polishing, scaling, waxing and all other finish operations indicated on the Drawings or required in the Specifications
shall be taken to indicate the required condition at the time of acceptance of all work under the Contract.
11. Burning: Burning of rubbish on the premises will not be permitted.
G-23 DUST CONTROL: Precaution shall be exercised at all times to control dust created as a result of any operations during
the construction period. If serious problems or complaints arise due to air -borne dust, or when directed by the Architect, operations
causing such problems shall be temporarily discontinued and necessary steps taken to control the dust.
G-24 FIRE PROTECTION: The Contractor shall at all times maintain good housekeeping practices to reduce the risk of fire
damage or injury to workmen. All scrap materials, rubbish and trash shall be removed daily from in and about the building and shall
not be permitted to be scattered on adjacent property.
Suitable storage space shall be provided outside the immediate building area for storing flammable materials and paints; no storage
will be permitted in the building. Excess flammable liquids being used inside the building shall be kept in closed metal container and
removed from the building during unused periods.
A fire extinguisher shall be available at each location where cutting or welding is being performed. Where electric or gas welding or
cutting work is done, interposed shields of incombustible material shall be used to protect against fire damage due to sparks and hot
metal. When temporary heating devices are used, a watchman shall be present to cover periods when other workmen are not on the
premises.
The Contractor shall provide fire extinguishers in accordance with the recommendations and NFPA Bulletins Nos. 10 and 241.
However, in all cases a minimum of two fire extinguishers shall be available for each floor of construction.
G-25 CUTTING AND PATCHING: Wherever cutting and removal of portions of the existing work is indicated, such work shall be
neatly sawed or cut by Contractor in a manner that will produce a neat straight line, parallel to adjacent surfaces or plumb for vertical
surfaces. Care should be exercised not to damage any work that is to remain.
At no time shall any structural members be cut without written consent from the Architect.
G-26 PROJECT CLOSEOUT:
Electronic submission of Close Out documentation must be submitted 30 days prior to substantial completion for review and approval
of Architect and Owner.
Final Inspection, Record Drawings: Attention is called to General Conditions Section entitled, "Substantial Completion and Final
Payment".
Maintenance Manual: Sheets shall be 8'/2" x 11", except pull out sheets may be neatly folded to 8'/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:
1) Name, address and trade of all sub -contractors.
2) Complete maintenance instructions; name, address, and telephone number of installing Contractor, manufacturer's local
representative, for each piece of operative equipment.
3) Catalog data on plumbing fixtures, valves, water heaters, heating and cooling equipment, temperature control, fan, electrical
panels, service entrance equipment and light fixtures.
4) Manufacturer's name, type, color designation for resilient floors, windows, doors, concrete block, paint, roofing, and other
materials.
5) Provide complete copies of ALL APPROVED product and material submittals.
Submit two digital electronic copies and one hard copy of Maintenance Manuals, prior to request for final payment including any video
documentation of work recorded over the duration of the project..
Commissioning and Test and Balance Reports (Final)
Operational Inspection and Maintenance Instruction: The Contractor shall provide at their expense, competent manufacturer's
representatives to completely check out all mechanical and electrical systems and items covered by the Drawings and Specifications.
This requirement shall be scheduled just prior to and during the initial start-up. After all systems are functioning properly the
representatives shall instruct maintenance personnel of the Owner in the proper operation and maintenance of each item.
G-27 GUARANTEE AND EXTENDED GUARANTEE: Upon completion of the Project, prior to final payment, guarantees
required by technical divisions of Specifications shall be properly executed in quadruplicate by subcontractors and submitted through
the Contractor to Architect. Delivery of guarantees shall not relieve Contractor from any obligation assumed under Contract.
General Conditions of the Contract for Construction Lump Sum Contract Page 13 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
The Contractor shall guarantee the entire Project for one year. In addition, where separate guarantees, for certain portions of work,
are for longer periods, General Contractor's guarantee shall be extended to cover such longer periods. Manufacturer's extended
warrantees shall be included in this contract.
Guarantees shall become valid and operative and commence upon issuance of Certificate of Inspection and Acceptance by Owner.
Guarantees shall not apply to work where damage is result of abuse, neglect by Owner or their successor(s) in interest.
The Contractor agrees to warrant their work and materials provided in accordance with this contract and the terms of the Technical
Specifications contained herein. Unless supplemented by the Technical Specifications or the manufacturer's normal extended
warrantees, the Contractor shall warrant all work materials, and equipment against defects for a period of one year from the date of
final acceptance. The Contractor further agrees to bear all costs of making good all work that is found to be defective or not provided
in accordance with the Contract Documents. Additionally if the facility or contents are damaged due to defective materials or
workmanship of the Contractor, the Contractor further agrees to bear all cost of repairing and/or replacing damaged items and
components to bring such items back to at least their original condition.
G-28 RECORD DRAWINGS: Upon completion of the Work and prior to application for final payment, one print of each of the
drawings accompanying this specification shall be neatly and clearly marked in red by the Contractor to show variations between the
construction actually provided and that indicated or specified in the Contract Documents. The annotated documents shall be delivered
to Architect. Where a choice of materials and/or methods is permitted herein and where variations in the scope or character of the
work from the entire work indicated or specified are permitted either by award of bidding items specified for that purpose, or by
subsequent change to the drawings, the record drawings shall define the construction actually provided. The representation of such
variations shall conform to standard drafting practice and shall include supplementary notes, legends and details which may be
necessary for legibility and clear portrayal of the actual construction. The record drawings shall indicate, in addition, the actual location
of all sub -surface utility lines, average depth below the surface and other appurtenances. All diagrammatic designs shall be indicated
with the actual locations on the plans.
G-29 CONSTRUCTION FENCE: The Contractor shall provide a substantial chain -link construction fence around all or a part of
the site. The fences and gates must be maintained throughout the construction period. Remove the fences and gates upon completion
of the Project and restore the site to the required original or contract condition.
G-30 PRODUCT DELIVERY. STORAGE. HANDLING: The Contractor shall handle, store and protect materials and products,
including fabricated components, by methods and means which will prevent damage, deterioration and loss, including theft (and
resulting delays), thereby ensuring highest quality results as the work progresses. Control delivery schedules so as to minimize
unnecessary long-term storage at project site prior to installation.
G-31 REMOVAL OF SALVAGED MATERIAL: The Contractor shall remove salvaged material and equipment from the Project
site and dispose of it in accordance with the law. Equipment or material identified in the Specifications or Plans for Owner salvage
shall be carefully removed and delivered to the Owner at any location in within the City limits as directed by the City.
G-32 MANUFACTURER'S REFERENCE: Catalog, brand names, and manufacturer's references are descriptive, not restrictive.
Bids on brands of like nature and quality will be considered. Contractor shall inform the City of any substitutions intended for the
project within 5 business days of bid opening. Failure to inform the City of substitute projects will obligate the Contractor to provide
the specified material if awarded the contract. Within 14 days after bid opening and upon request of the Contractor, the Contractor
will submit a full-sized sample and/or detailed information as required to allow the architect to determine the acceptability of proposed
substitutions. Where equipment has been listed as "no substitute accepted'; the City will accept no alternates to the specified
equipment.
SECTION H
CONTRACT TIME
H-1 DEFINITIONS
The Contract Time is the period of time allotted in the Contract Documents for completion of the Work and is the number of calendar
days elapsing between the date of commencement and the date of Substantial Completion plus additional days assessed for failure
to complete punch list items from the Final Inspection in a timely manner and additional weather days beyond what is allotted in the
contract.
The Date of Commencement of the Work is the date established in the Notice to Proceed. 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 Owner, and no other form of acceptance will be binding upon the Owner.
A Calendar Dav constitutes 24 hours of time and is any one of the seven days of a week, including Sunday, regardless of whether a
"Working Day" or not, and regardless of weather conditions or any situation which might delay construction. An extension of contract
time shall be in accordance with this Section. Extensions of time will be as recommended by the Architect with final approval by City
of Fort Worth.
General Conditions of the Contract for Construction Lump Sum Contract Page 14 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
A Workina Davis defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions
not under the control of the Contractor permit the performance of work for a continuous period of not less than seven hours between
7:00 a.m. and 6:00 p.m. However, nothing in these Contract Documents shall be construed as prohibiting the Contractor from working
on Saturdays if he so desires. Should the Contractor choose to work on Saturdays, one day will be charged as contract -working time
when weather or other conditions permit seven hours of work as delineated above. Legal holidays are defined as being New Year's
Day, Martin Luther King Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Thanksgiving Day, the day after
Thanksgiving, and Christmas Day. If Juneteenth, Independence Day, Christmas Day or New Year's Day falls on a Saturday, the
preceding Friday is a legal holiday. If Juneteenth, Independence Day, Christmas Day or New Year's Day falls on a Sunday, the
following Monday will be a legal holiday.
H-2 PROGRESS AND COMPLETION: All the time limits stated in the Contract Documents are of essence to the Contract. The
Contractor shall begin the Work on the date of commencement as defined in this Section. He shall carry the Work forward expeditiously
with adequate forces and shall complete it within the Contract Time.
H-3 CONSTRUCTION WORK: Noise created by construction work within three hundred (300) feet of an occupied residential
structure involving the erection, excavation, demolition, alteration, or repair of any building, structure, or flatwork is prohibited as
follows:
Before 7:00 a.m. or after 8:00 p.m. Monday -Friday
Before 9:00 a.m. or after 8:00 p.m. Saturday -Sunday
H-4 DELAYS AND EXTENSIONS OF TIME: If the Contractor is delayed at any time in the progress of the Work by any act or
neglect of the Owner or the Architect, or by any employee of the Owner, or by any separate contractor employed by the Owner, or by
changes ordered in the Work, or by labor disputes, fire, unusual delay in transportation, unavoidable casualties or any causes beyond
the Contractor's control, or by any cause which the Architect determines may justify the delay, then the contract time may be extended
by Change Order for such reasonable time as recommended by the Architect and approved by the Owner. When the Contractor is
delayed due to abnormal weather conditions, the Fort Worth Weather Table provided 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 delay;
otherwise they shall be waived.
If no schedule or agreement is made stating the dates upon which written interpretations shall be furnished, then no claim for delay
shall be allowed on account of failure to furnish such interpretation until fifteen days after demand is made for them, and not then
unless such a claim is reasonable.
H-5 WEATHER: The Fort Worth Weather Table is to be used as a basis for calculation of excess rain or weather days for
projects with duration in calendar days. If the site records indicate that the Contractor was unable to carry out operations due to
weather, it is counted as a weather day. If the number of weather days exceeds the number of average rain days plus the snow/ice-
pellet days for the contract duration, the contract period will be adjusted by Change Order.
H-6 NO DAMAGE FOR DELAY: Notwithstanding anything to the contrary contained herein, the Contractor shall never be
entitled to any compensation or damages for delay of any nature. In that regard, the Contractor shall receive no compensation for
delays or hindrances to the work, as a result of price escalation in the marketplace, labor, material shortages or to increases in the
GMP. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Architect
and if found to be correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon
by the Council shall be final and binding. If delay is caused by specific orders given by the Architect or Owner to stop work, or by the
performance of extra work, or by the failure of the Owner to provide material or necessary instructions for carrying on the work, then
such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the
approval of the Owner and no such extension of time shall release the Contractor or the surety on its performance bond from all his
obligations here under which shall remain in full force until the discharge of the contract.
SECTION I
PAYMENTS AND COMPLETION
1-1 CONTRACT SUM: The Contract Sum is stated in the contract and is the total amount payable by the Owner to the
Contractor for the performance of the Work under the Contract Documents.
1-2 SCHEDULE OF VALUES: Before the first Application for Payment, the Contractor shall submit to the Architect and owner
a Schedule of Values of the various portions of the Work broken out by labor and materials, including quantities if required by the
Architect, aggregating the total Contract Sum, divided so as to facilitate payments to Sub -contractors, prepared in such form as
specified or as the Architect and the Contractor may agree upon, and supported by such data to substantiate correctness as the
Architect may require. Each item in the Schedule of Values shall include proper share of overhead and profit. This Schedule, when
approved by the Architect and the Owner, shall be used as a basis for the Contractor's Applications for Payment.
1-3 PROGRESS PAYMENTS: On the first day of each month after the first month's work has been completed, the Contractor
will make current estimates in writing for review by the Architect and Owner of materials in place complete and the amount of work
performed during the preceding month or period and the value thereof at the prices contracted for as shown on the approved Schedule
of Values and Progress Schedule.
If payments are to be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at
the site or in a warehouse, such payments shall be conditioned upon submission by the Contractor of bills of sale or such other
General Conditions of the Contract for Construction Lump Sum Contract Page 15 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
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.
Contractor warrants and guarantees that title to all Work, materials and equipment covered by an Application for Payment, whether
incorporated into the Project or not, will pass to the Owner upon the receipt of such payment by the Contractor, free and clear of all
liens, claims, security interests or encumbrances hereinafter referred to as "liens'; and that no Work, materials or equipment covered
by an Application for Payment will have been acquired by the Contractor, or by any other persons performing the Work at the site or
furnishing materials and equipment for the Work, subject to an agreement under which an interest therein or an encumbrance thereon
is retained by the seller or otherwise imposed by the Contractor or such other person. Contractor shall provide access to the red -lined
drawings for that period for approval by Owner.
The Contractor shall prepare each application for payment on AIA Document G702, "Application and Certificate for Payment", and
attached thereto AIA Document G703, "Continuation Sheet", to indicate the progress made to date and the period or month for which
payment is requested for each Item listed in the Schedule of Values. A copy of the revised monthly work progress schedule must be
attached before the pay request can be accepted.
1-4 CERTIFICATES FOR PAYMENT: If the Contractor has made Application for Payment as above, the Architect will, with
reasonable promptness but not more than seven days after the receipt of the Application, prepare a Certificate of Payment, with a
copy to the Contractor, for such amount determined to be properly due, or state in writing reasons for withholding a Certificate.
The issuance of a Certificate for Payment will constitute a representation by the Owner, based on the Architect's observations at the
site and the data comprising the Application for Payment, that the Work has progressed to the point indicated; that the quality of the
Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole upon Substantial
Completion, to the results of any subsequent tests required by the Contract Documents, to minor deviations from the Contract
Documents correctable prior to completion, and to any specific qualifications stated in the Certificate); and recommendations to the
Owner that the Contractor be paid in the amount certified. In addition, the Architect's approval of final payment assures the Owner
that the conditions precedent to the Contractor's being entitled to final payment as set forth in this Section have been fulfilled.
After the Architect has issued a Certificate for Payment, the Owner shall approve or disapprove same within ten days after it has been
delivered to the Owner. For contracts less than $400,000, Owner shall pay 90% of the approved estimate to the Contractor within
seven days after approval, and the remaining 10% of each such estimate will be retained by the Owner until Substantial Completion.
For contracts in excess of $400,000, the Owner will retain only 5% of each estimate until Substantial Completion.
No Certificate for a progress payment, nor any progress payment, nor any partial or entire use or occupancy of the Project by the
Owner, shall constitute an acceptance of any Work not in accordance with the Contract Documents, or relieve the Contractor of liability
in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects
in the Work and pay for any damage to other work resulting therefrom that shall appear within a period of one year from the date of
final acceptance of the Work unless a longer period is specified.
1-5 PAYMENTS WITHHELD: The Architect may decline to approve an Application for Payment and may withhold the
Certificate in whole or in part if in their opinion they are unable to make the representations to the Owner as provided in this Section.
The Architect may also decline to approve any Applications for Payment or, because of subsequently discovered evidence or
subsequent inspections, may nullify the whole or any part of any Certificate for Payment previously issued to such extent as may be
necessary in their opinion to protect the Owner from loss because of:
1) Defective work not remedied;
2) Claims filed or reasonable evidence indicating probable filing of claims;
3) Failure of the Contractor to make payments properly to Subcontractors, or for labor, materials or equipment;
4) Reasonable doubt that the Work can be completed for the unpaid balance of the Contract Sum;
5) Damage to another contractor;
6) Reasonable indication that the Work will not be completed within the Contract Time; or
7) Unsatisfactory prosecution of the Work by the Contractor.
When such grounds for the refusal of payment are removed, payment shall be made for amounts withheld because of them, without
payment of interest. 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.
1-6 LIQUIDATED DAMAGES: The parties agree and acknowledge that actual damages are uncertain and difficult to ascertain
because the Project relates to construction for a municipality. Normal damages of lost rent or profit are not applicable in this
circumstance because the City is a municipality and the Project will not receive rent and the City will not have lost profits. Therefore,
the parties agree that because City's actual damages are too difficult to ascertain that the liquidated damages stated below are
reasonable and a correct representation of actual damages to the City. The parties also agree that the liquidated damages called for
in this contract are not a penalty but an agreed upon damages calculation by two sophisticated parties. The deduction for liquidated
damages shall be as follows:
Amount of Contract Liquidated Damages per Day
$15,000 or less $45
$15,001 to $25,000 $63
General Conditions of the Contract for Construction Lump Sum Contract Page 16 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
$25,001 to $50,000
$105
$50,001 to $100,000
$154
$100,000 to $500,000
$210
$500,001 to $1,000,000
$315
$1,000,001to $2,000,000
$420
$2,000,001 to $5,000,000
$630
$5,000,001 to $10,000,000
$840
Over $10,000,000
$980
1-7 FAILURE OF PAYMENT: Payments by the City to Contractor and Contractor to subcontractors shall be governed by the
Texas Prompt Payment Act, Texas Gov't Code Sec 2251.
1-8 SUBSTANTIAL COMPLETION AND FINAL PAYMENT: Prior to the request for final payment, the Contractor must meet
all provisions for Project Closeout.
When the Contractor determines that the Work is substantially complete, the Contractor will prepare a "Preliminary Punch List" and
then the City shall inspect the project with the Contractor. The Contractor will provide an updated punch list weekly, to be sent to the
Owner. The punch list will include the Contractor's initials by each item that is closed. This process will continue at all subsequent
OAC meetings until 100% completion of the punch list items are confirmed by the A/E and Contractor in writing, along with the project
specific Attic Stock List. Final PMD's Construction Inspector's written confirmation is mandatory.
When the Architect, on the basis of a subsequent inspection, determines that the Work is substantially complete, they then will prepare
a Certificate of Substantial Completion (G704) which, when approved by the Owner, shall allow the Contractor to request and obtain
a Certificate of Occupancy which will establish the Date of Substantial Completion. The Certificate of Substantial Completion shall
state the responsibilities of the Owner and the Contractor for maintenance, heat, utilities, and insurance, shall set forth the remaining
work as a "final punch list". The Contractor shall complete the remaining work listed therein within 30 calendar days. When the
Certificate of Occupancy has been issued, the retainage may be reduced to 4%.
Upon completion of the work listed on the final punch list to the satisfaction of the City of Fort Worth, the retainage may be reduced to
2.5%.
Should the Contractor fail to complete all contractual requirements of the contract, including submittals and final pay request within
the fixed time, the contract time will again commence. Should the Contractor fail to complete the work within the contract duration,
liquidated damages will be assessed
Upon receipt of written notice that the Work is ready for final inspection, the City will conduct a joint inspection and certify completion
of the final punch list by cosigning it with the Contractor.
The Contractor shall submit the following items to the City prior to requesting final payment:
1) Contractor's Affidavit of Payment of Debts and Claims (G706) stating that all payrolls, bills for materials and equipment, and
other indebtedness connected with the Work for which the Owner or their property might in any way be responsible, have been
paid or otherwise satisfied,
2) Consent of Surety to Final Payment (G707), if any, to final payment,
3) Contractor's Affidavit of Release of Liens (G706A), and,
4) Other data establishing payment or satisfaction of all such obligations, such as receipts, releases, and waivers of liens arising
out of the Contract, to the extent and in such form as may be designated by the Owner.
5) Contractor's Warranty
6) Statement that all outstanding work has been completed
7) Issuance of the Final Certificate of Substantial Completion
8) Final acceptance by the City of Fort Worth.
If any Subcontractor, materialman or laborer refuses to furnish a Contractor's Affidavit of Release of Liens, the Contractor may, at the
election of the Owner, furnish a bond satisfactory to the Owner to indemnify them against any right, claim or lien which might be
asserted by such Subcontractor, materialman or laborer. If any such right, claim or lien remains unsatisfied after all payments are
made. The Contractor shall refund to the Owner all monies that the latter may be compelled to pay to discharging such right, claim or
lien, including all costs and reasonable attorney's fees.
The Contractor may then request final payment. The acceptance of final payment shall constitute a waiver of all claims by the
Contractor except those previously made in writing and still unsettled.
The Contractor's one-year warranty will commence upon Substantial Completion of the Project. Trees will be warranted for a period
of two -years per City ordinance. All landscaping and irrigation shall be cared for and maintained by the contractor for 1 year from the
date of substantial completion. This includes but not limited to grass/turf, trees, shrubs, and plant beds. Prior to the expiration of the
one-year warranty there will be a walk through attended by the Owner, Architect, and Contractor to identify any items that need to
be addressed. These items will be agreed upon by all parties and the contractor will complete the work within 30 days.
The designated representative of the City of Fort Worth will make final acceptance and no other form of acceptance will be binding
upon the Owner.
1-9 FINAL PAYMENT FOR UN -BONDED PROJECTS: Final payment will not be made for a period of 30 calendar days and
until all requirements have been met, with the exception of Consent of Surety for Final Payment.
General Conditions of the Contract for Construction Lump Sum Contract Page 17 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
SECTION J
PROTECTION OF PERSONS AND PROPERTY
J-1 SAFETY PRECAUTIONS AND PROGRAMS: The Contractor shall be responsible for initiating, maintaining and
supervising all safety precautions and programs in connection with the Work. The Contractor shall designate a responsible member
of their organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent
unless otherwise designated in writing by the Contractor to the Architect.
J-2 SAFETY OF PERSONS AND PROPERTY: The Contractor shall take all reasonable precautions for the safety of, and shall
provide all reasonable protection to prevent damage, injury or loss to:
(1) All employees on the Work and all other persons who may be affected thereby;
(2) All the Work and all materials and equipment to be incorporated therein, whether in storage on or -off the site, under the care,
custody or control of the Contractor or any of their Subcontractors or Sub -contractors; and
(3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities
not designated for removal, relocation or replacement in the course of construction.
Until acceptance of the Work, it shall be under the charge and care of the Contractor, and they shall take every precaution against
injury or damage to the Work by the action of the elements or from any other cause whatsoever, whether arising from the execution
or from the non -execution of the Work. The Contractor shall rebuild, repair, restore and make good, at his own expense, all injuries or
damages to any portion of the Work occasioned by any of the above, caused before completion and acceptance.
The Contractor shall comply with all applicable Laws, Ordinances, Rules, Regulations and Orders of any public authority having
jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. They shall erect and maintain, as
required by existing conditions and progress of the Work, all reasonable safeguards for safety and protection, including posting danger
signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities.
When the use or storage of explosives or other hazardous materials or equipment is 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 them or for whose acts they may be liable, and not attributable to the fault or negligence of the
Contractor or anyone claiming through the Contractor for such damage or loss.
The Contractor shall not load or permit any part of the Work to be loaded so as to endanger safety.
J-3 HARD HATS: Hard Hats will be required at all construction sites included in this Contract from start to completion of work.
Each Contractor, employee and visitor at any construction site included in the Contract will be required to wear a hard hat. The
Contractor shall enforce the wearing of hard hats by Contractor, employees and visitors. Contractor shall provide hard hats for use by
the consulting Architects and Engineers and visitors.
J-4 EMERGENCIES: In any emergency affecting the safety of persons or property, the Contractor shall act at their discretion
to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on account
of emergency work shall be determined as provided in Changes in the Work.
J-5 SAFE WORK PRACTICES: The Contractor shall employ safe practices in handling materials and equipment used in
performing required work so as to insure the safety of their workmen, City employees and the public. The Contractor shall keep the
premise free at all times from accumulation of waste materials or rubbish. At the completion of the work, the Contractor shall remove
all their wastes and rubbish from and about the work area, as well as their tools, equipment and surplus materials and shall leave the
area as clean and free of spot, stains, etc., as before the work was undertaken.
J-6 TRENCH SAFETY: The Contractor shall be responsible for all design and implementation of trench shoring and
stabilization to meet regulatory requirements. If the Proposal requires, the Contractor shall include a per -unit cost for trench safety
measures in their bid. If not included in the Proposal, the Contractor shall include a cost for trench safety measures for all trenches
over 5 feet in depth in their Schedule of Values.
SECTION K - INSURANCE
K-1 INSURANCE REQUIRED: The Contractor shall not commence work under this Contract until they have obtained all
insurance required under this Section and such insurance has been approved by the City of Fort Worth, nor shall the Contractor allow
any Subcontractor to commence work to be performed under this Contract until all similar insurance of the Subcontractor has been
so obtained and approved. The City of Fort Worth will be listed as an "additional insured" on all policies except Worker's
Compensation.
K-2 WORKERS' COMPENSATION INSURANCE
1) General:
General Conditions of the Contract for Construction Lump Sum Contract Page 18 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
a) Contractor's Worker's Compensation Insurance. Contractor agrees to provide to the Owner (City) a notarized certificate
showing that it has obtained a policy of workers compensation insurance covering each of their employees employed on
the project in compliance with state law.
b) Subcontractor's Worker's Compensation Insurance. Contractor agrees to require each and every subcontractor who will
perform work on the project to provide to it a certificate from each subcontractor stating that the subcontractor has a policy
of workers compensation insurance covering each employee employed on the project. Contractor will not permit any
subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all
such certificates to the Owner (City) upon request.
c) The Contractor is representing to the City that all employees of the Contractor who will provide services on the project will
be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper
reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self -insured, with the Texas Worker's Compensation Commission's Division of Self -
Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties,
criminal penalties, civil penalties or other civil actions.
d) The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the
City to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach
from the City.
2) Definitions:
a) Certificate of Coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self -insure issued by
the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-
84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services
on a project, for the duration of the project.
b) Duration of the Project. Includes the time from the beginning of the work on the project until the Contractor's/person's work
on the project has been completed and accepted by the City.
c) Persons providing services on the project ("subcontractor" in section 406.096)-includes all persons or entities performing
all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person
contracted directly with the Contractor and regardless of whether that person has employees. This includes, without
limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any
such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include,
without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other
services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors,
office supply deliveries, and delivery of portable toilets.
3) Requirements:
a) The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of
any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all
employees of the Contractor providing services of the project, for the duration of the project.
b) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract.
c) If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the
Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the City showing that
coverage has been extended.
d) The Contractor shall obtain from each person providing services on a project, and provide to the City:
i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file
certificates of coverage showing coverage for all persons providing services on the project; and
ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage,
if the coverage period shown on the current certificate of coverage ends during the duration of the project.
e) The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter.
f) The Contractor shall notify the City in writing by certified mail or personal delivery, within ten (10) days after the Contractor
knew or should have known, of any change that materially affects the provision of coverage of any person providing services
on the project.
g) The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's
Compensation Commission, informing all persons providing services on the project that they are required to be covered,
and stating how a person may verify coverage and report lack of coverage.
h) The Contractor shall contractually require each person with whom it contracts to provide services on a project, to
provide coverage, based on proper reporting on the classification codes and payroll amounts and filing of any coverage
agreements, which meets the statutory requirements of Texas labor Code, Section 401.011(44) for all of its employees
providing services on the project, for the duration of the project;
ii) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that
coverage is being provided for all employees of the person providing services on the project, for the duration of the
project;
General Conditions of the Contract for Construction Lump Sum Contract Page 19 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
iii) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of
coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project;
iv) obtain from each other person with whom it contracts, and provide to the Contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project; and
(2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the
coverage period shown on the current certificate of coverage ends during the duration of the project;
v) retain all required certificates of coverage on file for the duration of the project and for one year thereafter.
vi) notify the City in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have
known, of any change that materially affects the provision of coverage of any person providing services on the project;
and
vii) contractually require each person with whom it contracts, to perform as required by paragraphs h-i) - vii), with the
certificates of coverage to be provided to the person for whom they are providing services.
4) Posting of Required Worker's Compensation Coverage.
a) The Contractor shall post a notice on each project site informing all persons providing services on the project that they are
required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This
notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas
Worker's Compensation Commission rules. This notice must be printed with a title in at least 30-point bold type and text in
at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker
population. The text for the notices shall be the following text, without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on this site or providing services related to this construction project
must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering
equipment or materials, or providing labor or transportation or other service related to the project, regardless of
the identity of their employer or status as an employee".
Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to report an
employer's failure to provide coverage."
K-3 LIABILITY INSURANCE: The Contractor shall procure and maintain during the term of this Contract such Liability
Insurance as shall protect them, the City of Fort Worth and any Subcontractor performing work covered by this Contract, from claims
of damage which may arise from operations under this Contract, including blasting, when blasting is done on, or in connection with
the Work of the Project, whether such operations be by themselves or by any Subcontractor or by anyone directly or indirectly
employed by either of them.
Asbestos Abatement Liability Insurance: When the Project specifically requires the removal of Asbestos Containing Materials, the
Contractor, or subcontractor performing the removal, shall be required to maintain Asbestos Abatement Liability Insurance as follows:
$1,000,000 per occurrence; $2,000,000 aggregate limit. The coverage shall include any pollution exposure, including environmental
impairment liability, associated with the services and operations performed under this contract in addition to sudden and accidental
contamination or pollution liability for gradual emissions and clean-up costs.
K-4 BUILDER'S RISK INSURANCE: Unless stated otherwise in the Proposal or Invitation, the Contractor shall procure, pay
for and maintain at all times during the term of this Contract, Builder's Risk Insurance against the perils of fire, lightning, windstorm,
hurricane, hail, riot, explosion, civic commotion, smoke, aircraft, land vehicles, vandalism, and malicious mischief, at a limit equal to
100% of the Contract Sum.
The policy shall include coverage for materials and supplies while in transit and while being stored on or off site. If specifically required
in the Instructions to Bidders, the policy shall include coverage for flood and earthquake. Different sub -limits for these coverages must
be approved by the City.
Consequential damage due to faulty workmanship and/or design performed by the Contractor or their agents shall be covered.
Upon completion of the Work, the Contractor shall notify the City of Fort Worth in writing before terminating this insurance.
K-5 PROOF OF CARRIAGE OF INSURANCE: The Contractor shall provide a certificate of insurance documenting the City of
Fort Worth as a "Certificate Holder", and noting the specific project(s) covered by the Contractor's insurance as documented on the
certificate of insurance. More than one certificate may be required of the Contractor depending upon the agents and/or insurers for
the Contractor's insurance coverages specified for the project(s).
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
General Conditions of the Contract for Construction Lump Sum Contract Page 20 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
accordingly. All Such Changes in the Work shall be authorized by Change Order, and shall be executed under the applicable
conditions of the Contract Documents.
A Change Order is a written order to the Contractor signed by the Contractor, Owner and the Architect, issued after the execution of
the Contract, authorizing a Change in the Work or adjustment in the Contract Sum or the Contract Time. The Contract Sum and the
Contract Time may be changed only by Change Order.
Any changes in work required due to changed or unforeseen conditions, or by request of either the Contractor or the City, shall be
coordinated with the Director, Property Management Department. A change order must be written and duly negotiated and executed
prior to performing changed work.
The cost or credit to the Owner resulting from a Change in the work shall be determined in one or more of the following ways:
1) by mutual acceptance of a lump sum property itemized, including the allowance to Contractor for overhead and profit stipulated
in the original contract proposal;
2) by unit prices stated in the Contract Documents or subsequently agreed upon; or
3) by cost and a mutually acceptable fixed or percentage fee.
If none of the methods set forth herein above is agreed upon, the Contractor, provided they receive a Change Order, shall promptly
proceed with the Work involved. The cost of such work shall then be determined on the basis of the Contractor's reasonable
expenditures and savings, including a reasonable allowance for overhead and profit as indicted in the original contract proposal. In
such cases, the Contractor shall keep and present, in such form as the Architect shall prescribe, an itemized accounting together with
appropriate supporting data. Pending final determination of cost to the Owner, payments on account shall be made on the Architect's
Certificate of Payment as approved by the Owner.
If after the Contract has been executed, the Architect, requests a price proposal from the Contractor for a proposed change in scope
of the work, Contractor shall process such proposal within seven days of receipt and return the price quote to the Architect in writing.
The Architect shall review the price quotation and if approval is recommended, forward the proposed change order request and price
proposal to the Owner for approval. If approval is not recommended, the Architect will attempt to negotiate with Contractor to revise
the proposal to a figure which is fair and reasonable and forward it on to the Owner for approval. If the negotiations do not result in an
equitable solution, the Architect shall prepare a cost-plus type Change Order with a price -not -to -exceed figure for approval by the City
and require specific documentation to be provided by Contractor in accordance with the paragraph above.
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.
Contractor is advised that when the cumulative effect of Change Orders results in an increase in contract valuation by over $100,000,
the City Council must approve all such Change Orders that will exceed this limit, once the recommended change order has been
approved by Council the normal processing time is approximately thirty (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 the Contractor claims that additional cost or time is involved because of (1) any written interpretation issued pursuant to Section A,
(2) any order by the Architect or Owner to stop the Work pursuant to Section B, where the Contract was not at fault, or (3) any written
order for a minor change in the Work, the Contractor shall make such claim.
L-2 CLAIMS FOR ADDITIONAL COST OR TIME: If the Contractor wishes to make a claim for an increase in the Contract
Sum or an extension in the Contract Time, they shall give the Architect written notice thereof within a reasonable time after the
occurrence of the event that gave rise to such claim. This notice shall be given by the Contractor before proceeding to execute the
Work, except in an emergency endangering life or property in which case the Contractor shall proceed in accordance with Section J.
No such claim shall be valid unless so made. Any change in the Contract Sum or Contract Time resulting from such claim, if approved
by the Owner, shall be authorized by Change Order. Any claims submitted for additional cost or time shall be accompanied by a
recovery schedule.
L-3 OVERHEAD ALLOWANCES FOR CHANGES: Should any change in the work or extra work be ordered, the following
applicable percentage shall be added to Material and Labor costs to cover overhead and profit:
1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed
fifteen percent
2. Allowance to the Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the Contractor
shall not exceed ten percent 1( 0%).
L-4 MINOR CHANGES IN THE WORK: The Architect shall have authority to order minor changes in the Work not involving an
adjustment in the Contract Sum or an extension of the Contract Time and not inconsistent with the intent of the Contract Documents.
Such changes may be effected by Field Order or by other written order. Such changes shall be confirmed in writing by the Architect
and shall be binding on the Owner and the Contractor.
L-5 FIELD ORDERS: The Architect may issue written Field Orders which interpret the Contract Documents, or which order
minor changes in the Work without change in Contract Sum or Contract Time. The Contractor shall carry out such Field Orders
promptly.
General Conditions of the Contract for Construction Lump Sum Contract Page 21 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
SECTION M
UNCOVERING AND CORRECTION OF WORK
M-1 UNCOVERING OF WORK: If any Work should be covered contrary to the request of the Owner, it must be uncovered for
observation and replaced, at the Contractor's expense.
If any other work has been covered which the Owner has not specifically requested to observe prior to being covered, the Architect
or the Owner may request to see such work and it shall be uncovered by the Contractor. If such Work be found in accordance with
the Plans and Specifications, the cost of uncovering and replacement shall, by appropriate Change Order, be charged to the Owner.
If such work be found not in accordance with the Plans and Specifications, the Contractor shall pay such costs unless it is found that
this condition was caused by a separate contractor employed by the Owner.
M-2 CORRECTION OF WORK: The Contractor shall promptly correct all work rejected by the Architect or Owner as defective
or as failing to conform to the Plans and Specifications whether observed before or after Substantial Completion and whether or not
fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work, including the cost of the
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 Documents, any of the work is found to be defective or not in
accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from the 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 paragraphs shall be removed from the site where necessary and the
work shall be corrected to comply with the Contract Documents without cost to the Owner.
Defective or non -conforming work shall be completed in a timely manner. The Contractor shall respond and/or repair any work that is
deemed an emergency by the City within 24 hours. The Contractor shall respond and/or repair any other defective or non -conforming
work within three working days.
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
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 that the Contractor should have borne, the difference shall be charged to the Contractor and an appropriate Change Order shall
be issued. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor 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 them
by special guarantees required by the Contract Documents or otherwise prescribed by law.
M-3 ACCEPTANCE OF DEFECTIVE OR NON -CONFORMING WORK: If the Owner prefers to accept defective or non-
conforming work, he may do so instead of requiring its removal and correction, in which case an extended warranty or Change Order
will be issued to reflect an appropriate reduction in the final payment to the Contractor or if the amount is determined after final
payment, the Contractor shall pay Owner the amount of the appropriate reduction.
SECTION N
TERMINATION OF THE CONTRACT
N-1 TERMINATION BY THE CONTRACTOR: If the work is stopped for a period of 30 days under an order or any court or
other public authority having jurisdiction, through no act or fault of the Contractor or a Subcontractor or their agents or employees or
any other persons performing any of the work under a contract with the Contractor, or if the work should be stopped for a period of 30
days by the Contractor for the Owner's failure to make payment thereon as provided in Section I, then the Contractor may after the
end of such period of 30 days and upon seven additional days' written notice to the Owner, terminate the Contract.
N-2 TERMINATION BY THE OWNER: If the Contractor is adjudged as bankrupt, or if they make a general assignment for the
benefit of their creditors, or if a receiver is appointed on account of their 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 they fail 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 their own initiative that sufficient cause exists to justify such action, may, without prejudice to any
rights or remedy and after giving the Contractor and their 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 they may deem expedient. In such case the Contractor shall
not be entitled to receive any further payment until the Work is finished.
General Conditions of the Contract for Construction Lump Sum Contract Page 22 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
If the costs of finishing the Work, including compensation for the Architect's additional services exceed the unpaid balance of the
Contract, the Contractor shall pay the difference to the Owner.
The City of Fort Worth may terminate this contract in whole, or from time to time, in part, whenever such termination is in the best
interest of the City. Termination will be affected by delivering to the Contractor a notice of termination specifying to what extent
performance of the work of the contract is being terminated and the effective date of termination. After receipt of termination the
Contractor shall:
a) Stop work under the Contract on the date and to the extent specified on the notice of termination.
b) Place no further orders or subcontracts except as may be necessary for the completion of the work not terminated.
c) Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of
termination.
After termination as above, the City will pay the Contractor a proportionate part of the contract price based on the work completed;
provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion
thereof allocable to the work not completed and further reduced by the amount of payments, if, any otherwise made. Contractor shall
submit a claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim. In the event
of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph, such dispute
or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the City Council of
the City of Fort Worth shall be final and binding upon all parties to this contract.
SECTION O
SIGNS
The Contractor shall construct and install the project designation sign as required in the Contract Documents and in strict accordance
with the Specifications for "Project Designation Signs." This sign shall be a part of this Contract and shall be included in the Contractor's
Base Bid for the Project.
The Contractor may install their company sign and shall allow the Architect to install their company sign. No other signs will be allowed.
SECTION P
TEMPORARY FACILITIES
P-1 SCOPE: The Contractor shall furnish, erect, and maintain facilities and perform temporary work required in the performance
of this Contract, including those shown and specified.
P-2 USE OF TEMPORARY FACILITIES: All temporary facilities shall be made available for use by all workmen and
subcontractors employed on the project, subject to reasonable directions by the Contractor as to their proper and most efficient
utilization.
P-3 MAINTENANCE AND REMOVAL: The Contractor shall maintain temporary facilities in a proper, safe operating and
sanitary condition for the duration of the Contract. Upon completion of the Contract, all such temporary work and facilities shall be
removed from the premises and disposed of unless otherwise directed or specified hereunder.
P-4 FIELD OFFICES AND SHED: The Contractor is not required to provide a temporary field office or telephone for projects
under $1,000,000. Contractor shall equip the Project Superintendent with a pager and provide 24-hour contacts to the City.
The Contractor shall provide a temporary field office building for themselves, their subcontractors and use by the Architect and Owner.
For construction contracts with a bid price in excess of $1,000,000.00, the Contractor shall provide a separate field office for the City's
field representative (but the separate office may be in the same structure). The buildings shall afford protection against the weather,
and each office shall have a lockable door, at least one window, adequate electrical outlets and lighting, and a shelf large enough to
accommodate perusal of the project drawings. Openings shall have suitable locks. Field offices shall be maintained for the full time
during the operation of the work of the Contract. During cold weather months, the field offices shall be suitably insulated and equipped
with a heating device to maintain 70-degree Fahrenheit temperature during the workday. During warm weather the offices shall be
equipped with an air conditioning device to maintain temperature below 75 degrees F. Upon completion of the work of the Contract,
the Contractor shall remove the building from the premises. In addition to the drawing shelf, provide for the City field representatives
office: one desk, four chairs, plan rack and a four -drawer filing cabinet (with lock). Each office shall contain not less than 120 square
feet of floor space.
The Contractor shall provide and maintain storage sheds and other temporary buildings or trailers on the project site as required for
their use. Location of sheds and trailers shall be as approved by the Owner. Remove sheds when work is completed, or as directed.
P-5 WIRELESS CONNECTION: The Contractor shall provide and pay for wireless internet connection (WIFI) for the City and
Architect.
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
General Conditions of the Contract for Construction Lump Sum Contract Page 23 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
meters will be read and the Contractor will be billed on this actual use. The Contractor shall provide all labor and materials required
to tap into the utilities. The Contractor shall make the connections and extend the service lines to the construction area for use of all
trades. Upon completion of the work all utility lines shall be removed and repairs made to the existing lines. Only utilities at existing
voltages, pressures, frequencies, etc. will be available to the Contractor.
Water. Provide an ample supply of potable water for all purposes of construction at a point convenient to the project or as shown on
the Drawings. Pipe water from the source of supply to all points where water will be required. Provide sufficient hose to carry water
to every required part of the construction and allow the use of water facilities to subcontractors engaged on the work. Provide pumps,
tanks and compressors as may be required to produce required pressures.
Electric Service. Provide adequate electric service for power and lighting to all points where required. Temporary, electric service
shall be of sufficient capacity and characteristics to supply proper current for various types of construction tools, motors, welding
machines, lights, heating plant, air conditioning system, pumps, and other work required. Provide sufficient number of electric outlets
so that 50-foot-long extension cords will reach all work requiring light or power.
Lighting. Supply and maintain temporary lighting so that work of all trades may be properly and safely performed, in such areas and
at such time that day -lighting is inadequate. Provide at least 0.75 watts of incandescent lighting per squgr4e 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 CONDITIONED SPACE: The Contractor shall provide HVAC services as required to protect all work and materials and to
keep the humidity down to the extent required to prevent corrosion of any metal and to prevent dampness or mildew which is potentially
damaging to materials and finishes. All such heating, ventilation and services shall be provided and maintained until final acceptance
of all work. In addition, the Contractor shall provide HVAC 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 50 F and above 95 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 50 F and
above 85 F.
P-9 TEMPORARY CONSTRUCTION. EQUIPMENT AND PROTECTION:
The Contractor shall provide, maintain, and remove upon completion of the work all temporary rigging, scaffolding, hoisting equipment,
rubbish chutes, ladders to roof, barricades around openings, and all other temporary work as required to complete all work of the
Contract. Contractor shall coordinate the use and furnishing of scaffolds with their sub -contractors.
The Contractor shall provide, maintain, and remove upon completion of the work, or sooner, if authorized by the Owner, all fences,
barricades, lights, shoring, pedestrian walkways, temporary fire escapes, and other protective structures or devices necessary for the
safety of workmen, City employees, equipment, the public and property.
All temporary construction and equipment shall conform to all regulations, ordinances, laws and other requirements of the authorities
having jurisdiction, including insurance companies, with regards to safety precautions, operation and fire hazard.
The Contractor shall provide and maintain pumping facilities, including power, for keeping the site, all times, whether from underground
seepage, rainfall, drainage of broken lines.
The Contractor shall maintain provision for closing and locking the building at such time as possible to do so. If this is not feasible,
maintain a night
The Contractor shall provide and maintain all barricades or enclosures, required to protect the work in progress from outside elements,
dusts, and other disturbances as a result of work under this Contract. Such protection shall be positive, shall meet the approval of
the Owner and shall be maintained for the duration of the construction period or as required to provide for the protection as specified.
P-10 PROJECT BULLETIN BOARD: The Contractor shall furnish, install and maintain during the life of the project a weather -
tight bulletin board approximately 3 feet high by 5 feet wide having not less than two hinged or sliding glass doors with provisions for
locking. The bulletin board shall be mounted where and as approved by the Owner, in a prominent place accessible to employees of
the Contractor and sub -contractors, and to applicants for employment. The bulletin board shall remain the property of the Contractor
and shall be removed by them upon completion of the Contract work. The following information which will be furnished by the City to
the Contractor shall be posted on the bulletin board and shall be maintained by the Contractor in easily readable condition at all times
for the duration of the Contract.
A. The Equal Opportunity Poster and Notice Nondiscrimination of Employment (Standard Form 38).
B. Wage Rate Information Poster (Form SOL 155), with the Contract Schedule of minimum wage rates as required by the
Davis -Bacon Act.
C. Safety Posters.
General Conditions of the Contract for Construction Lump Sum Contract Page 24 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
END OF GENERAL CONDITIONS
General Conditions of the Contract for Construction Lump Sum Contract Page 25 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
FORTWORTH,
pz,
SUBJECT: Notice to Proceed
Notice to Proceed Date: ---------------, 2024
Project Duration: 000 Days
Substantial Completion Date: ----------------, 2024
City Council Contract Date: ---------------, 2024
Dear Sir or
Madam,
located at ------------------- was awarded to
, VP of Construction, in
the amount of (Contract Amount, on (Date). This letter shall serve to substantiate a Notice to Proceed
with the below scope of work for the Project.
You are hereby directed to proceed on the following work, in accordance with provisions of City
Secretary Contract Number CSC# ----------------
All work is to be done in accordance with plans, specifications and conditions provided in the contract.
Please acknowledge receipt of this Notice by signing the space below and returning a copy to the Property Management Office. Please
contact Jackson Jones, Construction Superintendent at (817) 269-6578 if there are any questions and prior to commencing work.
Sincerely,
Dana Burghdoff, AICP
Assistant City Manager
Acceptance of Notice Receipt of the above Notice to Proceed is hereby acknowledged this day
BY:
11111111111111111111111111114
CC:
City Project Manager
Nikita Watts
Brian Glass
City Construction Super
City Sr. Construction
PROPERTY MANAGEMENT DEPARTMENT
FACILITIES DIVISION / ARCHITECTURAL
SERVICES
THE CITY OF FORT WORTH * 200 TEXAS STREET
FORT WORTH, TEXAS 76102 (817) 392-2586 * FAX
(817)392-8488
2024.
General Conditions of the Contract for Construction Lump Sum Contract Page 26 of 26
CFW PMD — Sedalco - WRMC Burnett Stalls Replacement December 2024
CITY OF FORT WORTH, TEXAS
CONSTRUCTION CONTRACT (LUMP SUM)
THE STATE OF TEXAS
KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT
This Agreement is made effective as of the date signed by the Assistant City Manager below between the
CITY OF FORT WORTH, a Texas municipal corporation, hereinafter called OWNER, and Sedalco, Inc.,
authorized to conduct business in the State of Texas, hereinafter called CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to
be made and performed by the Owner, the said Contractor hereby agrees with the said Owner to
commence and complete the construction of certain improvements described as follows:
City of Fort Worth
WRMC Burnett Stall Renovations
3401 W Lancaster Avenue
Fort Worth, Texas
PM D2024-05
City Project # 104397
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 .
Contract Documents: This Contract, General Conditions, Instructions, Project Proposal Form and Plans
and Specifications, which may be added to by the Architect at a later date, which are attached hereto and
incorporated herein, are made a part of this Contract for all purposes. In the event of any conflict between
the terms and conditions of General Conditions, Instructions, Project Proposal Form and Plans and
Specifications and the terms and conditions set forth in the body of this Contract, the terms and conditions
of this Contract shall control.
Time for Completion and Liquidated Damaqes: The Contractor hereby agrees and binds itself to commence
the construction of said work within 11.5 Months (336) days after being notified in writing to do so by the
Owner. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and
Contract Documents within the time so stipulated, plus any additional time allowed as provided in the
General Conditions, there shall be deducted from any monies due or which may thereafter become due
him, the liquidated damages in the amount of $630.00 per day as outlined in the General Conditions, not
as a penalty but as an agreed upon damages calculation by two sophisticated parties., the Contractor and
their Surety shall be liable to the Owner for such deficiency.
City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work,
and for stated additions thereto or deductions therefrom, the price indicated below. Payment will be made
as per the Texas Prompt Payment Act and based upon actual work completed by contractor and
accepted by the Owner as described in invoicing from the Contractor.
The contract amount shall be Three Million Seven Hundred Twentv Thousand One Hundred Eighty -
Three Dollars ($3,720,183.00) consisting of the Base Proposal ($3.460.635), Owner's Contingency
Allowance ($259,548), and no Alternates.
Insurance and Bondinq Requirements:
The Contractor shall not commence work under this contract until it has obtained all insurance
required under the Contract Documents and the Owner has approved such insurance. The Contractor shall
be responsible for collecting and delivering to the Owner upon request, the sub -contractors' certificates of
insurance. The Contractor shall indicate on its certificate of insurance included in the documents for
execution whether or not its insurance covers subcontractors. Contractor and any subcontractors may not
commence any work without first providing insurance as required.
OFFICIAL RECORD
Sedalco, Inc. CITY SECRETARY Page 22 of 32
WRMC Burnett Stalls (December 2024) FT. WORTH, TX
If this Contract is in excess of $25,000, the Contractor shall provide a Payment Bond in the full amount of
the contract. If the contract is in excess of $100,000 Contractor shall also provide a Performance Bond for
the full amount of the contract.
INDEMNIFICATION: CONTRACTOR COVENANTS AND AGREES TO INDEMNIFY CITY'S ENGINEER
AND ARCHITECT, AND THEIR PERSONNEL AT THE PROJECT SITE FOR CONTRACTOR'S SOLE
NEGLIGENCE. IN ADDITION, CONTRACTOR COVENANTS AND AGREES TO INDEMNIFY, HOLD
HARMLESS AND DEFEND, AT THEIR OWN EXPENSE, THE OWNER, ITS OFFICERS, SERVANTS
AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR SUITS FOR PROPERTY LOSS,
PROPERTY DAMAGE, PERSONAL INJURY, INCLUDING DEATH, ARISING OUT OF, OR ALLEGED
TO ARISE OUT OF, THE WORK AND SERVICES TO BE PERFORMED HEREUNDER BY
CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES OR
INVITEES, WHETHER OR NOT ANY SUCH INJURY, DAMAGE OR DEATH IS CAUSED, IN WHOLE OR
IN PART, BY THE NEGLIGENCE OR ALLEGED NEGLIGENCE OF OWNER, ITS OFFICERS,
SERVANTS, OR EMPLOYEES. CONTRACTOR LIKEWISE COVENANTS AND AGREES TO
INDEMNIFY AND HOLD HARMLESS THE OWNER FROM AND AGAINST ANY AND ALL INJURIES
TO OWNER'S OFFICERS, SERVANTS AND EMPLOYEES AND ANY DAMAGE, LOSS OR
DESTRUCTION TO PROPERTY OF THE OWNER ARISING FROM THE PERFORMANCE OF ANY OF
THE TERMS AND CONDITIONS OF THIS CONTRACT, WHETHER OR NOT ANY SUCH INJURY OR
DAMAGE IS CAUSED IN WHOLE OR IN PART BY THE NEGLIGENCE OR ALLEGED NEGLIGENCE
OF OWNER, THEIR OFFICERS, SERVANTS OR EMPLOYEES.
Construction shall not start without a "Notice to Proceed". The Notice to Proceed shall not be issued without
bonds and insurance in place.
Immigration Nationalitv Act: City actively supports the Immigration & Nationality Act (INA) which includes
provisions addressing employment eligibility, employment verification, and nondiscrimination. Vendor shall
verify the identity and employment eligibility of all employees who perform work under this Agreement. Vendor
shall complete the Employment Eligibility Verification Form (1-9), maintain photocopies of all supporting
employment eligibility and identity documentation for all employees, and upon request, provide City with copies
of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this
Agreement. Vendor shall establish appropriate procedures and controls so that no services will be performed
by any employee who is not legally eligible to perform such services. Vendor shall provide City with a
certification letter that it has complied with the verification requirements required by this Agreement. Vendor
shall indemnify City from any penalties or liabilities due to violations of this provision. City shall have the right
to immediately terminate this Agreement for violations of this provision by Vendor.
No Bovcott of Israel. If Contractor has fewer than 10 employees or the Agreement is for less than
$100,000, this section does not apply. Contractor acknowledges that in accordance with Chapter 2270 of
the Texas Government Code, City is prohibited from entering into a contract with a company for goods or
services unless the contract contains a written verification from the company that it: (1) does not boycott
Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and
"company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government
Code. By signing this Agreement, Contractor certifies that Contractor's signature provides written
verification to City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the
term of the Agreement.
Prohibition on Bovcottina Enerav Companies. Vendor acknowledges that in accordance with Chapter 2276
of the Texas Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with
a company (with 10 or more full-time employees) unless the contract contains a written verification from the
company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during
the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed
to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the
Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that
Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy
companies; and (2) will not boycott energy companies during the term of this Agreement.
Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor acknowledges that
except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from
Sedalco, Inc. Page 23 of 32
WRMC Burnett Stalls (December 2024)
entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly
or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the
contract contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will
not discriminate during the term of the contract against a firearm entity or firearm trade association. The
terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those
terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the
Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that
Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate against a firearm entity or firearm trade association during the term of
this Agreement.
Governinq Law and Venue: This Agreement, including all of the Contract Documents is performable in the
State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern
District of Texas, Fort Worth Division.
Non -appropriation of Funds: In the event no funds or insufficient funds are appropriated by City in any fiscal
period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received without penalty or
expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for
which funds have been appropriated. The failure of City or Contractor to insist upon the performance of any
term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of
City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on
any future occasion.
Severabilitv/Non-Waiver of Claims: Any provision or part of the Contract Documents held to be
unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and
all remaining provisions shall continue to be valid and binding upon City and Contractor.
No Third -Party Beneficiaries: This Agreement gives no rights or benefits to anyone other than the City and the
Contractor and there are no third -party beneficiaries.
Assiqnment of Contract: This Agreement, including all of the Contract Documents may not be assigned by
the Contractor without the advanced express written consent of the City.
Sedalco, Inc. Page 24 of 32
WRMC Burnett Stalls (December 2024)
This Agreement is made effective as of the date signed by the Assistant City Manager below.
FORT WORTH:
City of Fort Worth
a 2�a
By. Dana Burand off (Dec 2024 CST)
Name: Dana Burghdoff, AICP
Title: Assistant City Manager
Date: Dec 16, 2024
Approval Recommended:
By: -1 A -
Name: Marilyn Marvin
Title: Director Property Management
Attest:
Contract Compliance Manager:
By signing I acknowledge that I am the
person responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
By:
Name: Nikita N. Watts
Title: Senior Capital Projects Officer
Approved as to Form and Legality:
p
Fu�
a0k ORT%
/VI p>e �90d
By: By: Douglas Black (Dec 13, 20241158 CST)
Name: Jannette S. Goodall °°o*d Name: Douglas Black
Title: City Secretary ��°d nE4p54a Title: Senior Assistant City Attorney
Contract Authorization:
M&C: 24-1111
Date: December 10, 2024
CONTRACTOR:
Sedalco, Inc.
29ff Ga��l,fOl�
By: Russ Garrison (Dec 12, 202414:29 CST)
Name: Russ Garrison
Title: President / CEO
Date: Dec 12, 2024
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Sedalco, Inc. Page 25 of 32
WRMC Burnett Stalls (December 2024)
Bond # 30236430
PAYMENT BOND
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we, SEDALCO, Inc. . known as "Principal" herein, and
National Fire Insurance Companv of Hartford
, a corporate
surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether
one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created
pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of, Three Million
Seven Hundred Twentv Thousand One Hundred Eighty -Three Dollars ($3.720.183.00), lawful money
of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well
and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents:
WHEREAS, Principal has entered into a certain written Contract with City, awarded the 10thday
of December , 2024, which Contract is hereby referred to and made a part hereof for all purposes as
if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law,
in the prosecution of the Work as provided for in said Contract and designated as WRMC Burnett Stall
Renovations located at 3401 W. Lancaster Avenue, Fort Worth, Texas (PMD2024-05 Proiect No.
104397).
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall
pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas
Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation
shall be and become null and void; otherwise to remain in full force and effect.
This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas
Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the
provisions of said statute.
Sedalco, Inc. Page 26 of 32
WRMC Burnett Stalls (December 2024)
IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly
authorized agents and officers on this the 10th day of December , 2024.
ATTEST:
E(Princi al Secret
Witness as to PriJpal
ATTEST:
a4AWm 'I''�lM�
(Surety) Secretary
Witness as to Surety
PRINCIPAL:
SEDALCO, Inc.
CSgna
Jared H\iclis;-Executive Vice President
Name and Title
Address: 4100 Fossil Creek Blvd.
Fort Worth, TX 76137
SURETY:
National Fire Insurance Company of Hartford
BY:
Signature _ ..
�ta
Amber Jones, Attorney -in -Fact
Name and Title
Address: 151 N. Franklin Street
Chicacio. IL 60606
Telephone Number: (312) 522-5000
*Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that
this person has authority to sign such obligation. If Surety's physical address is different from its mailing address,
both must be provided. The date of the bond shall not be prior to the date the Contract is awarded.
Sedalco, Inc. Page 27 of 32
WRMC Burnett Stalls (December 2024)
State of Texas
Claim Notice Endorsement
To be attached to and form a part of Bond No. 30236430
In accordance with Section 2253.021(f) of the Texas Government Code and Section
53.202(6) of the Texas Property Code any notice of claim to the named surety under this
bond(s) should be sent to:
CNA Surety
151 North Franklin, 17th Floor
Chicago, IL 60606
Telephone: 1-877-672-6115
Form F6944-6-2018
Bond # 30236430
PERFORMANCE BOND
THE STATE OF TEXAS
KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT
That we, SEDALCO, Inc.
National Fire Insurance Company of Hartford
, known as "Principal" herein and
, a corporate surety
(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein
(whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation
created pursuant to the laws of Texas, known as "City" herein, in the penal sum of Three Million Seven
Hundred Twentv Thousand One Hundred Eighty -Three Dollars ($3.720.183.00), lawful money of the
United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and
truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the City awarded the
10thday of December , 2024, which Contract is hereby referred to and made a part hereof for all
purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined
by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract
designated as WRMC Burnett Stall Renovations located at 3401 W. Lancaster Avenue, Fort Worth,,
Texas (PMD2024-05 Proiect No. 104397).
NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall
faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform
the Work, including Change Orders, under the Contract, according to the plans, specifications, and
contract documents therein referred to, and as well during any period of extension of the Contract that
may be granted on the part of the City, then this obligation shall be and become null and void, otherwise
to remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant
County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division.
This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas
Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the
provisions of said statue.
Sedalco, Inc. Page 28 of 32
WRMC Burnett Stalls (December 2024)
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 10th day of December 2024.
%ri ipl) Secre ry v
�tness
as to Principal
Witness as to Surety
PRINCIPAL:
SEDALCO, Inc.
U: V
Jared Hicks,'bee/ice President
Name and Title
Address: 4100 Fossil Creek Blvd.
Fort Worth, TX 76137
SURETY:
National Fire Insurance Company of Hartford
BY:
Signature
Amber Jones, Attorney -in -Fact
Name and Title
Address: 151 N. Franklin Street
Chicago, IL 60606
Telephone Number: (312) 522-5000
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws
showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing
address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded.
Sedalco, Inc. Page 29 of 32
WRMC Burnett Stalls (December 2024)
COMMENTS/REMARKS
The General and Auto Liability policies include a Blanket Additional Insured endorsement
that provides Additional Insured status to any person or organization as required by
written contract or agreement.
The General Liability Additional Insured endorsement provides Ongoing and Completed
Operations coverage to any person or organization when there is a written contract or
agreement requiring such status.
The General Liability policy includes Primary and Non -Contributory wording in favor of any
person or organization as required by written contract or agreement.
The General & Auto Liability and Workers Compensation policies include a Blanket Waiver
of Subrogation endorsement in favor of any person or organization as required by written
contract or agreement.
The Umbrella policy follows form of the underlying General Liability, Auto Liability and
Employers Liability.
30 Days Notice of Cancellation will be provided if required by written contract, except 10
days for non-payment.
OFREMARK COPYRIGHT 2000, AMS SERVICES INC.
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an
Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are
duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures
and seals herein affixed hereby make, constitute and appoint
Darrin Weber, April Penny, Amber Jones, Julie Baumberger, Individually
of Dallas, TY, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of
said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed below, duly adopted, as indicated, by the
Boards of Directors of the insurance companies.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this
1 lth day of December, 2023.
r. uA�P iNSUR Continental Casualty Company
National Fire Insurance Company of Hartford
y' Q�ppgq tf aye `K�OR7GRgr�� �� American Casualty Company of Readin Pennsylvania
SEAL
tes7 Larry KastPt7 Vice President
State of South Dakota, County of Minnehaha, ss:
On this 1 lth day of December, 2023, before me personally came Larry Kasten to me known, who, being by me duly sworn, did depose and say: that he resides in
the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance
Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and
which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that
they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,
and acknowledges same to be the act and deed of said insurance companies.
_ �;
My commission expires l seas HOTTA B BENT
(/0QL�;
.r�SOUTH DAKOTA` M,
March 2, 2026 + M. Bent Notary Public
CERTIFICATE
I, D. Johnson, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois
insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney
herein above set forth is still in force, and further certify that the By -Laws and Resolutions of the Board of Directors of the insurance companies printed below are still
in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 101' day of December, 2024.
oAS Continental Casualty Company
1NSuq' c°� °` National Fire Insurance Company of Hartford
,GORPORArIt $ ��,coRrawr�o ° American Casualty Company of Reading, Pennsylvania =_ -
i
Z • $ IUIY it, 2!MA
.. �
t alr�
D. Johnson Assistant Sear,* v
Authorizing By -Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF EACH OF CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE�CZ WAP ,,,Vi' -
HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA (as defined above, the "CNA Companies"):
This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of each b'f the above CNA
Companies at a meeting held on May 12, 1995:
"RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the
Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be
provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective-"
This Power of Attorney is signed by Larry Kasten, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on
behalf of each of the CNA Companies.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of each of the above
Companies by unanimous written consent dated the 251 day of April, 2012:
"Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute
various policies, bonds, undertakings and other obligatory instruments of like nature; and
Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or
otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer
shall be valid and binding on the Company."
This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the
following Resolution adopted by the Board of Directors of each of the above CNA Companies by unanimous written consent dated the 27th day of April, 2022:
"RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify
and confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company."
Go to www.cnasuretv.com > Owner! Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity.
Form F6853-6/2023
Figure: 28 TAC §1.601(a)(3)
1 IMPORTANT NOTICE
To obtain information or make a complaint:
2 You may contact Continental Casualty Company,
National Fire Insurance Company of Hartford,
American Casualty Company of Reading, PA and
Continental Insurance Company at 312-822-5000.
3 You may call Continental Casualty Company,
National Fire Insurance Company of Hartford,
American Casualty Company of Reading, PA and
Continental Insurance Company's toll -free telephone
number for information or to make a complaint at:
1-877-672-6115
4 You may also write to Continental Casualty
Company, National Fire Insurance Company of
Hartford, American Casualty Company of Reading,
PA and Continental Insurance Company at:
CNA Surety
151 North Franklin, 17th Floor
Chicago, IL 60606
5 You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at:
1-800-252-3439
6 You may write the Texas Department of
Insurance:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Web: www.tdi.texas.gov
E-Mail: ConsumerProtection@tdi.texas.gov
7 PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should contact
Continental Casualty Company, National Fire
Insurance Company of Hartford, American Casualty
Company of Reading, PA and Continental Insurance
Company first. If the dispute is not resolved, you
may contact the Texas Department of Insurance.
8 ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not
become a part or condition of the attached
document.
Form F8277-6-2018
AVISO IMPORTANTE
Para obtener informacion o para someter una queja:
Puede comunicarse con Continental Casualty
Company, National Fire Insurance Company de
Hartford, American Casualty Company de Reading, PA
y Continental Insurance Company al 312-822-5000.
Usted puede Ilamar al numero de telefono gratis de
Continental Casualty Company, National Fire
Insurance Company de Hartford, American Casualty
Company de Reading, PA y Continental Insurance
Company's para informacion o para someter una
queja al:
1-877-672-6115
Usted tambien puede escribir a Continental Casualty
Company, National Fire Insurance Company de
Hartford, American Casualty Company de Reading,
PA y Continental Insurance Company:
CNA Surety
151 North Franklin, 17th Floor
Chicago, IL 60606
Puede comunicarse con el Departamento de Seguros
de Texas para obtener informacion acerca de
companias, coberturas, derechos o quejas al:
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas.-
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Web: www.tdi.texas.gov
E-Mail: ConsumerProtection@tdi.texas.gov
DISPUTES SOBRE PRIMAS O RECLAMOS:
Si tiene Una disputa concerniente a su prima o a
un reclamo, debe comunicarse con el Continental
Casualty Company, National Fire Insurance
Company de Hartford, American Casualty Company
de Reading, PA y Continental Insurance Company
primero. Si no se resuelve la disputa, puede
entonces comunicarse con el departamento (TDI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para proposito de informacion y no se
convierte on parte o condicion del documento
adjunto.
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides
worker's compensation insurance coverage for all of its employees employed on City Project, WRMC
Burnett Stall Renovations located at 3401 W. Lancaster Avenue. Fort Worth. Texas (PMD2024-05
Project No. 104397). Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b),
as amended, it will provide to City its subcontractor's certificates of compliance with worker's
compensation coverage.
CONTRACTOR:
-SEDAL-co,
Company
ao F0ssi GYMV Sly
Address
By: MASS6A*y7-S0q ,
(Please Pri )
Signature:
FOV't WAY' �' iXfit S � LO 1� I Title: CFfo
City/State/Zip (Please Print)
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, on this day personally appeared
5 EI`-,WiCVVl , , known to me to
be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she
executed the same as the act and deed of ?P l AL4L , i QC, , for the
purposes and consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this JU day of WIM bW 2024.
N01-
VE Of
0311..
Sedalco, Inc.
WRMC Burnett Stalls (December 2024)
�-INDA
Notary Public in and for the State of Texas
Page 31 of 32
4'—C"
_ CENTERLINE OF
SIGN, LOGO &
TEXT INFORMATION
FORT ORTH®
Project Title
Architect:
Architect's Name
Contractor:
Contractor's Name
FUNDED BY
(List Bond Fund, etc.)
SCHEDULED COMPLETION DATE
YEAR
SIGN COLOR & FONT:
Q
I
BACKGROUND - WHITE
BORDER - 5f16"WIDE, 3"RADIUS CORNERS, PMS 288 (BLUE)
TEXT - HELVETICA or ARIAL, PMS 288 (BLUE)
FORT WORTH LOGO COLORS & FONT:
FORT WORTH - PMS 288 (BLUE), CHELTENHAM BOLD
LONGHORN LOGO - PMS 725 (BROWN)
PROJECT DESIGNATION SIGN
Sedalco, Inc. Page 32 of 32
WRMC Burnett Stalls (December 2024)
ELEMENTS
of architecture
ADDENDUM - 1
City of Fort Worth
WRMC Burnett Stalls Replacement
Elements Project No. 23-1021.00
October 01, 2024
This addendum forms a part of the Contract Documents, dated Addendum 1 October 01, 2024, which supersedes and supplements all
portions of the documents with which it conflicts.
Bids remain due on Thursday, October 17, 2024, until 2:00 P.M.
The following refers to Addendum items, by number, to the Project Manual and/or Drawings and attachments as indicated below:
ADD- 1/01 Warehouse
Reference: Warehouse change of northeast corner of Burnett Building
Refer to list below of drawings.
ADD-1 /02 Specification 01 2100 ALLOWANCES
Reference: Project Allowances
Refer to revised specification to include revised allowance amounts associated with the warehouse.
ADD- 1/03 Stall Panels
Drawing List:
Reference: Floor Plans of Stall Layouts
Cost of stall panels and parts associated with installation is not to be included with bid and is Owner furnished. General
Contractor is to include in his bid the cost to receive, unload, store and install all stall panels including parts as illustrated
in plans.
G0.0 GENERAL INFORMATION
C2.0 INTERIOR DEMOLITION PLAN
C2.1 EXTERIOR DEMOLITION PLAN
C3.0 INTERIOR PAVING PLAN
C3.1 EXTERIOR PAVING PLAN
C4.0 INTERIOR GRADING PLAN
C4.1 EXTERIOR GRADING PLAN
C6.0 UTILITY PLAN
C7.0 CONSTRUCTION DETAILS
C7.1 CONSTRUCTION DETAILS
A2.1 FLOOR PLAN - AREA A
A2.2 ENLARGED FLOOR PLANS
A2.3 ENLARGED FLOOR PLAN
A2.4 ENLARGED FLOOR PLAN
A2.6 ENLARGED FLOOR PLANS
A2.7 ENLARGED FLOOR PLAN
Page 1 of 2
Elements of Architecture, Inc. 1 1201 6'h Avenue, Suite 100, Fort Worth, Texas 76104 1 817.333.2880
A2.8 ENLARGED FLOOR PLAN
A2.9 SCHEDULES
A3.1 ELEVATIONS AND DETAILS
A5.1 INTERIOR ELEVATIONS
A6.1 REFLECTED CEILING PLAN
A8.1 FOUNDATION DETAILS
A8.2 DETAILS
A8.3 PARTITION TYPES AND DOOR DETAILS
S0.1 GENERAL NOTES
S0.2 SPECIFICATIONS
S0.3 SPECIFICATIONS
S0.4 SPECIFICATIONS
S0.5 SPECIFICATIONS
S0.6 SPECIAL INSPECTIONS
S1.1 FOUNDATION DETAILS
S1.2 FOUNDATION DETAILS
S2.1 FOUNDATION PLAN
P0.0 PLUMBING NOTES
P1.1 DEMOLITION PLAN
P1.2AB PLUMBING PLAN A-B
E0.0 ELECTRICAL NOTES
E1.0 ELECTRICAL DIAGRAM
E1.2AB POWER PLAN A-B
E2.0 PANEL SCHEDULES
FS0.1 FIRE SPRINKLER NOTES
FS2.1 FIRE SPRINKLER PLAN
Attachments:
Drawings -Addendum 1 dated October 01, 2024
Specification - 01 2100 ALLOWANCES
END OF ADDENDUM — 1
Page 2 of 2
Elements of Architecture, Inc. 1 1201 6'h Avenue, Suite 100, Fort Worth, Texas 76104 1 817.333.2880
Co!MENTS
rchitecture
ADDENDUM - 2
City of Fort Worth
WRMC Burnett Stalls Replacement
Elements Project No. 23-1021.00
October 14, 2024
This addendum forms a part of the Contract Documents dated March 15, 2024 and Addendum #1 dated October 1, 2024 which
supersedes and supplements all portions of the documents with which it conflicts.
Bids remain due on Thursday, October 17, 2024, until 2:00 P.M.
The following refers to Addendum items, by number, to the Project Manual and/or Drawings and attachments as indicated below:
ADD-2/01 Questions from Bidders
Reference: COFW Vendor Disciussions received via Bonfire
Refer to the attached questions and responses.
ADD-2/02 Architectural Drawing sheet A2.2 Enlarged Floor Plans
Reference: Delete Key Note 14 for Roof Ladder/Roof Hatch requirement. The roof ladder and roof scuttle are not
required and are to be removed from the project scope.
ADD-2/03 Electrical Drawing sheet E0.0 ELECTRICAL NOTES
Reference: Revised power plan for Fire Alarm Design Requirements
Refer to revised sheet included.
ADD-2/04 Electrical Drawing sheet E1.2AB POWER PLAN A-B
Reference: Revised power plan for RV Areas
Refer to revised sheet included.
ADD-2/05 Electrical Drawing sheet E2.0 PANEL SCHEDULES
Reference: Revised power plan for Fire Alarm
Refer to revised sheet included.
ADD-2/06 Fire Sprinkler Drawing sheet FS0.1 FIRE SPRINKLER NOTES
Reference: Revised Fire Protection Notes
Refer to revised sheet included.
ADD-2/07 Fire Sprinkler Drawing sheet FS2.1 FIRE SPRINKLER PLAN
Reference: Revised Fire Protection Plan and sprinkler head design
Refer to revised sheet included.
Attachments:
COFW Vendor Disciussions
Drawings - Addendum 2 dated October 14, 2024
E0.0 ELECTRICAL NOTES
E1.2AB POWER PLAN A-B
Page 1 of 2
Elements of Architecture, Inc. 1 1201 6`h Avenue, Suite 100, Fort Worth, Texas 76104 1 817.333.2880
E2.0 PANEL SCHEDULES
FS0.1 FIRE SPRINKLER NOTES
FS2.1 FIRE SPRINKLER PLAN
END OF ADDENDUM — 2
Page 2 of 2
Elements of Architecture, Inc. 1 1201 6" Avenue, Suite 100, Fort Worth, Texas 76104 1 817.333.2880
12/11 /24, 8:56 AM
M&C Review
ACITY COUNCIL AGEND
Create New From This M&C
DATE: 12/10/2024 REFERENCE **M&C 24- LOG
NO.: 1111 NAME:
Official site of the City of Fort Worth, Texas
F3RT*14WOR�TH
25WRMCBURN ETTSTALLCONSTRUCTIONCONTRACT
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT. (CD 7) Authorize the Execution of a Construction Contract with SEDALCO, Inc. d/b/a SEDALCO
Construction Services, in an Amount Not to Exceed $3,720,183.00, for the Will Rogers Memorial Center
Burnett Building and Stall Renovation
RECOMMENDATION:
It is recommended that the City Council authorize the execution of a construction contract
with SEDALCO, Inc. d/b/a SEDALCO Construction Services, in an amount not to
exceed $3,720,183.00 including the owner's construction allowance, for the Will Rogers Memorial
Center Burnett Building and Stall Renovation project (City Project No. 104397).
DISCUSSION:
The purpose of this Mayor & Council Communication is to authorize the execution of a construction
contract with SEDALCO, Inc. d/b/a SEDALCO Construction Services. The Burnett Building at the Will
Rogers Memorial Center (WRMC) was originally constructed in 1988. The building is approximately
175,400 square feet and is mostly comprised of horse stall areas. Cattle pens are located in the center
of the facility. There are aisles and/or tunnels that connect directly to the Coliseum as well as to the
Richardson -Bass Building. This building also contains veterinary and wash facilities for animals, a fire
station, a small concession stand, and a few administration offices as well as restrooms and several
other support spaces.
As a result of the 2018 WRMC Facilities Assessment, major issues were discovered that include (but
not limited to) the following:
The current stall panels currently located in the Burnett Building, at the WRMC, are heavy, bulky,
and pose a danger to employees with numerous movements throughout the year.
The majority of the plumbing systems in the Burnett Building are original from when the building
was constructed and require major repair and replacement.
The floors in the equestrian stall areas are heaving from constant use by horse traffic and are
creating opportunities for liquids to pool instead of draining to floor drains. These pooling, low-lying
areas not only contribute to the degradation of the concrete and asphalt surfaces below but are
also dangerous uneven surfaces for both pedestrians and animals.
The power distribution is inadequate and does not meet the various stall configurations required
for different events.
This project will address the prementioned issues as well as the following:
The design and manufacturing of new lightweight, durable, and transportable stall panels to
include power distribution cable protection.
Repair and replace water and sanitary sewer lines and replace fire risers valves and hose cabinets.
Improve overall power distribution throughout the interior of the building to the end user by
upgrading existing electrical equipment such as switchboard, transformers, and associated wiring.
Replace existing asphalt and concrete floors.
On September 19 and September 26, 2024, in the Fort Worth Star -Telegram, the City published notice
of a Request for Competitive Sealed Proposals, and on October 17, 2024 responses from the
following 6 firms were received:
RIM Contractors Inc.
SEDALCO, Inc.
Mart, Inc.
F.H. Paschen
HM & MF, Ltd., d/b/a Muckleroy & Falls
CGC General Contractors, Inc.
apps.cfwnet.org/council_packet/mc_review.asp? I D=32817&cou ncildate=12/10/2024 1 /3
12/11/24, 8:56AM M&C Review
All firms were invited to provide Post Proposal - Pre -Award Submittals.
The proposal was reviewed by members of the Public Events Department, Office of Business
Diversity, and the Property Management Department for completeness, cost, and compliance with
the Minority and Women -Owned Business (MWBE) requirements. References were checked and
Property Management met with SEDALCO Construction Services. to verify scope and schedule.
Based on this review, the selection team recommends award of the construction contract to SEDALCO
Construction Services as the firm offering the best value for the project.
The overall project costs are expected to be as described in the table below:
PROJECT COSTS TOTALS
Architectural & Engineering Design $160,000.00
Construction Contract (Including Owner's Construction $3,720,183.00
Allowance)
Equine Stall Panels, Gates, and Racks $2,198,278.88
Project Administration Cost: Project Management, $1,183,692.38
Contingency, etc.
PROJECT TOTAL $7,262,154.26
Permit Fees: In accordance with the City Code of Ordinances, Part II, Chapter 7-1 Fort Worth Building
Administrative Code, Section 109.2.1, Exception 2; "Work by non -City personnel on property under the
control of the City of Fort Worth shall be exempt from the permit fees only if the work is for action
under a contract that will be or has been approved by City Council with notes in the contract packages
stating the fee is waived."
Funding:
M&C 22-0984 approved on November 29, 2022, allocated $825,450.00 to ARPA WRMC Stall Panel
Replace City Project No. (CPN 104397) Fund 30205.
M&C 23-0646 approved on August 8, 2023, authorized the reallocating estimated receipts and
appropriations for ARPA WRMC Stall Panel Replace project (CPN 104397) from department funds to
ARPA funds by decreasing Fund 30205 by $740,294.15 and increasing Fund 31001 by $740,294.15.
M&C 23-0792 on September 26, 2023, allocated an additional $4,300,000.00 to the project through
authorizing the issuance City of Fort Worth, Texas, Tax -Exempt Special Tax Revenue Bonds, Series
2023A and City of Fort Worth, Texas, Taxable Special Tax Revenue Bonds, Series 2023B to Fund
34030.
M&C 24-0505 approved on June 11, 2024, authorized the increase receipts and appropriations to the
ARPA WRMC Stall Panel project (CPN 104397) Fund 31001, in the amount of $76,103.37
M&C 24-0892 approved on October 15, 2024, reallocated $2,348,731.18 from multiple Public Events
Department (PED) projects to ARPA WRMC Stall Panel Replace project, Fund 31001, and
$920,695.53 to Fund 30205.
The total project budget is $7,262,154.26. This budget funds the construction contract with SEDALCO
Construction Services and Event Facilities Fort Worth.
Funding is budgeted in the Grants Cap Projects Federal, Public Events Capital & Spcial Tax Rev Bond
Serie 2023A Funds for the purpose of funding the ARPA WRMC Stall Panel Replace project, as
appropriated.
Diversity & Inclusion: The Business Equity Division placed a 6.92\% business equity goal on this
solicitation/contract. Sedalco, Inc., will be exceeding the goal at 12.96\%, meeting the City's Business
Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division.
The Will Rogers Memorial Center is located in COUNCIL DISTRICT 7.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in current capital budget, as previously
appropriated, in the Grants Cap Projects Federal, Public Events Capital and Spcial Tax Rev Bond
Serie 2023A Funds for the ARPA WRMC Stall Panel Replace project to support the approval of the
apps.cfwnet.org/council_packet/mc_review.asp?ID=32817&councildate=12/10/2024 2/3
12/11/24, 8:56AM M&C Review
above recommendation and execution of the contract. Prior to any expenditure being incurred, the
Public Events Department has the responsibility to validate the availability of funds.
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID I Year (Chartfield 2)
Submitted for City Manaaer's Office by_ William Johnson (5806)
Originating Department Head: Michael Crum (2501)
Additional Information Contact: Keith A. Chisolm (2525)
ATTACHMENTS
24-104397 (WRMC Burnette Stalls Renovation) CM-NS.pdf (CFW Internal)
25AWARD CONTRACT - Funds Availabilitv.docx (CFW Internal)
25WRMCBURNETTSTALLCONSTRUCTIONCONTRACT FIDs table (1).xlsx (CFW Internal)
SAM Sedalco Inc.pdf (CFW Internal)
WRMC Burnett Stalls Form 1295 SEDALCO INC..pdf (CFW Internal)
apps.cfwnet.org/council_packet/mc_review.asp?ID=32817&councildate=12/10/2024 3/3