Loading...
HomeMy WebLinkAboutContract 43302. . .. CITY.SECRETARY JI A:D1,.. CORl'RACT NO. ~~-l,,J,,,,j.~~d.---- THE CITY OF FORT WORTH, TEXAS . . THIS COPY IS FCi R : CONTRACTOR ~ CITY SECRETARY SPONSORING DEPT PROJECT MANAGER TPW FILE COPY Roof Repairs at Will Rogers Memorial CenteJ: ___ _ TPW2012-01 FORT WORTH @ ' / BETSY PRICE TOM HIGGINS MAYOR C ITY MANAG E R Douglas W. Wiersig, PE Director, Transportation & Public Works Department Kirk Slaughter Public Events Department Elements of Architecture Jeff Eubank Roofing Company, Inc. Roof Repairs at Will Ro gers M e morial Center May 20 12 May 2012 06 -12 -12 A0 9 :35 I N OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX - - - - - - City of Fort ~Worth, Texas Mayor and Council Communication C:OUNCILACTION: Approyed on 5/15/201? t · drciinance No. 20218-05-2012 }, ___ _ DATE: Tuesday, May 15 , 2012 REFERENCE NO.: **C-25615 LOG NAME: 25WRMCROOFREPAIRS SUBJECT: Adopt Supplemental Appropriation Ordinance Increasing Appropriations i n the Culture and Tourism Fund in the Amount of $1 ,316 ,000.00 and Decreasing the Assigned Fund Ba lance by the Same Amount and Authorize Execution of a Contract with Jeff Eubank Roofing Company, Inc ., in the Amount of $1,182,491 .00 for Roof Repairs for the Amon Carter Exhibit Hall and Administration Building at the Will Rogers Memorial Center (COUNCIL DISTRICT 7) .... -...... ••• .. • .. ······-----~---·-'······-···---···--········· .. ··-··-··········-·····-·· .......... -............................................................................... • ..... • .. RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached supplemental appropriation ordinance increasing appropriations in the Culture and Tourism Fund in the amount of $1 ,316,000.00 and decreasing the assigned fund balance by the same amount; and 2. Authorize the execution of a contract with Jeff Eubank Roofing Company , Inc., in the amount of $1 ,182,491.00 plus $133 ,509 .00 in contingency and staff costs for roof repairs for the Amon Carter Exhibit Hall and Administration Building at the Will Rogers Memorial Center. DISCUSSION: This project will provide the much needed repair and replacement of the roofs at the Amon Carter Exhibit Hall and Administration Building. The work is needed due to normal wear and tear . The project was advertised in the Fort Worth Star-Telegram on January 12 , 2012 and January 19, 2012. Eight offerors submitted proposals and the following four offerors submitted the required Post Proposal Pre-Award documents (Base Proposal plus Add Alternate Nos. 1 through 3): Mountain Top Enterprises , LLC dba Saratoga Roofing and Construction Jeff Eubank Roofing Company, Inc. Chamberlin Dallas , LLC dba Chamberlin Roofing and Waterproofing Inc . RYCARS Construction , LLC $1 ,038 ,500 .00 $1, 182,491 .00 $1,191 ,020 .00 $1 ,206 ,213.00 On March 28 , 2012, the Best Value Selection Committee met and rated each of the four responsive offers based on the published weighted selection criteria of proposed price at 60 percent, proposed schedule at 20 percent, reputation and experience at 10 percent and past relationship with the City at 10 percent. If the firm had no previous relationship with the City, then their reputation and experience was weighted at Logname: 2 5WRMCROOFREP AIRS Page 1 of 2 - - 20 percent The M/WBE participation was w t!liv ed f dr th is roofing project. The committee members included representatives from the Public Events Department, Architect/Engineer Elements of Architecture , Inc., and Transportation and Public Works Department. The results of the committee's scores are summarized below: The overall project cost is expected to be : Construction Contingency, Staff Total $ 1,182,491 .00 $ 133,509.00 $ 1,316,000.00 Based on price, schedule , reputat ion and experience , Jeff Eubank Roofing Company, Inc., was determined to offer the best value . Jeff Eubank Roofing Company, Inc., has previously done excellent roof repair work for the City. The M/WBE waiver for the goal for M/WBE subcontracting requirements was requested by the Transportation and Public Works Department and approved by the M/WBE Office because the purchase of goods and services is from sources where subcontracting or supplier opportun ities are negligible. The project is physically located in COUNCIL DISTRICT 7 but will serve Fort Worth residents in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/ CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendation and adoption of the attached supplemental appropriation ordinance , funds w ill be available in the current capital budget, as appropriated, of the Culture and Tourism Fund. Upon approval, the assigned fund balance of the Culture and Tourism Fund will exceed the minimum reserve as outlined in the Financial Management Policy Statements . FUND CENTERS : TO Fund/Account/Centers GG04 539120 0246000 CERTIFICATIONS: FROM Fund/Account/Centers $1 ,316 ,000 .00 GG04 539120 0246000 Submitted for City Manager's Office by: Susan Alanis (8180) Kirk Slaughter (2501) Kirk Slaughter (2501) Originating Department Head: Additional Information Contact: ATTACHMENTS 1. 25WRMCROOFREPAIRS A012.doc (Public) 2 . Culture&Tourism Fund Balance 04252012 .pdf (CFW Internal) 3. PE WRM C Roof Repairs M&C Select Chart R1 23Apr1 2.pdf (CFW Internal) 4. P E WRM C Roof Repairs M&C Select MWBE Waiver.pdf (CFW Internal) Logname: 25WRMCROOFREP AIRS $1 ,182,491 .00 Page 2 of2 WILL ROGERS MEMORIAL CENTER ROOF REPAIRS fORTWORTH® P roject: ROOF REPAIRS FOR THE AMON CARTER EXHIBIT HALL AND ADMINIST RATION BU ILDING WILL ROGERS MEMORIAL CENTER 3400 WEST L ANCASTER FORT WORTH P roject#: TPW Project #: TPW2012-01 Bid Da te : FEBRUARY 23 , 20 12 Ad ve rtis ed: JANUARY 12 & 19, 2012 Mounta in Top Enterprises LLC dba Saratoga Roofing & Constructi on 4150 International Plaza Ste 600 Fort Worth, Texas 76109 817 -395-3607 FAX hunter@saratogaroofing.com DESCRIPTIO N BID BAS E BID $ 869,oo o_oo ALTERNATES A lternate No. 1 $ 15 ,000.00 A lte rn ate No. 2 $ 149,0 00.00 Altern ate No . 3 $ 5,50 0 .00 TOTAL OF ALTERNATES : $ 169,500.00 ADDENDUM'S : 3 CALENDAR DAYS : 90 5 A nchor Roofing Syst ems , LTD 2809 N Houston Fort Worth, Te xas 76106 817-625-4351 817-625-7886 FAX john@anchor-roofs.com DESCRIPTIO N BID BASE BID $ 1,08 2,200 .00 ALTERNATES A lternate No . 1 $ 19,000.00 A lternate No. 2 $ 49 ,000.00 A lternate No. 3 $ 6,300.00 TOTAL OF ALTERNATES : $ 74,300.00 ADDENDUM 'S : 3 CALENDAR DAYS : 75 DA YS 5 10 0 1 5 DA YS 20 30 10 60 TRANSPORTATION AND PUBLIC WORKS ARCHITECTURAL SERVICES BID TABULATION Tabu lated by: VIC KI MCDONALD Eng . Es timate: $ 1,3 00 ,000 .00 Adde ndums : 3 2 3 Jeff Eu ba nk Roo fi ng Comp a ny , C hamberl in Da ll as, LLC dba Inc. Ch a mberlin Ro ofing & Waterproofing 1900 Northpark Drive 2346 Glenda Lane Fort Worth, Texas 76102 Dallas , Texas 75229 817 -334-0161 214-273-9110 817-336-1811 FAX 2 14-273-9120 FAX jhe@eubankroofing.com Dneal@chamberlinltd.com BID BID $ 975,180.00 $ 9 98 ,47 5.00 DAYS $ 64.140.00 0 $ 51,425 .00 $ 131 ,550.00 21 $ 128,395.00 $ 11 ,621 .00 0 $ 12,725.00 $ 207,3 11.00 21 $ 192,5 45.00 3 3 69 180 6 7 Castro Roofing of Te xas L.P _ Be nco Construct ion Serv ices, Inc. db a Ben co Com mercial Roofi ng 4854 Olson Drive 10101 Hicks Field Road Dallas, Texas 75227 Fort Worth , Texas 76179 214-381-8 108 817 -740-8866 214-381-8109 FA X 817 -740-8918 FAX j ua n@castroroofing .com molsen@benco-rfg.com BID BID $ 1,300 ,000.00 $ 1,379,5 00.00 DAYS $ 85,000.00 45 $ 69,700.00 $ 128,500.00 45 $ 20,140.00 $ 62,500.00 30 $ 12,600.00 $ 276,000.00 120 $ 102,440.00 3 3 90 1 or 1 180 4 RYCARS Construction , LLC 503 Coleman Place Kenner, Louisiana 70062 504-305-5309 504-305-5308 FAX ryanburks@rycars.com BID $ 1,022,862.00 • DA YS DA YS 30 $ 2 1,073.00 10 35 $ 155,366.00 15 10 $ 6,912.00 5 7 5 $ 183 ,351.00 30 3 1 20 8 Cardina l Ro ofi ng, Inc. 250 1 114th Street Grand Prairie , Texas 75050 972 -206-2500 972-206-2606 FAX mjoepot@aol.com BID $ 1,482,888.00 DAYS DA YS 45 $ 63,267.00 0 20 $ 147 ,500.00 30 7 $ 12,000.00 0 72 $ 222,767.00 30 3 1 80 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 Roof Repairs for the Amon Carter Exhibits Hall and Administration Building at Will Rogers Memorial Center Request for Proposals Submittal Date: February 23, 2012 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows: 1. Question : Sheet A2 .6 Details 1 (Roof Area D) & 2 (Roof Area E) both have notes 1 & 2 marked on them. 1 being to remove the ballast, clean ballast, new EPDM over exiting insulation and 2 being a new modified bitumen roof system . Which one is correct for these areas? Response : Clarification is on attachment to this addendum (Attachment 1 ). 2. This is the last addendum. Acknowledge the receipt of this Addendum No. 3 on your Proposal. DOUGLAS W . WIERSIG , PE DIRECTOR, TRANSPORTATION & PUBLIC WORKS DEPARTMENT By : ---------- Dalton Murayama. AIA Architectural Services Manager Facilities Management Group (817) 392-8088 , FAX (817) 392-8488 RELEASE DATE: February 17, 2012 Roof Repairs at Will Rogers Memorial Center Addendum No . 3, February 17, 2012 Page 1 of 1 ADDENDUM No. 3 City of Fort Worth Roof Repairs to the Will Rogers Memorial Center Elements Project No. 11-1044.00 February 1 7, 2011 TO THE BIDDERS OF RECORD: This addendum forms a part of the Contract Documents, dated December 28, 2011, which supersedes and supplements all portions of the documents with which it conflicts. The following refers to Addendum items, by number, to the Project Manual and/or Drawings and attachments as indicated below: ADD/3-1 ADD/3-2 · In reference to questions received from bidders, note the following clarification to Sheet A2.6, Notes 1 and 2, along with other instances of the same notes: In general terms, Note 1 is for demolition/removal/salvage of the existing roof system , and Note 2 reflects the new roof system. The salvaged materials are NOT necessarily re-used in the areas in which they are removed. Sheet A8.1 to be replaced in its entirety with that provided as an attachment to this addendum, identified as A8.1 Roof Details -Amon Carter, Addendum 3 dated 2/17/2012. END OF ADDENDUM No. 3 Elements Of Architecture, Inc. 500 West 7"' Str, St. 502 Ft Worth, TX 76102 v 817.333 .2880 f 817.333 .2883 www.ElementsofArc.com ADD/A-1 HEW METAL ~TER.Fl..ASH!H6/ .. ~~-------+!-, lt.E~ EX15T. 8ALLA5TED l!J"OMl'toot"5'T'!I~. INC.l.l.DIHe l~TIOH e,(IST. 11!:TAL ~ ' ROOf' l"fVIHING TO l'tEHAJN, TT?'. --~--+----1 3 Detail GLEAN ANCI PREP' EJ<IST. COATED ePOM ltOOf f'OR I-EH l'ffTI! GOAT1H6 ~ ~tFIW NEl'I METAL GOl...tlTeRl"LASHINoS/ ........ GLeN-1 EXIST. eRIGK M"50t,IA.'T'T06FV,DI!!, ~l'l ALT. I. ----,1 7 Detail CONT. 8~ ROO ' SEAL.ANT. "'-'!SEAL "'-1. ~Ne.JO~. REM0Ve EXIST. reRM . !V,llt,P"Af>Tet!!RS, FLJ61--11HS I AOIESIVE, Tl'~CAI.... GLP!AN .,tJ,O 111.C:l"'A!l't AU. c;.A$T STONE COl"'1N6. GOAT ALL Vt5l0Le COl"'1N6 ~Aee,TYP. eJCIST. eRJC:.K MASOHR'T' TO Ra-tA!M. n'fl'. 9 i ! I GOtlT.B,t.G.KBtROO ,~.Re seAI.. ALL ~ING .JOINT5. -+--+-, IU!HO'v'e I REC:.YGLE !J<l5T. l'l00f" .,.,..,..,.,.._GCEM < l'te-1./RP!J(JST. BAI...LAST ----t--f-, Gt.£,t,,M AND ltE.PAIR ALL GA5T 5TONI!: COl"'1Ni5 l"'f'.R DETAIL 2/A2.I. GOAT ALL i =..~~Ne~"~ TYi".-----; ~T.eflt.lC:.K MASOHl'l'T' TO Ra-lAIN, .,.,,.------(=:JIL_JJ CLEAN l!XIST. BRICX. MA50HRY TO 6R>DE, l"'EfilAI..T.1.-----1 e.>(~T/ i'.t"ftOOf" INSlA.ATION TO REHAIN,T'l""fl'. 6 Detail l!Xl!IT. Blt.lG.K MASOM'tY TO ~M,n'P". Gl.eAA ANCI PREI"' !J<IST. C:.-O A TED l!l"'DMl'tOOt" l""ORMl!Hl'HTI! GOATlHIS AS SPEGll"ll!D e,(IST. M ICK MA50NRY TO REMAU'( llr---Jl1_1l!:~= ,..,,. ______ ..,-, Cl.u.H EXl5T. Elftl(;.K ~TO~ f'El'l ALT. I.----.--< EXJST/ IIIJ• ROOF IM!:it.LATION I ~~l'l00f"SY5TEM TO l\l!HAlM, TT?", 1 Q ..,.D_e_t_a_i.,,.I __ ""r --,,,_. SLOPE TO 01'.AIN Q GLeAN ~ Rl:!'"AJR "'-L GAST 5 TONe GQfl'1He P"ER DETAIL 2 /"2.I. GOAT AU.. Vl51etla GOPIHe SURl',t,,,C..E$A5 Sf'EC:.~ EX!S~/ ~· ROor INetLATION TO REMAIN. T"T"I". RJ:MQV[; 1 R.1!:GYGLE E)(IST. ROOF ~~.GLEAN • ~-o!CCXJ5T. / !!AL!..A5T--- ~T~~ REMAIN, TYi"', =------+-, ~r CONT. BACKER ROO ,~.RE5£AI... M..L c.ot"'1M6 .JOINTS. -t---+~ REHO'/!: , ltfC:.-'T'c:..LC !J<IST. N:X1f" MEMBRAHe. c:..LEAN I Re-v5e !J<JST. ""'"'"'"-----+~ GL..u.H ND l"'R!::fl' ~ST, C.CATfO CP'OM ROOP FOR 1-£1'( t+i!Tl! GOATIHG AS Sf"EGIFIED EXIST, BRIGK IW~w!b~= HA!,Ol,RY TO Rf:t-fAIN, TT".------i I c:.l.l!!:.-..N EXIST. BRICK MASOl«Y TO~. l"'EltAL.T.1.------\'""'\ g Detail EXIST/ f)" ROOF IH51A.ATIOH i ADtERW EPDM ROOI" snreM TO Rf........iH, TT?'. I 51..0PE TO DA.A.IN E.1Cl5T/ il!t" ROOI"' IN51A.ATION TO "-l!MAIH.T"T"I", EXIST. U IGK MASONRY TO Rl;M,t.fN '-""""'"'6E5 <5<ALA>rr,OONT. SAI-IGVT l!!:)(JST. e,tlCk .JCIINT. INSTALL Net-I METAL REGEl~T AND GOJHTERl"~HG. l'MTVERS 1"1/ ~•2-4"0.G,HA.x.. .. / y ..,HMOOnD.O,T.RC0-,"60N ,f/' I TAPER.ED lt'6ll.ATION l!:XIST. 1-ETAI... C>eCK 4 l'OOf" rl' .. ,,1••ur,ic, TO REMAIN, TYP. REl"'LAC,.I!!: 1!!:Xl!IT. HOOO HAILER AS """'""° 4 Detail ~ i =::~::~=: IEI-I METAL... REc.et'v'ER/RE6l.ET ..-..C:, c.ot.NTl::fU'"LA!oHIH6, 1'A5retEltS W !£A.LS • 2-4 " Ot:,, MAX Ne:r'I GRJGKET !"'ER P"l.AN OVER NEH TAPEl'U:D INSV-,•>trON . ! ~~~G~~ 8 Detail A~l\n •lnkrvl •~1'""1ll !,OOW,,.s.«t.Mto!ol.il , ... w.-.1,: l'&llli. ,.,11 .1n .,..,.,,.,.11.)n.a,uu..--........ CONFIOENllAI. AND PROPRIETARY CWIF/il'IID.UT-.: FORT WORTH -....,...-- CITY OF FORT WORTH Roof Repairs to tho WILL ROGERS MEMORIAL CENTER 3400 W. Lancaster Ave. Fort Worth, Texas 76107 11-0044.00 DECEMBER 21!. 2011 Roof Deta ils- Amon Carter CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO . 2 Roof Repairs for the Amon Carter Exhib its Hall and Administration Building at Will Rogers Memorial Center Request for Proposals Submittal Date : February 23, 2012 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows : 1. The attendee sign-in sheets (2) from the Pre-Bid Visits are attached. Acknowledge the rece ipt of th is Addendum No . 2 on your Pro posal. DOUGLAS W. WIERSIG, PE DIRECTOR , TRANSPORTATION & PUBLIC WORKS DEPARTMENT By: ---------- Ronald Clements. AIA Project Manager Facilities Management Divis ion 817 -392-8014 , FAX 817-392-8488 RELEASE DATE : February 8 , 2012 Ch isholm Trail Community Center Addendum No . 2 , February 8 , 2012 TRANSPORTATION AND PUBLIC WoRKs FACILITIES MANAGEMENT ARCHITECTURAL SERVICES -------------'~ 401 West 13th Street Site Walk Thru Roof Repairs for the Amon Carter Exhibits Hall and Administration Building at Will Rogers Memorial Center February 6, 2012 NAME FIRM NAME/TITLE 1.c h aJ ;\f"''i ~ C.ho"'1!?e£ ti"1. 2. j &:BE !~ Ei:=.F=-~4 / NN o,1L1:,1otJ 8. 5-kv-( -("1,,...f-../- 9. ~d ()"y)(~ 10. 11. 12. 13. 14. 15. OFFICE #/ E-MAIL ADDRESS "1,f '-(.. 2-? J~ I U:> • C c,'At)<4i °',., itt t::-'v '~ ' • ~o'""" ~fr-,sF P 1"f\ov&--liof\Mech. Co", .. TRANSPORTATION AND PUBLIC WORKS FACILITIES MANAGEMENT ARCHITECTURAL SERVICES ------------~ 401 West 13th Street Site Walk Thru Roof Repairs for the Amon Carter Exhibits Hall and Administration Building at Will Rogers Memorial Center 14. 15. February 7, 2012 ( AActy @fr Of\ f: e,I' 14/a.f e., /H4J),'.tj ; U) M... Je.-f+@qr:_e£.an--- Bn · 74 I · 31o'D t:,ro.J.:, (2 a-ri {.otp·11C. T CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 Roof Repairs for the Amon Ca_rter Exhibits Hall and Administration Building at Will Rogers Memorial Center Request for Proposals Submittal Date: February 23, 2012 {CHANGED) T h e Request for Proposals for the above project is hereby revised and amended as follows :. 1. The following sheets have been rev ised and reissued: G0 .1 -General Information A2 .6 -Partial Roof Plans -Will Rogers Admin. Areas A3 .2 -Exterior Elevations A 10. 5 -Specifications A10.6-Specifications 2 . The attendee sign-in sheets (4) from the Pre-Bid Conference are atta<!hed. 3 . No on-site trailer by the contractor is required for this j ob , however, a full time superintendent with cell phone access is required . 4. A Certified Payroll is not required for this job. 5. There will be two scheduled site visits to review site conditions. They will be on · February 61h and ih from 1 Oam to 12pm . Attached is a map showing the meeting area to begin the tour. 6. The requi rements for all contractors have been revised to follow the product manufacturer's requ irements for certified installers. Refer to the specification sheets. 7 . As part of the Post-Bid, Pre-Award submittal , Certifications from the manufacturers for the installers must be submitted. Acknowledge the receipt of this Addendum No. 1 on your Proposal. DOUGLAS W. WIERSIG, PE DIRECTOR, TRANSPORTATION & PUBLIC WORKS DEPARTMENT By:--------- Ronald Clements . AIA Project Manager Facilities Management Division 817-392-8014, FAX 817-392-8488 RELEASE DATE: January 25 2012 Chisholm Trail Community Center Addendum No. 1, January 25, 2012 1 ~~ir-Ct:·.··i ___ ,.llOKf ~,t,GH i.·. !50"•"'6" ~J~~~L-?~~/fJ'!"'~ GONG. =· ~e.J. "'"' fl (orJ l!LEV. ·-· , .. "'"' .... "' "· l'IH.l"L -&>il.V.(or)&A. &T'P'.80, H.S . ...,,.. ,~ , ........ L ~v UJ< MAX. "'"· HJ.i=.. OG. """· <>'GO """'· ""· ,.. ,..., ... "'"""· ~M. "'· m Sffl..Sn... AJ-t!!RJc;.Nf!,H11f DIS.-.SLLITY N:,,T N'.>CVe l"IHJ!,tEO ,,_OOI', ....,.,... """°''"" ~!'!A!CNltT' "'" GOHGREre GOHTIN.IOUS OORRn,oR(S) "'""""'" Olt-EWSIOH :::~:~ METALLIC. ""'"" '"""' l!l.EGTROSTATIG DIS5l"'ATI...,, ..,......., . l"lOORDRAIH l'IRE EXTltt:SUl9£R FIM~FLOO!t l'oAGILITY~ '"'""' 61>.l....VAHlzeo 6 Y?"SU-1MARO ~DS1'UD5 HeATIM, vt:tn"ILATIOk Alflt.GOM:11TIOHI~ '""' IMSI.A...,,:noN ='Ll!~Vl!'JlllTIGJt,.L LOH6 Ll:6 HORJZONT,t,,L. .....,. ...... .... _ MOT IM GONtlt.,tr,CT """"""' Ltt,.1!!,!,~~,5e ~"""""" GOH1'11tAGTORIM5T,t,,L.Lf.Ct """""" -~,.. ,.. ... ,.. ~AM.IGA'Tt':D 5GHeDVl..1!D .!MILAR ""'""" .,.. ... STRLl(;.T\AtAL STl!!L ~ .,..,_ =-"""' """" ....... -~~ --- "'""'"' -,.,,. cp 0-1- ( .. 1'1 I , .... _j_ I J.\. & .. ,,.,.,,. VINl't.l>W.LGO"ol't:IU"5 VINn. eot-P~IT10N TU ', ·.1 ·-·, · '.:_:~ -·:·. J l:=1=· =========='N=D=E=X=·T=O= . .,,,DR=A==W==IN=G=S========~...=:I GENERAL 60D ~..e:GT IN'OltMATION GOJ 5VEIVr,I... IWO!t.MA.TlOM ARCHITECTURAL AU OVE"-"1..L 5'111!. ,,_AN A2J OV~ l\00!" l"\.-'N • AMON G-TV'l l!l<Hll'ITS l'"'LL "2.2 OVl!l'lAL.L "00!" ~AH • H.fON GAArel'l ~119,!T!, HALL ....U:A A A2., OV'EIU.u. l'OOI" l"Ul,H • ~ GAAT!!IOI. l!XHIBl1!, HM.1--.EA B "2.4 ~L l'OOI" ~•AMON ~TVl l!XHl&ITS tW.l.. .-.Rt:A G A2.5 aLAAet'D ~ ~ • Af'IOt,I GAATal vet«&ITS AALL. A2.6 l'AlltTIAL ~ l"\...,lt,l,e. WIU. ~fltS A0!-41Ml~T1Urif10t,I ~ "5J ~nL',/ATIOHS "3.2 ~T£AIOft azvA TION!> .. .,. • I 1 ,ALLOWANCES . ·1 1:=============================~I NJPl>ir'D;NQ 11 GU!AA >J..L ~T'BtlOR MIGK M ~C.11"1~ OH n;c A>-'OH :;.Aflt,vt !!XHIBi~ IW...J.. f"fltOM Tt-e C.A!,T !iTOt< c.oPIHS TO 6flADC!. NrrPUU1IC tK2 11 >J..L ltoot'" Rfpt~f, STOHC ~A~IHO "1'C ~PAIR.~ l":CI" ~RK DIRECTLY lllELATeD TO Tl-if lllQQfS IIU!~AC~ "l'tO...t!C:.T OH Tte Hlt.L "°'5Eflt!--l".fl!.._'......_ Gel-l"ll!"'-AC>"IIH~~TIOl'I Al'U:A (6 "°°" ~!iJ M !HOIGAtr.O OH ~ GOH!ifllQJGnot-: OOGUl'13fl!i GLeAM t:XT~IOR eRJc:..< MA!iOHllY Ba.OH T1-E e,;..EA>,Ep "1'C REPAIRl!'D !,TONI! C,Of'IM6 OH THI! HILL l't06ER$ MEHOl'tl>J.. C.flffEJl AOMIHl!>TRATIOH AAr.A (6 ltOOI" AllteASJ A;.LQHN:K,E ITEJ:1 NQ t, {Af::Pi '"STER C'l(HJ!)JI!/ H"l-b B,N,,1,,A;;,TED_~ IHGl..uc>e "000 !OJ"""f l'~T Of' H/2 IHGl'I P"OL.Yt!OCTfltAl't.lRATI! lta.lLATIOH OOAAO IH e~ DID TO M.ATUI T1-e: l!.)CJSTIHS !H!Jl.l..ATIOH ND l'tErL,\,G,C 1-.cT Ol't. D~D e:xl!iTIMc:5 IH!IULAT10H. A1ch!te-<~•lnlf"rlon •.-.,.,"l!:e<>lelll kJOW.r~-·"""''<11 r.~,-.1i ,,., .. , ~1'\J.j\).P«l l fll"•.l)1./ .... 10,.,nt<Hlol ........... CONFIO[NTIAL AND PROFRIE.TARY ICll'l_,, ____ .. a.-1. ----,:-""(,-,,um llflMCCIN'll.nln. _ _.._lllSl!atl ~1!.?;}~-=~~ Clllll!/!'l!O,j(C!l*f'C: ~ CITY OF FORT WORTH Roar Repairs to the WILL ROGERS MEMORIAL CENTER ~ 3400 W. Lancaster Ave. Fort Worth, Texas 76107 11-0044 .00 OECEMBER 28. ao11 Genera l Information Partial Roof Plan-1 Area~ -------------------·------ f:w;l!,T. ~IGK TO l'lt'MAIN. "'"'°'°'- Partial Roof Plan- ~ 2 Area ~ ,r ,r rlRMG TOV'lER ''\.... •• f:w;IS!. GOHC.. Jiecir:: TO ReHAIN Typical Limestone Coping 3 Repair Det~il G ''.· '.CQNSTRUCTION ~NOTES. BY SYMBOL , ·.J.i.Gii] Rl!MOVe: C!}(l=iTI~ 8"-L.LA5Tm C!"OM "00!' SY5rEM AHO .-.c.Ge5!!,0f1U1!5 HITl'IOVT l O,a.M,l,61145 ~,.,t,15 ~TAATE!o. ltt!GTGU CX1STJNC5 "OOf" ~. CLu.H NCl'le~~LAST • .2. P<e>1 MOOlf'U!D ~N R~ SYSTEM A!, Si"'eGll"IEO. ,. CXJ!,T. ltT\I TO f!ie IU!l~TALU:0 ()t,I ~ COUI~ ~ORTS. flt.e , Ml!'.c.H. ~- 4 ~C CXl!!T. CIU(;.,i,,io,u:;. RC, Mr.Gl'li'NIG-'l. DRAJ,•H~. 5 . ~JSTINS~TO"-f:MAIN. 6 , HfN~lt519L~A."l~·TOlt,OOf'~. "1. R!:PAtltOfl~D~OGOf"l"ERG()tC;liUC.TOftt£.,\ONO~. ~ TO MATGH CX1ST1N6 IN N..L IU;~~TS. tJ. Gl.£1,,N ALL LIMl:!>TCNf GOf"INe IN INDIGA ~D ~ 1'£l"l.AGCl"EkT AAeAS ott..T ~ IICIC.ATtO ON TIE ~M65 NO A!> SPfGlrlED. ~ ~1),,1,S M.16TIC l'tlTHCVT OAM,••,e.nt:, ~TRATt:. G~LY JIU!~ TtRMINATIOH ~ NO AU. t'A!,~ TO NOT ~Tl'IEJll.0~ ~T"-"'Tt. 'I. ~Alfl AU. GRAG!CeD. ~""-Ll!O. DEV>HMATU:I. MISSIHl5 AHO~~ NOH--H,t,.TGf'IINC5 ~Alf'!, ON EXIST. L l~TONI! GOl"ll45 .... ni ~ M"IO ~A.Jfll, MO RTAA l"flt ~AG,tu'U,R. l'IU!COMMEJoOATl()t,IS, ~' Dt:TAIL "1"'2.f>. 10. l'V'Allt ~ MNU','\GT\.flt;R R!!:COMMVC ... TIO!e CIU,C,K IN LIMf!loTONf C:.Ol"I~ Sf"GTION t'tn-1.w+I M30-•5.2 MIGltO•!~GTION 6ROUT. ~A l!"-GIVGI( IN P'AC:,f l.elMO .W.. KlO ~AIR MOIUNI. II. te:M Gl'-l~T. N!T flt.e!IULT"NT ~ • 1/2° ~ !"COT l.l, CXIST. Tl«LI~ ~ TO l'tfM.-.IN. P'l.A~ tel1 ROOI" !Y'!>TEM TO !G4if'l"f:lt5 A !I ltfGIJIRt:O BY il!OOP MA'llf'AC:TV~R Ate H,IJitflAHTT' 111.1:!GU!REM!J,lf!,. 1:,. NC!t-1 OHf-tolAT' ltOOf" VfNT. MIN. lt-t:) PER illlOOf' AAl:A, TY,.. I~. ex!ST. I'~ TO l'teMAll'L 15. l'tEHOl'tlC. l!>OST. c:.otCIUIT. GOK:lUIT TO &C INST~EO OH ,.~T ~~ NC)~ ele ~OIi' LIMl!!STONI! GOl"'IN5 .l"'ltOV!Oe "-Ot:GlUATr~ TO ~Ol'I ~l'tOl'K Of' ~NU NCJ/~ HOltTAA JOINTS lk GOl"INS NITHOUT Rfl-lOV.-.L... Oft c,t!,.~'I" Of" GOl'IOVIT. fXTI;ND C..O,C:UT TO MJHIMIU:" Lll!NeTH OF ~lel.ZHl'lJNG. 16. HeH ~.-.i... c.oLH1VU"I.A5HIH8 TO BE IN5T.-.r....Lf0 111.fl..Jtr,TIVC' TO nc MIGtl POINT OIi' 1'1-E ROOI" NC TO 1111,t,1 GOHTl~'I" Leva. .-.r fAGt-1 ROOI" ~ MIHI,..,.... HEIGHT Of" rte GO.NTl:Rl"lA!,1-11~ Aeove TMf RDOf" TO ee HOT ~ss THAN 6 l~!o. n. 11!X1ST!M6, V'ffl TO ReMAIM .~tt;;~~~~~tc_1fl,f; ~"~;'10NS W ~ :20. RCP'All't LIU,it.Jf,16 GOHOIJC.T~.-0/DOWerovT. ) r .................... , ...................... .:,1.., ... , ... .._... ... -.~ .. ~ .... ··~~ rlR MG GOLISEUM Are l*~,..~ • ~,~loos • ""''~~rnent yu w.r...._.s...sw •-w-~u. 1011,: 1'111Jl.l.-f811.J),.,,..l U-W,_1_ C0Nf"IO£NTIM. AND PROPR!ElARY CWll/'1!0lltl....C, ~ CITY OF FORT WORTH Root Repairs to the WILL ROGERS MEMORIAL CENTER 3400 W. Lancaster Ave. Fort Worth, Texas 76107 11·00.U.00 DECEM8EA ze . 20 11 Partial Roof Plans- WIi i Rogers Admin . Areas 1~·~ A2.6 1 Elevation ,.1 r 5 Elevation ---------------------------------·----------------------------------------------- 2 Elevation 3 Elevation 7 Elevation 0------- 6 Elevation '--0 8 Elevation r_~..§I~UCTION -NOTES BY sy_~~P.'=-..H~_J r EXl!,TIN6. i..11-'ESTOt.lE G::>!"INC, TO S!c GL;!:AN!D. ~P .... IRi!D ~ SCALCD AS i ;_' ~~~t~;tr~~~~.:.D"~~~E~r.c~i:"1$T~~R~ I O\.R.11'!(; c.Ct-6'!"RL,1:;TIOH. I <I. PROTl;C.T AI..L 1:;>o;!!,TIMIS LAAO!,G~l"-5 l<"IOt-1 o ......... ~ D1,q1"'::; GO'&TI.l.:C..TCt,. "'""-· . F'ROT'CG T D< $TIM,$ L'Y!::STOI-E l"l'\C,AC-E ANO AGGC.~!=~ FRO'-' DAMAS!:: OJRIOO i::::::'~.,;=::::::.;:i> I Ard11t,cll•e • ln~llors • Mio1\'3tn1"1>I <;OCIW. r \~"" .. ~ • .., ... ,,. r ..... w.,..,. I)( JG IOI pl11.l.l .Ue@Of l11...U.J.Ul&lU•-.hOI.""·""" CONflOENTIAL ANO PROPRIETARY octP1~s ,..,eco""'1iw.l'ln'lllD1•~. llll l,[~ .. o,)s,(Qf,C,,!,3NS"'[_. ... "' l'Hf ,:i _,r..., ,is,u: . ..., >11c r;wco,, ~-...:, r.c..-ooa:•·'l><MLHO!t.i:"'{l(.., ... >a,c. Ml'"W".,ar,, o,i Wl'l£1>. ooo !JS!~ l"ll'I ».~ ,..,,. IIITOUD•-""ll1.001•:IW.SO.l•O'l11•....-...:ii.t OIIS,UOfO,"'~M-.UQIT•"IT(•t F'l'JIW,";fON. FORT WORTH --.,.-- CITY OF FORT WORTH Roof Repairs to the WILL ROGERS MEMORIAL CENTER ,. 3400 W. Lancaster Ave. Fort Worth, Texas 76 107 11-00UOQ DECEMBER 28. ZQ\1 Exte rio r Elevations ~====~J /'"'"""'A3.2 -------------- it. F......ii~•....aen"l'Gtal~-~d---and~lor ...... hglrnld .... ,oo'co..-.g~~....,... ~ncc,a1rv.....tirww.ro, •Pl'flod..,2re••lromdilllo..,SUC,,.'llill~Df A ~ ,. _... .. ..,_,._...t4...-.glhil,-bd,,~fl---~-- ....... ..itw:,ul.ai;tloliOlwCOIIICl~1. 2 IIMDflNl'.~d"'°""0.........,~1~-.IOllll~nfn..lq ....-•rteed.911diilalwJ)ffllrwnllad1.,..beCG1l'Kltf.-.dCOTIPIII ...... Mdlli11'*-• OttoNhM~ ... be~ICIC>wrel. 8. ,.....,,,.l"'U_ll!f __ ,...,&r'* ... -.NoODlirUMt(NJlJ ...... lf'll'l'd ......... - _,.,,.,.,,.1gr_~·Df-""*'11.,..,.,inttJcllr911nl ..... w-.and-""' IIWfflblao•.lol 1 pwtadd10plnll0111dM•dSUC...-...~IIOtldPn:ljld. C •.dl"""1Wfllll'typtfl0d,1T1trd~or~1RJl,e*)!i. .. 111pt,1oim~~12 l'laurl011dohc111Dn,,mngenq,,ei:anpe,'lotm!dbJalhtft lhalnot>'llld....-_.... l',.IU 2-1'1'1.00UCTI I.~ ACCEn,.•Ll MII.NUl',.C1Ul'l.8'a A AOOI C..lifll!lty11,tm ,u .s ~n:.·~10.vearkryllcColdng~ e. a,.a11,.....·s-o,eoo."'°"""~- 1. 11.oo1Co1111v..,...ol'wnlalmlle<111Mldpe<1on..-ee~dn;,,.c,.nr:1 ,,.....,,KMl'dlol"*-llld~..-.d,..• ... "'"""~"'-fflll"IU~.moy bt_...KllolArcNIKl"t -----.cc~•....tirec1•'*"""'11C>1 ... I\IJ'"lf~ .... orl-.H....,._,,bJ"""1'inli!Ol~«lp,odo,ctdllll,~lhlll~ 2.02 _l;:,.~-... •ol5KtionDll!QG.Aodu:l~ ,._ ~IPK'IINMO-'l•i.-or,~.,....."'us Plw'-..,~~ EPOMKIOl.,..._-.., ............ ...-,gkri-.Coft1:.,lt*pnicu::t1bJ• ... ,.... ....u ......... .,..ba ....... Lffd~ 1. ~,,......,,__ .... Cllllify~l'fl'l-~wlh--VOONnVIIIWlprlor IOl*.~llfbldrdeltte1p,c,poa,tdCOllln91'1'*"" .. CClf!'Sllllblt~--. -·-BPriffrvW~ 1. USP •EPOMPIIIM~Cll .. ,bw""°°"",w1W•-o.Md~p-"'*- °"9"edlolEPOM-~hl~IUll'anbJ~U.~bon:'ldh ~racin1t,ssnK1!<111t,s...i.rmpnticw.nu-mp~•••""'-b" .. lJ8P•£fW91'c..,..5Y*fll oa,...~.,.._,... .. ..-45·1•v,,q. 2 USP"'O.-~Prifrwer" ... compcll'ef"l.bir,,_,.,.ci...._.,.._-...:t,.._- dtti\P*IIOlll'lllll...:I~ ..-wy-lUll'-.e<'d-eiclllr9-'fcl ...i.e... ~--~-W!Clblnlt ...... -flll)ltl,IH.......,. .. ~.,..borcl 1o1-.--,,--Oonat •pplr"lli....,......_.S'f(7 2"C~ ~ ,-em, 1 USP • er.gr,,.._~ S.... ....... ...,_,_ W9' CIOfflPOllllt: _...., ~ baad OIi loo,l,.,,ytebaMdMI.-Jc11t .... kl 1P.,.,bruitlm!UIII"~ u..clH1t:.tt -'-IEl'OM""""'d.lrcrylicPrimtrp1Mdtd~_......tt1III...,_., 0..ll'Vla fflhww:,,tdllJWt•poan. Do nattppli,O"l~IIIIO"H-'5'F(72'CI D F....,,ONI. 1 ::=-:.=::-.... ~~..,:!··..,.,..CCl~low..-.-.,,Ngh E. ~IMl*,g,fteWONing $ot*m 1. USP"'IEr-.vtMlllc:Fllsl*lg ~:Wiil1,ete*""'9ric:n.lhingC0fl1)0Ulld 2. USP,. Potrf:or--.1 Rtirloocing Fabric· Non-_..11, ...-bonded pdrelltr r.bfill 1.-d In ~....,.,USP .. Entrgi,l.ulliaF...-...iec,,,,.Dlllldt1al-,1oofpsnelftl-. tllf!OMd'-...,.,.,lalnl,.or--.ge,.-,p11,.,1,11 t..e, l'llgh9Mlrllf 1t,n1. 3 U9P"'EW,...e.,,,dWlbS..IT•.Sda-tt_...ltOdlied"*"o-lln4N.,.llptWlll1 llfont pa!J'Hllf Lllllricllldnf. lJNdlorMllng alaM11,to0lpt111lfdm11,joir,11or~1 l!l pt-M lll1hlgh 1h,wo,1•us.C,nbtutedhllt11ollCC1,11 .. ~IOIUSP"' Polyf~andUS$'"'~)'lr,blllcRalhh-vCom9ourd. PAATJ •U:IECUTION I.DI IEXAMIHATlON ,._ ~-N1-111t..NeftE,.1911to1eeo.i.,g11111bo-.:i,,IKILttltan,-,nd.dry ,w,dlrNol __.,,...,..pi,lfll.dot.dttllls..-................. 0 .... ~........., •• llt ... \d --a: Alll*aklrlh:iflln1111C1htaitu111pno111111a1o1-*"-''°,,_..,,....,. .. 1, tlNdlnlf' IOlllld, 0.notJIIOCNd'llifleollir'IWDl'tiwnilall-'tt.dorf""""'-h.w'li.- ~"'·-----llt h eoalng-... c. t>ol'IOIINllll,...__......,...ltcf..,._..m,,,.u.. ~~_. ........ """"9tod .......... •"°"'U., J.02 l'ftlE."ARATION ,._ tlllllOlbtQlll-....... ~ ..... -.ooa1afrilrltd-",1'1NbM11COfflllllltd• -8. The IEPOM wt.v:is .......... USP"' E-v, eo.q Sr*"' la lO lit ....... ~ be fflfl.. IOlllld,ltyandlfNolloo ........... plln." ... dtl,ol1,pu•.Dl."*""...:lolw~MII ....... rMM!lalc.TM ....... f!Mt.,.......,_...N •__.-""anlftl..,~lhWllllll-11.iadol'ta ... ennln•X""'•------hl,.Wloft . .Ul ___ ltN ,...,.,..•M ,.piKN Pl'llolll lhl .,.Mlonlf"'"' US,,• IEnlfl)'Co.il!tfSrM-. C. Tlw ................ inliMclh ...... ,11111-fwll ~llllnl:IIQily--.d. tlllllOlll'oe.d wiltlli,........,olhUSPNkif<v,c-riri9SJll'"' ....... _ .. ....,-,di\loN~Nlfl -lldt,,1...,...~iot.ffllrUEtlnr(U.S.f'lr ,lnc~ D 0. ..... •nd"'-s-.....,:P.-itiond .. _,.._.•ielth'9-tlbilycilh~lllf Tlw~,,,. .. ,..,,.., .... '°"'""'""-IDlft'""" ... USP"'&!etv,CoalingS,""11.Tho, t .... «wdlklrttn"t1iba..tdr1-uoda111Kladprior11thapolicMlolldllltUSP"'lnfflT eoa1ngs,...... 1 a., .. ..,. ~111 ... rdepoli11ddr~le-a...,.FIINdsslndollllr~.......,, .,_or..,~. J. ~ USPN EPDM P,,,,,.M.W•"" 10 lht EPOM wrtact 11 ... '91e at •00 IO SCIO IICl'*'l lllt ptrglllon,n,ng1hlndp.""'P,_P, ........ 1Pf..,...fl(iitllts'J""'1'tqUipffllfli, I . ,.._USP"'EPDM™"""111•1N1111 ............ altO-l,.....,ll110 ....... f11f'lllfllllf- Nt--..lnl,,it. 4. EPOW---nt11111>1or1...,,._..dNl,-111. a...,.,, .... io-1111D1n1dh""" 11111_.._dt•hlO"'"r,o1MkffPlnD"'11r11....,.••""'11p .. ....,,rd"'_.._ --.o.e.11thellightstpmr,l,......t.-...... 1ciwor11po1n1.it11e ___ .... ft_ 111......,.. ............... ,....tutlel. I ..,.,ID ... ~ollw USP .. e-vr~ ............... _.d,,thofouoNy, Adl..-..drNffllll--bt .. 1Mblldl"lflco1ot.Tl!i1lndc:.ala1hl ... ,iopetchlnolcal 1ffC1ICll'lhasoccw.....:l l .. ._.,t,r-i.""''111Ndl"lfl __ • .,..,,.. ....... 1, _....,.Allt<_......,dl,....ll!D......,Mft~W.: .. _....Noll:n..1a11i110, ~-dDt1IICIIW)"001•..ti1'1ClfcolladE.POM1fltllO-anclUSl'MliPOMPmM- tf..W1UlhllCll_..,EXCEPTto, ..... ,1,1ac11 £POM-11Mdonl'l'PMI. &. ea,,...,..ba\tloJtlta_...,..,.EPOM,ool.....,_1°"""9po.-_..., V- cautul...,. ...... onfOolu1_1. .. t.r....,.i..u1r.....,,11c1r,; OnCll111llilt.M1•• .. !INdoll,._,ool lDdry-'Nft..,,,..,~IIC'Dtling. 7 ~-.dlEPOM: ""r_,....,. .... _..._it_,ulldlld,llo.cNed w 'llllltll9cl-btpall:tl~ia.,.W'l'lillf",...........W.mP*h<eo,alr'""'USP,. IEllfN&n:IWtbSNITap1wh'No:ulld1ltflUSP"'E-v-,M,,lkF~Compiu,d WUSP•Palrf-... ' a. ~~Wlll*lllll~Df~~-N~ l o,11lhl•'-•1D .+lid!MUSP"'~IIY0."11S;_111u i,., .. IJ1'iood, ""-""' ,,., .... -~lnd.all,kll••...tlirr,/.lld,i.,.......~.arod~. R~sld\Ml19'Nll .,.,.Mdaent«IH........,,..WW..or""'"""'31Jllla .......... l111l -•Rlllllltht u.,..,.,,11,..., ..... 1,-.,.i..i1or11.A;,-W 11"1t,.,..,.,.,..,..1-.•.,...;,,M ;:::::;=.~:,i:::._~;~~.=z!.u!III'*"~ ID ""'pfllf.-bllolT,11Plll:M11h1ApplleM,, ..... precwtnoltHfflMli!941(3jlllllp&lttltl le,IIIJ"flglo ""'1•0DlllAltlrJllltl.~IHINl .,..candrltlod ~iN:lumltul•19 nnf""'!edll>:EPDM..-.gll.PJ,_,,.,. .............. rs1,.....o1.,.n~FPDM .........._ .. fo_ity.,.......,or ... USP"'l:-9f0:)at;"Vl""O(illelt ,.........,llll'l_p,ok:h ~I INI bl -;,!) l(JIMO lool. 1111 !OSI pnlcll ol lt,s USP"' El'ICl'"f)' Co.Inv 1h11 M p,opa,id.i-U!!iP"'EnefurM.11 DS-U8PClePfActyllcl'rtrnlf-witt1USPEr.<Vp,lftil OS..w!witl'lllull~P'"°""'~Prffiar _ ... ,.tlp&lofla.t lvt¥1"""fl.ofl ....... •-al IHM-1WNoldl,tnotr,,at..lo'9ct.cw..,•dltll0"1Cl,adl..,._IJl'~M'X" \-0011.t'lnsll:1),..1•1Mc..,ll<~lhalll!patci,. Tht<l lrJIO-tht""NIQ ,r.e!llb,-rN:erialalfl!IOMt!orolN"K'wllh•l9lfltllla. T1IINICht111M1otlaotltdW p11o1ogr,-dmdocuHn1~••,.M111 .. n,~w•-•-..111wus . ..... ltciri:.31SeMCH~Olllcolr.ffl'ilrlg~ild>l1<0llltll1twllt.¥11NdonllOll"'•lcll palc:hld!odon 11 ......... ~IOr ..... apjllJ ... ~bl .. .,... •• p ... ., eonoi...w,n -hlEPflM,,....,,__ J.02 SE.illlAUTM!NT AHDHASHINGAPt'LICATION ,\, Gtne,i,·Me,--1onolllGl•;lll~alkll',.al ............ CIO""'ci,l,1 .. ~llio;n , .. ni,.anc111:1iPQ1'11nM11ot111a<1kl •11111""'1,lllf-',..,.tdr1o1..iiobaioo.. • unaclwed.Padl•eoM1~bll'Ndl ................ 11tr,.t:~:otoi1·NCttll!',P'"' E-llu..tW ... S.alTapao,•"""--•-'k&'jDf,-"'"""',:,tU$P•&,o,,v,MM1oe Rasllq Ca,,..o,,nd and USP"' Poiyfor-lltfll. l .°"""'The:Whtnming ............... -llud. lllaror....,..,......, 2•11c1111D ., HICII'• ~Olt.lJSP"'Ene!v,Coalir4!5pltfll, C. SUms: ,,. • .,., ........... bt ....... ht ........... lll'USP"'E111n.1IIOIICIWtbSulT111Ptor 1rNlltt.-rw ollJSP""PolyF-1•1.,1 uNI01"'""'°'lJSP,.ENf9YMl*Fllllhir,g Con,paur,d. Alin.it.-rw olUSP"' EM•r,,Mnkfl1Wfl; COfni,caim.,,_.111/lffll,ed-t. ....... cinellbnelO~llly-l*Mll ... lllw: 1111....-.i;COf!IPOllndfl!l/llbllHIWed •tlt•tll"bo-JOfldHci'l lict.dllletlO"lc111~ .... "' ... .,._ .... __ 0 . Pao111PtlWal1. All)lf-llllllil11u,,.,....,..IMlalN'dwlfl&"USP"'E-!londWebSt~ T-Clfarwidtlaprd USP"' Polrfor•-"' M1in1 ........ i.,....o1usP"' Ene,g~Mui,, Flelffl'IIICon,pow,d ,.tiMl...,..olVSP"'E""grM111icA11N,'11Com ............. H~ 1N1t ll, ............ Dl'9t1bnr:toc.....,,.eto,ty..,.-,,1U1a,.lhe!1bno ThelHhinve<n1pound.,...11ba lnilMled tllat111'tit,o,,dHdtlideol ... tabtlc:loalklw .... llflo'°"'"'"h ....... IE. CUrb'IMhltog•· Ma.t>ft..,..1111111tbt l1lhlld wllll'l!U"'IE1e<HlondWl'bSa1fT-111 ,rwlclelartrdUSP"'Pdrf'.,.c111..,,,.,.,,_,,,~o1usP-1E-<JYM•-fl•..i-->v ~.Altuil..,..olUSP"'E111'9TMulic FINl!ing Corllpoundtlllllto.appi,td"'"1he ,w,IOl'QllllllboklO_,.,:wt.iy---i. .... tllbolc. Tlwlle,W,9cc,mPOt,,l'ld ....... be lt-ld 1tllatll"blyo,,,:IMCl'l ..... olh tlboic1D~ ...... 11t1owo.e,llla-Dana1-.. !11llllw1.ThtUSl'"'Pct(FOIClflltn1~Flllric....albeOJ1.-0I.Sld .. ln"""•"°il .... , ....... \OIIICll'""""'"- F p..,,,. ...... ,P1pe8ool1:S..~"'~ollht~..,._,.;f!,baadolUSP .. ENo~Floo~ee.,,o.,,,d.lEJIMd .. ~t· .. t,eWrl'k.illollw,......-.. ::;:.::.::=:::r.::!-:==~~'f:IE°:.!::....~r~SP,. ~A intllaylfolUSP,.E11t...,U-Fluw,geom,c,u,,d ...... bl"'°""'-"" •trilrdnllabfic:IIICCll'llfHWy ......... lelw t.bM.. 'nie..,....c--,cf_bo ........ ld tllaull'baJOlldtD_..dlhtl.tiriclllalow-lOIIO,o_ ..... ,,.. rli1ftll9Corr"""'od.E:.w,d ... co_....t2" .... _....d'lle • ...... , .. s., .... ..,.,ba nalld-.1116" USP• E.•r-llllo,,dW.t SaJII T ... a •lttll:it ir,., ol I.ISi'"" r.,,r:)IUf"'lll'I\ ~f~..iintur...,.i.,wolUSl'"'t-r,M,.F-11,t,ia,oC:C.~"''ft!llla,- olUSl'"'E~"l-.g~tlllllbt~-h ............ leklO -.-,_.,,.....11.,.r--. Toe.....-,_.._a ..... 11 w 1 .... w11io.11 ·tie,- ...i.oldeo1h1.tirc111a1cM-,1o1o. ........... H. c,.,.;.,.,~,: Atci".,....,......ard~ .. .,........_ .. "IMt!N,,;1,,.11•11••0· _.IIJW'.iUSP"',...,,.~Aainlo,<i .. F..,;c_..,.,v,,loon.,...dlJSP• E~Fla1'1ing ~ANlaye1olllSP"'L •prf,M*rlario111Cc:,-.,oundol,. beff)lll,Ml_,__,.C1cingtabricta-llli•lelf•llalPNlli.1Mta111c.Whtl~lht,• ,1 • .,,sll,or,d,a,v,.h"•"'-Cll'P;,lwf°01,;.,-,l.,',o,Mbt!IJICl!iedl· .. ,-v .. Ka..,..~· -thel,o,qanW_I_Tlw....,._..pound..,..,.;l,all.n-ld.al lMll l"...,.....,....::1, lidedt,alllbk lO..,,,.._k,lu,,o,,e,l'•-· S..OJl'fSTAlLlTION A.Coa:lng~· t. &J"'~··•b•w.....iol USP"' c.....,.,.M .. ,Os i.h -•·"t'P_...,..,.., -....... ........ ol1 .!0plptr100-11Ht(24-lffllh) Nlow1:IIN1~hcu•:ir,;...,-.111d t1,.,,in_.:!hb••O<N11toidalac11,it.-mtddli)'$. 0i.,,,.~t•·1urNli1"lOC11.>t CIO!-.fforll. 2 s.i,,..,_..,.11v 1 •li•h _. i,,t,1111) o1 USP"' L•i,,t(olt k!)liu A,d C..olit<,1 '""' .,. 1 ... 1• -·••,."o1!o1·..soa.i1•u'I011~,,..,112•,.... ... :.11 ....,o1,1 .... 11 .. "',...i,..,.. l,e1M11eo..i ,11M11n..i"'l1110W'91IH'l!111<1•.hulm. A'1,,.,,,n1~111,1nc,124"n10ri1Ji'"J llrllap,ilMln.......,Jloot ~"'n,,,.1,"",-;11,.,,J,ooluliN>a. l AIIM•Ull1124Hoonf1"1(1ftt....cl,lwq•hlMl,o,ll11•!-',:,, ......... ~• ~~="."·M~':!=:~!..~~;::::!:is:~2;,::~ u, ~c=t::J;=~"'•-"..t A.O,.,p,ojtdl1eciuio1t,e ... usP•&ei,;,Coatin;~a...., ... ijJoilli.,.-,i,;,w..-.. ... u.S.PIJ TKMil::.»Scm::n~-uniilbld~o,..........,,~a-.dl.lfflO'IQ "'"'1111_.._ .. ........., .... XJ IOp,oetffMr\Nll!:IP*IIOIIOIIJSl""'IEntl9t~lfll ,,_ II. Akw•.....,,_olh't(SJdi,y1lollll',,..._ln*tblobl111DbtlwU.S1'1rledlnic.:II Sem,;es~Mf~......,, .... ~,.ro,111111,......,..,__....11-*tKf1D rorotkflU.S.PIJ,lnc. C. ,_.,Clf,:;,.5""'--cale=Madonl".al .. ..,s,,.,,looa,ilnlffllaN~ltYlba conttttdb¥1ht~loo1......., ... _IONtdd.1r.-elU.S,l'ly,n:. 0. U,1D-f2:)~1!lnllrinlandtinal).,.he ol~.~.ll---1wlllltlltled 11111;11eol S !ollD.OODO<cb.t .... ;Jllll'ICll!H•¥MtotkW-M:,.MlbeloM ... ..,_.ol ~~-"'"9U.5."'r.lnc, "°"""" ,. rt.""'*"lllf dllllaaphabfr;i.ohlol,..,M1.1..,..f0Cllaw1~dtl.lll~;&1 ... ~ .......... ..........,: -8'fo,el'rXt.,..,.,_ .. • NllellOollwbe111 11otoutNTcllMMIWDftpldlllf ,llllolk.al ond ntUSP"'~ Ccotng$plllmp,ockicfl, • Alie<al!IMhlng~dl:1:il'll"fflMI_.,,~, Allel!.PlloJ~IOfld.USP""EneoVJC0d111Sy1:itni Z. Tl•AOOlc.alflll d\alpfO'O'ldllfflt~~IClfOll·blns,,oetioMbyaN!ftVnlaliWr lrOtlU.&pty-1~0t~lll'll;.l"OIC«T10,ffllftM): • Rtpieler4;i.ffltn;,,,,/\p~Am, fll!Ol\itwtiorllflc ,n~ tnll"'~chbn1. · ~~IO•~n ~.-,,-,efhff;i.1N110o1:c.11 .. ¥ftwbdclNI!. , P1evlouslll"e11:11t..,,,.ollle roofinclloonv .. t1P~"""n ..... ~uo11 . • USP"'E""VJCoMf"gp,uduclland ....... llOfll<l"'-r"l\!•qo,h~b·•Pil·!toollOtn ..,..edu1nictlff1t1lt•110bl-p11kilmtobylllU.S.,..,.T~~Sernct• 0.,,111W'ltnt 1. 11 .••11Mlba111••1ftdedPt11odOllim<ll3moo",.Df"HIR<)llalwNn .... liOllolblw •ncflnlhC01ll.llCUIIIM'lldU1tolUS.PIJwh .. ln< ... baltcoal ('w'1t-911yJ.Al&o,b.l1t eoa1 ..... 11bl ilw'!"'ll...., .. ~....,btlol••pplcalic,,,altlt lft.,._l, F.Rapa1111U.S.1'1r E-or~ 1. lnh-lhMl,eU.S l'lr""""'*at11 ild.llNg,t(IClf l"'"c1u,..i.l,)'1111t11plellwougllh lnllalallm!01,-w1ool~<'II.IID,,..,..., .. 1ot.nladtl...gUSP"'~yM,,wc Flio ..... Com,-,clandUSP• Pol,for-ntAIW...cineF•ict-tw,, _...,.,iM ·-o-..i-•-lltbaw~""""6W!Cldiled. /ltp(JIJt.lSP""E-ll'(M•tlicFlilllq~brvsl'.oandlMh,.clDIII_ ... R"'""'9U.S.,.,,. .......... - • lll'lnfPl!Mh-•tatiasi.-.a11.t111btdUSP"'Pa1yF-,.,~F•c lnl0111el.lSP"'Ea91rr,M,,•FlaPfll~IICCOl~lltllalCLwdUSP• IE-ir,Cpa,tingllPldkali(Ml • O..C. lhl I.ISP .. E,...gr1rq.., n..tiino Co,,-,d llatc\lfad. USP"' E,.,111' C1;i.nno S~!'M111toiapp,OPl'lalllealof1....,.bla,oltdlm•lllttc<rilamtilf J.05 FIElO QUALITY CONmoL. A. ~olltllYlotJflec:ill---~ ...... -1and ..... eqi,l-,011 .. !ool• lla1b1Nng--and~IH-hlllk•t nolcllinllit,ld.M•..,~lt,;al ........ Olllhtll'Olllld. B P,ol,ad~-'-•~111-1Jlronl"'.,'°'''·0.11111op,-,dunn;•"""e,c,,,dlliDn&. C. PatlOllll~de-.,IIICX!lticfalWIIIJIP"IIS ..,..,.,_...,. p-ilnd~dtbr•IIGlwl• pltljltd•.Al di!«l1m•11badSPOadollna .. ;ply1a:1t1~ll'I.......,, 0. l'IIOllo1141eeling1ht~a,i.,.._m,,.....,,~ .. ·,w••Mll'f'inlpec\lon,IN~IOrlhal 1*1orffl•11t11~willllwAldillcla'ld1"'o...r'11'1ojl::IManioer11>rflitwMIIOCII ~Wlg'M:lrk. ,,.JU 1 CEIIEll/llL 1,01 ~ECTION INCl.UQ&S 4 F.._.-.,-,,--......... _..,~........,11,nt.,.,,. --.-.ai- -ld.uh,... ei.:~1.-,:11«-• 1,02 SUtMlnALI /I St:f!~..IIOl>OllOOlrf"1!1111olt1Tpma,!Un 8 s,tq,0,M-,gs ttCICMt~lll1"*'.to:-*\11**1\lllfl1l~Oti.tl.,lilllll'IWlg-l!OUII. n.11,·""•.1e1,..,•••ut,91>Jtlll ... lm~ I.;, Q~ =AA-:-tlacllO!lllolal.....,.tmn.v, J:.~Oltft--1<01accrtllrcl-,SMAQIA.lirthlecl!6 .. Sflfftlffllt l,llll'.-tfeqt•.....,...•lld Jla,rd;Jn1clN!1111 ,_,.. .. ""--rdcaltd BF.i.-ram11t<11nt1...,0ualkll00111'ComPlrv~.,11""1met11W0111.....,IMlyeers dO,XUIMl'Udt>'.Pftffl~ 1.0, DtUVERY,ST0IIAOS,.NOM,.H0U,f0 11 6Ulcll-l<'>1'lfflllt-"'9~---•,...,-lorW"IOIWNilation Slopl-1111111 ll>ttlllo'"""'t,Ul"lall' 1.a'! ~-:.~Ol!ftlCIWllhmatll' ... ~llll'feal.Hdltcolof.lhonllf~ ,. ConlllldfflCldn4>olri..t.,gao.i-mt1;11101equr......i.•a1tS-014DD-0,..,1y .......... 8 Sc"f'ldrnodll!PI .............. .._Olllht cil""""" C w-..,....,.,.........,pe,1.iu...._...,W;wt< ,A1n2 .... ooucu z.01 SHEU,,.,.TUU,t,l.l A~=S11,1!1"5"11,1All6J/it.5SJW.wo111Gll.llll?~zn::eo.l\lrO·f!Wlaflln10.ll2inct>l'CI< B CCff«;"5lW83;oa.,...,.110 , fiMh __ lo_l"IOftln¥<1......,_.ol ,~...._..~lor ·~--·--_..~ ... 15M,\CN,t, ___ ..._,..llol-.,d"" Z.IJACC~I ,. ~-tealldlllllr:tf.ffrW.IMD!f"'Vl'DDIOC,.K,....~ BF.s-. 1 ~"'"'-¥'ilfltal._,._....,_lo,~""HI-~ :' cw:,e,O'tt'f1)tte,loy!Ml ...... lo,-,it<-" C L""<IP'iti.....n 0,-IA"a'~MI..-....... ...... ........,,-· ,, ..,......,,.,..,.,,:1.,.,.,.,..:,,1n• ( ~~:N-~Pw'II "~ctN'Sl,c,ASTM0~79TJPtl r '="'·'""'~"i·:.otft;1ac1 ... ~o:ti00 ,;. l,,,,:t,;lcp ..,.:,1 AATUC,~T'lf"'I 1~ .... ~·)Jr /l:;tl,l ll ';.'5"50{5[\.501\i'~U..•pp,opwleb--lCll'e11f1P1f- ·~ ...... ";:t·1•~"""~ 2..0lF,.111'1:IC"TIDN • ~,,.,.,_.A,_.,.,. .. .i.,.~ .. ..,_ .. -...... ·.-· •'Olhn, ...... -, ... -:.!ol h(Clflll-111c"9"fl r<"..., ...... "'9'. CHl,fneor:,wdedgnon~dl l /2.-ldlmitfl'andlNfl"lcor,.,1 (", f"'"'-tf<ial-lll(ot.CkNlffll,tOCerl-•-~---i.d Al~,::,,,11.""" MHd~~·t)'ptr:t ..... lloclc,ngl'OCNdll'affif E :..a::::o:-roi,,1to,n-p,e,;1"""''""""""'1&lnchqq,,.....,to,<igd,t,,11t1Yrilr. F Fs,,.c.,: • .,.111;.11r.>ct1-,NM111~1$11""°""'..i 1(•1nc!110.....,J•ro:l~I01"'m .. G. Fauricalatt.ll""')1ln ..... 10tlOHIIINIZllll;Nl1-•oolng. "-!um-llfakaqfl . 2.94 IIIETM.. IJOWIISPOUT ANO CDNOUCTOl'I NUO Fit.BRICATIOk ,. ridiltadliffltlllDtlbrNtdlnidtl9m rtm111n e.Pto.i!ll.:ce"°'"'"1•"".,.,IQllitc1b"""',:,1t111~ =.:'tx!J!.: A. V.,;tylOOlc,pt,qa,c .. m, ...,.._ ........ dllm.lold ...... lwou,gh1ool;a1 mld1•~11gltllln ,i.,. ................ locari , . .:·~-;_;;.,~......,....., ..... ._.. ... i,, ............. _ A IIIJlllll-..andldl,l ...... ilnddul1btlor9A-.lng lllllliL*ln. BBacti.PMICOIICNltdllllW...-lxe1'Mli~~paln11o•"**"'-11d-1lh....,_ ot15fl'il 3.13 INSTALUTION A.. Conillf11111tdi-.oc1tlal1 8.Sacu11!1,\ .... 1 i1,,.._...,.........,.i..i.n.,a, c. ,...., ... ..,...._,~"""'""-1111._.,.,.__.~ ... ..,.,. 0. Fillnt,.,p...,.,.,_.., ........ eoi1111,......,.u..--anc1 ... ,1nP'lnH,ar'ldllllt ......... 11 .......... e. Sa1c1t,-1a1joln11klf1u1 .... 1111U*'coni.d AllwlCllcltrinil-~"""'dc'"",... _ ..... in9-.lio,,M1C1"-•"'-"' I< ~cond,,oclo,he .... --~ .... ---.1.1·-·io~aqace,,..~ ...... fl lfl-(fll,)llpano.....,,ooa1, ..... 0!0"9,-t.Ad:oll .. p-lopad.c-di11111 ... 1h ,ootinllahf-. J .04 FIELOOUit.UTT CONTFIOl " ~StdonD1400·0vllli1J~lffllfllll.klr~IM!>«lioooroo,il-'S lllfl~ci.on.,..w,vot,•U"nill11etol"'O'k cturif'llnltlb1on101-,1Wo~wilt ~lttd·-~-1'111 S1Ecr1DN0n:10RD0f"ACCESSORIES ~.:':T~s1~g~ A. WL<•lo•;INO<I 'l'tel"'kJ,1,d,,r.,ro,(;l•~, .... ,..d·ari;a~ ....... l,,,.,. .... ,c:<dJll-:,,lg l r~.,:,-" 1.0, SIJI\MlnAlS /\ \!,oOlli:.;lllll't'llltowe",.,, 05h:Ji:,t..,nci-V-1j1 'Corn1do•1•odllu-•o;i,J,,l>,i • lU'IW!Plfl•._.,°" .. l:,111i...o.c, .. I.O...pia,;anooli:llldpllo,ablad. __ ....,,..-g<alcr ... E.,..ilOliloolndlll.liit1MoorJ l ,SIClfpiptJ-.ICCIIICUll<11110ll.\..cntt,O'ld-.Fo,IIOi,s•N-pp.too~ o,o,,idtUIMlll..,_llol.....,<ltagnlfcni-ma"""-•· 2 ......,_,...,.,... ......... 1111< __ , __ ..,bpip,• ........................ ..._ ........ .._.~ .. lll'9qllirod ....... pbt~IO ... PlfO(lbJh,_dt,1o,o"-"Slo111_ ..... 11,1H1 1t1•-"' .. Pf"'lad..--._,.._IUltidRnl""""'be-nh!Wj»Md1uppo,11ollkJ,,, toilnta_,,,.,,.ol ... """'"lli-11wdf'II C.Ouci&uA,otll I , Miro••DSAIIDIICtS...-1s z. "111il ol!IOlyca-llOl\allructicba1t•""11<lltdl01 .. ~ l(P-91,hol-d,p ...... 3 ... lotd ~-~,-111....,,a"1a·11fVtolh.,<J111Md....td,equttm"'1 l . M.aur1um1oa<1..;gh1m1111 .. 1:91d100lb1,p11dllcla,""°'1DfSDll>11111 ,xhba1t. l.G 1 1NSTAl.l.ATIDN A.llilUlll.lffll ... .,.lndit.Alldlfldaa;01dngla-......i1hopdr1rMf1111, B. P"lallllc•ltdCliobt:C-<1n1111lnalahlon"'ll..,.cr,.,IK.,lequlpmtntlObtot-lnllllhdP101>1Jt IIOlleNll,ffl""°l<IOIIOIII-Mlndt(IUio,MnllltboMJI.IOOf\ld. C. Pl111111111ICot>tllila,puoo1._:CooldnR,.1ocll1ims,,iit,,..,.;ll1dlo,,.;,,11ngp1pellllltcmilil loc;,.lon1.fltatldi~ll•lrllllle11•W1U:lto/{61Clft·CtflltfOlltoOling.....,...if*l1. Cootdnlllelrle ..... "llil,<oollino"'""""· O.Duc1S1~t1: LC-dni1tioc.iion1 ... 1hnewwctloc:.1llonl. b.ea ... ,...._111>en1..,1.c1ut110•,,,,,,.-11....,.e1,°""""'"'°""""" lw;11bo,,llllf-~ C~lllldllclllq!Oflllt f iedHlotclhlotJl'lllflclllt-... lold-llll4x111t"""""'11 E....,..llallofi10l'lllllll'Pf)Clf'lbflll """"· cl S.t ttw <1,c10,,"' ~ClflUlbw ,.; .... ,~ • ...,.....,.WQolch.,.n , PNlri;te1Upp0111a1M11tu....,Mfhl lea1 (j1.....,....,.,,0lllin<J.._,fl&dl ~ *"""'"•"'°"""9 .......... A,chffltu,e • lr.~1'11:lt• • ,.._'o\!ltme,111 \DIW.TS•""'-~•'jOl l""W-.,lJI 71',IOl 11111l.OU.l(lflu l817.llJ.l81UU..,--..... ~,.n CONFID[h:l lAL AHIJ PNOPl<ILIARY tilaPIO'l,..,.:e!1f.llWIUr~ ... l.\'l!illWC1, !H(l(-C$-P«>l'~""l--" flll111lQ.<'t1""1[r. -~~',Ur;ONS-1 OOl<l«.Ncl¥Cl-..."'°'ll[...r>(~. ~~.:-:.:!~~ ca.oi ,~-: FORT WORTH ---.,.-- CllY OF FORT WORTH Roof Repairs to the W ILL ROGERS M EMORIAL CENTER 3400 W. Lancaster Ave. Fort Worth, Texas 76107 11-000 .00 DECEMBER 211. 2011 Specifications -----·----------·--· ·--- _,,. ~··""v'---...;;.=v"""""v'""""'.,..,=-··.----------------------------------------------------------------~ 3. Ute nwa,1.W:,,,,,9'1~11l,llbkllslnslndan1laral pnxto1d1 •. ,.,,~.\\ ~ =:~:=.-::w.:..:=:.c:,.r~~~.:!~:dlor ~ ........ ._.lwougtw)ullhep¥d. 1.04 PAO..ECTCOMOfllOHS A..~~"-"-- .. ,.,nd~TlifflPMrtn1·Pr.,-•IU'l11CeSlll'Clapptrandc.ncuali"l1••"""· a,,d IU'latl ...,pa,alln rar,ga ifl-ci.nce ,..111 l'lanul""--'• inllfudonl. • It. SUl1-Tt1111)t!IWN : Mnnl.ffid5d9irff1Fj31»9'N1Cl--.dsfrPOlnl c. Relah'1Hinlldi1y: PNpare u111C911111C1,ipply..-deurtcw'"91 wilhil,Nl11iwtunidty range In ""1COl'dlw:tl "'Ill m-,lactun,,'1 ir.,ldonl. ~ :;::~':;1=:~e:;:"-=~~~~~,ormltl. A 2.v.,,111&""':Pn,,,,ido....iilalion~"""-"ll..,_•.....,••lncod"'"'<l.,.•ncll>...t I , ::::.:~::::.,.-:.~""""'-"''lnMuo:':'-<: L Sd'!Mlulecoalng-"ID~•c.1 ..... dlollandllirbor1W~. It. Ptolld ....... ,1tom~du1l andllilbo!nloori....._... .... ingcmlhg IPlllcabandalflr9. PAAT2 -PflOOIJCTS :t.C11 .CCEPTA8llEMANUfACTUR£RS A. &cld~CD. 9. !iwlllllfonl:StdoflOIIIOO•ProdYcifwcp'•Mr,ll. Ull MAT"EAIM.S A.. l-fvll-blild.--beled.act-,kel1MibldtCOlaMecN1*'911MdlClfSOIKIDl)rQ1 .. and IIIUOPW'!'lll'a..&. 1. w-v-T,anlllllnlon:ASTMEll8-121ollp11n .. a12011'1i11ar,ilhidl,Mn. 2. Abmlonl=\nlM...ot:ASTMC41.0n,ll•btRd. ' $, fr"t•·"'-Ouiahlllly:Al!ITMCIIM-100.t'l'.lof30DcJCll,1. ,. 5""ScirayAlal11ata:ASTM81 1tz.00Ch1#5%IOl\lbl:ND..,_,,oolon090'ft 2'f(24'Ct-17~. 5. in.,~Aoolsi.,m;A!ITMOZ784·nodipplng. 8 FluillllilyT1•:1' .... fllhl(25r!,n,)-1,oet,ipp1'9•~- ') 2-GJ ACCESSOfllES : A. Htw,Dutyllocli;fk """"""""pal'Cl9llldckbf .......... PART l -UECUTIOM 101 UAMMATION A.E.-. ..... ...,_lo ~~-,,dfwc,,1dRla<:ll-,,dclefldo.rcin.s..tacHn,\IIIMdry a,d lr,l!Mdtcnllio,,. "-'-.. oil.donl,i*t.loo••ull.-""pollll,and~ ==-·lo-go,d ............ 0o ..... 11a11-11 .... 11c1etK .. anddorl~ ... 3.02 PAEPAAATION A. ~rl"Mewltr«rubb11111"'f'l~lklnollrili04tmohol!lhM1andblllach. Flin••dun wa191endalow ... 1M:11odryooms*llly. B. Cen,;,11t Ind C-.t1 Ma!IDA!y MIi-., 1. Aemovtdo~..._,,......,Klll•,_....andol>l<kwll9"1n,1..W. 61/11ace1fft111Mlr" allalaftel,-1llcli,t,larm,.llas,, ynlt,oncnhncurlngmllMll-1,looM Cffll-nl lwdl,w .. dr1.,,d..,..,_l:Olll~L Z. Connlllll'ld,...,,W ..... Mcind.t1Ntll0..,.M7'15dlo9'111Fp,iarlo~al ........... ,_,.. 1 "'""--olland1'•••"'"•-'*"'allll.,.,,.111M'Jlh*.""-•1W111#111wif11 ""'5onaltcdr.-ll1111lullc:nM11rbelng-.!19dlhoroughly'Mf'IWlllr. Ail, ...... ........ dry ID,,.,,,.,,,. (.Fllhugloolls, .. _... ......... oll.-~wllh•-fll'lld'inecampawnd. s. Ill hlll. *"fr,;,o,,diklnl, Pfffll ILlll*ale -.111 mauact.nHIC---.ded pi;,,.,. •. l'Ml•-•Woc>li..-....... __ ... _, ... -.w.--...._..ldono<...__ -103 APPIJCATION 1...o.n.ra1: , ..... and ... _lng,,irldi.dolgmM--llpOMflllNlirlall,only-11~by nu1n1Jac:u,,. 2.. K"9-inln1r1cbttd ...... ,1111tlri.,.1oaYOldoor,llfMl,1ion. 3. Oonotunmi11dco11inv1Nr:,ncl11011i111lrr't1. ,. U...coklliorl~loala.PlfflU'••ll!ltf,,llldltChnb,e1-,;i11111o ~ ... hlcllol ... II t.fNlomrt IIPllf'rco..ino• acconfi"'J lofflanuixVll'1 INwc.tianl M 1p11adrog f&ll 19qu,nd lo ........ .-cililddrylh~(OFf). 1. Awf-'"8•1-ollilnl~~._ordal-twl~ao:l,""1.i,,18-dpe,bmann .. ..--..,_ling..,-. l.04 AEP.uR A. T~111dRloPWGf~Col~•: lOVCfHIClal......,, ...... i.aem~-· 11U1 1,,,....i•llydlller9tlllfflffl~ac,it11a,rt--. Alcoll•nhu~"'*"'l!M:h-<ll'.lt1Mlt i1Yllitt,dllaM1 lri """" ... ""•·•c:delr . •. Coalfnoo.teda: ,..,...IDCClrdl~lofflatlUl-.. ... , ... llC ....... lki;,tt>Ml:lhlll'*" chl!a!:llnlll:10,dtl-f'lal~adlr..-..ty#'-ctpe,lolmaraor~-a1~ ....... U5 FIElD ov-.Lin cotmwt. A.!nljlld(lf-.S.!'lica1· ~ :· =:r~~~~;~::-::::::~=d:: . .,.,n,1c1oy111rn ,...,., ~ 1 eo.11ngo..i.c:11: Cllldl-11nga1orfihcnarac...,.1111:aMc1m!Kklha1wouldactw....i, al!Klpe!IOff!l-•orllPPN"111Uoleoa"'9sr*"'• I _,._.,f"'llld&e,vlees: Pmvtto~a-lt!ltdwlkllll•-ll'ldo......cllor ....t..,-a-wdllpSllcalo,lolcoalirlfry111111L C O...Y1•1ntpe(.b kld&ltlor-J911rbpl,e-olc:oa .. .,"-0.llll>&lto. ~··/S:~~:~:: . ~.lcon,ple19,..,,11DmotlMraglilnollllalnldlrolh11Mnbil!oli:oat1idwdull,d,api,IJ atliD .... n,Mrial1111WCCll'l'lpll,lt.uniloml-9l,achlavi,d B.~P11larm,r,c1Co11in91\HPC): ,. Ml'C-l :Hl;h·buikldlcor16",.,.V<•ba-.daayliclfflwllionanll-c&1bona1ionco;11ing,..,.i10 ElfClidct,.,,,icalCo.t..,... __ Flrisl,:Mllk:tl•1l""9lltmtll,FCNbid<l,,g~ ,1-Flfll~llh-r1por(llll .. tac..Ccib:anlorllcclormlldl1ll, ... lllbllr11e11 .,....._tbfAldNol. a.114 .... :Ht..yrl,Jltilmd, ... ~II.Olol!IOl'°'Olllo"lor_,.IH......,. ~CMU:tWPrill*epplldatlOOIOl50.,...,....lo!po,ou11U1-•(Appied11 110to120~anoa1,..,1-.iau•lllllol.""IIOl'condi._11 .-lf'dtdl,r 111111..rldura. II. :IMCOM: T•onlCOlll'inl,"""""al!Olol5~1orll(lf'OUlouofacl1. e.:lo d-:T.,,,,.,-Rnl,appliodatllllll07'5""9 .... lorl'OftlUl-'-t. Ul FIElOOOAUTYCONlllOl A.Ap.ly111&1t1Lal1~10M......rae1u<n .. .,;t1or,LTl*lonlJ11,....ndbJM&nulacllll11. 8, F ..... si,adllN'°""""'••hl"'-.,,.IIINHlfllltltll~ll~lrc,,tAldilllt, C. Flrl1hlllllwd1_,, -.orllerftoltldo~IJClltllaNM~byA,d,illlcllorcclor. 11rtu111MworMIM!llllil,aoldlllilbtuNd..,,_.~u,.ojlclllandlfd. 3.041 ClE.lNl'tQ ANO PROTECTION A. Toueh-"°o,,e.cc,at.io,ld,td.1!.al....torolhln,IN<lioNVld••'-110Afchhd'11pt)f(1¥III. B. CwtloJll'tto-111,11111, -4Lll'lllbllmlthu lnom .,;ljlonl1r,d1Unoundng wrlao:u c. ::,"."911~rm11tN11andW111hh11111pt,•...c1\la.'tbi-.g-v,""""',,..t..,.., o. P-.:ICOffl!INIICl~lnn~du""9t ........... ol~. ,\n;hltt'CIUt • In~''°'' • f,\,1"'$,r'lltnl .,,,,w.rl-.-..,1 1,.,,w.,.a..u 1(1 1bl ,, 1111 . .u,.,-i I 11 , .lll/MJ ""'-""'"" '"'" CONrlOEN TIAL ANO PROPRIETARY OCUf OS '"'T·---.. (l)M'llil(;I •• l<U( ____ M[_" OflH(tutHfUSTCt.---·-, ~~~~.fs a..(lfl/l'IIO.ttl- ~ CITY OF FORT WORTH Root Repairs to the W ILL ROGERS MEMORIAL CENTER ,. 3400 W. Lancaster Ave . Fort Worth, Texas 76107 DECEMBER 28. 2011 " TRANSPORTATION AND PUBLIC WoRKS FACILITIES MANAGEMENT ARCHITECTURAL SERVICES Pre-Bid Meeting Roof Repairs for the Amon Carter Exhibits Hall and Administration Building at Will Rogers Memorial Center January 24, 2012 NAME. . . FIRM NAME/TITLE ~~ 3.~hm,:-i !1fcw;, dS //o;1J,,mf/ !(fl;! 4. to(/ _Ji lY'JOV) 5. >e \:t "E" .,lo"'-v...lt--"J' ...... 6. :£rr~ /,;l)!f'~.-12,:y ~ !;.4>K ty/p 7. B~un;-M ~':IlJ.ltttW A-Mc:l?.I:ZrttJ "?E"510~1\l 8. Ourn lW)d.a., l,pfo (2J C1lnOJrdC€tJJJA. 1 0. .jtff l)11 YI CAI'\ 11 . .To~ 5jidl 12. er 5/i,.J()~~u ·r 13. fo/-tfh11 ~f OFFICE #/ E-MAIL ADDRESS qr~ /tv--rf:, , . .-'Jlr£1, ~;i-'i2'7-88~i:) o,oJit. @.AJ'-1(.orp-nc }JfJ13·C/Jf0 o)ipfo~@ ('~A . CvJ'f.SJ ,WYV\_ 2 IL/: 3 'i '/. 0 '} 3 o . i< o/$ E.¥r 6>,N,+ ea r e ;( }'b4/l- 9) 17 · 1'-ft· --&7CJO ..J e~-P @r; cr,,;;;:i- ?17 (, z f 'I] f'/ ~0,..AcNr-r,JO Ir', C.O~ /I I I 14. @'1 ·~.1\~ c~l'nP..\_.~,,_~ q12-2-,~~ -z.5"°c:!,C l\'\J o EI"'<:,,@._ i¥1.-,C.t:•~ 15.DeL~ u·#/.t2.-4-(l~/k,:rt:(18., .µLt, er7-JG£;</-2,~ ~-ft.L-4~ .... ol"~ TRANSPORTATION AND PUBLIC WoRKS FACI LITIES MANAGEMENT ARCHITECTURAL SERVICES ___________ _.,~ 401 West 13th Street Pre-Bid Meeting Roof Repairs for the Amon Carter Exhibits Hall and Administration Building at Will Rogers Memorial Center 7 . 8. 9 . 10. 11. 12. 13. 14. 15. January 24, 2012 NAME FIRM NAME/TITLE OFFICE #/ E-MAIL ADDRESS TRANSPORTATION AND PUBLIC WoRKS FACILITIES MANAGEMENT ARCIDTECTURAL SERVICES ------------'~ 401 West 13th Street Pre-Bid Meeting Roof Repairs for the Amon Carter Exhibits Hall and Administration Buildi ng at Will Rogers Memorial Center January 24, 2012 NAME FIRM NAME/TITLE OFFICE #I E-MAIL ADDRESS 1· -Scof/yCtA.l~cJJ 1-{{J-1 ?/.J-~-eg91J"' 2. ~~ Mt>~ \(t'o~T ~t>M,l>;\f/j (2,l4) 4"-(Z.?..') 3 . ~ u.'( lcA l"R~ C5 J/V4,J'( Z1'H,1)-l.'-t8 I k l'y .\~ k.rc,,t(.OW\~n."j 4. 3eo-H ~\[~ B!<i~O &17-J.~-a1192 cbl'fl.?1@) '<«hlld. Ct>rt_ • "°"" 5. JJ~u.~l /)IAY-k,.lfj I.Ill.I. ~0/~ i' .t'kttfi4;',f 617¥ (17.-S-tcu J«"-"T (pbr,i-J4Jof;ti.5-c~).-r 6 _ J;/cr:. 1,4;/fcy 8/Q ~ ,S J~ke 6 Jr.t· -trJo/"75-Ci>"f 7. /( l~/l;!h ,Q ~A1UJrpJA-l Ro~~~G 8. 9. 10. 11 . 12 . 13 . 14. 15. TRANSPORTATION AND PUBLIC WoRKS FACILITIES MANAGEMENT ARCHITECTURAL SERVICES Pre-Bid Meeting Roof Repairs for the Amon Carter Exhibits Hall and Administration Building at Will Rogers Memorial Center NAME 1. ~,?er ;41/tfB()i~ 2. Aqrof\ Mieyr 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. January 24, 2012 FIRM NAME/TITLE R '-fv1 IA ~ p "1:7 ' ,ZS /VJ /1.. .L. 1,Je,..//~1y f pl/\ OFFICE #/ E-MAIL ADDRESS ,. I NOTICE TO OFFERORS Proposals for the Roof Repairs for the Amon Carter Exhibits Hall and Administration Building at Will Rogers Memorial Center at 3400 West Lancaster Avenue , Fort Worth, will be received at the Purchasing Office , City of Fort Worth , 1000 Throckmorton, Fort Worth , 76107 , until 1 :30 P.M., Thursday, February 9, 2012, and will be opened and publicly read aloud approximately thirty minutes later in the Council Chambers. After evaluating the Proposals submitted, the City shall select the Offeror that offers the best value to the City and enter into negotiations with that Offeror. The City may discuss with the se lected Proposer options for a scope or time modification and any price change associated with such modification. A Pre-Bid Conference will be held at 10:00 A.M. on Tuesday, January 24, 2012 at 401 w 131h Street, Fort Worth, Texas. The project is to repair the roofs of the Amon Carter Exhibits Hall and Administration Building at the Will Rogers Memorial Center in Fort Worth. There are three add/alternates. 1. Clean exterior walls of Amon Carter Exhibit Hall. 2. Replace roof at 6 roof areas -Will Rogers Administration Area . 3. Clean brick masonry below cleaned and sealed limestone coping from Alternate 2 work. Estimated construction cost is in the $1 ,300 ,000 .00 range (Base Proposal). The APP Modified Bitumen Roof and the EPDM Roof Systems must be installed by manufacturer- approved installers and must have 20-year, No dollar Limit, Non-Prorated Warranties. The barrel roof, EPDM coating must be installed by manufacturer-approved installers and must have a 10-year, No Dollar Limit, Non-Prorated Warranty The M/WBE participation requirement is not applicable for this project. Offerors must submit a bid bond with their proposal. The Offeror to whom an award of contract is made will be required to provide Payment and Performance Bonds and provide Contractors General Liability and Statutory Workers Compensation Coverage. General Contractors and Suppliers may make copies of the Instruction to Offerors, General Conditions, drawings, and specifications through their printer or reprographic companies . The Request for Proposals (RFP) documents may be viewed and printed on-line . The RFP documents are not available at the City. The RFP documents may be viewed and printed on-line by logging on to https://projectpoint.buzzsaw.com/fortworthgov with the user name "Cowtown", password "Cowtown 2004 ", "TPW Facility Projects". Contact the Project Manager, Ronnie Clements at (817) 392-8014 or Email Ronald.Clements@fortworthgov.org for assistance. For additional information contact Mike Smith, Elements of Architecture, (817) 333-2880 or Email msmith@elementsofarc.com Advertisement: January 12, 2012 January 19 , 2012 Roof Repairs at Will Rogers Memorial Center May 2012 NOTICE TO OFFERORS T ABLl= OF CONTENTS INSTRUCTIONS TO OFFERORS PROPOSAL TABLE OF CONTENTS TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE WAGES RATES WEATHER TABLE CONSTRUCTION CONTRACT PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW PROJECT SIGN Roof Repairs at Will Rogers Memorial Center May2012 INSTRUCTIONS TO OFFERORS 1. PROPOSAL REQUIREMENTS: The following requirements shall be used in the preparation of the response to this Request for Sealed Proposals: • Use the Proposal Form provided in the Project Manual. • Entries on the Proposal Form may be handwritten or typed. • Write in contract duration if not specified . • Acknowledge all addenda on the Proposal Form . • Have a Principal sign the Proposal. If the Offeror is a corporation, the president or a vice- president must sign the Proposal. If the Offeror is a partnership , then the person/entity who is the managing/general partner must sign the proposal. • Include cashier's check or an acceptable bidder's bond written by a corporate surety payable to the City of Fort Worth, in an amount of not less than five (5%) per cent of the total of the bid submitted . In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 1A. SELECTION OF CONTRACTOR: The City shall select the Offeror that offers the best value based upon the following criteria and on its ranking evaluation. In determining the Best Value Offeror, the City will consider: 1 . 2 . 3. 4 . Proposed price (60%) Proposed project schedule (20%) Reputation/experience of the Offeror as demonstrated by past reroof project work and the report of references (10%) ·'\.. Offeror's past relationship with the City. (10%) "----~ **NOTE**: If the Offeror does not have previous work experience with the City, then the reputation evaluation criterion will represent 20% of the overall score 2. After ranking the responses to the RFP, the City shall first attempt to negotiate a contract with the selected Offeror. The City and its architect may discuss with the selected Offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected Offeror, the City shall, formally and in writing, end negotiations with that Offeror and proceed to the hext Offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. MINORITY/WOMENS BUSINESS ENTERPRISE (M/WBE) (BEST VALUE PROPOSAL) Roof Repairs at Will Rogers Memorial Center May 2012 : 7. WAGE RATES: Not less than the prevailing wage rates set forth in Contract Documents must be paid on th is project. 8. POST BID -PREAWARD SUBMITTALS: Offerors are required to submit one original and one copy of the following information to the Architectural Services Section , Building Services Division , 401 West 13th Street , Fort Worth, Texas 76102 , by 5:00 PM on Thursday, May 15, 2008) in order to assist City staff in determining the Contractor's capab ility of performing the work and in meeting City contract requirements : · Contractors Qualificat ion Statement (AIA Form A305) Proposed Subcontractors and Suppliers Schedule of Values Proof of insurability for Statutory Workers Compensation Insurance Roofing Manufacturer's Certifications for installers and warranted roofing· systems . 9 . PROPOSED SUBCONTRACTORS : Acceptance of the bid in no way requires the City to accept the qualifications of the subcontractors . The Subcontractor lists are for use by the City in preparing recommendations for award of the contract. The Contractor must provide and use subcontractors listed unless the City agrees to allow a subst itute. 10 . DISCREPANCIES AND ADDENDA: Should an Offeror find any discrepanc ies in the drawings and specifications , or should it be in doubt as to their meaning , it shall notify the City at once. If required, the City will then prepare a written addendum that will be available to all Offerors at the Plans Desk or place designated for distribution of Bid Documents by the Notice to Offerors. The Contractor is respons ible for determining if addenda are available and for securing copies prior to submitting a response to this request for sealed bids . Oral instruct ions or decisions unless confirmed by wr itten addenda will not be considered valid, legal or binding . No extras will be authorized because of failure of the contractor to include work called for in the addenda . Offeror must acknowledge addenda in the Proposal. Failure to acknowledge addenda may cause the Proposal to be ruled non-responsive . It is the Contractor's responsibi lity to obtain Addenda and include its information in the Proposal. 11 . WORKERS COMPENSATION INSURANCE : Offerers will be required to demonstrate that coverage is in effect at time of Award of Contract. Sample Certificate of Insurance , or other proof that Workers Compensation Insurance will be obta ined, must be submitted within five working days of bid opening 12 . TAXES : Equipment and materials not consumed by or incorporated into the work are subject to State sales taxes under House Bill 11 , enacted August 15, 1991 . 13. PERMITS : Contractor shall apply for all City of Fort Worth Perm its and for any other permits required by this project. City of Fort Worth Building and Trade Permit fees are waived . Separate permits may be required for each work location . 14. UTILITIES AND IMPACT FEES : The City will pay water and sewer utilities tap fees and impact fees . Unless shown otherwise , the City will coordinate and pay for water and sewer taps and meters to the property line . The Contractor will include all remaining fees from the electrical and gas companies in the base bid . The Contractor will be responsible for coordinating with City and utility companies for installation of utilities . Unless indicated otherwise on the plans , the contractor will be responsible for costs and installations from the building side of the water meter and sewer tap . Roof R epairs at W ill Ro gers M emori al Center May201 2 TO : MR. TOM HIGGINS CITY MANAGER PROPOSAL PURCHASING OFFICE, 1000 THROCKMORTON CITY OF FORT WORTH , TEXAS FOR: Roof Repairs to the Will Rogers Memorial 3400 West Lancaster Fort Worth , Texas Project No . TPW2012-01 Pursuant to the foregoing "Notice to Offerors ," the undersigned has thoroughly examined the plans , specifications and the site , understands the amount of work to be done , and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications , and subject to the inspection and approval of the Director of Transportation and Public Works of the City of Fort Worth . Upon acceptance of this Proposal by the City Council , the Offeror is bound to execute a contract and , if the contract amount exceeds $25 ,000 .00 , furnish acceptable Performance and/or Payment Bonds approved by the City of Fort Worth for performing and completing the Work within the t ime stated and for the following sum , to wit: DESCRIPTION OF ITEMS BaseProposal: $ 9 75 ,180 •. 00 Alternate 1: $ 6 4,140 . 00 Clean Exterior walls of Amon Carter Exhibit Hall Additional days requ ired : --~-o~..,.---- Alternate 2 : S 131 ,550 , oo Replace roof at 6 roof areas -Will Rogers Administration A rea Additional days required : __ 2_1 ____ _ Alternate 3: $ ll, 62l •. OQ Clean brick masonry below cleaned and sealed limestone coping from Alternate 2 work . Addit ional days required : __ ..,._o_,_. __ _ The undersigned agrees to complete the Work within 6:9 calendar days after the date of Notice to Proceed . A Project Schedule will be submitted as required in the Instructions to Offerors . The City reserves the right to accept or reject any and all bids or any comb ination thereof proposed for the above work. The undersigned assures that its employees and applicants for employment and those of an y labor organization , subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discrim inated aga inst as prohib ited by the terms Roof R e pa irs at W ill Rogers Memoria l Center January 20 12 of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). Residency of Bidders : The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders . The law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders Failure to complete the forms may disqualify that bidder. Resident bidders must check the box in Section 8 . A. U Non-resident vendors in (give state), our principa l place of business , are required to be __ percent lower than resident bidders by state law. U Non-resident vendors in (give state), are not required to underbid resident bidders . 8 . ~ Our principal place of business or corporate offices are in the State of Texas . Within ten (10) days of receipt of notice of acceptance of this bid , the successful bidder will execute the formal contract and will deliver approved Performance and Payment Bonds for the faithful performance of this contact. The attached deposit check in the sum of Dollars ($ is to become the property of the City of Fort Worth , Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth , as liquidated damages for delay and additional work caused thereby . MINORITY/WOMENS BUSINESS ENTERPRISE (M/WBE): The M/WBE requirements will not be applicable for this project. By : Address : ul:5ank. rinted Name of Principal 1900 N0~th~ark Drilve Street Ft . Worth. TX City EMail : Phone : jne@eubankroo:Hng •. CG>Il) 81 7-334-0161 Roof R e pairs at Will Ro gers Memorial Center January 2012 f',;J:?e.$.i.'Gent. Title 76102,Jo.14 Zip FAX: 8J. 7 ·"336·d8.ll Receipt is acknowledged of the following addenda : Addendum No . 1: xx Addendum No . 2: xx Addendum No . 5: Addendum No 7: Addendum No . 9: Addendum No . 11 : Addendum No 13 : Ro of R epairs at Will Rogers Memori a l Center January 201 2 Addendum No . 3: Addendum No . 4 : Addendum No. 6 : Addendum No. 8: Addendum No . 10 : Addendum No . 12 : Addendum No . 14 : xx Receipt is acknowledged of the following addenda: Addendum No . 1: Addendum No. 2 : Addendum No . 5: Addendum No 7 : Addendum No. 9 : Addendum No. 11: Addendum No 13 : I / I 1, xx xx I / Roof Repairs at Will Rogers Memorial Center January 2012 Addendum No. 3: Addendum No . 4: Addendum No . 6: Addendum No. 8: Addendum No . 1 O: Addendum No . 12: Addendum No . 14 : xx North Texas Construction Industry Salary Survey (2009) Classification AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechanic Acoustical Ceiling Helper · Asbestos Worker Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Finisher Helper Concrete Form Builder Concrete Form Builder Helper Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Carpet) Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather r May2012 Avg. Hrly Rate $25. 92 $15 .81 $15 .56 $12.27 $0.00 $18.54 $10.39 $17.08 $13.45 $13. 97 $12.14 $14.03 $11. 72 $16.10 $12.43 $15 .00 $11.50 $21 . 77 $15.32 $20.00 $0.00 $0.00 $18.00 $10.00 $18.53 $13.49 $16.59 $11 .21 $10.47 $13.24 $17.00 Health/ Welfare Pension Vacation $1.01 $0.19 $0 .8 3 $0.00 $0.00 $0.30 $0.57 $0.03 $0 .12 $0.19 $0.00 $0 .00 $0.00 $0.00 $0 .00 $0.24 $0.00 $0.00 $0.00 . $0 .00 $0 .00 $1 .62 $0 .1 7 $0.81 $0.75 $0.08 · $0.71 $0.41 $0.04 $0 .14 $0.43 $0 .04 $0 .11 $0.67 $0 .03 $0.15 $0 .54 $0.03 $0.10 $0.56 $0.02 $0.30 $0 .33 $0 .00 $0.28 $0.07 $0 .00 $0.00 $0.07 $0.00 $0.00 $1.08 $0 .05 $0.38 $1.09 $0.05 $0.27 $0 .00 $0.00 $0 .00 $0.00 $0 .00 $0 .00 $0.00 $0.00 $0 .00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1.92 $0.38 $0.71 $1.20 $0.10 $0.35 $0.29 $0.12 $0.08 $0 .36 $0 .11 $0.13 $0.70 $0 .06 $0 .08 $0.98 $0.06 $0.12 $0 .00 $0 .00 $0.00 Total Package $27 .91 $16. 77 $16.26 $12.46 $0 .00 $18.78 $10 .39 $19 .69 $14 . 99 $14. 55 $12.72 $14 .88 $12 .39 $16. 98 $13.05 $15.07 $11.57 $23.29 $16. 73 $20 .00 $0.00 $0.00 $18 .00 $10 .00 $21 .54 $15.13 $17.08 $11 .81 $11.30 $14.41 $17.00 ( 1) (2) (3) * WEATHER TABLE Month Average Inches of Days of Rainfall Rain January 7 1.80 February 7 2 .36 March 7 2 .54 April 8 4.30 May 8 4.47 June 6 3.05 July 5 1.84 August 5 2 .26 September 7 3.15 October 5 2 .68 November 6 2 .03 December 6 1.82 ANNUALLY 77 32 .30 Mean number of days rainfall, 0 .01" or more Average normal precipitation , in inches Mean number of days 1.0 inch or more Less than 0 .5 inches Snow/Ice Pellets 1 * * 0 0 0 0 0 0 0 * * 1 This table is based on information reported from Dallas-Fort Worth Regional Airport, Texas . Lat itude 32 deg 54 min north, longitude 97 deg 02 min West, elevation (ground) 551 ft. Average number of days of rain, snow, and ice are based on records covering 27 years . Precipitation is based on record of 1941-1970 period This table is to be used as a basis for calculation of excess rain or weather days for projects with duration in calendar days. If the site records indicate that the Contractor was unable to carry out operations due to weather, it is counted as a weather day. If the number of weather days exceeds the number of average rain days plus the snow/ice-pellet days for a given month , the contract period will be adjusted by Change Order. r May201 2 A-10 MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) POLICY: The City of Fort Worth has goals for the participation of Minority and Wom en Business Enterprises (M/WBE ) in City contracts . Compl ian ce with the policies designed to meet these goals is mandatory in ord er to be con sidered a re s pon si ve bidder. The City po licy and procedures to be followed in s ubm itting bids is in cl uded . The City of Fort Worth MWBE Progra m will take preced ence over other subcontractor utilization programs on Block Grant and other federally funded Projects . A-11 CORRELATION AND INTENT: In general , the drawings indicate dimens ion , locations , positions, quantities , and kinds of co nstruction ; the s pecifications indicate the quality and construction procedures re quired . Work ind ica ted on the drawings and not specified of vice-versa , shall be furn ish ed as though set forth in both . Work not detailed , marked or sp ecified shall be the same as s imilar parts that are detailed , marked or spec ified . If the drawings are in confl ict or conflict with the specifications the better quality or greater quantity or work or materials shall be estim ated and shall be furnished or included. Dimensions on drawings shall take precedence over small-scale drawings. Drawings showing locatjons of equ ipment. piping , ductwork, electrical apparatus , etc., are diagrammatic · and job cond itions may not allow installation in the exact location shown . Relocation shall not occur without t he Archite cts approval. A-12 AGE: In accordance with the po li cy ("Policy") of the Executive Branch of the federal government, Contractor covenants that neither it nor any of its officers, members , agents , employees , program participants or subcontractors, while engaged in performing this contract , shall , in connection with the employment, ,;!dvancement or discharge of employees or in connection with the terms , conditions or privileges of their employment, discriminate aga inst persons because of their age except on the bas is of a bona fide occupational qualification, ret irement plan or statutory requirement. Contractor further covenants that neither it nor its officers , members, agents , employees, subcontractors, program participants , or persons acting on their behalf, shall specify, in sol icitations or advertisements for employees to work ·On th is 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. Contra ctor warrants it will fully comp ly with the Pol icy and will defend , indemnify and hold City harmless against any claims or allegations asserted by third partie s or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comp ly 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 it and any and all of its subcontractors will not unlawfully discrim inate on the basis of disab ility in the provision of services to the general public, nor in the availab ility, terms and /or conditions of employment for applicants for employment with , or employees of Contractor or any of its subcontractors . Contractor warrants it will fully comply w it h ADA provisions and any other applicable federal , state and local laws concerning disability and will defend , indemnify and hold City harmless aga inst any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged fa ilure to comply with the above-referenced laws concerning disability discrimination in the performance of this agreement. SECTION B IDENTITY OF ARCHITECT B-1 CONTRACT ADMINISTRATION: Where )he term "Architect" is used in the "General Conditions of the Contract for Construction", it shall refer to the Director, Transportation and Public Works or his designated Building Construction Manager. The Director, Transportation will designate a Project Manager and Building Construction Manager (BCM) to administer this contract and perform the functions of the "Architect" as indicated in the General Conditions . The des ign architect or engineer may also be designated to perform the duties of "Architect". The term "City" and "Owner" are used interchangeably and refer to the City of Fort Worth as represented by the Director of Transportation and Public Works or his designated representative . B-2 TERMINATION AND SUSPENSION OF WORK: The Owner has the right to terminate the Project for any reason . If 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 wo~k 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 allocatable to the work not completed and further reduced by the amount of payments, if, any otherwise made. Contractor shall subm it its claim for amounts due after termination as provided in this paragraph with in 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. General Conditions for Facility Construction Lump Sum Contract Roof Repairs at Will Rogers Memorial Center (May 2012) C-3 INSTRUCTIONS: The Owner shall issue all instructions to the Contractor through the BCM. C-4 ACCESS TO JOB SITE: The Owner shall at all times have access to the Work whenever it is in preparation and progress . The Contractor shall provide facilities for such access so the Owner may perform its assigned functions under the Contract Documents. C-5 PROGRESS INSPECTIONS: The Owner will make visits to the Site to familiarize themselves with the progress and quality of the Work and to determ ine if the work is proceeding in accordance with the Contract documents . On the basis of on-site observations and reports concern ing the progress and quality of the work , the Owner will approve and authorize the Contractor's appl ications for payments . C-6 AUTHORITY TO STOP WORK: The Owner will have authority to reflect work that does not conform to the Plans and Specifications . Whenever, in its reasonable opinion , the Owner considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications, the Owner will have authority to require the Contractor to stop the work or any portion thereof, or to require the Contractor to stop the Work or any portion thereof, or to require special inspection or testing of the Work whether or not such Work be then fabricated, installed or completed. C-7 SUBSTANTIAL COMPLETION INSPECTION: Upon agreement of the Contractor and Architect that the 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 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 his subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall , until the expiration of three years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor , involving transactions to the subcontract. The 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 . 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 his 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 its officers, agents, and employees. Nothing herein shall be construed as creating a partnership or joint enterprise between City and the Contractor, its officers, agents and employees , and the doctrine of respondeat superior shall not apply. D-3 SUBLETIING: It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of Transportation and Public Works 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 errqr, inconsistency or omission he may discover. The Contractor shall do no work without Drawings, Specifications and Interpretations . D-5 SUPERVISION: The Contractor shall supervise and direct the Work , using his best skill and attention. He shall be solely responsible for all construction means, methods, safety, techniques, sequences and procedures and for coordinating all portions 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 successful low bidder will use its reasonable best efforts to hire local laborers, workmen and materialmen. The general condition is not to be constructed as limiting the right of any bidder to employee laborers, workmen or materialmen from outside local area. General Conditions for Facility Construction Lump Sum Contract Roof Repairs at Will Rogers Memorial Center (May 2012) D-11 CASH ALLOWANCES: The Contractor shall include in the Contract Sum all allowances stated in the Contract Do cuments . 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 origina l allowance shall be included in the Contractor Sum and not in the allowance . The Contractor shall cause the Work cove red by these allowances to be performed for such amounts and by such persons as the Owner may direct, but he will not be required to employ persons against whom he makes a reasonable objection. If the cost, when determined, is more than or less than the allowance, the Contract Sum shall be adjusted accordingly by Change Order which will include additional handling costs on the site, labor, installation costs , field overhead , profit and other direct expenses resulting to the Contractor from any increase over the original allowance. D-12 SUPERINTENDENT: The Contractor shall employ a competent superintendent and necessary assistants who shall be in attendance at the Project site during the progress of the Work. The superintendent shall be satisfactory to the Contractor and the Owner . The superintendent shall represent the Contractor and all communications given to the superintendent shall be binding as if given to the Contractor. Important communications will be confirmed in writing . Other communications will be so 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 his employees and all Sub-contractors , their agents and employees, and all other persons performing any of the Work under a contract with the Contractor. D-14 FAILURE TO COMMENCE WORK: Should the Contractor fail to beg in 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 Wor.k in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing , setting forth and specifying an itemized statement of the total cost thereof, said excess cost. D-15 PROGRESS SCHEDULE: The Contractor, immediately after being awarded the contract, shall prepare and submit for the Architect's approval, an estimated progress schedule for the Work . The progress schedule. shall be related to the entire Project. This schedule shall indicate the dates for the starting and completion of the various states of construction and shall be revised as required by the conditions of the Work , subject to the Architect's approval. · 11 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 . The Contractor shall submit an updated progress schedule the BCM at least monthly for approval along with the Contractor's monthly progress payment requests . 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 , marked to record all changes made during construction, shall be delivered to the Owner upon completion of the Work . The Architect will prepare, and provide to the Owner, one complete set of reproducible record drawings of the Work . 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 . Samples are physical examples furnished by the Contractor to illustrate materials, equipment or workmanship, and to establish standards by which the Work will be judged . The Contractor shall review, stamp with his approval and submit, with reasonable promptness and in orderly sequence so as to cause no delay in the Work or in the work of any other contractor, normally within the first 90 days of the work, six copies of all shop Drawings and Samples required by the Contract Documents or subsequently by the Architect as covered by changes or amendments. Shop Drawings and Samples shall be properly identified as specified, or as the Architect may require. At the time of submission the Contractor shall inform the Architect in writing of any deviation in the Shop Drawings or Samples from the requirements of the Contract Documents . By approving and submitting Shop Drawings and Samples, the Contractor thereby represents that he has determined and verified all field measurements, field construction criteria , materials, catalog numbers and similar data, and that he has 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 Arch itect on previous submissions. General Conditions for Facility Construction Lump Sum Contract Roof Repairs at Will Rogers Memorial Center (May 2012) ,y,.,· 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 BUSINESS ENTERPRISE (M/WBE): Should the base bid be less than $25 ,000 , the requ irements of this section do not apply . General: In accordance wit_h City of Fort Worth Ordinance No 15530 (the "Ordinance"), the City of Fort Worth sets goals for the participation of minority and women business enterprises (M/WBE) in City contracts . Ordinance No 15530 is incorporated in these General Conditions by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the Ordinance shall be a material breach of contract. Prior to Award: The M/WBE documentation required by -the procurement solicitation must be submitted .within five city business days after bid opening . Failure to comply with the City's M/WBE Ordinance , or to demonstrate a "good faith effort", shall result in a bid being considered non-responsive . During Construction : Contractor shall provide copies of subcontracts or cosigned letters of intent with approved M/WBE subcontractors and or suppliers prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the M/WBE Office and the Construction Manager. Contractor must provide the City with complete and accurate information regarding actual work performed by an 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 facts and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal , state , or local laws or ordinances relating to false statement. An offerer .who intentionally and/or knowingly misrepresents material facts shall be determined to be an irresponsible offerer and barred from participating in City work for a period of time of not less than three (3) years. The failure of an offerer to comply with this ordinance where such non-compliance constitutes a material breach of contract as stated herein, may result in the offerer being determined to be an irresponsible offerer and barred from participating in City work for a period of time of not less than one (1) year . The Contractor may count toward the goal any tier of MWBE subcontractors and/or suppliers. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a jpint 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 prior to the award of the Contract. Change Orders : Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work . Whenever a change order is $50,000 or more, the M/WBE Coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the Contractor shall : 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with the bid/proposal or during negotiation, without prior submission of the proper documentation for review and approval by the MWBE Office . 2. If substantial subcontracting and/or supplier opportunities arise during the term of any contract when the Contractor represented in its bid/proposal to the City that it alone would perform the subcontracting/supplier opportunity work, the Contractor shall notify the City before subcontracts for work and/or supplies are awarded and shall be required to comply with subsections 12 .3 and 12.4 of the OOrdinance, exclusive of the time requirements stated in such subsections . . 3. The Contractor shall submit to the M/WBE Office for approval an M/WBE REQUEST FOR APPROVAL OF CHANGE FORM, if, during the term of any contract, the Contractor wishes to change or delete one or more M/WBE subcontractors or suppliers. Justification for change of subcontractors may be granted for the following : 1. An M/WBE 's failure to provide Workers ' Compensation Insurance evidence as required by state law; or 2 . An M/WBE 's-failure to provide evidence of general liability or other insurances under the same or similar terms as contained in the Contract Documents with limits of coverage no greater than the lower of 1) the limits required of the Contractor by the City ; or 2) the limits contained in the Contractor's standard subcontract or supply General Conditions for Facility Construction Lump Sum Contract Roof Repairs at Will Rogers Memorial Center (May 2012) 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 his work with theirs. If any part of the Contractor's Work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Owner any apparent discrepancies or defects in such work that render it .. unsuitable for such proper execution and results . Failure of the Contractor to inspect and report shall constitute an acceptance of. the other contractor's work as fit and proper to receive his Work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's Work . Should the Contractor cause damage to the work or property of any separate contractor on the site , the Contractor shall, upon due notice, settle with such other contractor by agreement, if he will so settle . If such separate contractor sues the Owner on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend against such suit at the Contractor's expense, and if any judgment against the Owner arises therefrom, the Contractor shall pay or satisfy such judgment and shall reimburse the Owner for all attorney's fees , court costs and expenses which the Owner has incurred in connection with such suit. F-3 CUTTING AND PATCHING UNDER SEPARATE CONTRACTS: The Contractor shall do all cutting, fitting or patching of his Work that may be required to fit it to receive or be received by the work of other contractors shown in the Contract Documents . The Contractor shall not endanger any work 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. 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 Department of Transportation and Public Works shall determine to be just. SECTION G MISCELLANEOUS PROVISIONS G-1 CONFLICT OF LAWS: The law of the place where the site is located shall govern the Contract. The Contractor must familiarize himself and strictly comply with all Federal, State, and County and City Laws, Statutes, Charter, Ordinances, 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: It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with reference to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with reference to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same . G-3 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In performing their duties under the Statutes of the State of Texas and the Charter and Ordinances of the City of Fort Worth in connection with this Contract, or in exercising any of the powers granted the Owner herein , tl"!e 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. General Conditions for Facility Construction Lump Sum Contract Roof Repairs at Will Rogers Memorial Center (May 2012) Contractor has reason to believe that the design , process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to Owner. G-11 TESTS: If the Contract Documents, Laws , Ordinances, Rules , Regulations or Orders of any pub lic authority having jurisdiction require any Work to be inspected , tested or approved, the Contractor shall give the Owner timely notice of its readiness and the date arranged so the Architect may observe such inspection, testing or approval. The Owner shall bear all costs of 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 Owner, upon written authorization from the Owner, will instruct the Contractor to order such special inspection , testing or approval , and the Contractor shall give notice as required in the preceding paragraph. If such special inspection or 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 him to the Owner. The Architect will review the certificates and forward one copy of each with his recommendation(s) to the Owner . If the Owner wishes to observe the inspections , tests or approvals required by this Section, they will do so promptly and, where practicable , at the source of supply. Neither the observations of the Architect or the Owner in their administration of the Construction Contract, nor inspections, tests or approvals by persons .other than the Contractor shall relieve the Contractor from his ... obligations to perform the Work in accordance with the Contract Documents. 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 he desires the existing service to be interrupted . The interruption time shall be kept to a minimum . Depending upon the activities at an existing facility 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 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 . 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 by him , and should any discrepancy be found, he shall immediately report the same to the Architect for verification and adjustment. Any dupl ication of work made necessary by failure or neglect on his part to comply with this function shall be done at the Contractor's sole expense. G-14 MEASUREMENTS: Before ordering any material or doing any work , the Contractor shall verify all measurements at the site or at the building and shall be wholly responsible for the correctness of same. No extra charge or compensation will be allowed on account of any difference between actual dimensions and dimensions indicated on the drawings . Any difference that may be found shall be submitted to the Architect for consideration and adjustment before proceeding with the project. G-15 EXISTING OVERHEAD OR UNDERGROUND WORK: The Contractor shall carefully check the site where the project is to be erected and . observe any existing overhead wires and equipment. Any such work shall be moved , replaced or protected , as required, whether or not shown or specified at the Contractor's sole expense . Attention is directed to the possible existence of pipe and other underground improvements that may or may not be shown on the Drawings . All reasonable precautions shall be taken to preserve and protect any such improvements whether or not shown on the Drawings . Location of existing underground lines, shown the Drawings are based on the best available sources , but are to be regarded as approximate only. Exercise extreme care in locating and identifying these lines before excavation in adjacent areas . G-16 ALIGNMENT OF JOINTS IN FINISH MATERIALS: It shall be the responsibility of the Contractor to make certain in the installation of jointed floor, wall and ceiling materials that: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights ; General Conditions for Facility Construction Lump Sum Contract Roof Repairs at Will Rogers Memorial Center (May 2012) 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 perm itted . 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 outs ide 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 bf construction. G-25 CUTIING AND PATCHING: Wherever cutting and removal of portions of the existing work is indicated , such work shall be neatly sawed or cut by Contractor in a manner that will produce a neat straight line, parallel to adjacent surfaces or plumb for vertical surfaces . Care should be exercised not to damage any work that is to remain. At no time shall any structural members be cut without written consent from the Architect. G-26 PROJECT CLOSEOUT Final Inspection . Record Drawings: Attention is called to General Conditions Section entitled, "Substantial Completion and Final Payment". Maintenance Manual: Sheets shall be 8 Y:z" x 11 ", except pull out sheets may be neatly folded to 8 Y:z "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, other materia ls. Submit six copies of Maintenance Manual, prior to request for final payment. Operational Inspection and Maintenance Instruction : The Contractor shall provide at his expense, competent manufacturer's representatives to completely check out all mechanical and electrical systems and items covered by the Drawings and Specifications . This requirement shall be scheduled just prior to and during the initial start up. After all systems are functioning properly the representatives shall instruct maintenance personnel of the Owner in the proper operation and maintenance of each item . G-27 GUARANTEE AND EXTENDED GUARANTEE: Upon completion of the Project, prior to final payment, guarantees required by technical divisions of Specifications shall be properly executed in quadruplicate by subcontractors and submitted through the Contractor to Architect. Delivery of guarantees shall not relieve Contractor from any obligation assumed under Contract. The Contractor shall guarantee the entire Project for one year. In addition, where separate guarantees, for certain portions of work , are for longer periods , General Contractor's guarantee shall be extended to cover such longer periods . Manufacturer's extended warrantees shall be included in this contract. Guarantees shall become valid and operative and commence upon issuance of Certificate of Inspection and Acceptance by Owner. Guarantees shall not apply to work where damage is result of abuse, neglect by Owner or his successor(s) in interest. The Contractor agrees to warrant his work and materials provided in accordance with this contract and the terms of the Technical Specifications contained herein. Unless supplemented by the Technical Specifications or the manufacturer's normal extended General Conditions for Facility Construction Lump Sum Contract Roof Repairs at Will Rogers Memorial Center (May 2012) H-3 DELAYS AND EXTENSIONS OF TIME: If the Contractor is delayed at any time in the progress of the Work by any act or neglect of the Owner or _the Architect, or by any employee of the Owner, or by any separate contractor employed by the Owner, or by any separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, unusual delay in transportation , unavoidable casualties or any causes beyond the Contractor's control, or by any cause which the Architect determines may justify the delay , then the contract time may be extended by Change Order for such reasonable time as recommended by the Architect and approved by the Owner . When the Contractor is delayed due to abnormal weather conditions, the weather table provided as WT-1 in these Contract Documents shall be used as the basis for providing a fair and equitable adjustment of the contract time . All claims for extension of time shall be made in writing to the Architect no more than fifteen days after the occurrence of the 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 cla im is reasonable. H-4 NO DAMAGE FOR DELAY: No payment, compensation or adjustment or any kind (other than the extensions of time provided for) shall be made to the Contractor for damages because of hindrances or delays from an cause in the progress of the work, whether such hindrances or delays be avoidable or unavoidable, and the Contractor agrees that he will make no claim for compensation, damages or mitigation of liquidated damages for any such delays, and will accept in full satisfaction for such delays said extension of time . 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 perfonmance of the Work under the Contract Documents. 1-2 SCHEDULE OF VALUES: Before the first Applicable for Payment, the Contractor shall submit to the Architect a Schedule of Values of the various portions of the Work, including quantities if required by the Architect, aggregating the total Contract Sum , divided so as to facilitate payments to Sub-contractors , prepared in such form as specified or as the Architect and the Contractor may agree upon, and supported by such data to substantiate its correctness as the Architect may require . Each item in the Schedule of Values shall include its proper share of overhead and profit. This Schedule , when approved by the Architect and the Owner , shall be used as a basis for the Contractor's Applications for Payment. 1-3 ADJUSTMENT OF QUANTITIES 1-4 PROGRESS PAYMENTS: On the first day of each month after the first month's work has been completed, the Contractor will make current estimates in writing for review by the Architect of materials in place complete and the amount of work 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 an independent, bonded warehouse such payments shall be conditioned upon submission by the Contractor of bills of sale or such other procedures satisfactory to the Owner to establish the Owner's title to such materials or equipment or otherwise protect the Owner's interest including applicable insurance and transportation to the site. The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an Application for Payment, whether incorporated in the Project or not, will pass to the Owner upon the receipt of such payment by the Contractor, free and clear of all liens, claims, security interests or encumbrances hereinafter referred to as "liens "; and that no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or by any other persons performing the Work at the site or furnishing materials and equipment for the Work, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person . The Contractor shall prepare each application for payment on AIA Document G702 , "Application and Certificate for Payment", and attached thereto AIA Document G703, "Continuation Sheet", to indicate the progress made to date and the period or month for which payment is requested for each Item listed in the Schedule of Values. A copy of the revised monthly work progress schedule must be attached before the pay request can be accepted. 1-5 CERTIFICATES FOR PAYMENT: If the Contractor has made Application for Payment as above , the above, the Arch itect 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 detenmined to be properly due, or state in writing reasons for withholding a Certificate . The issuance of a Certificate for Payment will constitute a representation by the Owner, based on the BCM's observations at the site and the data comprising the Application for Payment, that the Work has progressed to the point indicated; that the quality of the Work is in accordance with the Contract Documents (subject to an 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 General Conditions for Facility Construction Lump Sum Contract Roof Repairs at Will Rogers Memorial Center (May 2012) The Contractor shall submit the following items to the City prior to requesting final payment: 1) Contractor's Affidavit of Payment of Debts and Claims (G706) stating that all payrolls, bills for materials and equipment , and other indebtedness connected with the Work for which the Owner or his property might in any way be responsible, have been paid or otherwise satisfied, 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 him against any right, claim or lien which might be asserted by such Subcontractor, materialman or laborer. If any such right , claim or lien remains unsatisfied after all payments are made. The Contractor shall refund to the Owner all monies that the latter may be compelled to pay to discharging such right , claim or lien, including all costs and reasonable attorney's fees . The Contractor may then request final payment. The acceptance of final payment shall constitute a waiver of all claims by the Contractor except those previously made in writing and still unsettled . The Contractors one-year warranty will commence upon final acceptance of the Project by the City of Fort Worth. The designated representative of the City Council of the City of Fort Worth will make final acceptance and no other form of acceptance will be binding upon the Owner. Final payment and release of the retainage amount will become due within fifteen days following acceptance. 1-11 FINAL PAYMENT FOR UN-BONDED PROJECTS: Final payment will not be made for a period of 30 calendar days and until all requi"rements have been met, with the exception of Consent of Surety for Final Payment. SECTIONJ PROTECTION OF PERSONS AND PROPERTY J-1 SAFETY PRECAUTIONS AND PROGRAMS: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. The Contractor shall designate a respons ible member of his 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 his 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 he shall take every precaution against injury or damage to the Work by the action of the elements or from any other cause whatsoever , whether arising from the execution or from the non-execution of the Work. The Contractor shall rebuild, repair, restore and make good, at his own expense, all injuries or damages to any portion of the Work occasioned by any of the above , caused before its completion and acceptance . The Contractor shall comply with all applicable Laws, Ordinances , Rules, Regulations and Orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the Work, all reasonable safeguards for safety and protection, including 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 cir 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 General Conditions for Facility Construction Lump Sum Contract Roof Repairs at W ill Rogers Memorial Center (May 2012) contracted directly with the Contra ctor 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 wh ich 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. "Servi ces" 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 prov ide 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 co verage 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 del ivery, 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 , inform ing all persons providing services on the project that they are required to be covered , and stating how a person may verify coverage and report lack of coverage. h) The Contractor shall contractually require each person with whom it contracts to provide services on a project , to : i) provide coverage , based on proper reporting on the classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas labor Code, Section 401 .011(44) for all of 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; 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. General Conditions for Facility Construction Lump Sum Contract Roof Repairs at Will Rogers Memorial Center (May 2012) 4) Deductible limits on insurance policies and /or self-insured retentions exceeding $10 ,000 requ ire approval of the City of Fort Worth as respects this Contract. 5) The City of Fort Worth shall be notified in writing a minimum of thirty days prior to an insurer's action in the event of cancellation , non-renewal or material change in coverage regarding any policy providing insurance coverage required in this Contract. 6) Full limits of insurance shall be availab le for claims arising out of this Contract with the City of Fort Worth. 7) The Contractor shall provide certificates of insurance to the City prior to commencement of operations pursuant to this Contract. Any failure on part of the City of Fort Worth to request such documentation shall not be construed as a waiver of insurance requirements specified herein . 8) The City of Fort Worth shall be entitled, upon request and without incurring expense, to review the insurance policies including endorsements thereto and , at its discretion, to require proof of payment for pol icy premiums . 9) The City of Fort Worth shall not be responsible for paying the cost of insurance coverages required herein . 1 O) Notice of any actual or potential claim and/or litigation that would affect insurance coverages required here in shall be provided to the City in a timely manner. 11) "Other insurance" as referenced in any policy of insurance providing coverages required herein shall not apply to any insurance policy or program maintained by _the City of Fort Worth . 12) Contractor shall agree to either require its subcontractors to maintain the same insurance coverages and limits thereof as specified herein or the Contractor shall provide such coverage on the Contractor's subcontractors . SECTION L CHANGES IN THE WORK L-1 CHANGE ORDER: The Owner, without invalidating the Contract, may order Changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum and the Contract Time being adjusted accordingly. All Such Changes in the Work shall be authorized by Change Order, and shall be executed under the applicable conditions of the Contract Documents. A Change Order is a written order to the Contractor signed by the Contractor, Owner and the Architect, issued after the execution of the Contract, authorizing a Change in the Work or adjustment in the Contract Sum or the Contract Time. The Contract Sum and the . Contract Time may be changed only by Change Order. Any changes in work required due to changed or unforeseen conditions, or by request of either the Contractor or the City, shall be coordinated with the Director, Department of Transportation and Public Works. A change order must be written and duly negotiated and executed prior to performing changed work . The cost or credit to the Owner resulting from a Change in the work shall be 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 he receives a Change Order, shall promptly proceed with the Work ·involved . The cost of such work shall then be determined on the basis of the Contractor's reasonable expenditures and savings , including a reasonable allowance for overhead and profit as indicted in the original contract proposal. 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 rev ise 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 . General Conditions for Facility Construction Lump Sum Contract Roof Repairs at Will Rogers Memorial Center (May 2012) 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 shou ld have borne , the difference shall be charged to the Contractor and an appropriate Change Order shall be issued. If the payments then or thereafter due· the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner. If the Contractor fails to correct such defective or non-conforming work , the Owner may correct it in accordance with Section G. The obligation of the Contractor under this Section shall be in addition to and not in limitation of any obligations imposed upon him by special guarantees required by the Contract Documents or otherwise prescribed by law. M-3 ACCEPTANCE OF DEFECTIVE OR NON-CONFORMING WORK: If the Owner prefers to accept defective or non- conforming work, he may do so instead of requiring its removal and correction, in which case a Change Order will be issued to reflect an appropriate reduction in the Contract Sum, or, if the amount is determined after final payment, it shall be paid by the Contractor. SECTION N TERMINATION OF THE CONTRACT N-1 TERMINATION BY THE CONTRACTOR: If the work is stopped for a period of 30 days under an order or any 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 he makes a general assignment for the benefit of his creditors, or if a receiver is appointed on account of his insolvency, of if the Contractor refuses, except in cases for which extension of time is provided , to supply enough properly skilled workmen or proper materials, or if he fails to make prompt payment to Subcontractors or for materials or labor, or fails to comply with al Laws , Statutes, Charter, Ordinances, Regulations or Orders of any public authority having jurisdiction, or otherwise is guilty of a substantial violation of a provision of the Contract Documents ,' then the Owner, on its own initiative that sufficient cause exists to justify such action , may, without prejudice to any rights or remedy and after giving the Contractor and his surety, if any , seven (7) days ' written notice , terminate the employment of the Contractor and take possession·of the site and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and may finish the work by whatever method he may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished . If the costs of finishing the Work, including compensation for the Archite9t's additional services. exceed the unpa id 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 effected by delivering to the Contractor a notice of termination specifying to what extent performance of the work of the contract is being terminated and the effective date of termination. After receipt of termination 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 allocatable to the work not completed and further reduced by the amount of payments , if, any otherwise made . Contractor shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after receipt of such claim . 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 0 SIGNS The Contractor shall construct and install the project designation sign as required in the Contract Documents and in strict accordance with the Specifications for "Project Designation Signs." This sign shall be a part of this Contract and shall be included in the Contractor's Base Bid for the Project. General Conditions for Facility Construction Lump Sum Contract Roof Repairs at Will Rogers Memorial Center (May 2012) 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 invol ved of not less than 55 F. c) For a period of seven (7) days previous to the placing of interior finish materials and throughout the placing of finish painting , decorating and laying of resilient flooring materials , provide sufficient heat to produ c e a temperature of not less than 60 F. P-9 TEMPORARY CONSTRUCTION, EQUIPMENT AND PROTECTION: The Contractor shall provide, maintain, and remove upon completion of the work all temporary rigging , scaffolding, hoisting equipment, rubbish chutes, ladders to roof, barricades around openings , and all other temporary work as required to complete all work of the Contract. Contractor shall coordinate the use and furnishing of scaffolds with his sub-contractors . The Contractor shall provide , maintain, and remove upon completion of the work, or sooner, if authorized by the Owne r, 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, ra infall, drainage of broken lines . The Contractor shall maintain provision for closing and locking the build ing at such time as possible to do so . If this is not feas ible, ma inta in 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 requ ired 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 him upon completion of the Contract work . The following information which will be furnished by the City to the Contractor shall be posted on the bulletin board and shall be maintained by the Contractor in easily readable condition at all times for the duration of the Contract. a . The Equal Opportunity Poster and Notice Nondiscrimination of Employment (Standard Form 38). b . Wage Rate Information Poster (Form SOL 155), with the Contract Schedule of minimum wage rates as required by the Davis-Bacon Act. c . Safety Posters . SECTION Q VENUE Should any action arise out of the terms and conditions of this contract, venue for said action shall lie in Tarrant County, Texas. General Conditions for Facility Construction Lump Sum Contract Roof Repa irs at Will Rogers Memorial Center (May 2012) / • Statutory limits • Employer's liability • $100 ,000 disease each employee • $500,000 disease policy limit • $100,000 each accident b. COMMERCIAL GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract public liability insurance coverage in the form of a Commercial General Liability insurance policy to cover bodily injury, including death, and property damage at the following limits: $1,000 ,000 each occurrence and $2 ,000,000 aggregate limit. • The insurance shall be provided on a project specific basis and shall be endorsed accordingly. • The insurance shall include, but not be limited to, contingent liability for independent contractors, XCU coverage , and contractual liability. c: BUSINESS AUTOMOBILE LIABILITY: • $1,000 ,000 each accident • The policy shall cover any auto used in the course of the project d: BUILDER'S RISK OR INSTALLATION FLOATER : e. This insurance shall be applicable according to the property risks associated with the project and commensurate with the contractual obligations specified in the contract documents. EXCESS LIABILITY UMBRELLA • $1 ,000,000 each occurrence; $2,000 ,000 aggregate limit. • This insurance shall provide excess coverage over each line of liability insurance required herein. The policy shall follow the form(s) of the underlying policies . f . SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract , whether such operations be by the insured or by anyone directly or indirectly employed by it , against any insurable hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance requ ired in these Contract Documents in the amounts and by insurance carriers satisfactory to the Owner. The form to be used shall be the current Accord certificate of insurance form or such other form as the Owner may in its sole discretion deem acceptable. All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Contractor's insurance not cover the subcontractor's work operations performed in the course of this contracted project. Roof Repairs at Will Rogers Memorial Center May2012 the General Conditions, there shall be deducted from any monies · due or which may thereafter become due him, the liquidated damages outlined in the General Conditions, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in four counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in four counterparts with its corporate seal attached. Done in Fort Worth, Texas, this h ~~ day of ~ A.O., 2012. By: .6ffl APP By: . Wiersig, PE Director, ransportation and Department Doug Assistant City Attorney Roof Repairs at Will Rogers Memorial Center May2012 APPROVED : CITY~ORTH By: ... ,-'a • By: Fernando Costa Assistant City Manager M&C C-25615 (May 15, 2012) Contract Authorization l OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this th ~ day of ~ , 2012. . PRINCIPAL: ATTEST: (Principal) Secretary Name and Title 1900 North Park Drive Ft Worth, TX 76102 Witness as to Principal · SURETY: ecialty Insurance -· ... : :·· . ATTEST: Steven Tucker, Attorney-in-Fact (Surety) Secretary Name and Title Address: 900 Summit Ave. Ft .Worth, TX 76102 Witness as to Surety Telephone Number: 817 / 336-8520 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 . Roof Repairs at Will Rogers Memorial Center May2012 . ,,.. .. ~ - IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this t~~ay of ~ , 2012 . ATTEST: (Principal) Secretary Witness as to Principal PRINCIPAL: Name and Title Address: 1900 North Park Drive Ft Worth, TX 76102 SURETY: ~~"---;-~-t--+----,>-+t+-~~~~~~~~/· -~ ........ · ... /--- ATTEST: Steven Tucker, Attorney-in-Fact (Surety) Secretary Name and Title Address : 900 Sunnnit Ave. Ft Worth, TX 76102 Witness as to Surety Telephone Number: 817 /336-8520 *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. Roof Repairs at Will Rogers Memorial Center May2012 "' ... _ .. NAS SURETY GROUP NORTH AMERICAN SPECJAL TY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMP ANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State ofNew Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State ofNew Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: W . LAWRENCE BROWN, TRACY TUCKER, KEVIN J. DUNN and STEVEN TUCKER JOTNTL Y OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to m ake, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000 .00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March , 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." ?J42__ By~~~~~~~~~~~~~~~~~~~ Steven P. Anderso n, Pres ident & Chier Executive Officer of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company By ~~~~~ Da vi d M. Layman, Senior Vice Presidenfoiwashiniton International In surance Company & Vice President ofN011h Ame1ican Specialty In surance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Ins urance Company have caused their official sea ls to be hereunto affixed, and these presents to be s igned by their authorized officers this ~day of September , 20_1 _1 . State of Illinois County of Cook ss: On thi s 15th day of September North American Specialty Insurance Company Washington International Insurance Company 20_1_1 , before me, a Notary Public personally appeared Steven P . Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and D avid M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL D Jill NELSON NOTARY PUa.lC. STATE OF ILI.INOIS MY COMMISSION EXPIRES:08/03112 11<:J~~. D. JillNelson, Notary Public I, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Comparw and W ~sh ing~91---,, International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy ofa Power of Attorney given by said NoctJi American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. • S_.,..\ IN WITNESS WHEREOF, I have se t my hand and a ffixed the seals of the Companies thi s Z..?, day of Wl,~f = 20-1:b._. _, _ ~Y1-;/?~ -~ ,. - -~ .. ~ ~ Jam es A Carpente r, Vice President & Assistant Secretary of Washington International Insurance Company & Nort h American Specialty In surance Co mpan y North American Specialty Insurance Company Washington International Insurance Company TEXAS CLAIMS INFORMATION IMPORTANT NOTICE In order to obtain information or make a complaint: You may contact Jim Carpenter, Vice President - Claims at 1-800-338-0753 You may call Washington International Insurance Company and/or North American Specialty Insurance Company's toll-free number for information or to make a complaint at: 1-800-338-07 53 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company at the following address: 4 7 5 N . Martingale Road Suite 850 Schaumburg, IL 60173 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at : 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web : http ://www.tdi.state.tx.us Email: ConsumerProtection@tdi.state .tx.us PREMIUM OR CLAIM DISPUTES : Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company. If the dispute is not resolved , you may contact the Texas Department of Insurance . ATIACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ADVISO IMPORTANTE Para obtener informacion o para someter un queja : Puede comunicarse con Jim Carpenter, Vice President -Claims, al 1-800-338-0753 Usted puede llamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's para informacion o para someter una queja al : 1-800-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company al: 475 N. Martingale Road Suite 850 Schaumburg, IL 60173 Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de compan i as, coberturas , derechos o quejas al: 1-800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.state .tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS : Si t iene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company primero. Si nose resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adj unto . ~ '- ... ... ... ... '- .... '- '- .... - .. ... .... .. .~., CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Te xas Labor Code Se ction 406 .096(a), as amended , Contractor certifi es that it prov ides worker 's compensat ion insurance coverage for all of it s emp loyees employed on City Proj ect No . Roof Repairs at Will Rogers Memorial Center TPW2012-01 .Contractor further cert ifies that, pursuan t to Texas Labor Code , Section 406 .096(b), as amended , it will prov ide to C ity its subcontractor's cert ificates of compliance with worker's compensation coverage . CONTRACTOR: J e ff Eubank Roofing Co Inc COMPANY 1 9 00 Northpark Drive ADDRESS Ft. Worth , TX 76l0 2 -1014 CITY/ST ATE/ZIP THE STATE OF TEXAS COUNTY OF TARRANT § § BEFORE ME , THE UNDERSIGNED AUTHORITY, ON THIS DAY PERSONALLY APPEARED __ J_e_f_f_E_u_b _an_k _________ , 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 Pres ident of J e ff Euban k Roofng Co fmR THE PURPOSES AND CONSIDERATION THEREIN EXPRESSED AND IN THE CAPACITY THEREIN STATED . GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS __ 2 _3r_e. __ DAY OF --~M=a~y ______ ,20__1.2 NOTARYPUfil.lC IN AND FOR THE STATE OF TEXAS PAMELA J. WERNER Nalalr NIie. Slate of Texas llyCaaa Elipns 07·18-2014 Ro of R epairs at W ill Rogers Memorial Center M ay 201 2