new fire station no. 5€¦ · komatsu architecture / job no. 2016.166 toc - 1 document toc table...

1106
ISSUED FOR CONSTRUCTION Project Manual Volume 1 New Fire Station No. 5 Mansfield, Texas 3880 Hulen Street Suite 300 Fort Worth, Texas 76107 (817) 332-1914 KA Project No. 2016.166 Bid Number: 2019-32-01

Upload: others

Post on 24-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

  • ISSUED FOR CONSTRUCTION

    Project Manual

    Volume 1

    New Fire Station No. 5

    Mansfield, Texas

    3880 Hulen Street Suite 300 Fort Worth, Texas 76107

    (817) 332-1914

    KA Project No. 2016.166 Bid Number: 2019-32-01

  • PROJECT MANUAL

    FOR

    NEW FIRE STATION NO. 5 Mansfield, Texas

    OWNER: CITY OF MANSFIELD 1200 E. Broad Street Mansfield, Texas 76063 ARCHITECT: KOMATSU ARCHITECTURE 3880 Hulen Street, Suite 300 Fort Worth, Texas 76107 817.332.1914 phone STRUCTURAL ENGINEER: ARMSTRONG-DOUGLAS PARTNERS 6060 North Central Expressway, Suite 800 Dallas, Texas 75206 214.237.7022 phone CIVIL ENGINEER: JAMES DEOTTE (JD) ENGINEERING, INC. 6707 Brentwood Stair Road, Suite 200 Fort Worth, Texas 76112 817.446.6877 phone MEP ENGINEER: SOLARE ENGINEERING UNLIMITED 1300 Summit Avenue, Suite 514 Fort Worth, Texas 76102 817.529.6800 phone LANDSCAPE ARCHITECT: LEEMING DESIGN GROUP 4913 Rufe Snow Drive, Suite 101b North Richland Hills, Texas 76180 817.577.0889 phone BID NO.: 2019-32-01 DATE: 7 November 2019 (100% Construction Documents)

  • ISSUED FOR CONSTRUCTION

    Mansfield Fire Station No. 5, Mansfield, Texas TABLE OF CONTENTS Komatsu Architecture / Job No. 2016.166 TOC - 1

    DOCUMENT TOC

    TABLE OF CONTENTS

    SECTION SECTION TITLE ISSUE DATE REVISED DATE

    VOLUME 1 Project Title Page ...................................................................07Nov19 TOC Table of Contents: Volume 1 and 2 ........................................07Nov19 CK Bid Submittal Checklist ...........................................................07Nov19 INV Invitation to Bid .......................................................................07Nov19 I Instruction to Bidders ..............................................................07Nov19 P Bid Proposal ...........................................................................07Nov19 A Agreement ..............................................................................07Nov19 PBa Performance Bond .................................................................07Nov19 PBb Payment Bond ........................................................................07Nov19 MB Maintenance Bond .................................................................07Nov19 CI Certificate of Insurance...........................................................07Nov19 SCa Supplementary Conditions to EJCDC C-700, 2007 ed. ..........07Nov19 SCb Supplementary Conditions to AIA A201 - 2017 ......................07Nov19 GR General Requirements ...........................................................07Nov19 Forms House Bill 89, Senate Bill 252 ................................................07Nov19 FORM CIQ Conflict of Interest ..................................................................07Nov19

    DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS 000107 Seals Pages ...........................................................................07Nov19 003132 Geotechnical Data ..................................................................07Nov19 Geotechnical Report 007000 General Conditions .................................................................07Nov19

    DIVISION 01 – GENERAL REQUIREMENTS 011000 Summary ..............................................................................07Nov19 012500 Substitution Procedures .........................................................07Nov19 012500.13 Substitution Request Form .....................................................07Nov19 012600 Contract Modification Procedures ..........................................07Nov19 012900 Payment Procedures ..............................................................07Nov19 013100 Project Management and Coordination ..................................07Nov19 013200 Construction Progress Documentation ...................................07Nov19 013233 Photographic Documentation .................................................07Nov19 013300 Submittal Procedures .............................................................07Nov19 013300x Subcontractors and Major Material Suppliers List ..................07Nov19 014000 Quality Requirements .............................................................07Nov19 015000 Temporary Facilities and Controls ..........................................07Nov19 015300 Mold Prevention Measures .....................................................07Nov19 015713 Erosion and Sedimentation Control ........................................07Nov19 016000 Product Requirements ............................................................07Nov19 017300 Execution ..............................................................................07Nov19 017700 Closeout Procedures ..............................................................07Nov19 017700x Punch List Form .....................................................................07Nov19 017823 Operation and Maintenance Data ...........................................07Nov19 017839 Project Record Documents .....................................................07Nov19 017900 Demonstration and Training ...................................................07Nov19

    DIVISION 02 – EXISTING CONDITIONS 024113 Selective Site Demolition ........................................................07Nov19

    DIVISION 03 – CONCRETE 033000 Structural Cast-in-Place Concrete (S) ....................................07Nov19 033543 Polished Concrete ..................................................................07Nov19 035416 Hydraulic Cement Underlayment ............................................07Nov19

    DIVISION 04 – MASONRY 042000 Unit Masonry ..........................................................................07Nov19 044300 Stone Masonry Veneer ...........................................................07Nov19

  • ISSUED FOR CONSTRUCTION SECTION SECTION TITLE ISSUE DATE REVISED DATE

    Mansfield Fire Station No. 5, Mansfield, Texas TABLE OF CONTENTS Komatsu Architecture / Job No. 2016.166 TOC - 2

    047200 Cast Stone Masonry ...............................................................07Nov19 048100 Concrete Masonry Unit Assemblies (S) ..................................07Nov19

    DIVISION 05 – METALS 051200 Structural Steel (S) .................................................................07Nov19 052100 Steel Joists (S) .......................................................................07Nov19 053100 Steel Decking (S) ...................................................................07Nov19 054000 Cold-Formed Metal Framing (S) .............................................07Nov19 055000 Metal Fabrications ..................................................................07Nov19 055100 Metal Stairs ............................................................................07Nov19 055213 Pipe and Tube Railings ..........................................................07Nov19

    DIVISION 06 – WOOD, PLASTICS, AND COMPOSITES 061000 Rough Carpentry ....................................................................07Nov19 061600 Sheathing ..............................................................................07Nov19 062023 Interior Finish Carpentry .........................................................07Nov19 064023 Interior Architectural Woodwork .............................................07Nov19

    DIVISION 07 – THERMAL AND MOISTURE PROTECTION 071900 Water Repellents ....................................................................07Nov19 072100 Thermal Insulation ..................................................................07Nov19 072600 Under Slab Vapor Barrier .......................................................07Nov19 072726 Fluid-Applied Membrane Air Barriers .....................................07Nov19 074113 Metal Roof Panels ..................................................................07Nov19 074243 Aluminum Composite Panel System ......................................07Nov19 074646 Fiber Cement Siding ...............................................................07Nov19 076200 Sheet Metal Flashing and Trim ...............................................07Nov19 076210 Flexible Flashing ....................................................................07Nov19 077100 Roof Specialties .....................................................................07Nov19 078413 Penetration Firestopping ........................................................07Nov19 078446 Fire-Resistive Joint Systems ..................................................07Nov19 079200 Joint Sealants .........................................................................07Nov19 079500 Expansion Control ..................................................................07Nov19

    DIVISION 08 - OPENINGS 081113 Hollow Metal Doors and Frames ............................................07Nov19 081416 Flush Wood Doors ..................................................................07Nov19 083113 Access Doors and Frames .....................................................07Nov19 083613 Sectional Doors ......................................................................07Nov19 083906 Tornado Resistant Doors and Frames ...................................07Nov19 084113 Aluminum-Framed Entrances and Storefronts .......................07Nov19 085113 Aluminum Windows ................................................................07Nov19 085653 Security Windows ...................................................................07Nov19 087100 Door Hardware / Hardware Sets ............................................07Nov19 Door Hardware Index .............................................................07Nov19 088000 Glazing ..............................................................................07Nov19 088300 Mirrors .............................................................................07Nov19 089000 Louvers and Vents .................................................................07Nov19

    DIVISION 09 – FINISHES 092216 Non-Structural Metal Framing ................................................07Nov19 092900 Gypsum Board .......................................................................07Nov19 093013 Ceramic Tiling ........................................................................07Nov19 095113 Acoustical Panel Ceilings .......................................................07Nov19 096116 Concrete Floor Sealing ...........................................................07Nov19 096513 Resilient Base and Accessories .............................................07Nov19 096519 Resilient Tile Flooring .............................................................07Nov19 096813 Tile Carpeting .........................................................................07Nov19 098116 Acoustical Blanket Insulation ..................................................07Nov19 099100 Painting ..............................................................................07Nov19

  • ISSUED FOR CONSTRUCTION SECTION SECTION TITLE ISSUE DATE REVISED DATE

    Mansfield Fire Station No. 5, Mansfield, Texas TABLE OF CONTENTS Komatsu Architecture / Job No. 2016.166 TOC - 3

    DIVISION 10 – SPECIALTIES 101100 Visual Display Boards ............................................................07Nov19 101400 Signage ..............................................................................07Nov19 102600 Wall and Door Protection........................................................07Nov19 102800 Toilet, Bath, and Laundry Accessories ...................................07Nov19 104413 Fire Protection Cabinets .........................................................07Nov19 104416 Fire Extinguishers ...................................................................07Nov19 105122 Gear Lockers ..........................................................................07Nov19 107500 Flagpoles ..............................................................................07Nov19 109900 Miscellaneous Specialties ......................................................07Nov19

    DIVISION 11 – EQUIPMENT 113100 Residential Appliances ...........................................................07Nov19

    DIVISION 12 – FURNISHINGS 122413 Roller Window Shades ...........................................................07Nov19 123617 Stainless Steel Countertops ...................................................07Nov19 123662 Engineered Surfacings ...........................................................07Nov19

    DIVISION 13 – SPECIAL CONSTRUCTION – Not Used

    DIVISION 14 – CONVEYING EQUIPMENT – Not Used

    DIVISION 31 – EARTHWORK 313116 Termite Control .......................................................................07Nov19 315000 Excavation Support and Protection ........................................07Nov19 316329 Drilled Concrete Piers (S) .......................................................07Nov19

    DIVISION 32 – EXTERIOR IMPROVEMENTS 321714 Precast Concrete Site Accessories ........................................07Nov19 321723 Pavement Markings ................................................................07Nov19 323119 Decorative Metal Fences and Gates ......................................07Nov19 323129 Wood Fences and Gates ........................................................07Nov19 328400 Planting Irrigation (L) ..............................................................07Nov19 329000 Landscape Planting (L)...........................................................07Nov19

    VOLUME 2

    DIVISION 21 – FIRE SUPPRESSION 210500 Common Work Results for Fire Suppression .........................07Nov19 211313 Wet Pipe Sprinkler Systems ...................................................07Nov19

    DIVISION 22 – PLUMBING 220500 Common Work Results for Plumbing .....................................07Nov19 220517 Sleeves and Sleeve Seals for Plumbing Piping ......................07Nov19 220518 Escutcheons for Plumbing Piping ...........................................07Nov19 220519 Meters and Gages for Plumbing Piping ..................................07Nov19 220523 General Duty Valves for Plumbing Piping...............................07Nov19 220529 Hangers and Supports for Plumbing Piping and Equipment...07Nov19 220553 Identification for Plumbing Piping and Equipment ..................07Nov19 220719 Plumbing Piping Insulation .....................................................07Nov19 221116 Domestic Water Piping ...........................................................07Nov19 221119 Domestic Water Piping Specialties .........................................07Nov19 221316 Sanitary Waste and Vent Piping .............................................07Nov19 221623 Natural Gas Piping .................................................................07Nov19 223400 Fuel-Fired Domestic-Water Heaters .......................................07Nov19 224000 Plumbing Fixtures ...................................................................07Nov19

    DIVISION 23 – HEATING, VENTILATING, AND AIR CONDITIONING 230000 Basic Mechanical Materials and Methods ..............................07Nov19 230529 Hangers and Supports for HVAC Equipment .........................07Nov19 230553 Identification for HVAC Equipment and Duct ..........................07Nov19 230593 Testing, Adjusting, and Balancing for HVAC (Small CV) ........07Nov19

  • ISSUED FOR CONSTRUCTION SECTION SECTION TITLE ISSUE DATE REVISED DATE

    Mansfield Fire Station No. 5, Mansfield, Texas TABLE OF CONTENTS Komatsu Architecture / Job No. 2016.166 TOC - 4

    230713 Duct Insulation ........................................................................07Nov19 232300 Refrigerant Piping ...................................................................07Nov19 233113 Metal Ducts ............................................................................07Nov19 233300 Air Duct Accessories ..............................................................07Nov19 233423 HVAC Power Ventilators ........................................................07Nov19 235400 Split-System Air-Conditioners (Gas Heat) ..............................07Nov19

    DIVISION 26 – ELECTRICAL 260500 Common Work Results for Electrical ......................................07Nov19 260519 Low-Voltage Electrical Power Conductors and Cables ..........07Nov19 260526 Grounding and Bonding for Electrical Systems ......................07Nov19 260529 Hangers and Supports for Electrical Systems ........................07Nov19 260533 Raceways and Boxes for Electrical Systems ..........................07Nov19 260544 Sleeves and Sleeve Seals for Electrical Raceways and Cabling ............................................................................07Nov19 260553 Identification for Electrical Systems ........................................07Nov19 262416 Panelboards ...........................................................................07Nov19 262726 Wiring Devices .......................................................................07Nov19 262813 Fuses ..............................................................................07Nov19 262816 Enclosed Switches and Circuit Breakers ................................07Nov19 263213 Engine Generators .................................................................07Nov19 263600 Transfer Switches with Bypass Isolation ................................07Nov19 265119 LED Interior Lighting ...............................................................07Nov19 265619 LED Exterior Lighting .............................................................07Nov19

    DIVISION 27 – COMMUNICATIONS 270500 Common Work Results for Communications ..........................07Nov19 270526 Grounding and Bonding for Communications Systems ..........07Nov19 270544 Sleeves and Sleeve Seals for Communications Pathways and Cabling ............................................................................07Nov19 271100 Communications Equipment Room Fittings............................07Nov19 271300 Communications Backbone Cabling .......................................07Nov19 271500 Communications Horizontal Cabling ......................................07Nov19

    DIVISION 28 – ELECTRONIC SAFETY AND SECURITY 280500 Common Work Results for Electronic Safety and Security .....07Nov19 280526 Grounding and Bonding for Electronic Safety and Security ....07Nov19 280528 Pathways for Electronic Safety and Security ..........................07Nov19 280553 Identification for Electronic Safety and Security .....................07Nov19 280600 Testing for Electronic Safety and Security ..............................07Nov19 281000 Electronic Access Control System ..........................................07Nov19 283111 Digital, Addressable Fire-Alarm System .................................07Nov19

    END OF TABLE OF CONTENTS

  • CK - 1

    BID SUBMITTAL CHECKLIST

    NEW FIRE STATION NO. 5 Bid number 2019-32-01

    NO. ITEM SECTION ACKN’d 1 Signed Bid Proposal P 2 Addendum Acknowledgement P 3 Conflict of Interest Questionnaire FORM CIQ 4 Bid Security Included P 5 HB 89 Verification Forms 6 SB 252 Verification Forms 7 Form 1295 filled out on website and print it (www.ethics.state.tx.us/dfs) 8 Firm Information I

    NOTE:

    THIS CHECKLIST SHALL BE INCLUDED AS PART OF THE BID SUBMISSION.

    http://www.ethics.state.tx.us/dfs

  • INV-1

    INVITATION TO BID New Fire Station No. 5 CITY OF MANSFIELD BID NUMBER – 2019-32-01

    The City of Mansfield, Texas (Owner) will accept sealed bids for the New Fire Station No. 5, in accordance with the plans and specifications as prepared by Komatsu Architecture, Fort Worth, Texas.

    The Owner will receive sealed bids at City of Mansfield, City Secretary’s Office, 1200 E. Broad St, Mansfield, Texas 76063, Attn: City Secretary until Tuesday, December 17, 2019 at 2:00 pm at which time the bids will be publicly opened and read aloud. Late bids will not be accepted.

    Plans and Contract Documents may be examined without charge at City of Mansfield, City Secretary’s Office, 1200 E. Broad St, Mansfield, Texas 76063

    Plans and Contract Documents may be purchased from Stewart Engineering Supply, Inc, 3221 E. Pioneer Parkway, Arlington, TX 76010, (817) 640-1767. The cost is to be determined by Stewart Engineering Supply and is not refundable.

    Advertisement and bid phase information for the Project can also be found at the following web site:

    http://www.civcastusa.com

    Plans and Contract Documents may be downloaded or viewed free of charge by registering at this web site. It is the downloader’s responsibility to determine that a complete set of documents, as defined in the Instructions to Bidders are received. This web site will be updated with addenda, plan holders lists, bid tabulations, additional reports or other information relevant to bidding the Project. A Pre-Bid Conference will be held on Thursday, December 5, 2019 at 1:30 pm in the City of Mansfield City Hall Multi-Purpose Room.

    A Cashier’s Check or an acceptable Bidder’s Bond, payable to the City of Mansfield, Texas, in the amount of not less than five percent (5%) of the bid amount, as well as a completed Conflict of Interest Questionnaire as required by state law, as well at the documents described in the Bid Submittal Checklist must accompany the bid.

    The successful bidder will be required to provide performance, payment, and maintenance bonds and insurance as detailed in the Contract Documents.

    Bid Proposal must be submitted on the forms bound within the bidding documents. No bid may be withdrawn until the expiration of forty five days (45) days from the date bids are opened. The right to accept any bid, or to reject any or all bids and to waive any or all informalities is hereby reserved by the Owner.

    Questions regarding this invitation to bid should be directed to Wade McLaurin, Director of Building Services, 817/276-4222 or [email protected]

    First Publication November 20, 2019 – Fort Worth Star Telegram Second Publication November 27, 2019 – Fort Worth Star Telegram

    http://www.civcastusa.com/mailto:[email protected]

  • Instruction to Bidders

    I - 1 of 10

    INSTRUCTIONS TO BIDDERS

    1. DEFINED TERMS

    Terms used in these Instructions to Bidders, which are defined in the Standard General Conditions of the Construction Contract (EJCDC C-700, 2007 ed.), have the meanings assigned to them in the General Conditions (A201 – 2017). The term “BIDDER” means one who submits a Bid directly to CITY OF MANSFIELD, as distinct from a sub-bidder, who submits a bid to a BIDDER. The term “Successful BIDDER” means the BIDDER who submits the best value for the CITY OF MANSFIELD based on the criteria set forth in these documents. The term “Bidding Documents” includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Proposal, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids).

    2. COPIES OF BIDDING DOCUMENTS 2.1 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from Stewart Engineering, 3221 E. Pioneer Pkwy, Arlington, Texas, 817-640-1767. Payment for the Bidding Documents is non-refundable. 2.2 Complete sets of Bidding Documents must be used in preparing Bids; neither CITY OF MANSFIELD nor ARCHITECT or ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3 CITY OF MANSFIELD, ARCHTECT or ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use.

    3. QUALIFICATIONS OF BIDDER At a minimum a prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements:

    A. Have adequate financial resources or the ability to obtain such resources as required;

    B. Be able to comply with the required or proposed delivery schedule;

    C. Have a satisfactory record of performance;

    D. Have a satisfactory record of integrity and ethics; and

    E. Be otherwise qualified and eligible, as determined by the City, to receive an award.

    The City may request representation and other information sufficient to determine bidder's ability to meet these minimum standards listed above.

  • Instruction to Bidders

    I - 2 of 10

    4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE

    4.1 It is the responsibility of each BIDDER before submitting a bid to (1) examine the Contract Documents thoroughly, (2) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the work, (3) consider federal, state and local laws and regulations that may affect cost, progress, performance or furnishing of the work, (4) study and carefully correlate BIDDER’S observations with the Contract Documents and (5) notify ARCHITECT OR ENGINEER and CITY OF MANSFIELD’S REPRESENTATIVE of all conflicts, errors or discrepancies in the Contract Documents.

    4.2 Information and data reflected in the Contract Documents with respect to underground facilities at or contiguous to the site is based upon information and data furnished to CITY OF MANSFIELD by owners of such underground facilities or by others, and CITY OF MANSFIELD does not assume responsibility for the accuracy or completeness thereof.

    4.3 Provisions concerning responsibilities for the adequacy of data furnished to prospective BIDDERS on subsurface conditions, underground facilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Paragraphs 4.02 and 4.03 of the General Conditions.

    4.4 Before submitting a bid each BIDDER will, at BIDDER’S own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the work and which BIDDER deems necessary to determine its bid for performing and furnishing the work in accordance with the time, price and other terms and conditions of the Contact Documents.

    4.5 On request in advance, CITY OF MANSFIELD will provide each BIDDER access to the site to conduct such explorations and tests, as each BIDDER deems necessary for submission of a bid. BIDDER shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations.

    4.6 The lands upon which the work is to be performed, right-of-way and easements for access thereto and other lands designated for use by CONTRACTOR in performing the work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction activities or storage of materials and equipment are to be provided by CONTRACTOR. Easements for permanent structures or permanent changes in existing structures have been obtained and paid for by CITY OF MANSFIELD.

    4.7 The submission of a bid will constitute an incontrovertible representation by BIDDER that BIDDER has complied with every requirement of Item 4, that without exception the bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that

  • Instruction to Bidders

    I - 3 of 10

    the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the work.

    4.8 Reference is made to the Supplementary Conditions for identification of:

    a). Those reports or explorations and tests of subsurface conditions at the site which have been utilized by CITY OF MANSFIELD in preparation of the Contract Documents. BIDDER may rely upon the accuracy of the technical data contained in such reports, except as qualified in the report, but not upon non- technical data, interpretations or opinions contained therein or for the completeness thereof for the purposes of bidding or construction. CONTRACTOR is alerted to the fact that certain subsurface conditions may change (such as groundwater levels) and that borings provide isolated information at the specific bore location only.

    b). Those drawings of physical conditions in or relating to existing surface and

    subsurface conditions (except underground facilities and utilities) which are at or contiguous to the site which have been utilized by CITY OF MANSFIELD in preparation of the Contract Documents. BIDDER may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction.

    Copies of such reports and drawings will be made available by CITY OF MANSFIELD to any BIDDER on request. Those reports and drawings are not part of the contract documents, but the technical data contained therein upon which BIDDER is entitled to rely as provided in Paragraphs a). and b). are incorporated therein by reference. Such technical data has been identified and established in the Supplementary Conditions.

    5. INTERPRETATIONS AND ADDENDA

    5.1 CONTRACTOR is notified that the plan drawings are diagrammatic. All questions about the meaning or intent of the Contract Documents are to be directed to CITY OF MANSFIELD or ARCHTECT or ENGINEER. Interpretations or clarifications considered necessary by CITY OF MANSFIELD or ARCHTECT or ENGINEER in response to such questions will be issued by Addenda and mailed or delivered to all parties recorded by plan holders as having received the bidding Documents. Questions received less than 48 hours prior to the time for opening Bids may not be answered. Any addenda issued prior to the opening of bids will be electronically transmitted by facsimile or electronic mail to each CONTRACTOR contemplating the submission of a proposal on this work. The CONTRACTOR will be notified by phone of the issuance of the addenda. The proposal as submitted by the CONTRACTOR will be so constructed as to include any addenda if such are issued by the CITY OF MANSFIELD prior to twenty-four (24) hours of the opening of bids. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect.

    5.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by CITY OF MANSFIELD, ARCHTECT or ENGINEER.

  • Instruction to Bidders

    I - 4 of 10

    6. BID SECURITY

    6.1 Each bid must be accompanied by bid security made payable to CITY OF MANSFIELD in an amount of five percent (5%) of the BIDDER’S maximum Bid Price and in the form of a certified bank check or a Bid Bond issued by a surety meeting the requirements of Paragraph 5.1 of the General Conditions.

    6.2 The Bid security of the Successful BIDDER will be retained until such BIDDER has executed the Agreement and furnished the required contract security, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within fifteen (15) days after the Notice of Award, CITY OF MANSFIELD may annul the Notice of Award and the bid security of that BIDDER will be forfeited. The bid security of other Bidders whom CITY OF MANSFIELD believes to have a reasonable chance of receiving the award may be retained by CITY OF MANSFIELD until the earlier of the seventh day after the effective Date of the Agreement or the forty-sixth day after the Bid opening, whereupon Bid security furnished by such Bidders will be returned. Bid security with Bids, which are not competitive, can be returned at Bid opening upon BIDDER’S request.

    7. CONTRACT TIME

    7.1 The number of working days within which the work is to be completed and ready for final payment (the Contract Time) are set forth in the Proposal and Agreement.

    7.2 The CONTRACTOR should be aware that the Contract Time is based on a work week of five (5) days, Monday through Friday, beginning on the date stipulated in the Notice to Proceed to run consecutively for the number of work days stipulated in the Contract. A full day will be counted toward the contract time on any day when weather conditions allow a minimum of five (5) consecutive hours of work. The CITY OF MANSFIELD may exclude rain days from Contract Time. The CITY OF MANSFIELD may also exclude time immediately following rain day(s) if ground conditions should warrant delay in construction. The CITY OF MANSFIELD shall notify the CONTRACTOR within twenty-four hours of the CITY’S determination that rain and resultant ground conditions warrant an allowable work delay. Any allowable work delay, as determined by the CITY OF MANSFIELD, shall not penalize the CONTRACTOR as Contract Time. CONTRACT TIME is sufficient for a responsible contractor to complete the project and obtain final approval by the CITY OF MANSFIELD.

    8. LIQUIDATED DAMAGES & EARLY COMPLETION INCENTIVE

    Provisions for liquidated damages and early completion incentives, if any, are set forth in the Agreement.

    9. SUBSTITUTE OR “OR-EQUAL” ITEMS

    The Contract, if awarded, shall be based on materials and equipment described in the Drawings and Specifications. Any BIDDER requesting consideration of an “or-equal”

  • Instruction to Bidders

    I - 5 of 10

    item must make written request through the CITY’S ADMINISTRATIVE COORDINATOR at least five (5) days prior to Bid. It shall be the ARCHITECT or ENGNEER’S discretion whether the material(s), equipment, methods, or items are substantially or functionally equal to that named in the plans and specifications so that no change in related work will be required. Consideration of any requested substitute “or-equal” item that the CONTRACTOR may wish to furnish and/or use may not be considered by the ARCHITECT or ENGINEER until after Bids are submitted unless the ARCHITECT OR ENGINEER should elect to issue Addenda to make such allowance(s) prior to receipt of bids. The procedure for review of “or-equal” is set forth in paragraph 6.05 of the General Conditions. 10. SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1 Supplementary Conditions require identification of Subcontractors, Suppliers, Vendors and others who furnish principle items of materials, equipment, and portions of Work. The successful BIDDER, and any other BIDDER so requested, must submit a list to the CITY OF MANSFIELD with the required information within five (5) days after the bid opening. Experience statements, evidence of acceptable products and/or qualifications, and other evidence as needed to qualify each such Subcontractor, Supplier, Vendor, person or organization, if requested by CITY OF MANSFIELD, shall accompany such list. Prior to the Effective Date of the Agreement, the apparent Successful BIDDER must receive approval from the CITY OF MANSFIELD for all such Subcontractors, Suppliers, Growers of plant materials, Vendors, and other persons or businesses proposed to provide materials, equipment, and/or portions of work for which such identification is required. If the CITY OF MANSFIELD or ARCHITECT or ENGINEER, after due investigation has reasonable objection to any proposed Subcontractor, Supplier, or Vendor, person or organization, the apparent Successful BIDDER is required to submit an acceptable substitute before the Notice of Award may be given. If the apparent Successful BIDDER’S Bid price is increased (or decreased) by the substitution, the CITY OF MANSFIELD may consider such price adjustment in evaluating Bids and making the Contract Award If the apparent Successful BIDDER declines to make such substitution(s), the CITY OF MANSFIELD may award the contract to the next lowest responsible BIDDER that proposes to use acceptable Subcontractors, Suppliers, Vendors, and other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any BIDDER. If written objection is not made by the CITY OF MANSFIELD or ARCHITECT or ENGINEER prior to the Notice of Award, the Subcontractor, Supplier, Vendor, other person or organization as listed may be deemed acceptable, subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions. 10.2 No CONTRACTOR shall be required to employ any Subcontractor, Supplier, other person or organization or use any Supplier or Vendor against whom CONTRACTOR has reasonable objection.

  • Instruction to Bidders

    I - 6 of 10

    11. Evaluation and Selection Criteria

    The City of Mansfield will select the offeror that submits the proposal that offers the best value for the governmental entity based on the following evaluation criteria: Cost 40% Reference/Experience/Previous Projects Strength 30% Delivery Time/Schedule 20% Financial Strength 10% The evaluation process may reveal additional information for consideration. The CITY OF MANSFIELD reserves the right to modify without notice, the evaluation structure and weighted criteria to accommodate these additional considerations to serve the best interest of the City

    12. PROPOSAL

    12.1 The proposal is included in the Bidding Documents. Additional copies may be obtained from the CITY OF MANSFIELD. All bids must be submitted on the CITY OF MANSFIELD forms.

    12.2 The Bidder may use the original Proposal forms included in these bid documents or the Bidder may substitute a computer-generated Proposal for the original Proposal included in these bid documents. If original Proposal is used, it must be completed in ink or by typewriter. If a Substitute Proposal is used, it should be word-for-word as written in the original Proposal contained herein. The Bidder shall also sign the Substitute Proposal.

    12.3 Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature.

    12.4 Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature.

    12.5 All names must be typed or printed below the signature.

    12.6 The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on the Proposal).

    12.7 The address and telephone number for communications regarding the Bid must be shown.

  • Instruction to Bidders

    I - 7 of 10

    12.8 In addition to the proposal, please provide the following firm information in the sequence and format prescribed by the following:

    A. General:

    -Name of firm -Address of principal office -Phone -Fax -Primary Individual to Contact: -Form of Business Organization (Corporation, Partnership (type), Individual, Joint

    Venture, Other) -Year Founded -State of Organization -Year’s organization has been in business in construction in its current capacity

    B. Experience:

    i. List the firm’s major projects (particularly Fire and Municipal facilities) over the

    last seven years in the construction of projects of comparable size and complexity. For each project, provide the name, nature of the project/function of the building, size (SF), location, cost, substantial completion date, owner and architect.

    ii. List all projects within the last seven years not included in No.1 above which your

    firm completed in the North Texas area giving the name of the project, location, owner and architect.

    iii. List the major construction projects your organization has in progress, giving the

    name and location of project, owner, architect, contract amount, percent complete and scheduled completion date.

    iv. Contractor’s claim(s) record, from January 1, 2004 to present, which includes,

    but is not limited to, each lawsuit filed against Contractor and/or each claim referred to arbitration and/or mediation arising out of a public improvement project.

    C. Licensing:

    i. List jurisdictions and trade categories in which your organization is legally

    qualified to do business and indicate registration or license numbers, if applicable.

    ii. List jurisdictions in which your organization’s partnership or trade name is filed.

    D. Financial: i. Attach a financial statement, preferably audited, including your organization’s

    latest balance sheet and income statements showing the following items:

  • Instruction to Bidders

    I - 8 of 10

    A. Current assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses.)

    B. Noncurrent assets (e.g., net fixed assets, other assets). C. Current liabilities (e.g., accounts payable, notes payable (current),

    accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes).

    D. Noncurrent liabilities (e.g., notes payable). E. Capital accounts and retained earnings (e.g., capital, capital stock,

    authorized and outstanding shares par value, earned surplus and retained earnings).

    ii. Name and address of firm preparing attached financial statement and date thereof.

    iii. Is the attached financial statement for the identical organization named in 1A above? If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent subsidiary).

    iv. Will the organization whose financial statement is attached act as guarantor of the contract for construction?

    v. Provide name, address, and phone for bank reference. vi. Surety: Name of bonding company, name and address of agent. A payment

    and performance bond for 100% of the construction cost will be required upon execution of a contract. Proof of ability of bond will be required prior to selection.

    13. SUBMISSION OF BIDS

    Bids must be submitted in the time and place indicated in the Advertisement or Invitation to Bid and shall be enclosed in an opaque sealed envelope, marked with the project title (and, if applicable, the designated portion of the Project for which the bid is submitted), the name and address of the BIDDER and accompanied by the bid security and other required documents. The CONTRACTOR shall acknowledge, on the outside of the envelope, receipt of any addenda. If the bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation “BID ENCLOSED” on the face of it. It shall be the BIDDER’S responsibility for the delivery of his Proposal at the proper place by the time stated. The mere fact that a Proposal was dispatched will not be considered.

    14. MODIFICATION AND WITHDRAWAL OF BIDS

    Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids.

    15. OPENING OF BIDS

    Bids will be opened and (unless obviously non-responsive) read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids.

    16. BIDS TO REMAIN SUBJECT TO ACCEPTANCE

  • Instruction to Bidders

    I - 9 of 10

    All bids will remain subject to acceptance for forty-five (45) days after the day of the Bids opening, but CITY OF MANSFIELD may, in its sole discretion, release any Bid and return the Bid security prior to that date.

    17. AWARD OF CONTRACT

    17.1 CITY OF MANSFIELD reserves the right to reject any and all Bids, to waive any and all formalities, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, CITY OF MANSFIELD reserves the right to reject the Bid of any BIDDER if CITY OF MANSFIELD believes that it would not be in the best interest of the Project to make an award to that BIDDER, whether because the Bid is not responsible or the BIDDER is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by CITY OF MANSFIELD. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the unit price in words and the unit price in figures will be resolved in favor of the price in words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct Sum.

    17.2 In evaluating Bids, CITY OF MANSFIELD will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. A bidder may be selected and awarded that provides the highest and best value bid to the City.

    17.3 As provided in the Supplementary Conditions, CITY OF MANSFIELD may consider the qualifications and experience submitted for Subcontractors, Suppliers, and other persons and organizations so identified to provide principle items, materials, equipment, and/or portions of Work. CITY OF MANSFIELD may also consider the source and quality of plant materials, maintenance requirements, operating costs, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award.

    17.4 CITY OF MANSFIELD may conduct such investigations as CITY OF MANSFIELD deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of bidders, proposed Subcontractors, Suppliers, and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to CITY OF MANSFIELD’S satisfaction within the prescribed time.

    17.5 If the contract is to be awarded, CITY OF MANSFIELD will give the Successful BIDDER a Notice of Award within forty-five (45) days after the day of the Bid opening.

    18. CONTRACT SECURITY

  • Instruction to Bidders

    I - 10 of 10

    Paragraph 5.01 of the General Conditions and the Supplementary Conditions set forth CITY OF MANSFIELD’S requirements as to maintenance, performance and payment Bonds. When the Successful BIDDER delivers the executed Agreement to CITY OF MANSFIELD, it must be accompanied by the required maintenance, performance and payment Bonds.

    19. SIGNING OF AGREEMENT

    When CITY OF MANSFIELD gives a Notice of Award to the Successful BIDDER, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen days, thereafter CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to CITY OF MANSFIELD with the required Bonds. Within ten days, thereafter CITY OF MANSFIELD shall deliver one fully signed counterpart to CONTRACTOR.

    20. RETAINAGE

    Provisions concerning retainage are set forth in the Agreement.

    21. SALES AND USE TAXES

    CITY OF MANSFIELD is exempt from Local and State Sales and Use Taxes on materials to be incorporated in the Work. Said taxes shall not be included in the Contract Price. However, CONTRACTOR must pay sales taxes on equipment rental, form materials, etc. not incorporated into the furnished project. Refer to Supplementary Conditions SC-6.10 for additional information.

    22. WAGES

    Contractors are required to pay not less than the rates determined using the prevailing wage rate as determined by the United States Department of Labor in accordance with the Davis-Bacon Act (40 U.S.C. Section 276a et seq.), and its subsequent amendments, to a worker employed by it in the execution of a contract for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction.. Contractors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project.

  • P - 1 of 2

    Competitive Sealed Proposal for New Fire Station No. 5

    Mansfield, Texas Bid No. 2019-32-01

    PROPOSAL Date:____________________ Pursuant to the Instruction to Bidders, the undersigned has thoroughly examined the Bidding Documents and the Site, understands the work to be done, and hereby proposes to do all the work as provided in the Bidding Documents and subject to the observation and approval of the Owner and Architect, and binds themselves on acceptance of this bid by Owner for performing and completing the said work within the time stated and to furnish all required guarantees for the following prices: BASE BID For the construction of the New Fire Station No. 5 and including all labor, materials, services, and necessary for the completion of the Work as indicated in the construction documents. The Sum of ______DOLLARS UNIT PRICES

    A. Unit-Price No. 1: Add per additional foot of 18” diameter pier. 1._______________________________________ Dollars ($_____________) LF

    B. Unit-Price No. 2: Deduct per reduced foot of 18” diameter piers 1._______________________________________ Dollars ($_____________) LF

    C. Unit-Price No. 3: Add per LF for casing 18” diameter pier 1._______________________________________ Dollars ($_____________) LF

    EXTRA WORK FEES

    The undersigned agrees that for additional work added to the Contract and for extra costs resulting from changes in the work, the allowance for overhead and profit combined shall be in accordance with the following schedule, but in no case shall it exceed a maximum of 15 percent, (Overhead shall include payroll taxes and supervision):

    A. For the Contractor, for any work provided by his own forces: 10 % of the cost. B. For the Contractor, for work produced by his subcontractors: 5 % of the amount

    due the subcontractor. C. The General Contractor shall not be allowed to charge the Owner for “extended

  • P - 2 of 2

    overhead” charges relating to change orders or weather delays. OTHER CONDITIONS The undersigned agrees to the following:

    A. Will furnish all labor and materials as shown and specified. B. Will substantially complete the base proposal work in 360 days including days

    lost to inclement weather. C. Will start work 15 days after notice of award of contract. D. Agrees that their Bid shall be good and may not be withdrawn for a period of 60

    days after the scheduled closing time for receiving bids. E. Understands that the City of Mansfield reserves the right to reject any or all Bids

    and to waive any informalities in the Bidding and to assign the Work to the Bidder who, in the opinion of the City, serves the City’s best interest.

    F. Attests that the bid is submitted without collusion of any other bidder. BID ACKNOWLEDGMENT The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or all product/service upon which prices are extended at the price offered, and upon the conditions in the specifications of the Invitation for Bid. “I hereby certify that the foregoing bid has not been prepared in collusion with any other bidder or other person or persons engaged in the same line of business prior to the official opening of this bid. Further, I certify that the bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool or agreement or combination to control the price of product/service bid on, or to influence any person or persons to bid or not to bid thereon." Name of Bidder: _______________________

    Address of Bidder: _______________________

    City: ______________________ State: _______________ Zip Code:__________

    Telephone Number_______________________ Fax ________________________

    E-mail address: __________________

    By (print name) _______ __________________________________

    Title: _________________________Federal ID#/SSN #: ______________________

    Signature: Acknowledgement of Addenda: #1 #2 #3 #4 #5_____

  • Agreement

    A - 1 of 5

    AGREEMENT BETWEEN OWNER AND CONTRACTOR

    THIS AGREEMENT is dated as of the ______ day or _______ in the year of 2019 by and between the City of Mansfield (hereafter called OWNER) and _____________________ ( hereafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows:

    A. General Construction of all site and civil work for the facilitation and construction of a new Fire Station No. 5, parking, drive approach, grading, drainage, irrigation and landscape and any associated items related to site work as identified in the plans and specifications.

    B. General Construction of the new building complete and in place ready to

    occupy as spelled out in the plans and specifications. The project for which the Work under the Contract Documents may be the whole or only part is generally described as follows: New Fire Station No. 5. Article 2. ARCHITECT, CIVIL ENGINNER, LANDSCAPE ARCHITECT, IRRIGATION DESIGNER, AND OWNER’S ADMINISTRATIVE REPRESENTATIVE.

    2.1 The Building and Civil project has been designed under the direction of Wade

    McLaurin, City of Mansfield and by Komatsu Architecture, Fort Worth, Texas who are hereinafter called ARCHITECT AND ENGINEER and who is to act as ARCHITECT AND ENGINEER designer for architectural and engineering matters, assumes all duties and responsibilities and has the rights and authority assigned to ARCHITECT or ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents.

    2.2 The project will be coordinated by Wade McLaurin, who is hereinafter called OWNER’S ADMINISTRATIVE REPRESENTATIVE for coordination matters, and assumes all duties and responsibilities and has rights and authority assigned to OWNER’S ADMINISTRATIVE REPRESENTATIVE in connection with coordination and completion of the Work in accordance with the Contract Documents.

    Article 3. CONTRACT TIME.

  • Agreement

    A - 2 of 5

    3.1. The Work shall be completed and ready for substantial completion in

    accordance with paragraph 14.07 of the General Conditions within THREE HUNDRED AND SIXTY (360) WORK DAYS from the date indicated in the Notice to Proceed or when the Contract Time commences to run as provided in paragraph 2.03 of the General Conditions (EJCDC C-700, 2007 ed.).

    3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER Two Hundred Fifty Dollars ($250.00) for each working day that expires after the time specified in paragraph 3.1 when the Work is approved and ready for final payment.

    Article 4. CONTRACT PRICE.

    4.1. OWNER shall pay CONTRACTOR for completion of the Work based on a Lump Sum for the scope of work stated in the proposal in accordance with the Contract Documents in the sum of._____________________________________

    Article 5. PAYMENT PROCEDURES

    CONTRACTOR shall submit Applications for Payment in accordance with Article 9 of the AIA 201-2017 Applications for Payment will be processed by Architect and OWNER’S ADMINISTRATIVE COORDINATOR as provided in the contract.

    5.1. Progress Payments. OWNER shall make progress payments on account of

    the Contract Price on the basis of CONTRACTOR'S Applications for Payment, on or about the thirtieth (30th) day of each month during construction. All progress payments will be on the based on the percentage of work completed in accordance with the unit prices stated in the proposal as determined by Architect and OWNER’S ADMINISTRATIVE COORDINATOR minus five percent (5%) retainage to be held by OWNER until final payment but, in each case, less the aggregate of payments previously made and less such amounts as OWNER shall determine, or Architect or OWNER may withhold, in accordance with Article 9 of the AIA 201-2017.

    5.2. Final Payment. Upon completion and acceptance of the Work in accordance with paragraph Article 9 of the AIA 201-201714.07, OWNER shall pay the remainder of the Contract Price as recommended by Architect or OWNER’S

  • Agreement

    A - 3 of 5

    ADMINISTATIVE COORDINATOR as provided in said paragraph 9.10. Article 6. INTEREST. All moneys not paid when due as provided in Article 9 of the AIA 201-2017 shall not bear interest. Article 7. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations:

    7.1. CONTRACTOR has familiarized itself with the nature and extent of the Contract

    Documents, Work, site, locality, and all local conditions, laws, and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work.

    7.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Article 3 of the AIA 201-2017of the General Conditions, and accepts the determination set forth of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely.

    7.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in paragraph 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Document, including specifically the provisions of the contract; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or date are or will be required by CONTRACTOR for such purposes.

    7.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.04 of the General Conditions.

  • Agreement

    A - 4 of 5

    7.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, exploration, tests, reports and studies with the terms and conditions of the Contract Documents.

    7.6. CONTRACTOR has given Architect/ENGINEER written notice of all conflicts, errors or discrepancies that he/she has discovered in the Contract Documents and the written resolution thereof by Architect/ENGINEER is acceptable to CONTRACTOR.

    Article 8. CONTRACT DOCUMENTS. The Contract Documents, which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work, consist of the following:

    8.1. This Agreement (pages 1 to 5, inclusive). 8.2. Notice of Award. 8.3. CONTRACTOR'S Proposal. 8.4. General Conditions. 8.5. Supplementary Conditions. 8.6. General Requirements. 8.7. Specifications 8.8. Drawings, consisting of a cover sheet bearing the title “NEW FIRE STATION

    NO. 5” and a plan set of drawings is not attached to the signed Contract Documents but may be obtained from Stewart Engineering, 3221 E. Pioneer, Arlington, Texas, 817-640-1767. Or down loaded form CivcastUSA.com

    8.9. Performance and Payment Bonds, identified as Section PB and consisting of 4 pages.

    8.10 Maintenance Bond, identified as Section MB and consisting of 3 pages. There are no Contract Documents other than those listed above in Article 8. The Contract Documents may only be amended, modified or supplemented as provided for in the General Conditions of AIA 201-2017. Article 9. MISCELLANEOUS 9.1. Terms used in this Agreement, which are defined in Article 1 of the General

    Conditions, will have the meanings indicated in the General Conditions.

    9.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound, and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents.

    9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants,

  • Agreement

    A - 5 of 5

    agreements and obligations contained in the Contract Documents. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed three copies of this Agreement. Two counterparts have been delivered to OWNER and one counterpart have been delivered to CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR.

    This Agreement will be effective on day of___________2019.

    Owner Contractor City of Mansfield By____________________ By____________________ Clayton W. Chandler, City Manager (Corporate Seal) (Corporate Seal) Attest__________________ Attest__________________ City Secretary Address for giving notices: Address for giving notices: 1200 E. Broad Street Mansfield, Texas 76063 (If OWNER is a public body, attach List name of person to whose evidence of authority to sign and attention notices are to be sent: resolution or other documents authorizing execution of Agreement.) _________________________

    (If CONTRACTOR is a corporation Attach evidence of authority to sign.)

    Approved as to form only City Attorney

  • PBa-1 of 2

    PERFORMANCE BOND

    BOND NO.

    STATE OF TEXAS § COUNTY OF §

    KNOW ALL MEN BY THESE PRESENTS:

    That of the City Of , County of , State of , (hereinafter referred to as “Principal”), and (hereinafter referred to as “Surety”), authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Mansfield (hereinafter referred to as “Owner”) in the penal sum of

    for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents:

    WHEREAS, the Principal has entered into a certain written contract with the

    Owner, dated the day of , 2019, to construct the New Fire Station No. 5 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein.

    NOW, THEREFORE, the condition of this obligation is such, that if the said

    Principal fully and faithfully executes the work and performance of the contract in accordance with the plans, specifications, and contract documents, including any extensions thereof, and according to the true intent and meaning of said contract and the plans and specifications hereto annexed, then this obligation shall be void; otherwise, to remain in full force and effect.

    PROVIDED, HOWEVER, that this bond is executed pursuant to the

    provisions of Chapter 2253 of the Texas Government Code, Public Work Performance and Payment Bonds, as amended, and Chapter 53.201 of the Texas Property Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if they were fully copied at length herein.

    Surety, for value received, stipulates and agrees that no change, extension

    of time, alteration or addition to the terms of the contract, or the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anyway affect its obligation on this bond, and it does hereby waive notice or any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder.

  • PBa-2 of 2

    IN WITNESS WHEREOF, the said Principal and surety have signed and sealed this instrument on this the day of , 2019.

    PRINCIPAL SURETY

    By: By:

    Title: Title:

    Address: Address:

    The name and address of the Resident Agent of Surety is:

  • PBb-1 of 2

    PAYMENT BOND

    BOND NO.

    STATE OF TEXAS § COUNTY OF §

    KNOW ALL MEN BY THESE PRESENTS:

    That of the City of , County of , State of , (hereinafter referred to as “Principal”), and (hereinafter referred to as “Surety”), authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Mansfield (hereinafter referred to as “Owner”) in the penal sum of

    for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents:

    WHEREAS, the Principal has entered into a certain written contract with the

    Owner, dated the day of , 2019, to construct the New Fire Station No. 5 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein.

    NOW, THEREFORE, the condition of this obligation is such, that if the bond

    guarantees the full and proper protection of all claimants supplying labor and material in the prosecution of the work provided for in said contract and for the use of each claimant, and that conversely should the Principal faithfully perform said contract and in all respects duly and faithfully observe and perform all and singular the covenants, conditions, and agreements in and by said contract agreed to by the Principal, and according to the true intent and meaning of said contract and the claims and specifications hereto annexed, then this obligation shall be void; otherwise, to remain in full force and effect.

    PROVIDED, HOWEVER, that this bond is executed pursuant to the

    provisions of Chapter 2253 of the Texas Government Code, Public Work Performance and Payment Bonds, as amended, and Chapter 53.201 of the Texas Property Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if they were fully copied at length herein.

    Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed

  • PBb-2 of 2

    thereunder, or the plans, specifications, or drawings accompanying the same, shall in any affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and surety have signed and sealed this instrument on this the day of , 2019.

    PRINCIPAL SURETY

    By: By: _______________________ Title: _________________ Title: ______________________ Address: _________________ Address: ___________________

    The name and address of the Resident Agent of Surety is:

  • MB-1 of 2

    MAINTENANCE BOND

    BOND NO.

    STATE OF TEXAS § COUNTY OF §

    KNOW ALL MEN BY THESE PRESENTS: THAT, , hereinafter called CONTRACTOR, as principal, and , a corporation organized under the laws of the State of Texas, as surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Mansfield, a municipal Corporation, chartered by virtue of the Constitution and Laws of the State of Texas, at Mansfield, in Tarrant County, Texas, the sum of

    lawful money of the United States, for the payment of which sum well and truly to be made unto said City of Mansfield and its successors, said CONTRACTOR and surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally.

    This obligation is conditioned, however; that,

    WHEREAS, said CONTRACTOR has this day entered into a written Contract with the City of Mansfield, Texas, the OWNER, dated the day of , 2019, a copy of which is attached hereto and made a part hereof, the New Fire Station No. 5 which this contract is hereby referred to and made a part hereof as fully and to the same extent as if copied verbatim herein, such project and construction in the City of Mansfield, together with the necessary grading and excavation, which Contract and Specifications therein mentioned adopted by the City are expressly made a part hereof, as though written herein in full; and, WHEREAS, in said Contract, CONTRACTOR binds itself to use such materials and to so construct the work that it will remain in good repair and conditions for and during the period of two (2) years after the date of final acceptance of the work by the City, and, WHEREAS, said CONTRACTOR binds itself to maintain said work in good repair and condition for said term of two (2) years; and, WHEREAS, said CONTRACTOR binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the City of Mansfield, it be necessary; and,

  • MB-2 of 2

    WHEREAS, said CONTRACTOR binds itself, upon receiving notice of the need thereof to repair or reconstruct said work as herein provided. NOW, THEREFORE, if said CONTRACTOR shall keep and perform its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and said City shall have and recover from the said CONTRACTOR and its surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted.

    IN WITNESS WHEREOF, has caused these presents to be executed in five counterparts by its authorized and said has caused these presents to be executed in five counterparts by its Attorney in Fact and attested by its corporate seal, this __day of _________ , 2019. ________________________________

    CONTRACTOR

    By: __________________________ ________________________________

    SURETY

    By: __________________________ ATTORNEY IN FACT

    WITNESS: ________________________________

    (SEAL)

  • CI-1 of 2

    Certificate of Insurance

    CERTIFICATE OF INSURANCE

    INSURANCE SECTION A. Prior to the approval of this agreement/contract by the City, the successful Bidder/Contractor shall furnish a completed Insurance Certificate to the City, which shall be completed by an agent authorized to bind the named underwriters/insurance carriers to the coverages, limits, and termination provisions shown thereon. THE CITY SHALL HAVE NO DUTY TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL SUCH CERTIFICATE HAS BEEN DELIVERED TO THE CITY.

    INSURANCE COVERAGE REQUIRED

    SECTION B. The City reserves the right to review the insurance requirements of this section during the effective period of the contract and to require adjustment of insurance coverages and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decisions, or the claims history of the industry as well as the Contractor.

    SECTION C. Subject to the Contractor’s right to maintain reasonable deductibles in such amounts as are approved by the City, the Contractor shall obtain and maintain in full force and effect for the duration of this contract, and any extension hereof, at the Contractor’s sole expense, insurance coverage written by companies approved by the State of Texas and acceptable to the City, in the following types and amounts:

    TYPE AMOUNT

    1.

    Workers’ Compensation and Employer’s Liability

    Statutory $1,000,000/1,000,000/1,000,000

    Commercial General (Public) Liability insurance including coverage for the following:

    2.

    a. Premises Operations b. Independent contractors c. Products/completed operations d. Personal injury

    Combined single limit for bodily injury and property damage in the amount of $5,000,000 per occurrence or its equivalent.

    e. Advertising injury f. Contractual liability g. Medical payments Comprehensive Automobile insurance,

    Combined single limit for bodily injury and property damage in the amount of $2,000,000 per accident or its equivalent.

    including coverage for loading and unloading

    3.

    hazards, for: a. Owned/leased vehicles

    b. Non-owned vehicles c. Hired vehicles

    ADDITIONAL POLICY ENDORSEMENTS

    The City shall be entitled, upon request, and without expense, to receive copies of the policies and all endorsements thereto and may make any reasonable request for deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any of such policies). Upon such request by the City, the Contractor shall exercise reasonable efforts to accomplish such changes in policy coverages, and shall pay the cost thereof.

  • CI-2 of 2

    Certificate of Insurance

    REQUIRED PROVISIONS The successful Contractor agrees that with respect to the above required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate, or its attachment, the following required provisions:

    A. Name the City of Mansfield and its officer, employees, and elected representatives as

    additional insureds, (as the interest of each insured may appear) as to all applicable coverage;

    B. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change; 10

    days notice for workers’ compensation coverage;

    C. The Contractor agrees to waive subrogation against the City of Mansfield, its officers, employees, and elected representatives for injuries, including death, property damage, or any other loss to the extent same may be covered by the proceeds of insurance;

    D. All copies of the certificates of insurance shall reference the project name or bid number for

    which the insurance applies;

    E. Provide that all provisions of this agreement concerning liability, duty, and standard of care, together with the indemnification provision, shall be underwritten by contractual liability sufficient to include such obligations within applicable policies;

    F. For coverages that are only available with claims made policies, the required period of

    coverage will be determined by the following formula: Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period) and an extended discovery period for a minimum of 5 years which shall begin at the end of the warranty period;

    G. Provide for notice to the City of Mansfield at the two addresses shown below by registered

    mail.

    NOTICES The Contractor shall notify the City in the event of any change in coverage and shall give such notices not less than 30 days prior to the change. The notice must be accompanied by a replacement Certificate of Insurance. All notices shall be given to the City at the following address:

    City Secretaries Office City Hall

    1200 E. Broad St. Mansfield, TX 76063

    SECTION D. Approval, disapproval, or failure to act by the City of Mansfield regarding any insurance supplied by the Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by the insurance company will exonerate the Contractor from liability.

  • SCa-1 of 7

    Supplementary Conditions EJDC

    Supplementary Conditions Engineers Joint Contract Documents Committee

    EJDC C-700, 2007 ed. (Standard General Conditions of the Construction Contract)

    These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (EJCDC C-700, 2007 ed.) and other provisions of the Contract Documents as indicated below. All provisions, which are not so amended or supplemented, remain in full force and effect. NUMERICAL DESIGNATIONS OF THE FOLLOWING SECTIONS CORRELATE TO THE AMENDED SECTIONS OF THE GENERAL CONDITIONS. DEFINITIONS The terms used in these Supplementary Conditions, which are defined in the Standard General Conditions of the Construction Contract (EJCDC C-700, 2007 ed.) have the meanings assigned to them in the General Conditions.

    Working Day – A working day is any calendar day except for the following:

    1) Saturday or Sunday or any day designated as a holiday by the City of Mansfield.

    2) Any day in which weather or conditions not under control of the CONTRACTOR prevents construction of the work for a period of at least six (6) hours between 8:00 a.m. and 5:00 p.m. In these Contract Documents the term day refers to a calendar day unless specifically termed a working day.

    2.03 COMMENCEMENT OF CONTRACT TIME; NOTICE TO PROCEED Delete Paragraph 2.03 of the General Conditions in its entirety and insert the following in its place: “Commencement of Contract Time shall begin on the date indicated in the Notice to Proceed. OWNER may issue a Notice to Proceed at any time suitable to OWNER. The date indicated in the Notice to Proceed will be determined prior to executing the agreement. 2.07 FINALIZING SCHEDULES The OWNER’S REPRESENTATIVE may give final approval to schedules as submitted in accordance with Paragraph 2.05 of the General Conditions or as determined in the Preconstruction Conference without convening a separate conference for that purpose, and will so notify the CONTRACTOR.

  • SCa-2 of 7

    Supplementary Conditions EJDC

    3.01 INTENT Add the following language after the second sentence of Paragraph 3.01.B of the General Conditions: “In the event there are any conflicts between the plans, the specifications or other Contract Documents the priority of interpretation will be as follows: Signed Contract Agreement, bonds, CONTRACTOR’S Proposal, Project Drawings or Plans, Supplementary Conditions, General Conditions, Project Specifications, Referenced Specifications. 4.04 UNDERGROUND FACILITIES Add the following language to the beginning of Paragraph 4.04.B of the General Conditions: “CONTRACTOR shall contact the city water & sewer and public works departments and utility companies which have a franchise to operate in the area of the project site and shall determine the location of their facilities at or contiguous to the site and shall protect same from damage during construction.” “CONTRACTOR shall contact City of Mansfield for locations of underground facilities. 4.05 REFERENCE POINTS Delete Paragraph 4.05 of the General Conditions and insert the following in its place: “Project horizontal and vertical control along the line and grade stakes shall be provided once by the OWNER through his Surveyor. The CONTRACTOR shall be responsible for protecting and preserving all stakes thus set, and any additional staking shall be at the CONTRACTOR’S expense. The ENGINEER shall be notified at least 48 hours in advance of the need for construction staking.” 5.01 BONDS Add the following language at the end of Paragraph 5.01.A of the General Conditions: “All Bonds shall be in accordance with the provisions of Chapter 2253 of the Texas Government Code, as amended.” Performance and Payments Bonds shall be furnished in favor of the OWNER for one hundred percent (100%) of the Contract Price. A Maintenance Bond shall be furnished in the amount of one hundred percent (100%) of the Contract Price in favor of the OWNER for a period of two (2) years and shall be executed by an approved surety company authorized to do business in the State of Texas.

  • SCa-3 of 7

    Supplementary Conditions EJDC

    5.04 CONTRACTOR’S LIABILITY INSURANCE CONTRACTOR shall name the City of Mansfield as additional insured’s under CONTRACTOR’S general liability policy. The commercial liability insurance form and policy may be used in lieu of comprehensive general liability form. The limits of liability for the insurance required by Paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by laws and regulations. Refer to Section CI for additional information. 5.06 PROPERTY INSURANCE The OWNER will not obtain Insurance. The contractor must provide insurance covering the losses described in Paragraph 5.06 of the General Conditions for all work in place and materials on hand when such portions of the work are to be included in an application for payment. 6.06 SUBCONTRACTORS AND SUPPLIERS Add the following language to the end of Paragraph 6.06 of the General Conditions: “OWNER may furnish to any such Subcontractor, Supplier, Vendor, or other person or organization, to the extent practicable, evidence of amounts paid to CONTRACTOR in accordance with CONTRACTOR’S application for payment.” 6.10 SALES TAXES Add the following language at the end of Paragraph 6.10 of the General Conditions: This contract is issued by an organization which qualifies for sales, excise and use tax exemption pursuant to the provisions of V.T.C.A., Tax Code, Section

    151.309 Governmental Entities. CONTRACTOR may purchase all materials and equipment to be incorporated into the finished work by issuing to his supplier and exemption certificate in lieu of the sales tax. However, in accordance with the provisions of 1HB 11, CONTRACTOR must pay sales tax on equipment rental, and materials and supplies which are purchased but not incorporated into the finished project. 6.20 INDEMNIFICATION OF OWNER BY CONTRACTOR Delete Paragraph 6.20 of the General Conditions and inset the following in its place:

  • SCa-4 of 7

    Supplementary Conditions EJDC

    CONTRACTOR ASSUMES ENTIRE RESPONSIBILITY AND LIABILITY FOR, AND AGREES TO RELEASE, DEFEND, INDEMNIFY AND HOLD OWNER, OWNER’S AGENTS, EMPLOYEES, REPRESENTATIVES AND INSURERS HARMLESS FROM, ANY AND ALL LIABILITIES, CLAIMS, COSTS, EXPENSES, JUDGMENTS, ATTORNEYS’ FEES, LITIGATION EXPENSES, CAUSES OF ACTION, DEMANDS, LOSSES AND/OR DAMAGES ARISING OUT OF, IN CONNECTION WITH, OR IN ANY WAY INCIDENTAL TO THE PERFORMANCE OF WORK OR SERVICES UNDER THIS CONTRACT BY CONTRACTOR,CONTRACTOR’S EMPLOYEES, AGENTS, REPRESENTATIVES AND INDEPENDENT CONTRACTORS. THIS PROVISION APPLIES WITH FULL FORCE AND EFFECT FOR ANY AND ALL CLAIMS, DEMANDS, ALLEGATIONS OR ACTIONS FOUNDED IN WHOLE OR IN PART FROM THE NEGLIGENCE, GROSS NEGLIGENCE, INTENTIONAL ACTS, OR ALLEGED NEGLIGENCE, GROSS NEGLIGENCE OR INTENTIONAL ACTS, OF OWNER, OWNER’S AGENTS, EMPLOYEES, REPRESENTATIVES, AND INDEPENDENT CONTRACTORS, AS WELL AS CONTRACTOR, CONTRACTOR’S AGENTS, EMPLOYEES, REPRESENTATIVES AND INDEPENDENT CONTRACTORS. THIS INDEMNITY PROVISION IS TO BE CONSTRUED AS BROADLY AS POSSIBLE TO INCLUDE ANY AND ALL LIABILITIES, CLAIMS, COSTS, EXPENSES, JUDGMENTS, CAUSES OF ACTIONS, DEMENDS, LOSSES, AND/OR WHATSOEVER, INCLUDING, BUT NOT LIMITED TO, CAUSES OR ACTION AND DAMAGES SOUNDING IN TORT, PERSONAL INJURIES, CONTRACT DAMAGES, ECONOMIC DAMAGES, STRICT LIABILITY, STRICT PRODUCTS LIABILITY AND PRODUCTS LIABILITY, COMMON LAW NEGLIGENCE AND GROSS NEGLIGENCE, INTENTIONAL TORTS, FEDERAL AND STATE STATUTORY AND COMMON LAW PUNITIVE AND/OR MULTIPLIED DAMAGES, WORKERS’ COMPENSATION CLAIMS, CLAIMS UNDER THE TEXAS TORT CLAIMS ACT, EMPLOYMENT DISPUTES, WRONGFUL DISCHARGE, FEDERAL AND STATE CIVIL RIGHTS CLIAMS, CLAIMS FOUNDED IN CONTRACT OR QUASI-CONTRACT, BREACH OF WARRANTY, CLAIMS UNDER THE TEXAS DECEPTIVE TRADE PRACTICES-COMSUMER PROTECTION ACT, AND ANY AND ALL CLAIMS, CAUSES OF ACTION OR DEMANDS, WHEREBY ANY LOSS IS SOUGHT AND/OR INCURRED AND/OR PAYABLE BY OWNER, OWNER’S AGENTS, EMPLOYEES, REPRESENTATIVES, AND/OR INSURERS. THIS PROVISION IS TO BE CONSTRUED UNDER THE LAWS OF THE STATE OF TEXAS, AND IT IS EXPRESSLY RECOGNIZED BY ALL PARTIES TO THE CONSPICUOUSNESS REQUIREMENT AND THE EXPRESS NEGLIGENCE TEST, AND IS VALID AND ENFORCEABLE AGAINST CONTRACTOR, CONTRACTOR’S AGENTS, EMPLOYEES, REPRESENTATIVES, AND INDEPENDENT CONTRACTORS. CONTRACTOR HAS READ, FULLY UNDERSTANDS, AND AGREES TO BE BOUND BY THE TERMS AND CONDITIONS OF THIS PROVISION AND THE INDIVIDUA