8692 - Contract Executed
Docusign City Council Transmittal Coversheet
File Name
Purchasing Contact
City Council Target Date
Piggy Back Option
Contract Expiration
Ordinance
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
HVAC UPGRADES COD FLEET SERVICES
CSP 8296
Crystal Westbrook
Not Applicable
FILE
MAY 6, 2025
N/A
25-838
STIPULATED SUM VERTICAL CONSTRUCTION CONTRACT
BY AND BETWEEN
CITY OF DENTON
AND
J.C. COMMERCIAL, INC.
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
TABLE OF CONTENTS
1 THE CONTRACT DOCUMENTS
2 THE WORK OF THIS CONTRACT
3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
4 CONTRACT SUM
5 PAYMENTS
6 DISPUTE RESOLUTION
7 TERMINATION OR SUSPENSION
8 MISCELLANEOUS PROVISIONS
9 ENUMERATION OF CONTRACT DOCUMENTS
EXHIBIT A GENERAL CONDITIONS
EXHIBIT B DRAWINGS AND SPECIFICATIONS; ON FILE WITH THE PURCHASING
AGENT
EXHIBIT C KEY PERSONNEL
EXHIBIT D ALTERNATES – None
EXHIBIT E ALLOWANCE – None
EXHIBIT F UNIT PRICE PROPOSAL FORM
EXHIBIT G INITIAL SCHEDULE OF VALUES-None
EXHIBIT H CONTRACTOR’S CONSTRUCTION SCHEDULE
EXHIBIT I ESCROW AGREEMENT-None
EXHIBIT J CONFLICT OF INTEREST QUESTIONNAIRE
EXHIBIT K PROPOSAL FORM
EXHIBIT L PREVAILING WAGE RATES
EXHIBIT M INSURANCE AND BONDS (TO BE COMPLETED AFTER CONTRACT
AWARD)
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
STIPULATED SUM VERTICAL CONSTRUCTION CONTRACT
This Stipulated Sum Vertical Construction Contract (this “Agreement”) made as of the
____ day of ____________ in the year 20____ (the “Effective Date”) between City of Denton, a
Texas home rule municipal corporation located at 215 East McKinney Street Denton, Texas
76201 (the “Owner” or “City”) and J.C. Commercial, Inc. at 1801 Lakepointe Drive, STE 129,
Lewisville, TX 75057 (the “Contractor”) for the following Project:
HVAC UPGRADES COD FLEET SERVICES CSP #8692
The Owner and Contractor agree as follows:
Article 1. THE CONTRACT DOCUMENTS
Section 1.1 The Contract Documents consist of this Agreement, Conditions of the
Contract (General, Supplementary, and other Conditions), Drawings, Specifications, Addenda
issued prior to execution of this Agreement, other documents listed in the above table of
contents, documents issued as part of the solicitation for the Project, this Agreement, and
Modifications issued after execution of this Agreement, all of which form the Contract, and are
as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract
represents the entire and integrated agreement between the parties hereto and supersedes prior
negotiations, representations, or agreements, either written or oral. An enumeration of the
Contract Documents, other than a Modification, appears in Article 9. In the event any provision
contained in this Agreement conflicts with any provision contained in the Contract Documents,
the more stringent provision for the Contractor, as interpreted by the Owner, shall govern.
Section 1.2 If, and to the extent of, any inconsistency, ambiguity, discrepancy or error
in the Contract Documents (referred to collectively in this Section 1.2 as discrepancy), the
Contractor shall immediately seek clarification from (Insert Name and Firm of Design
Professional) (the “Design Professional” or “Architect” or “Engineer” as reference may be made
in the Contract Documents) and notify the Owner and Contractor that clarification has been
requested. In the event that the Design Professional fails to clarify such discrepancy, within a
reasonable time under the circumstances, the Contractor shall proceed with the Work without the
clarification based on written permission from the Owner, and give precedence to the Contract
Documents in the following descending order of priority:
a. Modifications issued after execution of the Owner-Contractor Agreement, including
all exhibits not specifically referenced in this Section 1.2;
b. the Owner-Contractor Agreement;
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
25MAY6TH
c. Addenda issued prior to the execution of the Owner-Contractor Agreement, with the
Addenda bearing the latest date taking precedence;
d. the General Conditions of the Contract for Construction;
e. Exhibit “B” - Drawings and Specifications;
Article 2. THE WORK OF THIS CONTRACT
Section 2.1 The Contractor shall in a good workmanlike manner, fully execute the
Work described in, and reasonably inferable by the Contractor as necessary to provide the results
intended by fully execute the Work described in the Contract Documents, except as specifically
indicated in the Contract Documents to be the responsibility of others: and the Contractor at its
sole cost, risk, and expense shall construct, equip, provide purchase, pay for, and furnish all of
the Work in accordance with such Contract Documents. and governmental codes and regulations
as they apply to performance of the Work.
Section 2.2 An Index of Drawings and Specifications which have been furnished to
the Contractor as of the date of this Agreement is set forth in Exhibit “B” – Drawings and
Specifications.
Section 2.3 The Contractor shall not be entitled to any adjustments in the Contract
Sum or the Contract Time as a result of any action, or failure to act, in connection with any work
or other services performed by the Contractor, or any entity affiliated with the Contractor, for
portions of the Project other than the Work, such as, without limitation, other projects for this
Owner or nearby the Project site, whether such work or other services are performed under
contract with the Owner or an independent third party.
Section 2.4 The Contractor shall proceed with performance of the Work as required by
the Contract Documents and shall not modify such requirements unless such modifications are
accepted by the Owner in a Change Order or Construction Change Directive. The Contractor
shall not be entitled to receive any additional fees as a result of any modification requests or
recommendations submitted by the Contractor.
Section 2.5 The Contractor shall furnish only skilled and properly trained staff for the
performance of the Work. The key members of the Contractor's staff shall be persons agreed
upon with the Owner and Contractor and identified in Exhibit "C" – Key Personnel, which is
attached hereto and incorporated herein for all purposes.
a. Such key members of the Contractor's staff shall not be changed without the written
consent of the Owner and Contractor, unless such person becomes unable to perform
any required duties due to death, disability or termination of employment with the
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Contractor. If a key member is no longer capable of performing in the capacity
described in Exhibit "C" – Key Personnel, the Owner, Design Professional, and the
Contractor shall agree on a mutually acceptable substitute.
b. During the performance of the Work, the Contractor shall keep a competent
superintendent at the Project site, who is fully authorized to act on behalf of the
Contractor. Notice from the Owner, Contractor or the Design Professional to such
superintendent, in connection with defective Work, instructions for performance of
the Work or any and all other issues shall be considered notice of such issues to the
Contractor.
Article 3. DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
Section 3.1 The construction of the Work to be performed under this Contract shall be
commenced within three (3) calendar days after receipt of a building permit and Owner's Notice
to Proceed.
Issuance of a Notice to Proceed for construction of the Work is subject to Owners
acceptance of the Contractor’s proposed Construction Management Plan, and receipt of a
building permit.
The Contractor shall notify the Owner in writing, with confirmation of receipt, not less
than three (3) business days before commencing the Work on the Project site to permit timely
filing of mortgages, mechanics’ liens, and other security interests.
Section 3.2 The Contract Time shall be measured from the date of Notice to Proceed.
Section 3.3 Substantial Completion
a. Subject to adjustments of the Contract Time as provided in the Contract Documents, the
Contractor shall diligently prosecute the Work and shall achieve Substantial Completion
of the entire Work by 180 days.
b. If the Contractor fails to achieve Substantial Completion as provided in this Section 3.3,
liquidated damages, shall be as specified in Section 8.6 of Exhibit A - General Conditions
for the Contract for Construction.
Section 3.4 Final Completion
a. Subject to adjustments of the Contract Time as provided in the Contract Documents, the
Contractor shall diligently prosecute the Work and shall achieve final completion of the
entire Work by 210 days.
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
b. If the Contractor fails to achieve final completion as provided in this Section 3.3,
liquidated damages, shall be as specified in Section 8.6 of Exhibit A - General Conditions
for the Contract for Construction.
Article 4. CONTRACT SUM
Section 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the
Contractor’s performance of the Contract. The Contract Sum shall be three-million six hundred
eighty-seven thousand seven hundred seventy-seven Dollars ($3,687,777.00), subject to
additions and deductions as provided in the Contract Documents. At the sole option of the City,
five (5) percent contingency in the amount of one-hundred eighty-four thousand three-hundred
eighty-eight dollars and eighty-five cents ($184,388.85) may be used for a total not-to-exceed
amount of three-million eight hundred seventy-two thousand one-hundred sixty-five dollars and
eighty-five cents ($3,872,165.85).
Section 4.2 Alternates
a. Alternates, if any, included in the Contract Sum:
See Exhibit “D” – Alternates
b. Subject to the conditions noted below, the following alternates may be accepted by
the Owner following execution of this Agreement. Provided, however, that the
Contractor shall furnish the Owner with no less than fourteen (14) days prior written
notice of the date upon which any of the alternatives set forth in Exhibit “D” –
Alternates, must be accepted by the Owner in order for the Contractor to perform the
Work covered by such alternates for the price(s) set forth therein; and without any
adjustment to a Contractual Milestone date, the Contractor’s Construction Schedule
or the Contract Time. Upon acceptance, the Owner shall issue a Modification to this
Agreement.
See Exhibit “D” – Alternates
Section 4.3 Allowances, if any, included in the Contract Sum:
See Exhibit “E” – Allowances
Section 4.4 Unit prices, if any are set forth in Exhibit “F” – Unit Costs, and such unit prices are
considered complete and include all materials, equipment, labor, delivery, installation, overhead,
and profit; and any other costs or expenses in connection with, or incidental to, the performance
of that portion of the Work to which such unit prices apply.
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
See Exhibit “F” – Unit Costs
Section 4.5 Liquidated damages, if any:
See Exhibit A - General Conditions for the Contract for Construction
Section 4.6 Other:
Section 4.7 By executing this Agreement and furnishing the Owner with both Exhibit “E”
– Allowances and Exhibit “G” – Initial Schedule of Values, the Contractor represents and
warrants that the Contract Documents, materials, and information furnished by the Contractor as
of the date of this Agreement, and the ongoing discussions and meetings between the Contractor
and the Owner and Design Professional have described the scope, construction requirements and
design intent for the Work in detail sufficient to enable the Contractor to firmly establish the
Contract Sum and the Contract Time. The Contractor shall not be permitted to claim any
adjustment in either the Contract Sum or Contract Time prior to Notice to Proceed in
connections with the completion of the Work except as described in the Contract Documents.
Article 5. PAYMENTS
Section 5.1 Progress Payments
a. Based upon Applications for Payment including all supporting documentation required
by the Owner and submitted to the Design Professional and Owner by the Contractor; its
review by the Design Professional and Owner; and Certificates for Payment issued by the
Design Professional and Certificates for Payment issued by the Design Professional, the
Owner shall make progress payments on account of the Contract Sum to the Contractor
as provided below and elsewhere in the Contract Documents.
b. The period covered by each Application for Payment shall be one calendar month ending
on the last day of the month.
c. Provided that a certifiable Application for Payment is approved by the Design
Professional not later than the «twenty-fifth (25th) » day of a month, the Owner shall
make payment of the amount certified to the Contractor not later than the « thirtieth
(30th) » day of the « following » month. If a certifiable Application for Payment is
received by the Design Professional after the application date fixed above, payment of the
amount certified shall be made by the Owner not later than « thirty » (« 30 ») calendar
days after the Design Professional approves the Application for Payment.
d. Each Application for Payment shall be based on the most recent schedule of values
submitted by the Contractor and approved in advance by the Owner and Design
Professional in accordance with the Contract Documents and the Construction
Management Plan. The schedule of values shall allocate the entire Contract Sum among
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
the various portions of the Work and be prepared in such form, and supported by such
data to substantiate its accuracy, as the Owner and Design Professional may require. This
schedule of values, unless objected to by the Owner or Design Professional, shall be used
as a basis for reviewing the Contractor’s Applications for Payment.
e. Applications for Payment shall show the percentage of completion of each portion of the
Work as of the end of the period covered by the Application for Payment.
f. In accordance with Exhibit A - General Conditions for the Contract for Construction, and
subject to other provisions of the Contract Documents, the amount of each progress
payment shall be computed as follows:
i. The amount of each progress payment shall first include:
.1 That portion of the Contract Sum properly allocable to completed
Work;
.2 That portion of the Contract Sum properly allocable to materials
and equipment delivered and suitably stored at the site for subsequent
incorporation in the completed construction, or, if approved in advance by
the Owner, suitably stored off the site at a location agreed upon in writing;
and
.3 That portion of Construction Change Directives that the Design
Professional determines, in the Design Professional’s professional
judgment, to be reasonably justified.
ii. The amount of each progress payment shall then be reduced by:
.1 The aggregate of any amounts previously paid by the Owner;
.2 The amount, if any, for Work that remains uncorrected and for
which the Contractor or Design Professional has previously withheld or
nullified a Certificate for Payment as provided in Article 9 of Exhibit A -
General Conditions for the Contract for Construction;
.3 Any amount for which the Contractor does not intend to pay a
Subcontractor or material supplier, unless the Work has been performed
by others the Contractor intends to pay;
.4 For Work performed or defects discovered since the last payment
application, any amount for which the Design Professional may withhold
payment, or nullify a Certificate of Payment in whole or in part, as
provided in Article 9 of Exhibit A - General Conditions for the Contract
for Construction; and
.5 Retainage withheld pursuant to Section 5.1.g.
.6
g. Retainage
i. For each progress payment made prior to Final Completion of the Work, the
Owner may withhold the following amount, as retainage, from the payment
otherwise due:
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
« Five Percent (5.0%) »
h. Omitted.
i. Except with the Owner’s prior approval, the Contractor shall not make advance payments
to suppliers for materials or equipment which have not been delivered and stored at the
site.
j. Each Application for Payment shall, without limitation, conform with the requirements of
Exhibit A - General Conditions for the Contract for Construction, as amended.
k. In taking action on the Contractor’s Applications for Payment, the Owner and Design
Professional shall be entitled to rely on the accuracy and completeness of the information
furnished by the Contractor and shall not be deemed to represent that the Owner or
Design Professional have made a detailed examination, audit or arithmetic verification of
the documentation submitted in accordance with this Section 5.1.k or other supporting
data; that the Owner or Design Professional have made exhaustive or continuous on-site
inspections; or that the Owner or Design Professional have made examinations to
ascertain how or for what purposes the Contractor has used amounts previously paid on
account of the Contract. Such examinations, audits and verifications, if required by the
Owner, will be performed by the Owner’s auditors acting in the sole interest of the
Owner.
l. Except with the Owner’s prior approval, the Contractor shall not make advance payments
to suppliers for materials or equipment which have not been delivered and stored at the
site, and even with such approval the Contractor shall follow the procedures in the
Contract Documents for such payments.
m. In addition to other required items, the final Application for Payment shall be
accompanied by the following, all in form and substance satisfactory to the Owner and in
compliance with applicable statutes of the State of Texas all in a form acceptable to the
Owner:
.1 A current sworn statement from the Contractor setting forth all
Subcontractors and any material suppliers with whom the Contract has entered
into subcontracts; the amount of each such subcontract; the amount requested for
any Subcontractor or material supplier in the Application for Payment; and the
amount to be paid to the Contractor from such final payment;
.2 A current, duly executed waiver of mechanics’ and material suppliers’
liens from the Contractor conditional upon establishing receipt of payment or
satisfaction of the payment requested by the Contractor in the current Application
for Payment;
.3 A current Subcontractor’s lien waiver for the current period, conditional
only on payment from the Contractor, and duly executed, acknowledged sworn
statement showing all Sub-subcontractors and material suppliers with whom the
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Subcontractor has entered into sub-subcontracts, the amount of each such sub-
subcontract, the amount requested for any Sub-subcontractor and material
supplier in the requested progress payment, and the amount to be paid to the Sub-
subcontractor from such final payment to the Subcontractor;
.4 A current, duly executed unconditional final waiver of mechanics’ and
material suppliers’ liens from the Contractor and all Subcontractors and, when
deemed appropriate by the Owner and Design Professional, from material
suppliers and Sub-subcontractors establishing payment or satisfaction of
payments of all amounts requested by the Contractor on behalf of such entities or
persons in any previous Applications for Payment;
.5 A final certificate of occupancy issued by the appropriate governmental
body in which the project is located;
.6 All maintenance and operating manuals;
.7 Digitally marked, fully accessible electronic files (not “plot files” or
“PDFs”) of both field record drawings and specifications reflecting “as-built”
conditions;
.8 Digitally marked, accurately dimensioned, and fully accessible electronic
files (not “plot files” or “PDFs”) of drawings reflecting the location of any
concealed utilities, mechanical or electrical systems, and components;
.9 any special guarantees or warranties required by the Contract Documents;
.10 assignments of all guarantees and warranties from subcontractors,
vendors, suppliers, or manufacturers;
.11 a list of the primary contact names, email addresses, physical addresses,
and telephone numbers of all Subcontractors and any other persons providing
guarantees and warranties;
.12 all information and materials required to comply with the requirements of
the Contract Documents or reasonably requested by the Owner, or the Design
Professional; and
.13 If required by the Owner’s title insurer, if any, the Contractor shall execute
a personal gap undertaking in form and substance satisfactory to such title insurer.
Section 5.2 Final Payment
a. Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made
by the Owner to the Contractor when
.1 the Contractor has fully performed the Contract except for the
Contractor’s responsibility to correct Work as provided in Article 12 of Exhibit A
- General Conditions for the Contract for Construction, and to satisfy other
requirements, if any, which necessarily survive beyond final payment; and
.2 a final Certificate for Payment has been issued by the Design Professional;
and.
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
.3 the Contractor has provided, and the Owner has accepted as correct, all the
information and documents required under Section 5.1.m above; and
.4 a complete release of all claims arising out of, related to or connected with
Contractor's performance of the respective Phase under this Agreement, and any
claims of Subcontractors, subject to any claims reserved in accordance with the
terms of the General Conditions and an affidavit that so far as Contractor has
knowledge or information, the release includes and covers all materials and
services over which Contractor has control for which a claim could be filed,
subject to any claims reserved in accordance with the terms of the General
Conditions.
b. The Owner’s final payment to the Contractor shall be made no later than 30 days after the
issuance of the Design Professional’s final Certificate for Payment and the Contractor has
provided Owner with all required documentation.
Section 5.3 Interest
Payments are due and payable within thirty (30) days of the date the Owner receives the
Construction Manager’s approvable invoice, unless a different date for payment is provided
under this Agreement. Amounts unpaid shall bear interest at the legal rate allowed by Texas
Government Code Ch. 2251.
Article 6. DISPUTE RESOLUTION
Section 6.1 Initial Decision Maker
The Owner will serve as the Initial Decision Maker pursuant to Article 15 of Exhibit A - General
Conditions for the Contract for Construction.
Section 6.2 Binding Dispute Resolution
For any Claim subject to, but not resolved by, mediation or other alternative dispute
resolution method as mutually agreed by the parties (“ADR”) pursuant to Article 15 of Exhibit A
- General Conditions for the Contract for Construction, the method of binding dispute resolution
shall be litigation in a court of competent jurisdiction.
Article 7. TERMINATION OR SUSPENSION
Section 7.1 The Contract may be terminated by the Owner or the Contractor as provided
in Article 14 of Exhibit A - General Conditions for the Contract for Construction, as amended.
If the Contract is terminated for the Owner’s convenience in accordance with Article 14 of
Exhibit A - General Conditions for the Contract for Construction, then the Owner shall pay the
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Contractor a compensation calculated in the manner as specified in Section 14.4.c of Exhibit A -
General Conditions for the Contract for Construction, as amended.
Section 7.2 The Work may be suspended by the Owner as provided in Article 14 of
Exhibit A - General Conditions for the Contract for Construction, as amended.
Section 7.3 In the event of such termination by the Owner, the amount to be paid to the
Contractor shall not exceed the amount the Contractor would have been entitled to receive under
Article 5 above.
Section 7.4 In no event shall the Contractor be entitled to receive “Lost Opportunity
Costs”, defined as unabsorbed overhead costs or unrealized profit on this Work, future work for
this Owner, other owner(s), other work, foregone opportunities for the Contractor, or other costs
not directly and verifiably associated with services actually performed or Work successfully
completed under this Agreement.
Article 8. MISCELLANEOUS PROVISIONS
Section 8.1 All references in this Agreement to Exhibit A, shall mean the Exhibit A -
General Conditions for the Contract for Construction, as modified and amended by the parties
hereto. Where reference is made in this Agreement to a provision of another Contract
Document, the reference refers to that provision as amended or supplemented by other provisions
of the Contract Documents.
Section 8.2 The Owner’s representative:
City of Denton
Tom Gramer
Project Manager
869 S Woodrow Ln
Denton, Texas 76205
(940) 349-8333
tom.gramer@cityofdenton.com
Section 8.3 The Contractor’s representative:
Nelson+Morgan Architects, Inc.
Kelly Morgan, President
2717 Wind River Lane, STE 230
Denton, TX 76210
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Section 8.4 Neither the Owner’s nor the Contractor’s representative shall be changed
without ten days’ prior notice to the other party.
Section 8.5 Insurance and Bonds
a. The Owner and the Contractor shall purchase and maintain insurance as set forth in
Exhibit A - General Conditions for the Contract for Construction, Insurance and
Bonds, and elsewhere in the Contract Documents.
Section 8.6 « Not Used. »
Section 8.7 Other Conditions and Services:
a. The Contractor represents and warrants the following to the Owner (in addition to any
other representation and warranties contained in the Contract Documents) as a material
inducement to the Owner to execute this Agreement, which representations and
warranties shall survive the execution and delivery of this Agreement, any termination of
this Agreement, and final completion of the Work:
.1 The Contractor is financially solvent, capable of obtaining adequate
insurance, able to pay all debts as they mature and possessed of sufficient working
capital to complete the Work and perform all obligations hereunder;
.2 The Contractor is able to furnish the physical infrastructure, tools,
materials, supplies, equipment and supervision, and labor required to complete the
Work and perform its obligations hereunder and has sufficient experience and
competence to do so;
.3 The Contractor is authorized to do business in the City of Denton, and the
State of Texas and is properly licensed by all necessary governmental and public
and quasi-public authorities having jurisdiction over the Contractor and over the
Work and the Project;
.4 The Contractor’s execution of this Agreement and performance thereof is
within the Contractor’s duly-authorized powers;
.5 The Contractor’s duly-authorized representative has visited the site of the
Project and is familiar with the local conditions under which the Work is to be
performed and has correlated its observations with the requirements of the
Contract Documents;
.6 The Contractor possesses a high level of experience and expertise in the
business administration, construction, construction management and
superintendence of projects of this size, complexity and nature of this particular
Project and will perform the Work with the care, skill and diligence of such a
contractor;
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
.7 The foregoing warranties are in addition to, and not in lieu of, any and all
other liability imposed upon the Contactor by law with respect to the Contractor’s
duties, obligations, and performance hereunder; and
.8 The Contractor acknowledges that the Owner is relying upon the
Contractor’s skill and experience in connection with the proper, timely and
diligent prosecution of the Work.
b. In the event any provision contained in this Agreement conflicts with any provision
contained in the Contract Documents, the more stringent provision for the Contractor, as
interpreted by the Owner, shall govern.
c. Some or all of the Owner’s duties, approvals and actions required under this Agreement
may be provided by third parties by mutual agreement of the Owner and such third
parties. When notified in writing of the specific duties and responsibilities of such third
party, the Contractor will recognize the actions and approvals of the third party as
sufficient to fulfill the Owner’s responsibilities under this Agreement.
d. The Contractor shall provide sufficient supporting documentation in form and with a
level of detail wholly acceptable to the Owner and Contractor to substantiate any
Application for Payment, request for Change to the Contract Sum or Contract Time, and
all contract Allowances provided within the Contractor’s Contract Sum for this scope of
work. Failure to timely provide all supporting documentation, in and of itself, may result
in rejection of the Application for Payment or requested change to the Contract Sum or
Contract Time, or payment for work charged to the Allowance(s).
e. Proof of purchase and warehouse insurance naming the Owner, Contractor and Design
Professional as additional insureds, together with inspection rights for the Owner,
Contractor and Design Professional is to be provided for any billed materials by the
Contractor for the work not physically stored at the Project site.
f. Time limits set out in or under this Agreement are solely for the protection and benefit of
the Owner and create no third-party beneficiary rights in any other party.
g. Notices. All legal notices, consents, approvals, demands, requests or other
communications provided for or permitted to be given under any of the provisions of this
Agreement shall be in writing and shall be deemed to have been duly given or served
when delivered by hand delivery or when deposited in the U.S. mail by registered or
certified mail, return receipt requested, postage prepaid, and addressed as follows:
If to Owner:
Tom Gramer
Project Manager
City of Denton
869 S Woodrow Ln
Denton, Texas 76205
tom.gramer@cityofdenton.com
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
City of Denton
ATTN: Contract 8692; Purchasing Manager
901B Texas Street
Denton, Texas 76209
purchasing@cityofdenton.com
And with a copy to City Attorney’s point of contact:
City Attorney
City of Denton
215 East McKinney St.
Denton, TX 76201
legal@cityofdenton.com
If to Contractor:
J.C. Commercial, Inc.
Larry Wagnor, CEO
1801 Lakepointe Drive, STE 129
Lewisville, TX 75057
larryw@jccom.com
972-436-4622
If to Design Professional:
Nelson+Morgan Architects, Inc.
2717 Wind River Lane, STE 230
Denton, TX 76210
h. All Exhibits referred to in this Agreement are, by reference, incorporated herein for all
purposes.
i. The numbering and captions of the sections are set forth only for convenience and
reference and are not intended in any way to define, limit, or describe the scope or intent
of this Agreement.
j. The parties agree that they will execute any further instrument or instruments, and that
they will perform any act or acts, which are or may become necessary to effectuate any of
the terms or provisions of this Agreement.
k. Nothing contained in this Agreement shall create a contractual relationship with a cause
of action in favor of a third party against either the Owner or Contractor.
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
l. This Agreement has been created jointly and ambiguity cannot be construed against
either party.
m. This Agreement is and shall be subject to those provisions required of political
subdivisions by the laws of the State of Texas. The Contractor understands that the
Owner is a Texas home rule municipality and that the project is subject to applicable
provisions of Texas law including bid requirements, bonding, and final settlement
provisions.
n. Contractor understands that certain information, including this Agreement, are public
records available for public inspection and copying under the Texas Open Records Act.,
Texas Government Code Ch. 552, as amended, and other applicable laws.
o. The Owner represents that there are sufficient funds available to undertake this Project.
p. No term or condition of the Agreement shall be construed or interpreted as a waiver,
express or implied, of any of the governmental or sovereign immunities, rights, benefits,
or protections of the Owner.
q. Contractor warrants that the products, processes, techniques and methodologies provided
by Contractor shall not infringe upon the copyright, patent or other proprietary rights of
others.
r. Contractor certifies and warrants that no gratuities, kickbacks or contingency fees were
paid in connection with this Agreement, nor were any fees, commissions, gifts or other
considerations made contingent upon the award of this Agreement. Contractor warrants
that to the best of Contractor’s knowledge, there exists no actual or potential conflict of
interest, and no financial or substantial interest as may be prohibited by Texas law, the
Charter, or Code of Ethics of the City of Denton between Contractor and Owner.
s. Contractor shall comply with the disclosure and reporting requirements in Local
Government Code Chapters 171 and 176, and Texas Government Code Sec. 2252.908.
Under Sec. 2252.908, if City Council approval is required to award this Agreement or if
this Agreement has a value of at least $1,000,000, the City may not enter into the
Agreement unless the Contractor submits a disclosure of interested parties to the City at
the time the executed Agreement is presented to the City. The disclosure must be made
on the form prescribed by the Texas Ethics Commission and the City is required to
submit a copy of the disclosure statement to the Texas Ethics Commission not later than
the 30th day after the disclosure is received by the City.
t. In case any provision hereof shall, for any reason, be held invalid or unenforceable in any
respect, such invalidity or unenforceability shall not affect any other provision hereof,
and this Contract shall be construed as if such invalid or unenforceable provision had not
been included herein.
u. Contractor understands and agrees that TIME IS OF THE ESSENCE.
v. This Agreement may be executed by the parties hereto in separate counterparts, each of
which when so executed and delivered shall be an original, but all such counterparts shall
together constitute one and the same instrument. Each counterpart may consist of any
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
number of copies hereof each signed by less than all, but together signed by all of the
parties hereto. Any documents submitted to the City in electronic format shall be
considered equivalent to an original of such document.
w. Any of the representations, warranties, covenants, and obligations of the Parties, as well
as any rights and benefits of the Parties, pertaining to a period of time following the
termination of this Agreement shall survive termination.
x. COMPLIANCE WITH CERTAIN STATE LAW
.1 Prohibition on Contracts with Companies Boycotting Israel. Contractor
acknowledges that in accordance with Chapter 2271 of the Texas Government
Code, City is prohibited from entering into a contract with a company for goods
or services unless the contract contains a written verification from the company
that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term
of the contract. The terms “boycott Israel” and “company” shall have the
meanings ascribed to those terms in Section 808.001 of the Texas Government
Code. By signing this agreement, Contractor certifies that Contractor’s signature
provides written verification to the City that Contractor: (1) does not boycott
Israel; and (2) will not boycott Israel during the term of the agreement. Failure to
meet or maintain the requirements under this provision will be considered a
material breach.
.2 Prohibition on Contracts with Companies Boycotting Certain Energy
Companies. Contractor acknowledges that in accordance with Chapter 2274 of
the Texas Government Code, City is prohibited from entering into a contract with
a company for goods or services unless the contract contains written verification
from the company that it (1) does not boycott energy companies; and (2) will not
boycott energy companies during the term of the contract. The terms “boycott
energy company” and “company” shall have the meanings ascribed to those terms
in Section 809.001 of the Texas Government Code. By signing this agreement,
Contractor certifies that Contractor’s signature provides written verification to the
City that Contractor: (1) does not boycott energy companies; and (2) will not
boycott energy companies during the term of the agreement. Failure to meet or
maintain the requirements under this provision will be considered a material
breach.
.3 Prohibition on Contracts with Companies Boycotting Certain Firearm
Entities and Firearm Trade Associations. Contractor acknowledges that in
accordance with Chapter 2274 of the Texas Government Code, City is prohibited
from entering into a contract with a company for goods or services unless the
contract contains written verification from the company that it (1) does not have a
practice, policy, guidance, or directive that discriminates against a firearm entity
or firearm trade association; and (2) will not discriminate during the term of the
contract against a firearm entity or firearm trade association. The terms
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
“discriminate against a firearm entity or firearm trade association,” “firearm
entity” and “firearm trade association” shall have the meanings ascribed to those
terms in Chapter 2274 of the Texas Government Code. By signing this
agreement, Contractor certifies that Contractor’s signature provides written
verification to the City that Contractor: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate during the term of the contract against a
firearm entity or firearm trade association. Failure to meet or maintain the
requirements under this provision will be considered a material breach.
.4 Prohibition on Contracts with Companies Doing Business with Iran,
Sudan, or a Foreign Terrorist Organization. Sections 2252 and 2270 of the Texas
Government Code restricts CITY from contracting with companies that do
business with Iran, Sudan, or a foreign terrorist organization. By signing this
agreement, Contractor certifies that Contractor’s signature provides written
verification to the City that Contractor, pursuant to Chapters 2252 and 2270, is
not ineligible to enter into this agreement and will not become ineligible to
receive payments under this agreement by doing business with Iran, Sudan, or a
foreign terrorist organization. Failure to meet or maintain the requirements under
this provision will be considered a material breach.
.5 Termination Right for Contracts with Companies Doing Business with
Certain Foreign-Owned Companies. The City of Denton may terminate this
Contract immediately without any further liability if the City of Denton
determines, in its sole judgment, that this Contract meets the requirements under
Chapter 2274, and Contractor is, or will be in the future, (i) owned by or the
majority of stock or other ownership interest of the company is held or controlled
by individuals who are citizens of China, Iran, North Korea, Russia, or other
designated country (ii) directly controlled by the Government of China, Iran,
North Korea, Russia, or other designated country, or (iii) is headquartered in
China, Iran, North Korea, Russia, or other designated country.
.6 Pursuant to Chapter 2258, Texas Government Code, all contractors and
any Subcontractor involved in the construction of a public work project shall pay
not less than the prevailing rates as per diem wages in the locality at the time of
construction to all laborers, workmen and mechanics employed by them in the
execution of this contract. Contractor shall assure that these requirements are met
for the Project and shall insure that every contract or subcontract relating to the
Work requires, on behalf of Owner, that the prevailing wage rates be paid.
.7 The Contractor shall be provided an applicable Department of Labor
Wage Rate Determination for use on the Project required by Chapter 2258.022,
Texas Government Code. In the event the Owner does not provide this Labor
Wage Rate Determination, the Contractor shall request it in writing in a timely
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
manner, so as not to delay the Construction Manager’s initial subcontractor
procurement process during preconstruction. The Construction Manager shall, if
requested by the Owner, assist the Owner in conducting a survey of the wages
paid, by labor class, on projects of a similar type in a similar location.
Article 9. ENUMERATION OF CONTRACT DOCUMENTS
Section 9.1 This Agreement is comprised of the following documents:
.1 Stipulated Sum Vertical Construction Contract
.2 Exhibit “A” – General Conditions of the Contract for Construction
.3 Exhibit “B” – Drawings and Specifications (On File with Purchasing
Manager)
.4 Addenda, if any:
See Exhibit “B” – Drawings and Specifications (On File with Purchasing
Manager)
Portions of Addenda relating to bidding or proposal requirements are not
part of the Contract Documents unless the bidding or proposal
requirements are also enumerated in this Article 9.
.5 Other Exhibits:
Exhibit “C” – Key Personnel
Exhibit “D” – Alternates – None
Exhibit “E” – Allowances – None
Exhibit “F” – Unit Costs
Exhibit “G” – Initial Schedule of Values– None
Exhibit “H” – Contractor’s Construction Schedule
Exhibit “I” – Escrow Agreement– None
Exhibit “J” – Conflict of Interest Questionnaire
Exhibit “K” – Proposal Form
Exhibit “L” – Prevailing Wage Rates
Exhibit “Y” – Contractor’s Insurance Certificate(s) and Bonds (To be
Completed after Contract Award)
.6 Other documents, if any, listed below:
(List here any additional documents that are intended to form part of the
Contract Documents. Exhibit A provides that the advertisement or
invitation to bid, Instructions to Bidders, sample forms, the Contractor’s
bid or proposal, portions of Addenda relating to bidding or proposal
requirements, and other information furnished by the Owner in
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
anticipation of receiving bids or proposals, are not part of the Contract
Documents unless enumerated in this Agreement. Any such documents
should be listed here only if intended to be part of the Contract
Documents.)
« »
This Agreement entered into as of the day and year first written above.
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
THIS AGREEMENT HAS BEEN
BOTH REVIEWED AND APPROVED
as to financial and operational obligations and
business terms.
_______________ ________________
SIGNATURE PRINTED NAME
__________________________________
TITLE
__________________________________
DEPARTMENT
CITY:
CITY OF DENTON, TEXAS
BY: _____________________________
SARA HENSLEY
CITY MANAGER
ATTEST:
LAUREN THODEN, CITY SECRETARY
BY: _______________________________
APPROVED AS TO LEGAL FORM:
MACK REINWAND, CITY ATTORNEY
BY: _______________________________
CONTRACTOR:
J.C. COMMERCIAL, INC.
BY: _____________________________
Name: _____________________________
Title: _____________________________
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Larry Wagnor
CEO
Director
Facilities
Tom Gramer
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
EXHIBIT A
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
KEY PERSONNEL RESUME FORM
Offerors may attach an organizational chart (maximum of 1 page) as supporting documentation. Please list the key
team members that will be assigned to the Project. The Offeror should, at a minimum, provide personnel experience
for the Project Manager, Superintendent, and the Foreman/Foremen. Past experience projects should demonstrate
experience in the categories listed in 12.2.2.7 of Section 00 21 16 – Instructions to Offerors.
NAME:
JOB TITLE:
LICENSES AND CERTIFICATIONS: _______________________________________________________________
TOTAL YEARS OF EXPERINCE: ________________________________________________________________
TOTAL YEARS WITH CURRENT FIRM:
RELEVANT EXPERIENCE WITHIN LAST 5YRS., INCLUDE PROJECT ROLES AND RESPONSIBILITIES.
IDENTIFY IF PROJECTS WERE COMPLETED WITH CURRENT OR PREVIOUS FIRM:
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
LIST OTHER ACTIVE PROJECTS FOR THE DURATION OF THIS PROJECT AND INCLUDE PERCENTAGE
OF TIME ALLOCATED FOR EACH: _____________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
HVAC Upgrades City of Denton Fleet Services 90%
Heath Public Works Operational Building 10%
OSHA 30, OSHA CFR 1910.120, HM126F Hazardous Materials
Wells Fargo Corporate Headquarters, $500 million ground up LEED Platinum, Project Manager for 2 year project
with an average of 1,000 workers on site with previous firm.
Trinity Portland Pump Station for the US Arm Corps of Engineers, $79 million new pump station for the Trinity
River, Project Manager with previous firm.
International Business Park Phase 15, $22 million 3-story tilt wall office building LEED Gold, Project Manager for
1 year project with previous firm.
Lowe's, various locations averaging $7.5 million as Project Manager with previous firm
As Project Manager for these projects, Mr. Hartline was responsible for coordinating and managing staff, project
schedules, budgets, buy-out/contracts/procurement, superintendents and subcontractors daily activities/site
conditions, safety, and quality control through completion.
31 years
1 year
Rodney Hartline
Project Manager
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
EXHIBIT C
NAME:
JOB TITLE:
LICENSES AND CERTIFICATIONS: _______________________________________________________________
TOTAL YEARS OF EXPERINCE: ________________________________________________________________
TOTAL YEARS WITH CURRENT FIRM:
RELEVANT EXPERIENCE WITHIN LAST 5YRS., INCLUDE PROJECT ROLES AND RESPONSIBILITIES.
IDENTIFY IF PROJECTS WERE COMPLETED WITH CURRENT OR PREVIOUS FIRM:
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
LIST OTHER ACTIVE PROJECTS FOR THE DURATION OF THIS PROJECT AND INCLUDE PERCENTAGE
OF TIME ALLOCATED FOR EACH: _____________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
NAME:
JOB TITLE:
LICENSES AND CERTIFICATIONS: _______________________________________________________________
TOTAL YEARS OF EXPERINCE: ________________________________________________________________
TOTAL YEARS WITH CURRENT FIRM:
RELEVANT EXPERIENCE WITHIN LAST 5YRS., INCLUDE PROJECT ROLES AND RESPONSIBILITIES.
IDENTIFY IF PROJECTS WERE COMPLETED WITH CURRENT OR PREVIOUS FIRM:
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
Tesla as Assistant Project Manager with Previous Firm
Choshatta Casino as Assistant Project Manager with Previous Firm
Dodger Stadium as Assistant Project Manager with Previous Firm
Disneyland Office Buildings as Assistant Project Manager with Previous Firm
5 years
1 year
Michael Tran
Project Engineer
Mr. Prescott will be 100% dedicated to this project.
NTTA Maintenance Service Center Improvements $5.1 million as Superintendent with JC Commercial
Willie B. Johnson Recreation Center Addition/Renovation $8.9 million as Superintendent with JC Commercial
Mechatronics Lab Renovation at Eastfield College $1.5 million as Superintendent with JC Commercial
Plano Private School $6.5 million as Superintendent with JC Commercial
Fire Station No. 17 $3.3 million as Superintendent with JC Commercial
Dallas Park Maintenance District 6 Facility $2.2 million as Superintendent with JC Commercial
As Superintendent for these projects, Mr. Prescott, was responsible for all day-to-day activities on the job site
including scheduling, subcontractor management, implementation of the plans and specs, quality control, code
compliance, and safety.
OSHA 30
23 years
6 years
Wayne Prescott
Superintendent
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
LIST OTHER ACTIVE PROJECTS FOR THE DURATION OF THIS PROJECT AND INCLUDE PERCENTAGE
OF TIME ALLOCATED FOR EACH: _____________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
NAME:
JOB TITLE:
LICENSES AND CERTIFICATIONS: _______________________________________________________________
TOTAL YEARS OF EXPERINCE: ________________________________________________________________
TOTAL YEARS WITH CURRENT FIRM:
RELEVANT EXPERIENCE WITHIN LAST 5YRS., INCLUDE PROJECT ROLES AND RESPONSIBILITIES.
IDENTIFY IF PROJECTS WERE COMPLETED WITH CURRENT OR PREVIOUS FIRM:
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
LIST OTHER ACTIVE PROJECTS FOR THE DURATION OF THIS PROJECT AND INCLUDE PERCENTAGE
OF TIME ALLOCATED FOR EACH: _____________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
Heath Public Works Operational Building 40%
Universal Studios Life of Pets Ride as Assistant Project Manager with Previous Firm
Long Beach High School as Assistant Project Manager with Previous Firm
As Assistant Project Manager, Mr. Tran was responsible for maintaining logs for and tracking change orders, ASI's,
RFI's, Submittals, subcontractor contracts/purchase orders/procurement and insurance compliance as well as
maintaining safety meeting minutes, OAC meeting minutes and coordination between the office and job site.
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
KEY PERSONNEL
J.C. Commercial strives to take the necessary steps to ensure that
all projects are completed on time and that no quality is lost under
any circumstances. Our staffing approach has been developed to
ensure timely flow of information between the owner, architect
and the subcontractors.
➢The CEO, President and Project Manager will handle all
contract issues, both owner and subcontractor.
➢The Project Manager in conjunction with the
Superintendent will conduct onsite weekly production
meetings with the City of Denton’s representatives, the
Architect, the Engineers and the Subcontractors.
➢The on-site Field Superintendent will oversee the daily
construction of the project and will be 100% devoted to
this project only. He will ensure safety procedures and
quality control is adhered to.
➢The Project Manager will serve as the Quality Control
Manager and is to oversee / coordinate the planning,
implementation, and supervision of the project’s quality
control plan. This includes working with employees as
well as outside agencies or consultants involved in
inspections and testing.
➢The Safety Director will conduct regular site visits to
provide additional quality control and safety checks.
Weekly safety meetings will be conducted with the
appropriate trades per our Safety Program.
➢The Project Engineer will be responsible for assisting the
Project Manager in tracking submittals, submittal logs,
RFI’s, RFI logs and Change Order logs.
Each proposed team member will be readily available at the
beginning of this project and will be committed to its completion.
Having an experienced and knowledgeable construction team will
provide the end product that the City of Denton and the community
will be most proud of.
Proposed Personnel
CSP 8692
HVAC Upgrades City of Denton
Fleet Services
J.C. Commercial, Inc.
Larry Wagnor, CEO
Safety Director
Trey Wagnor
President
Rodney Hartline
Project Manager
Wayne Prescott
Superintendent
Michael Tran
Project Engineer
Scott Arthur
Vice President
Holyn Bradford
Accounting
Shannon Capezzuto
Contract Administrator
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
EXHIBIT D
Alternates
NONE
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
EXHIBIT E
ALLOWANCES
None
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
To: From:
PROJ.:
RFP:CSP 8692 treyw@jccom.com
ENG
PMO:<ENG PMO No. if applicable>
Item
No.Spec. Section No.Description UOM BID QTY Unit Price Extended Price
1 Mobilization/Demobilization 269,277.00$ 269,277.00$
2 Demolition 37,100.00$ 37,100.00$
3 Storm Water Pollution Prevention 1,060.00$ 1,060.00$
SUBTOTAL 307,437.00$
4 Exterior Insulation and Finish system 424,000.00$ 424,000.00$
5 Steel Fabrication 58,300.00$ 58,300.00$
6 Painting 21,200.00$ 21,200.00$
7 Roofing 171,720.00$ 171,720.00$
8 Overhead Coiling Doors 567,630.00$ 567,630.00$
SUBTOTAL 1,242,850.00$
11 Ductwork 79,500.00$ 79,500.00$
12 Duct Insulation 41,340.00$ 41,340.00$
13 HVAC Equipment 1,166,000.00$ 1,166,000.00$
14 Gas Piping 33,920.00$ 33,920.00$
15 Testing Adjusting and Balancing 6,360.00$ 6,360.00$
17 Controls 313,230.00$ 313,230.00$
SUBTOTAL 1,640,350.00$
20 Demolition 37,100.00$ 37,100.00$
21 Underground 42,400.00$ 42,400.00$
22 Temporary Generator 16,960.00$ 16,960.00$
23 Electrical gear 57,240.00$ 57,240.00$
24 Conduit and Wiring 148,400.00$ 148,400.00$
25 Equipment Connections 148,400.00$ 148,400.00$
256 Fire Alarm 46,640.00$ 46,640.00$
SUBTOTAL 497,140.00$
$3,687,777.00
$3,687,777.00
II. EXTERIOR IMPROVEMENTS
III. HVAC
IV. ELECTRICAL
TOTAL PROPOSAL:
TOTAL BASE PROPOSAL:
HVAC Upgrades City of Denton Fleet Services
I. GENERAL BID ITEMS
SECTION 00 42 44 - UNIT PRICE PROPOSAL FORM - CSP
<Purchasing Agent>/Purchasing Dept.
HVAC Upgrades City of Denton Fleet Services
City of Denton - Capital Projects
J.C. Commercial, Inc.
901-B Texas Street
Denton, TX 76209
OFFEROR'S APPLICATION - UNIT PRICE PROPOSAL
1801 Lakepointe Drive, Suite 129
Lewisville, TX 75057
Larry Wagnor and/or Trey Wagnor
972.436.4622
larryw@jccom.com
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201CEXHIBIT F
EXHIBIT G
INITIAL SCHEDULE OF VALUES
NONE
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
SCHEDULE & WRITTEN PLAN
SCHEDULE
Please refer to the attached scheduled included herein.
WRITTEN PLAN
J.C. Commercial will assign the Project to the qualified Project Manager, Rodney Harline, who will utilize construction best
practices to manage and guide the project. The Project Manager will utilize a detailed Microsoft Project Schedule which he will
implement through a qualified Project Engineer and Field superintendent. The Project Manager will be Responsible to assure
all sub contracts are written and executed in a timely manner.
The Project Manager along with the Project Engineer assistance will review and submit all required submittals and maintain an
updated submittal schedule/ log for the assigned Field Superintendent who will schedule all work following the detailed Project
Schedule and ensure the schedule is maintained.
J.C. Commercials Field Superintendent will conduct weekly Safety Meetings and ensure a safe worksite for all. He will complete
a daily report detailing subcontractor workforce force on site, work accomplished each day with descriptions and photos which
he will submit to the Project Manager each day. He will report all incidents or deficiencies to the Project Manager if and as they
occur to be addressed by the Project Manager.
The Project Manager will hold weekly subcontractor progress meetings to facilitate a safe smooth weekly work flow for the
project. The Project Manager will have a weekly OAC in which he will present an Agenda, RFI log, Submittal Log, Updated
Progress Schedule and Change Order (if any) to the Owner/Architect for review and discussion to answer any questions and
resolve outstanding issues.
J.C. Commercial will be proactive at looking at future activities to identify possible problems well in advance to minimize effects
to the project schedule and the project budget. When and if item is identified J.C. Commercial will work to resolve the items as
cost effectively as possible
J.C. Commercial has and will supply the Owner with our Company Safety Plan. J.C. Commercial will follow all State and Federal
Requirements as required for this Project. J.C. Commercial will take proper steps as agreed with the Owner to minimize impacts
on existing operations and services as outlined in the Contract Documents.
Critical items for this Project will require cooperation and maintaining good communication between J.C. Commercial,
Subcontractors, Architect and the Owner. Quick processing of RFI’s and Submittals for critical items is essential in procuring
these items to meet the schedule.
Project specific tasks will be handled through cooperation and communication with AE, owner, subcontractors and suppliers.
Equipment and material delivery will be handled during normal business hours for the facility and received by JC Commercial
and subcontractor onsite personnel.
Hours of Operation: 7:00-5:30 Monday through Friday with Saturdays as make up days if needed to remain on schedule.
Number of Shits: 1
Number of Crews: Multiple crews divided by scopes of work.
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
EXHIBIT H
ID Task Name Duration Predecessors Start Finish
1 Fleet Service HVAC Upgrade - Substantial Completion 180 Calendar
Days
131 days Mon 3/17/25 Mon 9/15/25
2 Notice to Proceed 0 days Mon 3/17/25 Mon 3/17/25
3 Submittals and Procurement 120 days 2 Mon 3/17/25 Fri 8/29/25
4 Mobilization 10 days 2 Mon 3/17/25 Fri 3/28/25
5 Pre Construction Existing Conditions Video 2 days 2 Mon 3/17/25 Tue 3/18/25
6 Make Safe for Demolition 10 days 4 Mon 3/31/25 Fri 4/11/25
7 Protect Existing to Remain Items 10 days 4 Mon 3/31/25 Fri 4/11/25
8 Set Temporary Generator & Connect to Existing Service E1.1 Note 19 E3.1 2 days 6FS+20 days Mon 5/12/25 Tue 5/13/25
9 Saw Cut & Remove Concrete Paving for New Primary & Secondary E1.1 2 days 6 Mon 4/14/25 Tue 4/15/25
10 Install New Primary & Secondary E1.1 6 days 9 Wed 4/16/25 Wed 4/23/25
11 Install New MDP M1 E1.1 6 days 6 Mon 4/14/25 Mon 4/21/25
12 Install New XFMR on Existing Pad & Connect Service Back to Building E1.1 3 days 10 Thu 4/24/25 Mon 4/28/25
13 Replace Concrete Paving E1.1 3 days 10 Thu 4/24/25 Mon 4/28/25
14 All MEP Items on FOB to be Removed and Replaced A3.1 10 days 6 Mon 4/14/25 Fri 4/25/25
15 Existing MEP Items to Receive Extender Boxes Flush with EIFS A3.1 14 days 14 Mon 4/28/25 Thu 5/15/25
16 Remove Downspouts/Conductor Heads A3.2 21 days 6 Mon 4/14/25 Mon 5/12/25
17 Remove Existing Vehicle Exhaust Hose Reel Note #3 M1.0 8 days 6 Mon 4/14/25 Wed 4/23/25
3/17 9/15
Fleet Service HVAC Upgrade - Substantial Completion 180 Calendar Days
3/17 3/17
Notice to Proceed
3/17 8/29
Submittals and Procurement
3/17 3/28
Mobilization
3/17 3/18
Pre Construction Existing Conditions Video
3/31 4/11
Make Safe for Demolition
3/31 4/11
Protect Existing to Remain Items
5/12 5/13
Set Temporary Generator & Connect to Existing Service E1.1 Note 19 E3.1
4/14 4/15
Saw Cut & Remove Concrete Paving for New Primary & Secondary E1.1
4/16 4/23
Install New Primary & Secondary E1.1
4/14 4/21
Install New MDP M1 E1.1
4/24 4/28
Install New XFMR on Existing Pad & Connect Service Back to Building E1.1
4/24 4/28
Replace Concrete Paving E1.1
4/14 4/25
All MEP Items on FOB to be Removed and Replaced A3.1
4/28 5/15
Existing MEP Items to Receive Extender Boxes Flush with EIFS A3.1
4/14 5/12
Remove Downspouts/Conductor Heads A3.2
4/14 4/23
Remove Existing Vehicle Exhaust Hose Reel Note #3 M1.0
Qtr 1 Qtr 2 Qtr 3 Qtr 4
2025
Task
Task Progress
Milestone
Summary
Substantial Completion
Final Completion
1801 Lakepointe Drive, Suite 129
Lewisville, TX 75057
972.436.4622
972.436.4822 (F)
Author: Scott Arthur Page 1 5 Total Pages
Date: Wed 2/5/25
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
ID Task Name Duration Predecessors Start Finish
18 Remove Vehicle Exhaust Fan Note #4 M1.0 8 days 17 Thu 4/24/25 Mon 5/5/25
19 Remove Complete Makeup Air Unit Note #5 M1.0 10 days 17 Thu 4/24/25 Wed 5/7/25
20 Remove and Relocate Existing Exhaust Fan Note #7 M1.0 7 days 19 Thu 5/8/25 Fri 5/16/25
21 Remove Louver Patch Wall Note #14 M1.0 7 days 20 Mon 5/19/25 Tue 5/27/25
22 Remove Duct Lube Room Cap and Patch as Required Note #15 M1.0 8 days 21 Wed 5/28/25 Fri 6/6/25
23 Remove Electrical for Makeup Air Unit Complete for Replacement Note #2 E2.1 5 days 6 Mon 4/14/25 Fri 4/18/25
24 Remove Electrical for Exhaust Fan and Reconnect New Note #3 E2.1 5 days 23 Mon 4/21/25 Fri 4/25/25
25 Remove and Relocate Electrical for Exhaust Fan Note #4 E2.1 5 days 24 Mon 4/28/25 Fri 5/2/25
26 Connect Overhead Door Motors Note #5 E2.1 16 days 25 Mon 5/5/25 Mon 5/26/25
27 Remove and Replace Existing Starters for Exhaust Fans Note #6 E2.1 10 days 26 Tue 5/27/25 Mon 6/9/25
28 Remove & Re-route Circuit for Exhaust Fan through new Time Clock Note #7 & #8 E2.1 10 days 27 Tue 6/10/25 Mon 6/23/25
29 Rewire Control Circuit on Existing Starter for Exhaust Fans Note #9 E2.1 10 days 28 Tue 6/24/25 Mon 7/7/25
30 Rework Existing MDP and Service Note #10 E2.1 5 days 29 Tue 7/8/25 Mon 7/14/25
31 Install Joist Reinf & Framed Openings S1, S2 14 days 6 Mon 4/14/25 Thu 5/1/25
32 Infill Structure & Roof Deck as Required S1, S2 10 days 31 Fri 5/2/25 Thu 5/15/25
33 Install Roof Curbs & All Penetrations M2.0 14 days 31 Fri 5/2/25 Wed 5/21/25
34 Patch and Repair Roof From all Associated MEP and Structural Roof Work M1.0 10 days 33 Thu 5/22/25 Wed 6/4/25
4/24 5/5
Remove Vehicle Exhaust Fan Note #4 M1.0
4/24 5/7
Remove Complete Makeup Air Unit Note #5 M1.0
5/8 5/16
Remove and Relocate Existing Exhaust Fan Note #7 M1.0
5/19 5/27
Remove Louver Patch Wall Note #14 M1.0
5/28 6/6
Remove Duct Lube Room Cap and Patch as Required Note #15 M1.0
4/14 4/18
move Electrical for Makeup Air Unit Complete for Replacement Note #2 E2.1
4/21 4/25
Remove Electrical for Exhaust Fan and Reconnect New Note #3 E2.1
4/28 5/2
Remove and Relocate Electrical for Exhaust Fan Note #4 E2.1
5/5 5/26
Connect Overhead Door Motors Note #5 E2.1
5/27 6/9
Remove and Replace Existing Starters for Exhaust Fans Note #6 E2.1
6/10 6/23
Remove & Re-route Circuit for Exhaust Fan through new Time Clock Note #7 & #8 E2.1
6/24 7/7
Rewire Control Circuit on Existing Starter for Exhaust Fans Note #9 E2.1
7/8 7/14
Rework Existing MDP and Service Note #10 E2.1
4/14 5/1
Install Joist Reinf & Framed Openings S1, S2
5/2 5/15
Infill Structure & Roof Deck as Required S1, S2
5/2 5/21
Install Roof Curbs & All Penetrations M2.0
5/22 6/4
Patch and Repair Roof From all Associated MEP and Structural Roof Work M1.0
Qtr 1 Qtr 2 Qtr 3 Qtr 4
2025
Task
Task Progress
Milestone
Summary
Substantial Completion
Final Completion
1801 Lakepointe Drive, Suite 129
Lewisville, TX 75057
972.436.4622
972.436.4822 (F)
Author: Scott Arthur Page 2 5 Total Pages
Date: Wed 2/5/25
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
ID Task Name Duration Predecessors Start Finish
35 Set New & Relocated MEP Equipment Notes 1-18 M2.0 5 days 34 Thu 6/5/25 Wed 6/11/25
36 Install All New Ductwork Notes- 1,5-7,9-10 M2.1; Notes- 1, 5-7, 15 M2.2 24 days 35 Thu 6/12/25 Tue 7/15/25
37 Install Storage Hose Reels- Notes 2,8 M2.1; Note 2 M2.2 7 days 36 Wed 7/16/25 Thu 7/24/25
38 Install RTU Thermostats- Note 3 M2.1 and M2.2 9 days 35 Thu 6/12/25 Tue 6/24/25
39 Install Copper Condensate Lines- Note 4 M2.1; Notes 4 and 14 M2.2 21 days 35 Thu 6/12/25 Thu 7/10/25
40 Install Carbon Monoxide Sensors- Note 11 M2.1 20 days 36 Wed 7/16/25 Tue 8/12/25
41 Install Nitrogen Dioxide Sensors- Note 12 M2.1 20 days 36 Wed 7/16/25 Tue 8/12/25
42 Install Methane Sensors- Note 13 M2.1 20 days 36 Wed 7/16/25 Tue 8/12/25
43 Install Gas Detection Sensors- Note 14 M2.1 20 days 36 Wed 7/16/25 Tue 8/12/25
44 Install Ventilation Manual Override Switch- Note 15 M2.1; Note 9 M2.2 5 days 36 Wed 7/16/25 Tue 7/22/25
45 Install Overhead Door Openers- Note 17 M2.1; Note 12 M2.2 20 days 68 Fri 5/16/25 Thu 6/12/25
46 Install Vehicle Exhaust Fans- Note 18 M2.1; Note 13 M2.2 27 days 34 Thu 6/5/25 Fri 7/11/25
47 Connect Make-Up Air Units- Note 1 E3.1 & E3.2 7 days 35 Thu 6/12/25 Fri 6/20/25
48 Install New Receptacles for New RTU Equipment- Notes 2, 20 E3.1 7 days 35 Thu 6/12/25 Fri 6/20/25
49 Install Starters for New General Exhaust Fan Controls- Notes 3-4 E3.1 & E3.2 9 days 35 Thu 6/12/25 Tue 6/24/25
50 Reroute Circuitry from New Exhaust Fan to New Contactor- Notes 5,7 E3.1 8 days 49 Wed 6/25/25 Fri 7/4/25
51 Install Back boxes & Route Conduit to Gas Detection Control Panel- Notes 8-9 E3.1 & E3.2 11 days 36 Wed 7/16/25 Wed 7/30/25
6/5 6/11
Set New & Relocated MEP Equipment Notes 1-18 M2.0
6/12 7/15
Install All New Ductwork Notes- 1,5-7,9-10 M2.1; Notes- 1, 5-7, 15 M2.2
7/16 7/24
Install Storage Hose Reels- Notes 2,8 M2.1; Note 2 M2.2
6/12 6/24
Install RTU Thermostats- Note 3 M2.1 and M2.2
6/12 7/10
Install Copper Condensate Lines- Note 4 M2.1; Notes 4 and 14 M2.2
7/16 8/12
Install Carbon Monoxide Sensors- Note 11 M2.1
7/16 8/12
Install Nitrogen Dioxide Sensors- Note 12 M2.1
7/16 8/12
Install Methane Sensors- Note 13 M2.1
7/16 8/12
Install Gas Detection Sensors- Note 14 M2.1
7/16 7/22
Install Ventilation Manual Override Switch- Note 15 M2.1; Note 9 M2.2
5/16 6/12
Install Overhead Door Openers- Note 17 M2.1; Note 12 M2.2
6/5 7/11
Install Vehicle Exhaust Fans- Note 18 M2.1; Note 13 M2.2
6/12 6/20
Connect Make-Up Air Units- Note 1 E3.1 & E3.2
6/12 6/20
Install New Receptacles for New RTU Equipment- Notes 2, 20 E3.1
6/12 6/24
Install Starters for New General Exhaust Fan Controls- Notes 3-4 E3.1 & E3.2
6/25 7/4
Reroute Circuitry from New Exhaust Fan to New Contactor- Notes 5,7 E3.1
7/16 7/30
Install Back boxes & Route Conduit to Gas Detection Control Panel- Notes 8-9 E3.1 & E3.2
Qtr 1 Qtr 2 Qtr 3 Qtr 4
2025
Task
Task Progress
Milestone
Summary
Substantial Completion
Final Completion
1801 Lakepointe Drive, Suite 129
Lewisville, TX 75057
972.436.4622
972.436.4822 (F)
Author: Scott Arthur Page 3 5 Total Pages
Date: Wed 2/5/25
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
ID Task Name Duration Predecessors Start Finish
52 Modify Electrical Exhaust Fan to use as Gas Purge Fan- Note 10 E3.1 & E3.2 7 days 36 Wed 7/16/25 Thu 7/24/25
53 Install Purge Push Button- Note 11 E3.1 & E3.2 4 days 52 Fri 7/25/25 Wed 7/30/25
54 Activate and Connect Duct Smoke Detector to Existing FACP- Note 12 E3.1 & E3.2 8 days 36 Wed 7/16/25 Fri 7/25/25
55 Install Duct Smoke Detector Remote Indicator & Test Switch- Note 13 E3.1 & E3.2 3 days 54 Mon 7/28/25 Wed 7/30/25
56 Reroute Existing Circuit to New Motorized Damper at Roof- Note 14 E3.1 & E3.2 8 days 35 Thu 6/12/25 Mon 6/23/25
57 Secure & Route Temporary Cables to Supply Existing Panel- Note 15 E3.1 5 days 6 Mon 4/14/25 Fri 4/18/25
58 Mount New Transformer- Note 16 E3.1 & E3.2 6 days 35 Thu 6/12/25 Thu 6/19/25
59 Install New & Disconnect Old Circuitry to New Door Operators- Note 18 E3.1 & E3.2 15 days 68FS-15 days Fri 4/25/25 Thu 5/15/25
60 Connect New Exhaust Fan to Existing Circuit Breaker Panel- Note 21 E3.1; Note 5 E3.2 10 days 35 Thu 6/12/25 Wed 6/25/25
61 Install New Circuit Breaker Panel to Supply New Exhaust Fan- Note 21 E3.1; Note 5
E3.2
20 days 35 Thu 6/12/25 Wed 7/9/25
62 Provide Connection to Grounding Electrode System- Note 22 E3.1 9 days 35 Thu 6/12/25 Tue 6/24/25
63 Install Time Clock for Exhaust Fan Control- Note 2 E3.2 8 days 55 Thu 7/31/25 Mon 8/11/25
64 Extend Conduit from Sensor Locations to Existing Gas Detection Control and Exhaust
Fan Control Box- Note 7 E3.2
11 days 43 Wed 8/13/25 Wed 8/27/25
65 Extend Circuitry to New Roof Receptacles- Note 15 E3.2 12 days 35 Thu 6/12/25 Fri 6/27/25
66 Revise Starter Control Circuitry Existing EF 15- Note 17 &19 E3.2 10 days 35 Thu 6/12/25 Wed 6/25/25
67 Install New Hoffman Box & Contactors for Exhaust Fan Controls- Note 20 E3.2 9 days 60,61 Thu 7/10/25 Tue 7/22/25
68 Install Steel Angle & Infill Openings as Required A5.1 10 days 31 Fri 5/2/25 Thu 5/15/25
7/16 7/24
Modify Electrical Exhaust Fan to use as Gas Purge Fan- Note 10 E3.1 & E3.2
7/25 7/30
Install Purge Push Button- Note 11 E3.1 & E3.2
7/16 7/25
Activate and Connect Duct Smoke Detector to Existing FACP- Note 12 E3.1 & E3.2
7/28 7/30
Install Duct Smoke Detector Remote Indicator & Test Switch- Note 13 E3.1 & E3.2
6/12 6/23
Reroute Existing Circuit to New Motorized Damper at Roof- Note 14 E3.1 & E3.2
4/14 4/18
Secure & Route Temporary Cables to Supply Existing Panel- Note 15 E3.1
6/12 6/19
Mount New Transformer- Note 16 E3.1 & E3.2
4/25 5/15
Install New & Disconnect Old Circuitry to New Door Operators- Note 18 E3.1 & E3.2
6/12 6/25
Connect New Exhaust Fan to Existing Circuit Breaker Panel- Note 21 E3.1; Note 5 E3.2
6/12 7/9
Install New Circuit Breaker Panel to Supply New Exhaust Fan- Note 21 E3.1; Note 5 E3.2
6/12 6/24
Provide Connection to Grounding Electrode System- Note 22 E3.1
7/31 8/11
Install Time Clock for Exhaust Fan Control- Note 2 E3.2
8/13 8/27
Extend Conduit from Sensor Locations to Existing Gas Detection Control and Exhaust Fan Control Bo
6/12 6/27
Extend Circuitry to New Roof Receptacles- Note 15 E3.2
6/12 6/25
Revise Starter Control Circuitry Existing EF 15- Note 17 &19 E3.2
7/10 7/22
Install New Hoffman Box & Contactors for Exhaust Fan Controls- Note 20 E3.2
5/2 5/15
Install Steel Angle & Infill Openings as Required A5.1
Qtr 1 Qtr 2 Qtr 3 Qtr 4
2025
Task
Task Progress
Milestone
Summary
Substantial Completion
Final Completion
1801 Lakepointe Drive, Suite 129
Lewisville, TX 75057
972.436.4622
972.436.4822 (F)
Author: Scott Arthur Page 4 5 Total Pages
Date: Wed 2/5/25
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
ID Task Name Duration Predecessors Start Finish
69 Remove & Replace Roll Up Doors A2.1 30 days 68 Fri 5/16/25 Thu 6/26/25
70 Install Extensions, Trim, Flashing & EIFS over Tilt Wall as Detailed and Scheduled A3.1
A5.1
60 days 68 Fri 5/16/25 Thu 8/7/25
71 New Blocking/Cap Flashing at TOW A3.1 A5.1 18 days 70 Fri 8/8/25 Tue 9/2/25
72 Install New Leader Boxes and Downspouts A3.2 A4.2 24 days 70 Fri 8/8/25 Wed 9/10/25
73 Install Joint Sealants 14 days 70 Fri 8/8/25 Wed 8/27/25
74 Reinstall MEP Items where Removed for EIFS Installation A3.1 15 days 70 Fri 8/8/25 Thu 8/28/25
75 Paint All I Surfaces as Required 22 days 70 Fri 8/8/25 Mon 9/8/25
76 Complete MEP Systems 7 days 64 Thu 8/28/25 Fri 9/5/25
77 Test and Balance All Systems 5 days 76 Mon 9/8/25 Fri 9/12/25
78 Final Clean, Adjustments and Touchup 4 days 75 Tue 9/9/25 Fri 9/12/25
79 Substantial Completion 0 days 78 Mon 9/15/25 Mon 9/15/25
80 Close Out 22 days Tue 9/16/25 Wed 10/15/25
81 Complete Punch List and O and M Manuals 22 days 79 Tue 9/16/25 Wed 10/15/25
82 Final Completion 0 days 81 Wed 10/15/25 Wed 10/15/25
5/16 6/26
Remove & Replace Roll Up Doors A2.1
5/16 8/7
Install Extensions, Trim, Flashing & EIFS over Tilt Wall as Detailed and Scheduled A3.1 A5.1
8/8 9/2
New Blocking/Cap Flashing at TOW A3.1 A5.1
8/8 9/10
Install New Leader Boxes and Downspouts A3.2 A4.2
8/8 8/27
Install Joint Sealants
8/8 8/28
Reinstall MEP Items where Removed for EIFS Installation A3.1
8/8 9/8
Paint All I Surfaces as Required
8/28 9/5
Complete MEP Systems
9/8 9/12
Test and Balance All Systems
9/9 9/12
9/15 9/15
Substantial Completion
9/16 10/15
Close Out
9/16 10/15
10/15 10/15
Final Completion
Qtr 1 Qtr 2 Qtr 3 Qtr 4
2025
Task
Task Progress
Milestone
Summary
Substantial Completion
Final Completion
1801 Lakepointe Drive, Suite 129
Lewisville, TX 75057
972.436.4622
972.436.4822 (F)
Author: Scott Arthur Page 5 5 Total Pages
Date: Wed 2/5/25
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
EXHIBIT I
ESCROW AGREEMENT
NONE
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ
For vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined
by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a) and by City of Denton
Ethics Code, Ordinance 18-757.
By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the
date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a
misdemeanor.
1 Name of vendor who has a business relationship with local governmental entity.
2
Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day
after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)
3 Name of local government officer about whom the information in this section is being disclosed.
Name of Officer
Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section
176.003(a)(2)(A). Also describe any family relations hip with the local government officer. This section, (item 3 including subparts A, B, C & D), must be
completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.00 1(1-a), Local Government Code.
Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in
this section AND the taxable income is not received from the local governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer
or director, or holds an ownership of one percent or more?
Yes No
D. Describe each employment or business and family relationship with the local government officer named in this section.
4
I have no Conflict of Interest to disclose.
5
Signature of vendor doing business with the governmental entity Date
EXHIBIT J Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
J.C. COMMERCIAL, INC.
na
4/16/2025
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy
reference, below are some of the sections cited on this form.
Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the
parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local
governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,
and reporting to, that agency.
Local Government Code § 176.003(a)(2)(A) and (B):
(A) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a family member of the officer that
results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during
the 12-month period preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more
than $100 in the 12-month period preceding the date the officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code § 176.006(a) and (a-1)
(a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member
of the officer, described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the
aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day
after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental entity; or
(B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another
writing related to a potential contract with the local governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a family member of the officer,
described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
City of Denton Ethics Code Ordinance Number 18-757
Definitions:
Relative: a family member related to a City Official within the third 3rd degree of affinity (marriage) or consanguinity (blood or adoption)
City Official: for purpose of this article, the term consists of the Council Members, Department Heads, or member of the Board of Ethics, Planning
and zoning Commission Members, Board of Adjustment, Historic Landmark Commission, or Public Utilities Board
Vendor: a person who provides or seeks to provide goods, services, and/or real property to the City in exchange for compensation. This definition
does not include those property owners from whom the City acquires public right-of-way or other real property interests for public use.
Per the City of Denton Ethics Code, Section 2-273. – Prohibitions
(3) It shall be a violation of this Article for a Vendor to offer or give a Gift to City Official exceeding fifty dollars ($50.00) per gift, or multiple gifts
cumulatively valued at more than two hundred dollars ($200.00) per a single fiscal year.
Per the City of Denton Ethics Code, Section 2-282. – Disposition (b), (5) Ineligibility
If the Board of Ethics finds that a Vendor has violated this Article, the Board may recommend to the City Manager that the Vendor be deemed
ineligible to enter into a City contract or other arrangement for goods, services, or real property, for a period of one (1) year.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
00 41 01
PROPOSAL FORM - CSP
Page 1 of 3
CITY OF DENTON CSP 8692
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised January 5, 2022
Effective January 5, 2022
SECTION 00 41 01 1
PROPOSAL FORM - CSP 2
TO: City of Denton 3
c/o: Purchasing Division 4
901-B Texas Street 5
Denton, Texas 76209 6
7
FOR: HVAC Upgrades City of Denton Fleet Services 8
9
1 Enter into Agreement 10
11
The undersigned Offeror proposes and agrees, if this Proposal is accepted, to enter into an 12
Agreement with City in the form included in the Proposal Documents to perform and furnish all 13
Work as specified or indicated in the Contract Documents for the Unit Price Proposal and within 14
the Contract Time indicated in this Proposal and in accordance with the other terms and 15
conditions of the Contract Documents. 16
17
2 OFFEROR Acknowledgements and Certification 18
19
2.1 In submitting this Proposal, Offeror accepts all of the terms and conditions of the 20
INVITATION TO OFFORERS and INSTRUCTIONS TO OFFORERS, including without 21
limitation those dealing with the disposition of Offeror’s Bond. 22
2.2 Offeror is aware of all costs to provide the required insurance, will do so pending contract 23
award, and will provide a valid insurance certificate meeting all requirements within 14 24
days of notification of award. 25
2.3 Offeror certifies that this Proposal is genuine and not made in the interest of or on behalf of 26
any undisclosed individual or entity and is not submitted in conformity with any collusive 27
agreement or rules of any group, association, organization, or corporation. 28
2.4 Offeror has not directly or indirectly induced or solicited any other Offeror to submit a 29
false or sham Proposal. 30
2.5 Offeror has not solicited or induced any individual or entity to refrain from proposing. 31
2.6 Offeror has not engaged in corrupt, fraudulent, collusive, or coercive practices in 32
competing for the Agreement. For the purposes of this Paragraph: 33
a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything 34
of value likely to influence the action of a public official in the proposal process. 35
36
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to 37
influence the proposal process to the detriment of City (b) to establish proposal 38
prices at artificial non-competitive levels, or (c) to deprive City of the benefits of 39
free and open competition. 40
41
c. "collusive practice" means a scheme or arrangement between two or more 42
Offerors, with or without the knowledge of City, a purpose of which is to 43
establish proposal prices at artificial, non-competitive levels. 44
45
d. "coercive practice" means harming or threatening to harm, directly or indirectly, 46
persons or their property to influence their participation in the proposal process 47
or affect the execution of the Contract. 48
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
EXHIBIT K
00 41 01
PROPOSAL FORM - CSP
Page 2 of 3
CITY OF DENTON CSP 8692
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised January 5, 2022
Effective January 5, 2022
1
2.7 The Offeror acknowledges and agrees to comply with the requirements of City Ethics 2
Ordinance No. 23-1165. 3
4
3 Time of Completion 5
6
3.1 The Work will be Substantially Complete as defined in the General Conditions within 7
________________________ Days after the date when the Contract Time commences to 8
run, which is the day indicated in the Notice to Proceed, plus any extension thereof allowed 9
in accordance with Article 11 of the General Conditions. 10
3.2 The Work will be complete for Final Acceptance within ________________________ 11
Days after the date when the Contract Time commences to run, which is the day indicated 12
in the Notice to Proceed, plus any extension thereof allowed in accordance with Article 8 13
of the General Conditions. 14
3.3 Offeror accepts the provisions of the Agreement as to Liquidated Damages in the event of 15
failure to obtain Milestones (if applicable), Substantial Completion, and Final Acceptance 16
within the times specified in the Agreement. 17
18
4 Attached to this Proposal 19
20
4.1 The following documents are attached to and made a part of this Proposal: 21
a. Section 00 35 14 – Conflict of Interest Affidavit – CSP 22
b. Section 00 41 01 – This Proposal Form – CSP 23
c. Section 00 42 44 – Unit Price Proposal Form – CSP – Excel Electronic Copy 24
(either included in the hard copy Proposal, or submitted via Ionwave) 25
d. Section 00 43 14 – Required Offeror’s Bond – CSP, issued by a surety meeting the 26
requirements of Paragraph 11.4 of the General Conditions. 27
e. Section 00 43 38 – Proposed Subcontractors Form – CSP 28
f. Section 00 43 39 – Vendor Compliance to State Law Non-Resident Offeror – CSP 29
g. Section 00 45 14 – Safety Record Questionnaire – CSP 30
h. Section 00 45 27 – Contractor Compliance with Workers Compensation Law – CSP 31
i. Section 00 45 44 – Corporate Resolution of Authorized Signatories – CSP 32
j. Any additional documents required by Paragraph 12 of Section 00 21 16 – 33
Instructions to Offerors 34
35
5 Total Proposal Amount 36
37
5.1 Offeror will complete the Work in accordance with the Contract Documents for the 38
following proposal amount. In the space provided below, please enter the total proposed 39
amount for this project. This figure will be read publicly by the City at the proposal 40
opening. 41
5.2 It is understood and agreed by the Offeror in signing this proposal that the total proposed 42
amount entered below is subject to verification and/or modification by multiplying the unit 43
prices for each pay item by the respective estimated quantities shown in this proposal and 44
then totaling all of the extended amounts. 45
46
Total Proposal Amount: $____________________________ 47
48
6 Proposal Submittal 49
50
3,687,777.00
210
180
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Addendum No. 8
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
"General Decision Number: TX20250243 03/14/2025
Superseded General Decision Number: TX20240243
State: Texas
Construction Type: Building
County: Denton County in Texas.
BUILDING CONSTRUCTION PROJECTS (does not include single family
homes or apartments up to and including 4 stories).
Note: Contracts subject to the Davis-Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis-Bacon Act itself, but do not apply to
contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(1).
______________________________________________________________
|If the contract is entered |. Executive Order 14026 |
|into on or after January 30, | generally applies to the |
|2022, or the contract is | contract. |
|renewed or extended (e.g., an |. The contractor must pay |
|option is exercised) on or | all covered workers at |
|after January 30, 2022: | least $17.75 per hour (or |
| | the applicable wage rate |
| | listed on this wage |
| | determination, if it is |
| | higher) for all hours |
| | spent performing on the |
| | contract in 2025. |
|______________________________|_____________________________|
|If the contract was awarded on|. Executive Order 13658 |
|or between January 1, 2015 and| generally applies to the |
|January 29, 2022, and the | contract. |
|contract is not renewed or |. The contractor must pay all|
|extended on or after January | covered workers at least |
|30, 2022: | $13.30 per hour (or the |
| | applicable wage rate listed|
| | on this wage determination,|
| | if it is higher) for all |
| | hours spent performing on |
| | that contract in 2025. |
|______________________________|_____________________________|
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/03/2025
1 03/14/2025
4/11/25, 8:52 AM SAM.gov
https://sam.gov/wage-determination/TX20250243/1 1/7
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201CEXHIBIT L
ASBE0021-011 06/01/2023
Rates Fringes
ASBESTOS WORKER/HEAT & FROST
INSULATOR (Duct, Pipe and
Mechanical System Insulation)....$ 31.32 7.52
----------------------------------------------------------------
* BOIL0074-003 01/01/2025
Rates Fringes
BOILERMAKER......................$ 33.17 24.92
----------------------------------------------------------------
CARP1421-002 10/01/2023
Rates Fringes
MILLWRIGHT.......................$ 32.02 11.27
----------------------------------------------------------------
* ELEV0021-006 01/01/2025
Rates Fringes
ELEVATOR MECHANIC................$ 51.93 38.435+a+b
FOOTNOTES:
A. 6% under 5 years based on regular hourly rate for all
hours worked. 8% over 5 years based on regular hourly rate
for all hours worked.
B. New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the Friday after Thanksgiving Day,
Christmas Day, and Veterans Day.
----------------------------------------------------------------
ENGI0178-005 06/01/2020
Rates Fringes
POWER EQUIPMENT OPERATOR
(1) Tower Crane.............$ 32.85 13.10
(2) Cranes with Pile
Driving or Caisson
Attachment and Hydraulic
Crane 60 tons and above.....$ 28.75 10.60
(3) Hydraulic cranes 59
Tons and under..............$ 32.35 13.10
----------------------------------------------------------------
IRON0263-005 06/01/2024
Rates Fringes
IRONWORKER (ORNAMENTAL AND
STRUCTURAL)......................$ 28.64 7.93
----------------------------------------------------------------
PLUM0100-008 11/01/2024
Rates Fringes
HVAC MECHANIC (HVAC Unit
Installation Only)...............$ 39.76 14.04
----------------------------------------------------------------
* SUTX2014-019 07/21/2014
4/11/25, 8:52 AM SAM.gov
https://sam.gov/wage-determination/TX20250243/1 2/7
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Rates Fringes
BRICKLAYER.......................$ 19.89 0.00
CARPENTER, Excludes Drywall
Hanging, Form Work, and Metal
Stud Installation................$ 19.25 0.00
CAULKER..........................$ 16.63 ** 0.00
CEMENT MASON/CONCRETE FINISHER...$ 12.93 ** 0.00
DRYWALL HANGER AND METAL STUD
INSTALLER........................$ 15.42 ** 0.00
ELECTRICIAN (Alarm
Installation Only)...............$ 18.83 3.32
ELECTRICIAN (Communication
Technician Only).................$ 19.98 3.64
ELECTRICIAN (Low Voltage
Wiring Only).....................$ 15.80 ** 2.18
ELECTRICIAN, Excludes Low
Voltage Wiring and
Installation of Alarms/Sound
and Communication Systems........$ 18.82 0.83
FORM WORKER......................$ 12.13 ** 0.00
GLAZIER..........................$ 16.55 ** 3.13
HIGHWAY/PARKING LOT STRIPING:
Operator (Striping Machine).....$ 10.04 ** 2.31
INSTALLER - SIDING
(METAL/ALUMINUM/VINYL)...........$ 14.74 ** 0.00
INSTALLER - SIGN.................$ 15.61 ** 0.00
INSULATOR - BATT.................$ 13.00 ** 0.00
IRONWORKER, REINFORCING..........$ 14.02 ** 0.00
LABORER: Common or General......$ 11.76 ** 0.00
LABORER: Mason Tender - Brick...$ 10.54 ** 0.00
LABORER: Mason Tender -
Cement/Concrete..................$ 10.75 ** 0.00
LABORER: Pipelayer..............$ 13.00 ** 0.35
LABORER: Plaster Tender.........$ 12.22 ** 0.00
LABORER: Roof Tearoff...........$ 11.28 ** 0.00
LABORER: Landscape and
Irrigation.......................$ 12.50 ** 0.48
LATHER...........................$ 16.00 ** 0.00
OPERATOR:
4/11/25, 8:52 AM SAM.gov
https://sam.gov/wage-determination/TX20250243/1 3/7
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Backhoe/Excavator/Trackhoe.......$ 12.83 ** 0.00
OPERATOR: Bobcat/Skid
Steer/Skid Loader................$ 13.93 ** 0.00
OPERATOR: Bulldozer.............$ 18.29 1.31
OPERATOR: Drill.................$ 15.69 ** 0.50
OPERATOR: Forklift..............$ 13.21 ** 0.81
OPERATOR: Grader/Blade..........$ 12.48 ** 0.00
OPERATOR: Loader................$ 13.46 ** 0.85
OPERATOR: Mechanic..............$ 17.52 ** 3.33
OPERATOR: Paver (Asphalt,
Aggregate, and Concrete).........$ 18.44 0.00
OPERATOR: Roller................$ 15.04 ** 0.00
PAINTER (Brush, Roller and
Spray), Excludes Drywall
Finishing/Taping.................$ 13.21 ** 2.33
PAINTER: Drywall
Finishing/Taping Only............$ 13.76 ** 2.84
PIPEFITTER, Excludes HVAC
Pipe Installation................$ 22.98 6.35
PLASTERER........................$ 15.75 ** 0.00
PLUMBER (HVAC Pipe
Installation Only)...............$ 22.16 5.46
PLUMBER, Excludes HVAC Pipe
Installation.....................$ 20.84 4.74
ROOFER...........................$ 17.19 ** 0.00
SHEET METAL WORKER (HVAC Duct
Installation Only)...............$ 20.88 5.19
SHEET METAL WORKER, Excludes
HVAC Duct Installation...........$ 24.88 5.97
SPRINKLER FITTER (Fire
Sprinklers)......................$ 22.94 0.00
TILE FINISHER....................$ 11.22 ** 0.00
TILE SETTER......................$ 14.25 ** 0.00
TRUCK DRIVER: 1/Single Axle
Truck............................$ 16.40 ** 0.81
TRUCK DRIVER: Dump Truck........$ 12.39 ** 1.18
TRUCK DRIVER: Flatbed Truck.....$ 19.65 8.57
TRUCK DRIVER: Semi-Trailer
Truck............................$ 12.50 ** 0.00
4/11/25, 8:52 AM SAM.gov
https://sam.gov/wage-determination/TX20250243/1 4/7
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
TRUCK DRIVER: Water Truck.......$ 12.00 ** 4.11
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
================================================================
** Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($17.75) or 13658
($13.30). Please see the Note at the top of the wage
determination for more information. Please also note that the
minimum wage requirements of Executive Order 14026 are not
currently being enforced as to any contract or subcontract to
which the states of Texas, Louisiana, or Mississippi, including
their agencies, are a party.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (iii)).
----------------------------------------------------------------
The body of each wage determination lists the classifications
and wage rates that have been found to be prevailing for the
type(s) of construction and geographic area covered by the wage
determination. The classifications are listed in alphabetical
order under rate identifiers indicating whether the particular
rate is a union rate (current union negotiated rate), a survey
rate, a weighted union average rate, a state adopted rate, or a
supplemental classification rate.
Union Rate Identifiers
A four-letter identifier beginning with characters other than
""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2024. PLUM is an identifier of the union
whose collectively bargained rate prevailed in the survey for
this classification, which in this example would be Plumbers.
0198 indicates the local union number or district council
number where applicable, i.e., Plumbers Local 0198. The next
number, 005 in the example, is an internal number used in
processing the wage determination. The date, 07/01/2024 in the
4/11/25, 8:52 AM SAM.gov
https://sam.gov/wage-determination/TX20250243/1 5/7
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
example, is the effective date of the most current negotiated
rate.
Union prevailing wage rates are updated to reflect all changes
over time that are reported to WHD in the rates
in the collective bargaining agreement (CBA) governing the
classification.
Union Average Rate Identifiers
The UAVG identifier indicates that no single rate prevailed for
those classifications, but that 100% of the data reported for
the classifications reflected union rates. EXAMPLE:
UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a
weighted union average rate. OH indicates the State of Ohio.
The next number, 0010 in the example, is an internal number
used in producing the wage determination. The date, 01/01/2024
in the example, indicates the date the wage determination was
updated to reflect the most current union average rate.
A UAVG rate will be updated once a year, usually in January, to
reflect a weighted average of the current rates in the
collective bargaining agreements on which the rate is based.
Survey Rate Identifiers
The ""SU"" identifier indicates that either a single non-union
rate prevailed (as defined in 29 CFR 1.2) for this
classification in the survey or that the rate was derived by
computing a weighted average rate based on all the rates
reported in the survey for that classification. As a weighted
average rate includes all rates reported in the survey, it may
include both union and non-union rates. Example: SUFL2022-007
6/27/2024. SU indicates the rate is a single non-union
prevailing rate or a weighted average of survey data for that
classification. FL indicates the State of Florida. 2022 is the
year of the survey on which these classifications and rates are
based. The next number, 007 in the example, is an internal
number used in producing the wage determination. The date,
6/27/2024 in the example, indicates the survey completion date
for the classifications and rates under that identifier.
?SU? wage rates typically remain in effect until a new survey
is conducted. However, the Wage and Hour Division (WHD) has the
discretion to update such rates under 29 CFR 1.6(c)(1).
State Adopted Rate Identifiers
The ""SA"" identifier indicates that the classifications and
prevailing wage rates set by a state (or local) government were
adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007
01/03/2024. SA reflects that the rates are state adopted. ME
refers to the State of Maine. 2023 is the year during which the
state completed the survey on which the listed classifications
and rates are based. The next number, 007 in the example, is an
internal number used in producing the wage determination.
The date, 01/03/2024 in the example, reflects the date on which
the classifications and rates under the ?SA? identifier took
effect under state law in the state from which the rates were
adopted.
-----------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
4/11/25, 8:52 AM SAM.gov
https://sam.gov/wage-determination/TX20250243/1 6/7
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
1) Has there been an initial decision in the matter? This can
be:
a) a survey underlying a wage determination
b) an existing published wage determination
c) an initial WHD letter setting forth a position on
a wage determination matter
d) an initial conformance (additional classification
and rate) determination
On survey related matters, initial contact, including requests
for summaries of surveys, should be directed to the WHD Branch
of Wage Surveys. Requests can be submitted via email to
davisbaconinfo@dol.gov or by mail to:
Branch of Wage Surveys
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
Regarding any other wage determination matter such as
conformance decisions, requests for initial decisions should be
directed to the WHD Branch of Construction Wage Determinations.
Requests can be submitted via email to BCWD-Office@dol.gov or
by mail to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2) If an initial decision has been issued, then any interested
party (those affected by the action) that disagrees with the
decision can request review and reconsideration from the Wage
and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7).
Requests for review and reconsideration can be submitted via
email to dba.reconsideration@dol.gov or by mail to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and any information (wage payment
data, project description, area practice material, etc.) that
the requestor considers relevant to the issue.
3) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210.
================================================================
END OF GENERAL DECISION"
4/11/25, 8:52 AM SAM.gov
https://sam.gov/wage-determination/TX20250243/1 7/7
Docusign Envelope ID: D70D8CB1-E09C-4FF9-9364-9219751F201C
Certificate Of Completion
Envelope Id: D70D8CB1-E09C-4FF9-9364-9219751F201C Status: Completed
Subject: Please DocuSign: City Council Contract 8692 HVAC Upgrades COD Fleet Services
Source Envelope:
Document Pages: 131 Signatures: 6 Envelope Originator:
Certificate Pages: 6 Initials: 1 Crystal Westbrook
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-06:00) Central Time (US & Canada)
901B Texas Street
Denton, TX 76209
crystal.westbrook@cityofdenton.com
IP Address: 198.49.140.104
Record Tracking
Status: Original
4/11/2025 9:03:13 AM
Holder: Crystal Westbrook
crystal.westbrook@cityofdenton.com
Location: DocuSign
Signer Events Signature Timestamp
Crystal Westbrook
crystal.westbrook@cityofdenton.com
Senior Buyer
City of Denton
Security Level: Email, Account Authentication
(None)
Completed
Using IP Address: 198.49.140.104
Sent: 4/11/2025 10:54:47 AM
Viewed: 4/11/2025 10:55:02 AM
Signed: 4/11/2025 10:57:16 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Lori Hewell
lori.hewell@cityofdenton.com
Purchasing Manager
City of Denton
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.104
Sent: 4/11/2025 10:57:31 AM
Viewed: 4/11/2025 12:00:56 PM
Signed: 4/11/2025 12:03:48 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Marcella Lunn
marcella.lunn@cityofdenton.com
Senior Deputy City Attorney
City of Denton
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.10
Sent: 4/11/2025 12:04:02 PM
Viewed: 4/11/2025 5:12:56 PM
Signed: 4/11/2025 5:15:46 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Larry Wagnor
larryw@jccom.com
CEO
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 47.190.150.180
Sent: 4/11/2025 5:16:02 PM
Viewed: 4/14/2025 8:19:07 AM
Signed: 4/16/2025 8:50:35 AM
Electronic Record and Signature Disclosure:
Accepted: 4/14/2025 8:19:07 AM
ID: 05016197-65ae-41e1-b259-868d14eb6ea7
Signer Events Signature Timestamp
Tom Gramer
tom.gramer@cityofdenton.com
Director
Facilities and Fleet
Security Level: Email, Account Authentication
(None)
Signature Adoption: Drawn on Device
Using IP Address: 174.226.119.81
Signed using mobile
Sent: 4/16/2025 8:50:53 AM
Viewed: 4/16/2025 8:51:21 AM
Signed: 4/16/2025 8:51:45 AM
Electronic Record and Signature Disclosure:
Accepted: 4/16/2025 8:51:21 AM
ID: 133269b7-4c56-442e-9b15-19a654079d9f
Cheyenne Defee
cheyenne.defee@cityofdenton.com
Procurement Administration Supervisor
City of Denton
Security Level: Email, Account Authentication
(None)
Completed
Using IP Address: 198.49.140.10
Sent: 4/16/2025 8:52:01 AM
Viewed: 5/7/2025 9:39:49 AM
Signed: 5/7/2025 9:40:04 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Sara Hensley
sara.hensley@cityofdenton.com
City Manager
City of Denton
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 47.190.47.120
Signed using mobile
Sent: 5/7/2025 9:40:19 AM
Viewed: 5/7/2025 9:40:43 AM
Signed: 5/7/2025 9:40:50 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Lauren Thoden
lauren.thoden@cityofdenton.com
City Secretary
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.10
Sent: 5/7/2025 9:41:06 AM
Viewed: 5/7/2025 11:11:29 AM
Signed: 5/7/2025 11:11:59 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Carbon Copy Events Status Timestamp
Cheyenne Defee
cheyenne.defee@cityofdenton.com
Procurement Administration Supervisor
City of Denton
Security Level: Email, Account Authentication
(None)
Sent: 4/11/2025 10:57:31 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Carbon Copy Events Status Timestamp
Gretna Jones
gretna.jones@cityofdenton.com
Legal Secretary
City of Denton
Security Level: Email, Account Authentication
(None)
Sent: 4/16/2025 8:52:01 AM
Viewed: 4/17/2025 9:12:45 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
City Secretary Office
citysecretary@cityofdenton.com
Security Level: Email, Account Authentication
(None)
Sent: 5/7/2025 11:12:15 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Danny Defee
daniel.defee@cityofdenton.com
Construction Coordinator
Security Level: Email, Account Authentication
(None)
Sent: 5/7/2025 11:12:16 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 4/11/2025 10:54:47 AM
Certified Delivered Security Checked 5/7/2025 11:11:29 AM
Signing Complete Security Checked 5/7/2025 11:11:59 AM
Completed Security Checked 5/7/2025 11:12:16 AM
Payment Events Status Timestamps
Electronic Record and Signature Disclosure
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, City of Denton (we, us or Company) may be required by law to provide to
you certain written notices or disclosures. Described below are the terms and conditions for
providing to you such notices and disclosures electronically through your DocuSign, Inc.
(DocuSign) Express user account. Please read the information below carefully and thoroughly,
and if you can access this information electronically to your satisfaction and agree to these terms
and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of
this document.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. For such copies, as long as you are an authorized user of the
DocuSign system you will have the ability to download and print any documents we send to you
through your DocuSign user account for a limited period of time (usually 30 days) after such
documents are first sent to you. After such time, if you wish for us to send you paper copies of
any such documents from our office to you, you will be charged a $0.00 per-page fee. You may
request delivery of such paper copies from us by following the procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper format and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper format,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. To indicate to us that you are changing your mind, you must
withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your
DocuSign account. This will indicate to us that you have withdrawn your consent to receive
required notices and disclosures electronically from us and you will no longer be able to use your
DocuSign Express user account to receive required notices and consents electronically from us
or to sign electronically documents from us.
All notices and disclosures will be sent to you electronically
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through your DocuSign user account all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or
made available to you during the course of our relationship with you. To reduce the chance of
you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM
Parties agreed to: Larry Wagnor, Tom Gramer
How to contact City of Denton:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by email send messages to: purchasing@cityofdenton.com
To advise City of Denton of your new e-mail address
To let us know of a change in your e-mail address where we should send notices and disclosures
electronically to you, you must send an email message to us at melissa.kraft@cityofdenton.com
and in the body of such request you must state: your previous e-mail address, your new e-mail
address. We do not require any other information from you to change your email address..
In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected
in your DocuSign account by following the process for changing e-mail in DocuSign.
To request paper copies from City of Denton
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an e-mail to purchasing@cityofdenton.com and in
the body of such request you must state your e-mail address, full name, US Postal address, and
telephone number. We will bill you for any fees at that time, if any.
To withdraw your consent with City of Denton
To inform us that you no longer want to receive future notices and disclosures in electronic
format you may:
i. decline to sign a document from within your DocuSign account, and on the subsequent
page, select the check-box indicating you wish to withdraw your consent, or you may;
ii. send us an e-mail to purchasing@cityofdenton.com and in the body of such request you
must state your e-mail, full name, IS Postal Address, telephone number, and account
number. We do not need any other information from you to withdraw consent.. The
consequences of your withdrawing consent for online documents will be that transactions
may take a longer time to process..
Required hardware and software
Operating Systems: Windows2000? or WindowsXP?
Browsers (for SENDERS): Internet Explorer 6.0? or above
Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0,
NetScape 7.2 (or above)
Email: Access to a valid email account
Screen Resolution: 800 x 600 minimum
Enabled Security Settings:
•Allow per session cookies
•Users accessing the internet behind a Proxy
Server must enable HTTP 1.1 settings via
proxy connection
** These minimum requirements are subject to change. If these requirements change, we will
provide you with an email message at the email address we have on file for you at that time
providing you with the revised hardware and software requirements, at which time you will
have the right to withdraw your consent.
Acknowledging your access and consent to receive materials electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please verify that you
were able to read this electronic disclosure and that you also were able to print on paper or
electronically save this page for your future reference and access or that you were able to
e-mail this disclosure and consent to an address where you will be able to print on paper or
save it for your future reference and access. Further, if you consent to receiving notices and
disclosures exclusively in electronic format on the terms and conditions described above,
please let us know by clicking the 'I agree' button below.
By checking the 'I Agree' box, I confirm that:
• I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF
ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and
• I can print on paper the disclosure or save or send the disclosure to a place where I can
print it, for future reference and access; and
• Until or unless I notify City of Denton as described above, I consent to receive from
exclusively through electronic means all notices, disclosures, authorizations,
acknowledgements, and other documents that are required to be provided or made
available to me by City of Denton during the course of my relationship with you.