Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1998-240
ORDINANCE NO 2y0 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR DENIA PARK SOFTBALL FIELDS AND PARK RENOVATION, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID # 2244 — DENIA SOFTBALL FIELDS AND PARK RENOVATIONS AWARDED TO JONES AND JEFFERY CONSTRUCTION CO IN THE TOTAL AWARD OF $592,715 00) WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the hereni described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the! Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 2244 JONES AND JEFFREY CONSTRUCTION CO. $592,715.00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and l mnshing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the jz—f�- day of 11998 — a� �-� JAC ER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY r+ APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2244 DENIA SOFTBALL FIELDS & PARK RENOVATION CONT ORDINANCE ��d®on�� u V Q � 1996 C,��DEPT N ATTACHMENT #1 TABULATION SHEET BID # BID NAME DATE 2244 DENIA PARK-SOFTBALL/PARK IMPROVEMENTS 28Jul-98 Jones & Jeffrey Const Dean Const 1 TOTAL BASE BID $440,000 00 $505,000 00 Alt #1 50/30 Ft Candle Lighting $184,412 00 $193,000 00 Alt # 2 30/20 Ft Candle Lighting $154,075 00 $160,000 00 Alt # 3 2 Additional Fixtures $10,000 00 $11,000 00 Alt # 4 Concrete Parkin Lot $136,951 00 $144,000 00 Alt # 5 Asphalt Parkin Lot $93,750 00 $131,500 00 Alt # 8 Complete Irrigation System $41,950 00 $44,000 00 Alt # 7 Turf Grass Seeding $25,260 00 $19,000 00 Alt # 8 Telephone Conduit $6,200 00 $3,000 00 Alt # 9 Metal Roof In place of Asphalt $12,025 00 $14,000 00 Alt # 10 Install classic recreation shelter in lieu of Polygon Shelter -$1,380 00 $2,500 00 Alt # 11 Hubble Lighting In plane of Musco Lighting on Concrete Poles -$4,300 00 -$4,300 00 Addendum # 1 Acknowledged Addendum # 2 Acknowledged Bonding Yes Yes Yes Yes Yes Yes CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 18 day of AUGUST A.D., 1998, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and JONES AND JEFFREY CONSTRUCTION CO. 3801 E. MCKINNEY DENTON, TX 76208 of the City of DENTON County of DENTON and State of TEXAS, hereinafter termed "CONTRACTOR" WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below BID # 2244 — DENIA SOFTBALL FIELDS AND PARK RENOVATIONS in the amount of $592,715.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in CA - 1 accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by ENGINEERING DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written ATTEST ATTEST APPROVED AS TO CA-3 JONES & JEFFERY CONSTRUCTION CO , INC. CONTRACTOR 3801 E. McKINNEY DENTON, TEXAS 76208 MAILING ADDRESS 940-382-3124 PHONE NUMBER 940-566-2176 F M R BY TITLE PRESIDENT ROBERT W JONES, JR. PRINTED NAME (SEAL) PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That JONES AND JEFFREY CONSTRUCTION CO., whose address is 3801 E. MCKINNEY, DENTON, TX 76208, hereinafter called Principal, and Q 1-rU IMI) iS CA.Si.[j�GTV CO210 a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of FIVE HUNDRED NINETY TWO THOUSAND AND SEVEN HUNDRED FIFTEEN and no/100 DOLLARS ($ 592,715.00) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 98-240, with the City of Denton, the Owner, dated the 18 day of AUGUST A.D 1998, a copy of which is hereto attached and made a part hereof, for BID # 2244 — DENIA SOFTBALL FIELDS AND PARK RENOVATIONS. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void, otherwise, it shall remain in full force and effect BM PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herem as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 18 day of AUGUST 1998. ATTEST PRINCIPAL :.COW BY �. ' ... PRESIDENT ATTEST SURETY CR. p ir//i C �U�J TV e02 BY �,yy�� BY ATTOR IN - ACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is IMAUFM (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person Is name) U-W PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That JONES AND JEFFREY CONSTRUCTION CO., whose address is 3801 E. MCKINNEY, DENTON, TX, 76208, hereinafter called Principal, and AlTLMIAl/US 460V 06DO a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of FIVE HUNDRED NINETY TWO THOUSAND and SEVEN HUNDRED FIFTEEN no/100 DOLLARS ($ 592,715.00) in lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 98-240, with the City of Denton, the Owner, dated the 18 day of AUGUST A.D. 1998, a copy of which is hereto attached and made a part hereof, for BID # 2244 — DENIA SOFTBALL FIELDS AND PARK RENOVATIONS. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc 17:I�d This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 18 day of AUGUST, 1998. ATTEST PRINCIPAL bly �,r A'�{ ; Ilk r PRESIDENTBY ATTEST SURETY The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME STREET ADDRESS b IIi (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person Is name) 2244 CONTRACT & BONDS 41F9'f:P(P4RRr3iPi1-_= _ _ =_ = A4T: Ivl Fz PRE3i M3;-Vat_ #MNQUS_CA-StiAL_'LY-VORPORRTfOM Aft-A_llwr_$ �ck_ifssjVrwc&.� ofatwn, - d E_E I' .= AM- t - 7 Fi l �- = A fiE){d t X =_ _ --==aaaaTas r�us _ =Val _ _ teine"r - _ ALL -=aritx��v —=fie nal__vn��m iI Arftwevi! l =- at i f power a au Tor 9n�?6ba� 9(t mpsny a6 €ety, td exgouteand�dePver so alk the seal of #w company thereto (d 1),bond rn_dtz[IaI_ repag anoes:aratks _- - WIrrihar -tTika*4t7therthanbailb iankda�aso bends mork�agafleflaen�-bonds- - nty henr4s, [a installirli apet to al Ay +o dersaY�nswanc workers cooipenaallonAlcind& 9 iri-paymerit d7Umf_ds asbevos - art h_ - - or ds�va nla�agemant 6n9s i s r¢ate=wdai8 r at •n b�sbr blia"r4tonds), as_fWlows_ AN MNf = kT T EXC£�Q # AtsCR£&VE ice= _ F tt 17t_r41C1 —. -r _--_-_- -�__ €�R==-Rf'i�tCaLE AT-10-4#3MBER OF 19-VTRUMENTS- 1�SI.IED- nR Tf li=]D LIGATION )MINGMU pursuantt4_�Tjess}�eSd ra ge!and AQtti 4 hts oumenf - ss_pdwfad€6lcp�uaad=fs-rttersrYmar'IsdeecanAby�uthoriry_aP-5nara3otersatftnGieldoa _ _- 9 fins _ of _ldtnrn s i as€ d ?R ansler a _ 9 b $utt�r`tCY of the ielCov Iesa1[ ons oQted hY�6e lord-d�dnacto vl the n art n t Erraq 5amnir ersa a d. anu vlee,x da tt=staff: dfffi aCoHIrtrayon co0& rAm aittclt a eecrsWTV-arylslant WMALY-of the =vpgna ur ai iy u wr_ _wanaazw,ywi,w„wiro w _rt-0rgpe5�msi _ ={a� when �iq��attdrl ___ -- Rl"�EQiURtEnoran' Taorsofauth(ij__atic -ad sh have is _ f nt sYlsdo -_ 3,39tTHE �s pCvNflf t ;w -- AMS fv_ =_ __��TR�fiF3MSCC�ttB �Qtp�t'f`F-,Q of alesalg Fzai98da wTato exfiweaweave_rarrd attartneseerv_AaLamoration nrls, unel _ s ogler thaiMPFnis baoc _ - adcsry b6pa, ruodgaga defisreecy-Fonds - ge guarmrig�ds guaraMes of tf ae 3 47se any F�Swer d io --pkiA dy g antedm- iy as - Rem authdrvty craw-Pewerx;Wmey awfl6tad five MIIW doUNAM 0000(4 ex Tea ds tdred�4befiledAsog�rt-bonds- mited ett¢ishw1 d€filed In thatLIDA_ _ _ftrporoon_ atFs(�a_*S4'tad fd_e asel#� u ee€tj re y sr a3 ata_nt db"MigrA-0ffiTaa ttAa-ta"thsCcfp 9lieerd airgasi@ t r@r#Jthe seslof t* C.O* atton Maybe abxd facsxn�id-vw POW er ofrney orzerlAicahaA artyfi rfcogoizinu—,Wotherw"sNp2gblrgabim _ -Corpo to64odsactvsgnaWreandseatviberc t #-}RL Fri ORAt4ON thaw-oarised these proagntsig-beirgned by and _ AffUpMOUS G�LTTi �CMPOFfAig4K _}K�—p- itiln du 8 �d-0$i at refit C NOU&t ASUAL7YCORPOF MONNft exeroolediha-- 2aFrt7m=-esxrrm-anrF_trmrrn4wrmra rh*,vkwwry tts7 s8-um-a-vdell and SaL ram= ear$h38rd __ -yY —___Wm _ =�affinId,y a�-tFfaft Fzedia3laCtrf+finstrvmftLstt�s€sthsrairpgratla __#fitaFsaid r+rporaZe qt y i�rlatti kdb f v rd_tTry-aHbredartf sQjosdribidWtwsaid instrumentb_Y=aut_hortwofthe bctardW diractora ofs 1&bofpstatTor Pu6NL - --- _ - _ n' — _=`��� _ _CEJRTi AT = r -== �= I, tt ortdersighng,rSoDr ry Gtha$h'�i06�If' US, f Qt PQFiAft£�N an ilUnoia fockIrlsurancacorpo>aYrd CERTiFi that _ _ iba- tegomg and a _ _ r`s1t atVr+ley rtia s uG fP« d s got been revoKed, r d feuit�erre�re, that the #feaoluturs�vf the - _ -Ifo" oT direr ors set_ oFAtt6rrre . sus w-Fn torus - sdkAfxd 9 a7ect at OWCfty of�roaT&l = day of = _ AMR11 l - _- - ,= AUK _ _fVt£ - 4= _ _ _ _ _ _ _ _ Ascrsre a elary= •• • • • • • •• •xej•• 111 10 Fj I • 1 • •• e SECTION 00300 -- Proposal (Bid) Form 00300.1 TIME 2 OOP M 00300.2 DATE July 28, 1998 003003 TO' Purchasing Agent City of Denton, Texas 901-B Texas Street Denton, Texas 76201 Gentlemen: 003004 STIPULATED SUM The undersigned having examined the Contract Documents entitled Dania Park - Softball/Park Improvements -Phase II Bid #2244 and having visited the site of the proposed construction, and having familiarized himself with the local conditions affecting the cost of the work, and with all addenda to the said documents, hereby proposes to furnish all supervision, labor, materials, equipment, tools, and accessories and to do all work in accordance with said documents and addenda thereto for the stipulated sum of FOUR HUNDRED FOURTY THOUSAND & 00/100---------- Dollars1$ 440,000.00 1 Total Base Bid Total Materials Incorgorated.: Proiect $ 220,000 11 Total:••r, Suoervisionand Materials Not • •• -• into the Proiect $ 220,000 11 Pursuant to laws for Trench Safety, included in the Base Bid and in other Bids is the following unit price for trench safety measures per linear foot. Material $ 1.50 + labor $ 1.50 = $ 3.00 total per linear foot Total amount of trench safety measures included in the Base Bid ONE THOUSAND FIVE HUNDRED & 00/100 $ Dollars ($ 1,500 00 ) Total Trench Safety Measures c.%wpw ANMGRII m mw wauras 00300 - 1 ALTERNATES Add Alternate #1 -- Furnish and install all elements of the ballfield lighting on the two proposed fields to achieve 50/30 fc as per plans and specifications ONE HUNDRED EIGHTY FOUR THOUSAND FOUR HUNDRED TWELVE & 00/100---------------------Dollars($ 184,412.00 1 Total Materials I1 . .. - 1 • the Proiect Total- • •Supervision and Materials Not I1 • • • - a • into the Proiect $ 92,206.00 Add Alternate #2-- Furnish and install all elements of the ballfield lighting on the two proposed fields to achieve 30/20 fc as per plans, and specifications ONE HUNDRED FIFTY FOUR THOUSAND SEVENTY FIVE ---- Dollars ($ 154,075 00 ) Total Materials Incorporated into the Protect $ 77,037 50 Total ,t abor. Supervision and Materials Not Incorporated into the Protect $ 77,037 50 Add Alternate #3 --Furnish and install two additional fixtures and associated appurtenance on each of the two 'A' poles on the two existing softball fields as per plans and specifications TEN THOUSAND & 00/100----------------------------- Dollars ($ 10,000.00 Total, Materials Incorporated into the Protect $ 5,000.00 Total Labor Supervision and Materials Not Incorporated into the Protect $ 5,000.00 Add Alternate #4--Construction concrete parking lot and perform associated work as per plans and specifications ONE HUNDRED THIRTY SIX THOUSAND NINE HUNDRED FIFTY ONE & 00/100----------------- Dollars($ 136,951 00 ) Total Materials Incorporated into the Protect $ 68,475.50 TsLI Labor, Suoervision and Materials Not Incorporated into the Project $ 68,475.50 c �wrew�naocMwnc MM. (07n»a 00300 - 2 Add Alternate #5-- Construct asphalt parking lot with concrete curb and gutter and perform associated work as per the plans and specifications NINETY THREE THOUSAND SEVEN HUNDRED FIFTY & 00/100Dollars ($ 93,750.00 Total t4aterials Incorporated into the Proiect $ 46,875 00 Total Labor Supervision and Materials Not Incorporated into the Proiect $ 46,875.00 Add Alternate #B--Furnish and install all aspects of the irrigation system as per the plans and specifications. FOURTH ONE THOUSAND NINE HUNDRED FIFTY & 00/100--- Dollars 1$ 41,950.00 ) Total Materials Incorporated into the Proiect $ 20.975.00 Add Alternate #7-- Furnish and install turf grass seeding through establishment of a stand of grass as per the plans and specifications TWENTY FIVE THOUSAND TWO HUNDRED SIXTY & 00/100--- Dollars ($ 25,260.00 Total Materials Incorporated into the Proiect $ 12,630.00 (Circle One) Add Alternate #8-- Furnish and install telephone conduit as per the plans and specifications. SIX THOUSAND TWO HUNDRED & 00/100-------------- Dollars ($ 6,200.00 ) • • • , : = : 1 • u : o 171121PAGM • • : : • • - $ 3,100.00 $ 3,100.00 e%wremuNmuxu. Mw mruno 00300- 3 Add Alternate #9-- Provide all labor, materials equipment and accessories as required to provide and install a metal roof system in lieu of asphalt shingles per the plans and specifications TWELVE THOUSAND TWENTY FIVE & 00/100-------- ------Dollars($ 12,025.00 1 $ 6,012.50 Total Labor. Supervision and materials Not Incorporated into ie Proiect $ 6,012 50 UNIT PRICES: The undersigned agrees that the following unit prices will apply to adjust quantities of materials indicated on drawings Prices are for materials furnished and installed It is further agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished, as may be considered necessary in the opinion of the Owner's Representative, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth below except as provided for in the specifications All unit prices are for addition or deletion SITE IRRIGATION COMPONENTS AS SPECIFIED ON PLAN (FURNISH AND INSTALL) Controller Double Check Valve Assembly Quick Coupler Valve with Box Pop-up Spray Head Pop-up Rotors Pop-up Adjustable Rotor 4" Isolation Gate Valve with Box 4" Gate Valve 4 inch pipe 3 inch pipe 2'% inch pipe 2 inch pipe 1'A inch pipe 1'/. inch pipe N/A Dollars each N/A Dollars each 82 50 Dollars each 16.50 Dollars each 137 50 Dollars each 137.50 Dollars each 82 50 Dollars each 55.00 Dollars each 2 50 Dollars per L F N/A Dollars per L F N/A Dollars per L F 1.40 Dollars per L F 1 10 Dollars per L F .90 Dollars per L F c W60DO NIAJK MK 1mno®M 00300 - 4 1 inch pipe % inch pipe % inch pipe PAVING COMPONENTS (FURNISH & INSTALL) 6" stabilized subgrade 5" thick hike & bike trail, 8' wide 5" thick hike & bike trail, 6' wide 6' wide 5" thick walkway w/ integral playground border 5" thick 3000 PSI concrete paving 6" thick 3000 PSI concrete paving Integral parking lot curb Concrete Curb ramp as per Detail D/CD-3 .75 Dollars per L F 55 Dollars per L F 45 Dollars per L F 5.60 Dollars per S Y 18 00 Dollars per L F 13 50 Dollars per L F 42 00 Dollars per L F 2.25 Dollars per S F 2 40 Dollars per S F 2.50 Dollars per L F 450.00 Dollars each 4" thick HMAC pavement including subgrade 3 20 Dollars/ S F EARTHWORK & DRAINAGE (FURNISH & INSTALL) Cut, Transport & Place On -site Soil Import and Place Off -site Soil 12" ADS N-12 Storm Sewer 6" ADS N-12 Perforated Underdrain Pipe 6" ADS N-12 Non -Perforated Underdrain Pipe Playground Drainage Headwall 2.20 Dollars C Y 8.75 Dollars C Y N/A Dollars per L F 10 00 Dollars per L F 9.00 Dollars per L F 350 00 Dollarspereach SANITARY SEWER COMPONENTS (FURNISH AND INSTALL) 6" PVC SDR 35 4'-0 dia standard manhole 11_00 Dollars per L F 900.00 Dollars each C%WPoCLL MDKNMA MK (07/3"BI 00300- 5 POTABLE WATER COMPONENTS (FURNISH AND INSTALL) 6" DR18 (C--900) PVC Water Line N/A Dollars per L F 3" PVC - SDR-21 14.00 Dollars 6= L. F 3" Gate Valve 275.00 Dollars each FENCING COMPONENTS (FURNISH AND INSTALL) 20' high chain link fencing 15' high chain link fencing 10' high chain link fencing 8' high chain link fencing 6' high chain link fencing Standard 4' wide X 6' height gate 15' double gate 3" O.D Line Post (10' fence) 3" 0 D. Line Post 0 5' fence) 3" 0 D Line Post (20' fence) TURF COMPONENTS (FURNISH AND INSTALL) Drill Seeded Bermuda grass Hydromulched Bermuda grass Common Bermuda solid sod Staked Common Bermuda solid sod Drill seeded rye grass Broadcast seeded rye grass PIERS (FURNISH AND INSTALL): Add per lineal foot of drilled piers 57.50 50.00 Dollars per L F Dollars per L F 21.00 Dollars per L F 30.50 Dollars per L F 12 35 Dollars per L F 160.00 Dollars each 625 00 Dollars each 82.50 Dollars each 125 00 Dollars each 155 00 Dollars each 05 Dollars per S F go Dollars per S F 3 25 Dollars per S Y 3.50 Dollars per S Y 1.00 Dollars per S Y .50 Dollars per S Y 28.00 Dollars per L F C.%WPe04ANW=NWMI MW 107ALRI 00300-6 Casing of drilled piers Delete per lineal foot of drilled piers EROSION CONTROL (FURNISH AND INSTALL) Perimeter Siltation Fabric Barrier Swale Siltation Fabric Barrier Stabilized Construction Entrance Curb Inlet Siltation Berner Staked Erosion Control Matting PLAYGROUND Poured -in -Place Rubber Matting Compacted Fiber Cushion Material Concrete border 18.00 Dollars per Pier 1 00 Dollars per L F Dollars per L F 1.65 Dollars per L F 1,150.00 Dollars each N/A Dollars each 1.15 Dollars per S Y N/A Dollars per S F 1 42 Dollars per C F 25.00 per L F BIDDER understands the statements and Owner's objectives contained in SECTION 01010-- Summary of Work Acknowledge receipt of the following addenda which are part of the Bidding Documents by placing Addendum #, Date issued and initialing Addendum No. ONE (1) 7/24/98 //64 Addendum No Addendum No TWO (2) 7/27/98 IDW Addendum No The undersigned bidder hereby declares that he has visited the site of the work and has carefully examined the Contract Documents pertaining to the work covered by the above bid, and he further agrees to commence work within ten (10) days after date of written notice to proceed and to substantially complete the work on which he has bid within 240 consecutive calendar days subject to such extensions of time allowed by specifications The undersigned bidder agrees that his bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids c%WPo04ANWENIAA MNL ro»uei 00300- 7 The undersigned bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding Enclosed with this Bid is a Certified Check for DOLLARS ($ 1, or a Bid Bond in the sum of FIVE PERCENT OF BID DOLLARS($ 5% OF BID ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event this Bid is accepted by the Owner within 60 days after the bids are received and the undersigned falls to execute the Contract and the required Bonds with the said Owner within ten (10) days after the date said Bid is accepted, otherwise said check or bond shall be returned to the undersigned upon demand 3801 E. McKINNEY Address DENTON, TEXAS 76208 City, State, ZIP Code 940-382-3124 Phone "If Bidder is a Corporation (End of Section) "Seal C WW"NOWNWR MW romonu 00300 - 8 a7/24/1999 16.25 214553578/ DUNKIN. (DSS & DSA) PAGE .1/15 ALTERNATES. Addendum #1 Dena Park Denton, Texas Alternate #10 odu (Circle One) In lieu of the Polygon shelter specified, furnish and Install the Classic Reareat on Syatems, Inc., shelter as described In Addendum #1. ONE THOUSAND THREE HUNDRED SIXTY ONE ----- Dollars (9 1,361.00 ) Total Materials Incorporated Into .,: 680 50 Total Labor, Subaryfalon and Materials Not Incoloorated Into the Prolect $ 680 50 Alternate #11 edu (Circle 0ns) In lieu of Musco Lighting system specified In Alternate #2, furnish and ineta ubble lights with remote ballasts on sherman concrete poles, In compliance with plans and specifications, FOUR THOUSAND THREE HUNDRED & 00/100 ---- Dollars($ 4,300.00 ) uM. Tirlorfa , ,. Unit Prices (For Addition or Deletion. Costs are Furnished and Installed) -- Plaza Pavement Joints (also Includes sealing) Tooled Joint Sawed Joint Expansion Joint Parkino Lot Pavement Sawed Joint Expansion Joint 4 25 Dollars per L F 6 85 Dollars per L F g 3.45 Dollare per S.F e .85 Dollars per L F 9 3.45 Dollars par L F WWW"W&CANVAAR My"" 2Denla Park•II,Addendum #14 n,/L4/,byb 1b Lb d140Odb/81 DUNKIN CDSS & DSA) PAGE 02/-5 Dunkin Sims Stoffels, Inc. Lindiceps Arcrec enners July 24, 1998 2 Dome Park Softball/Park Improvements -Phase II Denton, Texas To All Contract Siddsr$ of Record From, Dunkin Sims Stoffels, Inc 9876 Plano Road Dallas, Texas 75238 Acknowledge receipt of this Addendum oy Including t with the submitted Proposal Form and noting It's receipt In the space provided within the Proposal Form Failure to do to may subject bidder to disqualification This Addendum forms a port of the Contract Documents and modifles, amends, deletes end/or adds to the Drawings and Project Manual as follows* Item #1 — Existing Restroom Building; The existing restroom building located between the existing softball fields and adjacent to the parking lot shall not be demolished during this phase of construction contrary to the directions indicated on shootOP-1 The restroom facilities must be in operation throughout project construadon, until the new building is complete The owner will demolish the building after final acceptance of this project Since the restroom shall remain operational, the contractor must looste the existing utility services for the building and protect them throughout construction Item #2 -- Plasm Steps and Handrails The amps Indlosted within the plaza shall bs constructed as per the plan and detells In attached Exhibit'A' Item #3 -- Phase Pavement Jointing The contractor shall Install the expansion, construction and sawed or tooled joint$ within the plaza area In compliance with the Jointing plan In attached Sxhiblt 'B' The joints within the plaza pavement shall be constructed In compliance with details B/CD-3 and C/CD-3 The bidder shall furnish the unit prices for this Item in the space provided on Exhibit'E' of this addendum. Rem 04 -- Piro Lane Striping The contractor shall include the cost of the Fire Lane striping as shown In attached Exhibit 'C' within the prices for Alternates 04 and #9 WAIM., 2Denls Perk-II,Addendum #t-tof 3 9878 Mona Road Does, Texas 76238 274-663.6778 07/24/1998 16.26 2145535781 DUNKIN (DSS & DSA) PAGE 03/-5 Item #B — Parking Lot Jointing The contractor shall install the expansion, construction and sawed joints within the concrete parking lot indicated at the locations on the attached Bxhlbit'D' The price for Jointing shall be Included within Alternate #4, The bidder shall furnish the unit prices for this Item In the space provided on Exhlblt'E' of this addendum Item are — Aitarnme #10 - Plonlo Shelter In lieu of the Polygon shelter specified, provide a 24 x 44 Orlando Model by Classic Recreation Systems, Inc , matohing all the features of the specified Polygon shelter For Information and pricing contact Jack Freemen Reams Inc (040) 242-22" Bidders shall complete the proposal form sheet #0030O.4A attached as Exhibit 'E' Indicating whether the shelter is a deduct or add tromho the price of the Polygon shelter specified If the attached Exhibit "E" Is not Included In the bid package the bid may be disqualified, Item 07 -- Ramp/Plaza Pavement Interface A turndown footing will be required at the Interface of the plaza pavement and ramp pavement Reference Exhibit'F' for construction detail of this interface Item #8 — Alternate #11 - BreRdd Lighting In lieu of the lighting system specified for Alternate #2, furnish and install the Hubble system with remote ballasts on Sherman concrete poles, in compliance with the plans and specifications For Information and pricing contact: SIII Galvin Architectural Lighting Associates (5721 243-7111 Bidders shall compieta the proposal form sheet #00300-4A attached as Exhion'E' and indicate whether the cost of Alternate #11 Is a deduct or an add Item #B -- Testing The referencing of Allowances-Seation #01020 within Testing and Laboratory Controls - Section #01400 is Incorrect. The allowance stipulated In Section #01020 is not Intended for testing costs The contractor Is responsible for testing as outlined In section #01400 Item #10 — Plate Pavement The plaza pavement shall be five Inches (B"I thick In all areas The plaza pavement subgrade shall be lime stabilized as indicated on Detail C/CD-3. Item #11 -- Sheet M-1 - Plumbing Plan Refer to attached drawing, Exhlbh'0', a v..ivonsrsMAM ,,,WNW 215enia Park-II,Addendum #1.2of 3 -,r„-VrV LV Lr Li�JJJJl Vl ,M1JIYI\l1Y \Y.7J W VVn/ �rn� V+/-� Item #12 -- Sheet M-1 - Plumbing Riser Diagram Clarification - Vent pipe connecting Into P/2 should be 2" from floor drain riser over Also, drain pipe for man's room should be 3" after first urinal connects In. Item #13 -- Sheet 1-1 - Ponelboard Schedule Refer to attached drawing, Exhibit W, Item #14 -- Shoat E-1 - Power Plan Refer to attached drawing, Exhibit 'I' Item 015 -- Shoat 1.1 -One Una Wiring Diagram Omit the fused disconnect switch shown next to Panel "B" Item 010 -- Shoot 1.1 - One Una Wiring Diagram Revise note next to Panelboard "A" to say, "12 Circuit Load Center W/3 PH, 4 W, 30 A Main Circuit Breaker All Lighting 1 P-20 A2, Lighting 1 P-20 " Item #17 -- $hest 1 1 -One Una Wiring Diagram Clarification "TIC" Is for circuit A-2. Item #18 -- Shoat 1.1 - Lighting Plan Clarification** Omit note near calling fen designating that It is on circuit A 2 'C" light fixtures In chase should be clrculatsd with the "A" fixtures In the women's room, "EP-4" should be circuited with "A" fixtures In the men's room. JONES EFFERY CONSTRUCTION CO tra ey ROBERT W JONES, *?Mo) 20enis Perk-II,Addendum #1-3of 3 Imo. +JJV 1J JJ Ll'+JJJJl0. .AJNKIN W= & LOH/ r"K]C VL/uJ Dunkin Sims Stoffels, Inc. Landscape ArchlrectslPlal July 27, 1998 2 Denim Park Softball/Park Improvements -Phase 11 Damon, Texas To All Contract Bidders of Record From, Dunkin Sims Stoffels, Inc 9878 Plano Road Dallas, Texas 78238 Acknowledge receipt of this Addendum by Including It with the submitted Proposal Form and noting It's receipt In the apace provided within the Proposal Form Failure to do so may subject bidder to disqualification. This Addendum forme a pert of the Contract Documents and modifies, emends, deletes and/or adds to the Drawings and Project Manuel as follows Item #1 -- Plaxs pavement Jointing The plats pavement jointing discussed In addendum #1, Item #3 and Exhiblt'B shall be included In the base bid The unit prices discussed In the addendum #1 shall be for addition or deletion In which substantial quantity variations are made from the Exhlbit B' plan Item #2 -- Softball Infield Clay The Way for the softball Infields shall be High Clay Select Ballfield Material as supplied by Red River Sand Cc Denison, Taxes (903) 486-5431 Item 03 -- Section 04200- Unit masonry. Paragraph 2 01(A), (8) Omit reference to " Tax** Industries" CMMOW Wm"(07WAe 2Denia Park II,Addendum 91-101 2 9876 Plano Road Dal/as, Texas 75238 214.883.8778 YI/l1/1MV0 10 O= Al.j4jJ(Cl J NNAIV Wm= G LON/ 1� tee, ae Item p4 -- Seaton 07311-Asphsh Shingles: Paragraph 2 01-Shingles, Change shingles to OAF, 30 year "Timberline' Shingle OWMWLAN MWiAW mmna) 200nia Park-II,Addendum #1-2of 2 T H E A M E R I C A N I N S T I T U T E O F A R C H I T E C T AIA Document A305 Contractor's Qualification Statement 1986 EDITION This form is approved and recommended by 7"be American Institute of Architects (AIA) and The Associated General Contractors of America (AGC) for use in evaluat- ing the qualifications of contractors No endorsement of the submitting party or verification of the information is made by the AIA or AGC The Undersigned certifies under oath that the information provided herein is true and suffi- ciently complete so as not to be misleading SUBMITTED TO Dunkin Sims Stoffels, Inc. ADDRESS 9876 Plano Road Dallas, Texas 75238 SUBMITTED BY Jones & Jeffery Construction Co , Inc Corporation NAME Judy C. Jones Partnership ADDRESS 3801 E. McKinney Individual PRINCIPAL OFFICE Denton, Texas 76208 Joint Venture Other NAME OF PROJECT (if applicable) Denia Park - Softball/Park Inprovements-Phase II TYPE OF WORK (file separate form for each Classification of Work) X General Construction HVAC Plumbing Electrical Other (please specify) Copyright 1964 1969 1979 ©1986 by The American Institute of Architects 1735 New York Avenue N W Washing ton D C 20006 Reproduction of the material herein or substantial quotation of Its provisions A shout written permission of the AIA violates the copyright laws of the United States and will be subject to legal prosecution lw AIA DOCUMENT A305 • CONTRACTORS QUALIFICATION STATEMENT • 1986 EDITION • AIA® • ©1986 A305 -1986 1 THE AMERICAN INSTITUTE OF ARCHITECTS 1735 NEW YORK AVENUE N W WASHINGTON D C 20006 1 ORGANIZATION 1 1 How many years has your organization been in business as a Contractor, 26 Years 12 How many years has your organization been In business under Its present business name? 26 Years 1 2 1 Under what other or former names has your organization operated? 13 If your organization is a corporation, answer the following 1 3 1 Date of incorporation July 15, 1971 1 3 2 State of incorporation Texas 1 3 3 President's name Robert (Bobby) W. Jones, Jr 1 3 4 Vice president's name(s) Robert (Bob) W Jones, Sr 13 5 Secretary's name Judy C. Jones 1 3 6 Treasurer s name L. A. Nelson, Jr. 14 if your organization is a partnership, answer the following 1 4 1 Date of organization 1 4 2 Type of partnership (if applicable) 1 4 3 Name(s) of general partner(s) 1 5 If your organization is individually owned, answer the following 1 5 1 Date of organization 1 5 2 Name of owner AIA DOCUMENT A305 • CONTRACTOR S QUALIFICATION STATEMENT • 1986 EDITION • AIAV • 91986 THE AMERICAN INSTITUTE OF ARCHITECTS 1715 NEW YORA AVENUE N W W ASHINGTON D C 20(M6 A306 -1986 2 16 If the form of your organization is other than those listed above, describe it and name the principals LICENSING 2 1 List jurisdictions and trade categories in which your organization is legally qualified to do business and indicate registration or license numbers, if applicable Associated General Contractors AGC — Dallas Membership #000278 22 List jurisdictions In which your organization's partnership or trade name is filed 3. EXPERIENCE 3 1 List the categories of work that your organization normally performs with its own forces Demolition Concrete Carpentry Drywall Acoustical Ceilings Drayage & Rubbish Removal 32 Claims and Suits (if the answer to any of the questions below is yes, please attach details ) 32 1 Has your organization ever failed to complete any work awarded to it? No 3 2 2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers) No 3 2 3 Has your organization filed any law suits or requested arbitration with regard to construc tion contracts within the last five yearn No 33 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization n hen it failed to complete a construction contract? (If the anss er is yes, please attach details ) No AIA DOCNMRNT A300 • CONTRACTOR S QUALIFICATION STATEMENT • 1986 EDITION • AIAs • ©1986 THE AMERICAN INSTITUTE OF ARCHITECTS 17AS NE% YORK A%ENLE N a WASHINGTON D C 20(R)6 A305.1986 3 34 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect, contract amount, percent complete and scheduled completion date 3 4 1 State total worth of work in progress and under contract See Attached 3 5 On a separate sheet, list the major projects your organization has completed in the past five %ears giving the name of project, owner, architect, contract amount, date of completion and percentage of the cost of the work performed with your own forces 3 5 1 State average annual amount of construction work performed during the past five N ears See Attached 36 On a separate sheet, list the construction experience and present commitments of the key indiNid Uals of your organization 4 REFERENCES 41 Trade References Texas Industries, Inc. BAV, Inc Bill Soye Masonry P. 0. Box 1039 10550 Maybank P 0 Box 213 Denton, Texas 76202 Dallas, Texas 75220 Justin, Texas 76247 940-383-1781 214-357-3911 940-648-3466 CBS Mechanical, Inc. Reese Builders Hardware B & W Sales, Inc 5001 W. University 3204 Holliday 1701 N. Greenville Ave.,809 Denton, Texas 76207 Wichita Falls, TX 76302 Richardson, tx 75081 940-387-7568 940-766-4269 972-644-2393 A-1 Rental Moran's Glass Center Whites Commercial Floors P. 0. Box 7878 215 S Woodrow LN. P 0 Box 88 Ft. Worth, TX 76111-0878 Denton, Texas 76205 Wolfe City, TX 75490 940-382-9311 940-565-8168 903-450-8120 42 Bank References First State Bank of Denton 940-382-5421 P. 0. Box 100 Denton, Texas 76202 Paul Chandler 43 Surety 43 1 Name of bonding company Bituminous Casualty Corp. Ray E Cotnoir P. 0. Box 167968 800-683-9591 Irving, Texas 75016-7968 4 3 2 Name and address of agent Ramey & King Insurance James King 830 South I-35 East Denton, Texas 76205-7829 AIA DOCUMENT A30E • CONTRACTOR S QUALIFICATION STATEMENT • 1986 EDITION • AIA® • 9)1986 THE AMERICAN INSTITLTE OF ARCHITECTS 1735 NEW YORK AVENLE N % V ASHING70N DC 20006 A305 -1986 4 8 SIGNATURE 61 Dated at this Twenty Seventh (27th) day of July, 19 98 Name of Organization B(::kd�J V Title Secretary 62 Jones & Jeffery Construction Co., Inc Mrs. Judy C. Jones being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading Subscribed and sworn before me this Twenty Seventh (27th) dayof July, 1998 �}y� DANNY McCUISTION Notary Public �l� 1' l( �q y ATE O Public �"""� STATE OF TEXAS My Commission Expires 4/10/02 aMyCuminwamEXPM000.210E AIA DOCUMENT A306 • CONTRACTOR S QUALIFICATION STATEMENT • 1986 EDITION • AIA® • ©1986 THE AMERICAN INSTITLTE OF ARCHITECTS 1715 NEW YORK AVENUE N W WASHINGTON D C 20oo6 A305-1986 6 A* JONES & JEFFERY CONSTRUCTION COMPANY July 27, 1998 3801 E WKINNEY DENTON, TEXAS 76208 (817) 382 3124 FAX (817) 566 2176 3.4 List major construction projects your organization has in progress, giving name of project, owner, architect, contract amount, percent complete and scheduled completion date. G.I.S.D. - Phase II Accessibility Modifications Gainesville Independent School District Darrow McSpedden Sellers, Inc. $467,232.00 51% complete Completion Date: August, 1998 Wooten Nall Phase III Renovation University of North Texas Julius Zsohar - UNT $161,798.00 10% Complete Completion Date: August, 1998 JONES & JEFFERY CONSTRUCTION COMPANY July 27, 1998 A* 3801E MGONNEY OENTON TEXAS 76208 (817) 382 3124 FAX (817) 566 2176 3.5 List major projects your organization has completed in the past five years giving the name of project, owner, architect, contract amount and percentage of the cost of work verformed with Your own forces. Denton High School Athletic Facility Denton Independent School Dist. The Architectural Collective, Inc. 940-387-4881 $844,106.12 Completed: August, 1997 Work with own forces: 50% F.E.M.A. National Teleregistration Center Woodhill Square Office Bldg. 03 The Penn -Way Company 940-565-1594 $452,157.25 Completed: May, 1996 Work with own forces: 60% A New Education Building for First Baptist Church of Sanger Alan F. Nelson, Architect 940-566-0266 $807,600.77 Completed: December, 1995 Work with own forces: 50% An Education Building for Southmont Baptist Church The Architectural Collective, 940-387-4881 $524,438.61 Completed: August, 1994 Work with own forces: 60% A Softball Facility/Concession Stand for Denton High School Denton Independent School Dist The Architectural Collective, Inc 940-387-4881 $441,530.92 Completed: March, 1998 Work with own forces. 502 Office Renovations to the Student Cente Phase II Texas Woman's University The Architectural Collective, Inc. 940-387-4881 $146,647.00 Completed: January, 1996 Work with own forces: 50% Additions to Sullivan -Keller School Denton Independent School Dist. The Architectural Collective, Inc. 940-387-4881 $373,862.35 Completed: October, 1995 Work with own forces: 50% The William P. Powell M.D. Cardiac Rehibilitation Center Inc. Gainesville Hospital District Tatchio 6 Associates, Architects 903-893-6221 $210,403.75 Completed: 2994 Work with own forces: 60% Denton County Juvenile Housing Denton Co. Commissioners Court DiSteano/Santopetro, Archietcts 713-953-9032 $ 92,735.00 Completed: October, 1993 Work with own forces: 60Z Fred Moore Training Center Denton Independent School District VLK/Architects, Inc. 817-633-1600 $1,029,001.67 Completed: November, 1992 Work with own forces: 50% CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the Insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder falls to comply strictly with the insurance requirements, that bidder may be disqualified from award! of the contract. Upon bid award, all Insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as Indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the Insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All Insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: • Each policy shall be issued by a company authorized to do business in the State of Texas with an A M. Best Company rating of at least A • Any deductibles or self -insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its ww00350 REVISED IOH4/94 Cl - 1 Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. • Liability policies shall be endorsed to provide the following• •• Name as additional insured the City of Denton, Its Officials, Agents, Employees and volunteers. •• That such insurance is primary to any other Insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The Inclusion of more than one Insured shall not operate to increase the Insurer's limit of liability. • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims Investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance • Should any required Insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. AAW350 REVISED 10/12/94 CI - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All Insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained In compliance with these additional specifications throughout the duration of the Contract, or longer, If so noted: [xl A. General Liability Insurance: General Liability insurance with combined single limits of not less than $500,000.00 shall be provided and maintained by the contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) Is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall Include personal Injury. • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least• • Bodily Injury and Property Damage Liability for premises, operations, products and completed operations, Independent contractors and property damage resulting from explosion, collapse or underground (XCLI) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. AAA00350 REVISED 10/12/94 CI - 3 Insurance Requirements Page 4 [g] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $300.000.00 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will Include bodily Injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used In conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for• • any auto, or • all owned, hired and non -owned autos k] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, Its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with 1406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC) D11 Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability Insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract Coverage shall be on an AAA00350 REVISED 10/12/94 Cl - 4 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be issued by the same Insurance company that carries the contractor's liability Insurance. Policy limits will be at least $500,000.00 combined bodily Injury and property damage per occurrence with a $500,000.00aggregate. [ 1 Fire Damage Legal Liability Insurance Coverage Is required If Broad form General Liability is not provided or is unavailable to the contractor or If a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required [ 1 Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services Is required under this Agreement [x] Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear [ 1 Additional Insurance Other Insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. AAA00350 REVISED 10/12/94 CI - 5 Insurance Requirements Page 6 ATTACHMENT 1 [ j Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - Includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in 9406.096) - inciudes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, Independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. AAA00350 MISED 10/12/94 Cl - 6 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the and of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G. The contractor shall notify the governmental entity in writing by certified mad or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, Informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. AAAW350 REVISED 10/12194 CI - 7 Insurance Requirements Page 8 I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, If the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and AAA00350 REVISED 10/12/94 Ci - a Insurance Requirements Page 9 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor Is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -Insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. AAA00350 REVOW 10112/54 Cl - 9 RMB6Y a KNI jNewRAM E Bm a "m ®W°B A Daman TR KMOBABSB HBmaa Jam ! JMhry ffollwaidan Oo. i RBrwt dwua, JL r1dlVldml MIOI L NkKIIaI * Owltoll TX "m FXOLUitONi iW[4,CONDIDD,NB OF SUCH "m or Emmo B A; esmB'r. weBinl - - - I_ K I mA wBA!aea9trL WBIm I ommnwl NAm ��K ' . A I- k l cw m A OfINBNo7wIB W4' ' ;OMIT T,OOp,BmH,Bmmo i NMDMfAPPII IATIOM aownHn A umm iC_Wmft8 COMPANIES AFFORDING COVERAGE BNomb"m Casualty Ca To War COW Ina ftW IAYE BBBIT IBBUFO TO THE IWL ED NAMED ABOVE FOR 1111E PO = 1431100 OF ANY CONfMCT OR 01101 DOCUMENT WTH PFBPECT TO WHR7H 1IB6 ED BY THE POUCIEB DEEMED HERBN IS BUNWr TO AU THE iBMAB, HAVE BEEII IEDUfEO BY PAID OAAti__ . MIS twAm" o wualA"am ' urra _'" _ Byjpy j »_ p�yyB i aolDra AeaBBBan +>t � BWPBBO LmOmOIicYAa7orAM it 21Ip_ t Prom A Am Kuhn Ii » loom mlBAlm OB1191BB I !!gm ODrFRB10B IB loom_ I m owii6 qnr er i - - _BN& wm somm ov"W-41i Mai w _ -aim y» _ Osum =WHO BHwB loom p .��.t.�...v.,. OAMTOTMDB ' iIMF;i X !My AWm ,. - _ BOOI.Y NAlnf Ii "m AUId ' Pw auoUr'i I aawowe® PUM Y - - _ owm ustm mope r Wmw it »_ _ f SUN 0617a1ai1 S � aMaBBi UABi11Y j utwnatA rQlr l AooROaB- jwRm Ynw,uAraau mall ur wmowa erATulom IJIIIB BOOBBB R TOPoOflIBgOf BBItdJm mVfelm I fi m AC006Mf» 'i AM i mm PM W UW 1 t wlelovw* Umy I owm BACH Dkomi mmm - is i ,aHw I j t z Do="=00 Ad&bn* Iealltgdl Coy of Daldml, IIB d1 Ad% ayinp, =Wbym and ONY of D"m DO M TX 7=1 }Id33Ti$FH