Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1996-061
ORDINANCE NO % -0(0 1 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE 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 herein 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 1858 C D MCKAMIE $ 23,000 00 SECTION I1 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 furnishing 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 Iqf� day of -MZK�...,1996 BOB CASTLEBERRY, ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM BERBERT L PROUTY, CITY ATTORNEY CONTRACT DOC DATE MARCH 19, 1996 TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID # 1858-REROOFING AT CENTRAL FIRE STATION RECOMMENDATION* We recommend this bid be awarded to the second lowest bidder, C D McKamie, in the amount of $23,000 00 SUMMARY: This bid is for all labor and materials necessary in replacing the roof on a section of Central Fire Station The low bidder has not responded to our contracts or to our phone calls, making him non -responsive McKamie has done roofing projects for the city in the past and is a very good contractor BACKGROUND: Tabulation Sheet, Memorandum from Bruce Henmgton dated March 12, 1996, Letter from Mike Barton dated March 12, 1996 PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Fire Department, City of Denton FISCAL IMPACT. MPACT: Budgeted fiends to reopen Central Fire Station, Account #100-060-0051-9102 Respectfully submitted ick Svehla Acting City Manager Prepared by Name Denise Harpool Title Senior Buyer Approved Name Tom D Shaw, CPM Title Purchasing Agent 715 AGENDA - J O Z IX LL O LO O N J �++ J O U)a0OZ O W) oo �• N � W) �- `A V► O v I Y ' O lL J 1 O EL Z© O O -j O O O O W m o Q Q W N d' e0- lL m ci ✓ fA w fy I v> i Z Q of U) N J J O W M V In DO O O O Q W > M co v► N w o N � u> 4 0 NCk Ci Y 7w' M O b O O N N LL. W J LL -� O d O a N Q y .� M O N N H N m i J �Zo zi Z W ZQ� Q Q Z Lc) 4 Qto Y W Q Z Z N R W J U. O LLQ � ~ G z O Ix LL. 0' W LLj LL m W t 11 CITY of DENTON, TEXAS MUNICIPAL BUILDING • 215 E McKINNEY • DENTON, TEXAS 76201 (817) 566-8200 • DFW METRO 434-2529 TO Denise Harpool, Senior Buyer FROM Bruce Henington, Facilities Manager DATE March 12, 1996 SUBJECT Central Fire Station Roof Renovation It is my recommendation, since the first low bidder was unresponsive, that we award the bid/contract to the next lowest bidder being C D McKamie Company It is very important that we proceed as soon as possible in order to open the Central Fire Station without delay C D McKamie Company is a very responsible and capable company providing a 15 year manufacturer's warranty, and should be able to complete the project on time and with quality Bruce Henington, CFM 3336 fm "Dedicated to Quality Service" 03/12/1996 12 36 214-241-8921 ARMKl7 INDUSTRIES PAGE 02 0 - I ' '" March 12, 1996 Ms Denise Harpool Purchasing City of Denton $01.8 Texas Street Denton, TX 76201 RB Bidder Selection for Central Fire Station Dear Ms Harpool MY H U� M O 0 3003 LBJ FRWY, SUITE 237 DALLAS, TEXAS 75234 214/243-5441 We recommend that the City of Denton award the Central Fire Station roofing project to the second lowest bidder, C 0 McKamie Company The reason for choosing the second lowest bidder is that the lowest bidder has been nonresponsive with insurance submittals, failing to comply with city requirements The discrepancy between the lowest bid submitted and the other bids received is believed to be due to the omission of the cost of insurance This project consists of a small roof area that is very labor intensive which reflects on insurance requirements and cost Sincerely, Mike Barton Regional Vice President MB/vb CORPORATE OFFICE 3003 LBJ FRWY • SUITE 237 • DALLAS TX 75234 • 214/243-5441 • FAX 2141241-8921 (4 CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON THIS AGREEMENT, made and entered into this 19 day of MARCH A.D., 19cmi_, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through RICK SVEHLA thereunto duly authorized so to do, hereinafter termed "OWNER," and C.D. MCKAMIE JUSTIN TEXAS 76247 of the City of JUSTIN , County of nlzNTON 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 # 1858 — REROOFING AT CENTRAL FIRE STATION in the amount of 21DDn_DD 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 accordance with the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON STAFF 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: APPROVED AS TO FORM: City Attorney AAA0184D Rev. 07/28/94 CITY •� • i IIII;�I� By r��.., �.i_� C.D. MCKAMIE CO RACTOR y -y"�� CA - 3 MAIL 3RG ADDRESS PHONE NUMBER R4 TITLE PRINTED NAME (SEAL) 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 fads 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 AFMIOBA I RLVISLD 10/12/94 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(3O) 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 APPWBAI REVISED 10/12/94 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 CQ A General Liability Insurance General Liability insurance with combined single limits of not less than _ $1,000,000.00 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 (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability AFFWHAI REVISED 10/12194 Insurance Requirements Page 4 M Automobile Liability Insurance Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 OOeither 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 M 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 budding or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ I 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 APFOOBAI REVISED 10/12/94 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 combined bodily injury and property damage per occurrence with a aggregate [ 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 [ 1 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 AFFOOBAI REVISED 10/12/94 Insurance Requirements Page 6 ATTACHMENT DQ 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 §406 096) - includes all persons or entitles 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 01 1(44) for all employees of the contractor providing services on the project, for the duration of the project APPOOEAI REVISED 10112194 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 end 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 mall 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 AFFODBAI REVISED 10/12/94 Insurance Requirements Page 8 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 AFFOOBAI REVISED 10/12/94 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 AFFW9AI REVISED 10/12194 PROPOSAL REROOFING AT CENT RAL F IRE S fA rION DENTON, I EXAS NAME OF BIDDER DAM MR TOM SHAW, PURCHASING AGENT CITY OF DENTON 901-B PEXAS STREET DEN rON, PEXAS 76201 Dear Mr Shaw nce undersigned, in compliance with your advertisement for Bids for Reroofing on certain areas of the following budding CENTRAL FIRE STATION have examined the Drawings and Specifications, together with the related documents and all conditions surrounding the work, and having visited the sites of the proposed work, hereby, proposes to furnish all work in every detail in accordance with the Contract Documents within the time set forth herein and at the prices stated below These prices shall cover all expenses incurred in performing the work under the Contract Documents, of which the Proposal is a part Attached herewith, please amount of $ / (5%) of the bid s Check) (Certified Check) (Bid Bond) in the five percent 1(or we) acknowledge receipt of the following addenda ADDENDA #1 (Initial) ADDENDA #2 (Initial) ADDENDA #3 (Initial) PROPOSAL REROOFING AT CENTRAL FIRE STATION CITY OF DENTON, TX CONTRACT DOCUMENTS Having examined the Proposal, General Instructions, Materials, Execution, Drawings, and Contract for Project #31951218 and Conditions for Reroofing work, and having examined the premises and circumstances affecting the work, the undersigned offer OFFER 1 To furnish all labor, material, tools, equipment, transportation, bonds all applicable taxes, incidentals, and other facilities, and to perform all work for the said reroofing for the following area BASE BID TO REROOF CERTAIN ARE/AS OF THE CENTRAL FIRE STATION T/�iiLCQ�t i� •va/� ° $ a� MATERIALS $ LABOR $ TOTAL $0 0 UNIT PRICE PROPOSAL Remove and replace damaged decking $&�O per square foot 2 Remove and replace deteriorated naders $aZ.3_o per linear foot 3 Install four inch (4") roof dram $ 00f v each 4 Install four inch (4") cast iron drain line complete with all connections, elbows, etc $,91,!� per linear foot 5 Additional cost fiver and above the contract amount for weekend or overtime requested by the Owner $A additional cost per man per hour QUALIFICATIONS 2 Contractor shall fill in below material manufacturer's company name of materials being bid on mil/ Coal -Tar Elastomenc Membrane (CTEM) Base Sheet Insulation Felt Bitumen KE PROPOSAL REROOFING AT CENTRAL FIRE STATION CITY OF DENTON, TX EXAMINATION OF SITE 3 By signing the Proposal Form, contractor acknowledges he or an authorized representative has examined the roofs and is aware of all field conditions (rooftop equipment, penetrations, roof drams, etc ) which may affect the work TAXE 4 Tax Exempt Number oL-L /4 -1130 ' O shall be used on this protect Tax shall not be included in your bid Upon receipt of notice of acceptance of this bid, within thirty (30) days of the date of this proposal, I (or we) agree to execute the formal contract within ten (10) days thereafter, and to deliver an Insurance Certificate, a SURETY BOND in the amount of ONE HUNDRED PERCENT (100%) of the contract price for the faithful performance of the contract, and a ONE HUNDRED PERCENT (100%) STATUTORY PAYMENT BOND The undersigned agrees to complete all work shown on the drawings and in the specifications within the time limits set forth below subject to additional days that may be added due to inclement weather and/or other justified and reasonable extensions or time as may be approved by the Owner Contractors that are awarded contracts shall be prepared to immediately sit down with the City of Denton Representatives and present a plan that will illustrate how progression of work is to take place to insure completion of all work within specified time limits The time limits are as follows If a contractor is awarded the project, project must be completed within working days or contractor will be subject to liquidated damages as set forth elow A working day is defined as a calendar day, not including Saturdays, Sundays, or legal holidays, in which weather or other conditions not under the control of the company will permit the performance of the principal units of work underway for a continuous period of not less than seven (7) hours between 7 00 A M and 6 00 P M For every Saturday on which the company chooses to work, one day will be charged against the working time when weather conditions will permit seven (7) hours of work as delineated above A principal unit of work shall be that unit which controls the completion time of the agreement Nothing in this item shall be construed as prohibiting the company from working on Saturdays if it so desires If Sunday work is permitted by the Owner, time will be charged on the same basis as weekdays THE OFFICIAL WEATHER RECORD WILL BE KEPT IN THE DIRECTOR OF MAINTENANCE'S OFFICE The undersigned agrees that the Owner may retain the sum of three hundred dollars ($300 00) from the amount to be paid to the undersigned for each calendar day that the work contemplated remains incomplete beyond the time set forth, Sundays and holidays INCLUDED This amount is agreed upon as the proper measure of liquidated damages which the Owner will sustain per day by failure of the undersigned to complete the work at the stipulated time, and is not to be construed in any sense as a penalty PROPOSAL REROOFING AT CENTRAL FIRE STATION CITY OF DENTON, TX Payment will be made to the contractor within thirty (30) days after receipt of written acceptance of protect completion from the Owner's representative, contractor's invoice, and all written warranties from both contractor and manufacturer I (or we) agree to promptly furnish a correct and current financial statement of condition with list of owned equipment and an expenence record of completed protects for examination by Owner and architect, if same is required SEAL (If by Corporation) RESPECTFULLY SUBMITTED BY (Name) , L YA4C (Title) e /1)1 -l/J (Address) . l /d o �i 7az 7 Indicate if () Partnership () Corporation ( Sole Owner If a partnership, list names and addresses of partners ��� If corporation, indicate state in which corporation was organized and is existing Principal Stockholders (Name and Address) //� tea, NOWARD HILL INSURANCE sm WEST 7TH STREET SUITE 100 PORT WORTH, TX 7S OM12 517.99E-�p8 THIS Ca"MCATS IS ISSUED AS A MATTER OP MrUM ATLON ONLY AND CONPERB NO MONTE UPON THE CBRTROATE MOLDER. TIES CORYWIDAIM 009M NOT AME06 EXTEND ON ALTER THE COVERAGE AFPORDED BY THE POLICIES BELOW C01B'ANIUS AsreLLDLIIO 90VERAGE OOMPANY A MONTICELLO INSURANCE C0109'ANY _ tw1ID CHARLES D MCKMAIE DSA CJL MCKAINE OWIPANY P O BOX m5 JUSTIN, TX 78247 fills 19 TO CERW THAT THE POUCES OF INSURANCE US= SEIAW HAVE INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CF101ROATE MAY HE ISSUED OR MAY PERTAIN T14E INSURU10E ARMM EILCUISIONS AND CONDITIONS OF SUCH POUOIES, LIMITS SHOWN MAY HAVE TxLrANY B OINO CASUALTY INSURANCE COMPANY COMPANY O ASSOCIATED INTERNATIONAL SISURANOE OOMPANY OOMPANY D HARTFORD INSURANCE COMPANY BEE! ISSUED TO THU INSURED NAMED ABOVE FOR THE POLICY PERIOD CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS BY THE POLICIES DEBCRIED HEREIN 18 SUBJECT TO ALL THE TERMS, BEEN REDUCED BV PAID CLAIMS t LATIro A TYPE OF LILMIRAMOE 9DLaY NIELEDH A GENERAL LUMO Y C%QxwML GROW LME9AY CLAW MAW ®ow „ OVRIGI's i OONSRACTOIHB PIwT YBLA21179-7 0b18iS O418AB GENUK AiGREOAs PRDDUCa - OOM50P AS t lmLm PERSONAL a AN tWDT ¢ACM OCC { �� t41LOW_ {LOW FY@ oAAYAE ane Mm W are B AITTONLDBEE UAINUTY ANY AUTO ALL OWNS) AUTOS ea®Mm AUTOS MIRED AUTOS Nomomw D ANDS BA000818075 &18iS 8 iSYS oomm 6D SNOIE u/R 9 1,0 um � � t { "O'N' X PROP41TIV DAMAO 4 aRAOR UABtlIY ANY AM AM ONLY - FA A O AWT { ONI THAN AONLY' OTHER EAfN ACCOG7f { ABSRBSIOB t C � t LIAEErn UMEi91A POW OD®1 BRAN UMUSIA FdM SPp15505-01 OS -IEEE 06-18.98 DOI OCCURS AEIOAEOAT2 t D wanmN amsel VlpL AM amlavu Y LIAAMEJJIY ,NE_Pnopnow _ n Na 07-10 07-1046 Ii FJ,DN ACOIDBIT a oliz - PoLm LIMIT t RE CENTRAL RITE STATOIL THE CEATIRCATE MOLDER IS LISTEO AS AN ADDITIONAL INSURED ON THE GENERAL LIABILITY POLICY CRY OF OBNTON aIO11L0 Am OF 11E ABDYE 0N>sORND POUDN66 SR oALICmE® E60AE lTE 901 B F DEN STTE@T EvaAnON DATE n�, THE SM" cOLEYAY WL.L a ISERVOR Yo MAL 01H B T TEXAS IM In DAYS �17p M NOW TO WE ENARR 1TE OLDER NNW TO TNR IDT, BUT NLLLEE UD MAIL WON "mm mayw E No musurrIAII EE Uum" aOO 390d 30NHanSNI W06J 12 al 96, 1 add