HomeMy WebLinkAbout1995-035ORDINANCE NO. 7 J `O
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
1710 SUN COMMERCIAL ROOFING $103,977.00
1710 J & J ROOFING $273,042.00
1716 PREMIER EQUIPN.i.NT SMVICES $ 66,600.00
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
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 ?/Qday of VA&
,1995.
BOB CASTLEBERRY, MA
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
0
0
APPROVED AS TO LEGAL FORM:
MICRAEL A. BUCEK, ACTING CITY ATTORNEY
BY:
DATE: FEBRUARY 21, 1995
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID #1710 - REROOFING OF MULTIPLE FACILITIES
RECOMMENDATION: We recommend this bid be awarded to the lowest bidder for
each facility. The Senior Center, Denia and North Lakes Recreation Centers shall
be awarded to Sun Commercial Roofing, in the total amount of $103, 977.00. The
Morrison's area of DMC, the Civic Center and Visual Arts Buildings shall be awarded
to J & J Roofing, in the total amount of $273, 042.00. The total expenditure for these
projects will be $377.019.00.
SUMMARY: This bid is for all labor and materials necessary in replacing the above
mentioned roofs. The replacement of these roofs is a budgeted expenditure in the
1994-95 Facilities Management Budget. The reroofing projects require a two year
warranty from the contractors for workmanship and a fifteen year warranty from the
manufacturer on materials.
Notices to bid were mailed to 17 vendors, with 13 attending the Mandatory Pre -Bid
Meeting. We received 7 bid proposals from contractors in response to this bid.
BACKGROUND: Tabulation Sheet, Memorandum from Bruce Henington dated
February 9, 1995.
FISCAL IMPACT: Funds for this project will come from budgeted roof maintenance
and repair funds for 1995 with a balance of $422,000.00.
espect ll mitt
121
Lloyd V . Harrell
City Manager
Prepared By:
Name: Denise Harpool
Title: Senior Buyer
Approved:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
569.AGENOA
z 2
■
8
§
2
U. o
§ B
z
m
z
c§
z
z
a S 2
%
K
k
0)
�
ad
0
§§§§)/o
w k
® _ Lu
§
q
;
C.)�
;
o
0LU
'
DO
§
§
;
g
§
g
_
w 0
M
2
8
8
8
G
2
§ §
®
o
k
k
§
k
0
§
w
0
0_
0
m
§ (
I
;
@
Le)
§
m
co
@ 2
>
_
#
a
_
LU
w
g
q
S
8
8
8
§
$
k
k§
0
0
k
-
k
K
°
k
>
w
2
w
d\
z
z
E
k
k
�
44
§
$
0
%
2
e
§ 2\
k
k
k
k
k
R M
§°
k
k
k
w
a
o
X
8
S
S
_
o
¢
=
2
$
m
m
z
�
�
z
z
2
_
_
)
-
� ;
2
k
w
2
c
o
m
a
o/
°
LL P;
o-
m==
m
m
m
z§ k
�
k)\
k
k
k
§ U. 2
W
m
m
m==
m
o
E
_
LU
2
Z
#
z z
J
LLI
-
m
m 0
%
02-10-95AG8:23 ItCVD
CITY of DENTON, TEXAS MUNICIPAL BUILDING / DENTON, TEXAS 76201 / TELEPHONE (817) 566.8200
MEMORANDUM
TO: Denise Harpool, Senior Buyer
FROM: Bruce Henington, Facilities Manager
DATE: February 9, 1995
SUBJECT: Roof Bid # 1710
The Facilities Management staff accepts the following bids:
FACILITY
BID PRICE BIDDER
DMC (Morrison's roof)
$105,297.00
J&J
Roofing
Senior Center (old roof)
18,411.00
Sun
Commercial Roof
Denia Recreation Center
42,783.00
Sun
Commercial Roof
North Lakes Recreation Center
42,783.00
Sun
Commercial Roof
Civic Center
112,685.00
J&J
Roofing
Visual Arts Center
55,060.00
J&J
Roofing
TOTAL
$377,019.00
we have checked all of the listed references for both of these
bidders and received an overall good rating on both bidders.
Please take the following contracts to City Council and notify me
of that date.
J&J Roofing $273,042
Sun Commercial $103,977
If you have any questions call me at extension 8134.
Bruce enington, C. M.
1842.FM
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 21 day of
FEBRUARY A.D., 19 95, by and between
THE CITY OF DENTON
of the County of DENTON and State of Texas, acting
through L.LOYD V. HARRELL
thereunto duly authorized so to do, hereinafter termed "OWNER," and
J & J ROOFING AND SHEET METAL, INC.
211 LAWNVIEW
DALLAS TEXAS 75227
of the City of DALLAs , County of
DALLAS
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 # 1710 - REROOFING AT MULTIPLE FACILITIES
in the amount of $27-1,042_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
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
ARMKO INDUSTRIES INC_
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:
CHARLES WILSON
APPROVED AS TO FORM:
4�N ec' X, e-11-f
City Attorney
AAA0184D
Rev. 07/28/94
CA - 3
1taff241
J & J ROOFING AND SHEET METAL, INC.
C RAC OR
5211 LAWNVIEW AVENUE
DALLAS, TEXAS 75227
MAILING ADDRESS
(214) 381-1131
PHONE NUMBER
(214) 381-1193
FAX NUMBER
BY PRESIDENT
TITLE
DON FERGUSON
PRINTED NAME
\\ttI11111111f1!///
SEAL �. �`\
''-
�'n; �PORgr� F
d.gg�qq ?r=
�n�
PERFORM?.NNCE BOND
STATE OF TEXAS 5
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That J & J ROOFING IASD S,-L: ='T
C of the City of DAI.IAS .
County of a , and state of 2=Ag
as PRINCIPAL, and Universal Surety of America
as SURETv, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are
held and firmly bound +lnto the
E CITY of DEdTON
as 047N , in the penal sera of RUNDRED sEV�rrrr TMME TEFOUS ND Foy
ro and no/loo— ----- - ----- rcllars ($ 273,042.00 ) for the
payment whereof, the said principal and surety bind themselves, and
their heirs, administrators, executors, successors and: assigns,
jointly and severally, bby these presents:
'"TYE?. .$, the Pr='pal has entered into a C_nrta_r! ..
. -�-;
- iviL�Bn
C0ntrwGt xltn +the OV7N_ ,Y . da t e d �.2_ th_ e ' daV of FMRGne2Y'
c ac fOL- the COnSti :;CtiOi; Of 3ID 1710 - R',RW_=mG AT MULTIPLE
FACILITIES
which contract is hereby referred t0 and made a part s7ercOi as
fully and to the same e.�.tent as if copied at length herein,
NOW, THEIR —7F ORE, the condit2o4l of this obligation IS siac'-, t at
if the said pri-:C1pal shall faithfully per_Torm said contract and
shalt: in all respects, conditions aP.•.a._dgr2enent5 in and bV
Said
cor,�=act agreed and covenanted by the Principal to be observed and
Pe --formed, and asccrdjnc to the true intent and neaning 0; said
Contract and the Plans and Specifications hereto annexed then obl_gation shall be Void; otherwise to m , en this
re...alri 1n 'fL:il -FO_ce and
erect;
PROVIDED, HOPITRVER, t_at this bond is executed pursuant to the
provisions of the Texas Government Code, Chapter 2253 (Vernon as
currently amended), and all liabilities 1 i ni � ..,,,eS On .._S bond C�'1d Shalt be
deter mined in accordance with said provisions to the same ex,e t as
if t_^_ey were copied at le-gth herein.
PE - 1
PROVIDED FURTHER, that if any legal action be filled upon this
bond, venue shall lie in Denton county, State of Texas.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terns of
the contract, or to the work performed thereunder, or the plans,
sneCifications, or drawings accompanying: the same, shall in an-7 v wav
affect its obligation or. this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to
the terms of the contract, or to the work to be performed
thereunder.
IN WITNESS WE'EREOF, the said Principal and Surety have signed
and sealed this instrument this 1st day of March
i 9.95
,T & J Roofing'..and Sheet Metal Inc.
Principal
By —
Title
-ddx`ss; 5211 Lawnview
Universal Surety of America
Surety
mitig Sam R. Kimmell Attornev-in-fact
'_dcres5:�440 Harvest.Hill; Suite 172
p,Da.L TX 75227 Dallas. Texas 7523
� la S/1
p'aZPOFtgp
Tha��"'r4$QnllliWle``Z"dress of t-ne Resident Agent of Surety is:°
William W. Georoe & Associates ---Inc.
7557 Ramhlar Rna StP SDO Dallas TX 757�1
N M E: hate of Bond must not be prior to date of Contract.
a»olaID
Rev. 07/21E/94
PB - 2
PAYMENT PQND
STATE OF TEXAS
COUNTY OF DENTON §
10TOW ALL MEN BY THESE PRESENTS: That
SRn rear,. rsC. of the City of
County of DALLAS , and the State of TEXxn
as principal, and Universal Surety of America
authorized under the laws of the State of Texas to act as, surety on
bonds for princ?nals, a e held and firmly bound unto
CITY OF DMr-'Czv , OWNER7,0 in the penal sun Of
T"R3t7?�t,RED S&Jir*P X T� �IIs.�FORTY TW and nDollars
or the payment whereof, the said Principal and Suretv bind
themselves and their hei�"'S, administrators, executors, Successors
and ass igr_s, iointly and severaliv, by these presents:
�NHEREAS, the Principal has entered into a certain Written
con tract with ovner, dated the CIaV Of _ Za2 T�Rv
31L A 1110 rVZRoo= �yYV AT -MTIPLC. FACT yTIES
o which contract is he-reby referred to and made a paru new2of as
fully and to the same extent as if copied at length herein.
NOW, THEE- 'FORE, =E CONDITION ^
T IS OBLIGATION. IS Sa--
that
_ri ;r��
if the. said nc_:-'
p�
shall ay a,1
claimants Supplying laocr
and material to him O-- '.
subcontractor
in the �rOS2ClltlOn of
won{
mrovidec2 =cr in said
le
contract, then this obligation_ shall be
void,
otherwise to retain
in full force
and effect;
PP,Oti.iD=D, HOWE = , that this bond is executed nursuant t0
the provisions of the Texas Government Code, Chanter 2253 (Vernon,
as c4 rrently amended) , and all liabilities on this bond shall be
dete=ined in accordance with said provisions to the same extent as
1f they were copied at length herein.
PB - 3
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terms of
the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in any way
affect its obligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to
the terms of the contract, or to the work to be performed
thereunder.
IN WITNESS WIIEE�-OF, the said Principal and Surety have
signed and sealed this instrument this ..1st day of March
95
J & J Roofing and Sheet Metal, Inc.
P-rincioal
By—lki-4-&LA 1� .
Title
-zddr=ss: 5211 Lawnview
Dallas, Texas 75227
urouua,;,,
*U SF/"'''>,
G�tPORq��, r
•,n;
Universal Surety of America
surety
Title Sam R. Kimmell,Attorney-in-fact
Address: 5440 Harvest Hill; Ste 172
{S U)
e :: and � =Ss C-f she Resident Agent of Surety .is;
111111111110%%
William W. Geor=e & Associates
7557 Rambler Road, Ste. 500• Dallas, TX 75231
A -2-6,A01a SD
Rev. 07/28/94
MAINTENANCE BOND
KNOW ALL tilEN BY THESE PRESENTS:
That J & J Roofing and Sheet Metal Inc. as Princioai and
Universal Suretv of America .as Surety, are held and
firmly bound unto Citv of Denton as obligee, in the
full and just sum of Two Hundred Seventy Three Thousand FortyTwH011ars
(S 273,042.0 , lawful money of the united States, to the payment of which sum, well and
truly to be made, the Principal and Surety bind themselves, their and each of t' eir h-Irs,
executors, administrators, suc�,ssors and assigns, jointly and severally, ftrmiy by ^ese
presents.
WHEREAS, The Pr_nc ai has entered into a written contract cared
February 21, 1995vitn _e obligee for Re -roofing at Multiple Facilities
Citv of Denton, Denton, T%
and WHEREAS, said
cor.ract provices hat princiI wit furnish a bond cordit;creC' :o
a,larantee for the cer c� of one year afro- approval Of L e
estimate on said job, tv owner, against all defects Ln workmars:lc
materials which may become = parent during said period.
NOtiV, THEREFORE, THE COv�ITION OF THIS OBLIGATION IS SUCH that, if the
Principal shall Indemni;v he Obligee for all loss that the Obliaez- may
sustain by reason of defective materials or workmanship which become
apparent during the aforesaid period, then this obligation shall be void,
otherwise to remain in full force a^.d effect.
Signed, sealed and dated Marcn 1 1999
J & J Roof:
and Sheet Metal, Inc.
Universal Surety of America
(Sure,
Aitcrney—in—Fact
San R. Kimmell
03-01-1995 10:45 214 980 9464 UNIVERSAL SURETY OF AMERICA P.02/02
lk mil= UNIVERSAL SURETY OF AMERICANXIMM
UNIVERSAL SURETY OF AMERICA
P.O. BOX 1068 -Houston, Texas 77251-1068
GENERAL POWER OF ATTORNEY - CERTIFIED COPY amdNamba
TX 0907699 00
Know All Men by These Prments, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws of
the State of Texas, and having its principal orrice in Houston. Texas, does by these presents make, constitute and appoint
Sam R. xirslmOl
its true and lawful Attorneys) -in -Fact, with full power and attdmrity hereby confer in its name, place and stead, to execute, acknowledge and
deliver bonds for.
Prinelpal: J & J hoofing and Sheet.Vetal, Inc.
Obligee: The City of Denton, Texas
Amount: $273,042.00
and to bind the company thereby as fully and to the satire extent as if such bonds were signed by the president, waked with the corporate seal of the
company and duly attested by its socretaty, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do within the above stated
limitations. Said appointment is made under and by authority of the followW resolution adopted by the Roard of nucleus of Universal Surety of
America at a meeting held on the I Ith day of July. 1994.
"Be It Resolved, that the President, and aazr'ryty Vice President, Secretary or any Atsiaumt Secretary shall be and is hereby vested with full power
and authority to appoint any one or more suitble persans as Attorney(s)-in-Fact to represent and act for and on behalf of the Company."
"RESOI,VED that the signat= of any officer of the corporation, and the seal of the corporation may be affixed or printed by facgimwe to any
power of anorney of the corporation, and that such 7r,.ed fecsimilie signature and seal shall be valid and binding upon the corporation."
In Witness Whereof; universal Surety of America has caused these presents to he signed by its Preaident, John Knox, Jr. and its
coroorate seal to be hereto affixed this 7tb dap of January, A.D., Lo93.
o
State of Taxes
County of Harris
UNIVERSAL SURETY OF AMERICA
J LR. Jr, or President
On this 7th day of January, in the year of 1993, before nit Angela P. Daigle a notary public, personally appeared John Knox, Jr.,
personally known to be the person who executed the withits instrument U President, an behalf M the corporatlon therein named surd
acknowledged to me that the corporation t=tcuted it,
I, the undersigned Secretary of Universal Su _ty of America. hereby certify that the above and foregoing is a full, true and corer t copy of the
Original Power of Atrniroy issued by said Company, and do hereby further certify thai the said Paws of Attorney is still in affect.
GIVEN under my hard and the seal of said company, at Houston, Texas, this AST day of March 19 95)
Secretary
For verification of the authority of this power you may telephone (713) 722 46M.
NIVERSAL SURETY OF AMERICA
CITY OF DENTON, TX - MULTIPLE FACILITIES PAGE 1
PART 1 - GENERAL INSTRUCTIONS
1.1 QUALIFICATIONS FOR BIDDING:
To qualify for bidding, each contractor is required to obtain a copy of the Bid
Invitation, Proposal, General Instructions, Materials, Execution, Drawings, Contract
Documents, and attend the Pre -Bid Conference on Tuesday, January 17, 1995, at
10:00 AM, at City of Denton Purchasing Department Conference Room, located at
901-B Texas Street, Denton, TX.
1.2 INSURANCE:
1.2.1 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 fails 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.
a. Standard Provisions:
1) 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.
2) 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.
BID NO. 1710
CITY OF DENTON, TX - MULTIPLE FACILITIES
PAGE 2
1.2.1 a. 3) 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:
i. 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.
ii. 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 officials, agents, employees and
volunteers; or, the contractor shall procure a bond
guaranteeing payment of losses and related investigations,
claim administration and defense expenses.
iii. Liability policies shall be endorsed to provide the following:
a) Name as additional insured the City of Denton, its
officials, agents, employees and volunteers.
b) 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.
iv. All policies shall be endorsed to provide thirty (30) days prior
written notice of cancellation, non -renewal or reduction in
coverage.
v. 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.
BID NO. 1710
CITY OF DENTON, TX - MULTIPLE FACILITIES
PAGE 3
1.2.1 a. 3) vi. 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.
vii. 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.
1.2.2 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:
a. General Liability Insurance: General Liability insurance with combined
single limits of not less than $2,000,000 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.
1) 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.
ii. Coverage B shall include personal injury.
iii. Coverage C, medical payments, is not required.
2) If the Comprehensive General Liability form (ISO Form GL 0002
Current Edition and ISO Form GL 0404) is used, it shall include at
least:
BID NO. 1710
CITY OF DENTON, TX - MULTIPLE FACILITIES
PAGE 4
1.2.2 a. 2) i. 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.
ii. Broad form contractual liability (preferably by endorsement)
covering this contract, personal injury liability and broad form
property damage liability.
b. Automobile Liability Insurance: Contractor shall provide Commercial
Automobile Liability insurance with Combined Single Limits (CSL) of
not less than $1,000,000 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:
1) any auto, or
2) all owned, hired and non -owned autos.
c. 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 $100,000for
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 §406.096 of the
Texas Labor Code and Rule 28TAC 1 10.1 10 of the Texas Worker's
Compensation Commission (TWCC).
BID NO. 1710
BID #1710
PROJECT #31941123
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
NAME OF BIDDER: J & J ROOFING AND SHEET METAL, INC.
DATE: JANUARY 31, 1995
MS. DENISE HARPOOL, PURCHASING
CITY OF DENTON
901-B TEXAS STREET
DENTON, TX 76201
Dear Ms. Harpool:
PAGE 1 OF 8
The undersigned, in compliance with your advertisement for Bids for Reroofing on certain
areas of the following buildings:
Area "H" of Denton Municipal Complex,
Senior Center (Levels 1 and 2)
Denia Recreation Center,
North Lakes Recreation Center,
Civic Center and Visual Arts Building
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 with 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 find (Cashier's Check) (Certified Check) (Bid Bond) in the
amount of $ LUMP SUM OF MAXIMUM BID
five percent (5%) of the bid.
(or we) acknowledge receipt of he following addenda:
ADDENDA #1: 1-20-95 (Initial)
ADDENDA #2: 1-27-95 (Initial)
ADDENDA #3: (Initial)
BID #1710 PAGE 2 OF 8
PROJECT #31941123
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
NOTICE TO BIDDERS
BID #1710
Sealed proposals addressed to the City of Denton, Purchasing Department, 901-BTexas
Street, Denton, TX 76201 will be received at the office of the Purchasing Agent until
2:00 P.M., Tuesday, January 31, 1995, for Reroofing Area "H" of Denton Municipal
Complex, Senior Center (Levels 1 and 2), Denia Recreation Center, North Lakes Recreation
Center, Civic Center and Visual Arts Building, located in Denton, TX.
There will be a mandatory prebid conference on Tuesday, January 17, 1995, at
10:00 A.M. in the Purchasing Department Conference Room located at 901-B Texas
Street. Bid Specifications will be distributed to qualified prospective bidders at that time.
The bids will be publicly opened and read, bids received later than the specified time and
date will be returned to the bidder unopened. The bids will then be officially reviewed and
awarded by the City Council as soon thereafter as possible.
All bid proposals must be made on the printed document forms included in the
specifications. The submitted bid shall not be altered, withdrawn, or resubmitted within
sixty (60) days from and after the date of the bid opening.
No officer or employee of the City of Denton shall have a financial interest, direct or
indirect, in any contract with the City of Denton.
Minority and small business vendors or contractors are encouraged to bid on any and all
City of Denton, Texas projects.
CITY OF DENTON, TEXAS
Tom D. Shaw, CPM
Purchasing Agent
This advertisement to run on
BID #1710 PAGE 3 OF 8
PROJECT #31941123
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
CONTRACT DOCUMENTS: Having examined the Proposal, General Instructions, Materials,
Execution, Drawings, and Contract for Project #31941123and Conditions for Reroofing
work, and having examined the premises and circumstances affecting the work, ;he
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 NO. 1 - AREA "H" OF DENTON MUNICIPAL COMPLEX
ONE HUNDRED FIVE THOUSAND TWO HUNDRED NINETY SEVEN DOLLARS
$105,297.00
MATERIALSFIFTY EIGHT THOUSAND THREE HUNDRED FORTY THREE$ 58,343.00
DOLLARS
LABOR FORTY SIX THOUSAND NINE HUNDRED FIFTY FOUR $ 46,954.00
DOLLARS
TOTAL ONE HUNDRED FIVE THOUSAND TWO HUNDRED NINETY $105,297.00
SEVEN DOLLARS
BASE BID NO. 2 - SENIOR CENTER (LEVELS 1 AND 2)
TWENTY TWO THOUSAND FOUR HUNDRED FORTY DOLLARS
$22,440.00
MATERIALS FOURTEEN THOUSAND THREE HUNDRED THIRTY DOLLARS $ 14,330.00
LABOR EIGHT THOUSAND ONE HUNDRED TEN DOLLARS $ 8,110.00
TOTAL TWENTY TWO THOUSAND FOUR HUNDRED FORTY DOLLARS$ 22,440.00
BASE BID NO. 3 - DENIA RECREATION CENTER
FORTY FIVE THOUSAND THREE HUNDRED EIGHTY EIGHT
$ 45,388.00
MATERIALS TWENTY FIVE THOUSAND SIX HUNDRED SEVENTY FIVE $ 25,675.00
DOLLARS
LABOR NINETEEN THOUSAND SEVEN HUNDRED THIRTEEN DOLLQ 19,713.00
TOTAL FORTY FIVE THOUSAND THREE HUNDRED gTcHTy Kran$ 45,388.00
DOLLARS
BID #1710 PAGE 4 OF 8
PROJECT #31941123
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
BASE BID NO. 4 - NORTH LAKES RECREATION CENTER
FORTY FIVE THOUSAND THREE HUNDRED EIGHTY EIGHT DOLLARS $ 45,388.00
MATERIALS TWENTY FIVE THOUSAND SIX HUNDRED SEVENTY FIVE$ 25,675.00
DOLLARS
LABOR NINETEEN THOUSAND SEVEN HUNDRED THIRTEEN DOUA;t� 19,713.00
TOTAL FORTY FIVE THOUSAND THREE HUNDRED EIGHTY EIGHT
DOLLARS
BASE BID NO. 5 - CIVIC CENTER
45,388.00
ONE HUNDRED TWELVE THOUSAND SIX HUNDRED EIGHTY FIVE DOLLARS 8112,685.00
MATERIALS SIXTY THREE THOUSAND DOLLARS_ _ $ 63,000.00
LABOR FORTY NINE THOUSAND SIX HUNDRED EIGHTY FIVE $ 49,685.00
DOLLARS
TOTAL ONE HUNDRED TWELVE THOUSAND SIX HUNDRED EIGHT$'112,685.00
FIVE DOLLARS
BASE BID NO. 6 - VISUAL ARTS BUILDING
FIFTY FIVE THOUSAND SIXTY DOLLARS
55,060.00
MATERIALS THIRTY TWO THOUSAND EIGHT HUNDRED TEN DOLLARS$ 32,810.00
LABOR
TOTAL
LUMP SUM BID:
TWENTY TWO THOUSAND TWO HUNDRED FIFTY DOLLARS$ 22,250.00
FIFTY FIVE THOUSAND SIXTY DOLLARS
THREE HUNDRED EIGHTY THOUSAND DOLLARS
55,060.00
380,000.00
MATERIALS TWO HUNDRED SEVENTEEN THOUSAND DOLLARS $217,000.00
LABOR
ONE HUNDRED SIXTY THREE THOUSAND DOLLARS $163,000.00
TOTAL THREE HUNDRED EIGHTY THOUSAND DOLLARS $380,000.00
BID #1710
PROJECT #31941123
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
UNIT PRICE PROPOSAL:
Remova and replace damaged metal decking: $ 4.00 per square foot.
2. Remove and replace deteriorated nailers: $ 2.00 per linear foot.
PAGE 5OF8
3. Additional cost over and above the contract amount for replacing wet polyurethane
insulation: $ 4.00 per square foot.
4. Additional cost over and above the contract amount for replacing wet fill material:
$ 6.00 per inch per square foot.
5. Install four inch (4") roof drain: $1,000-00ach.
6. Install four inch (4") cast iron drain line complete with all connections, elbows, etc.:
$ 40.00 per linear foot.
7. Additional cost over and above the contract amount for weekend or overtime
requested by the Owner: $25.00 additional cost per man per hour.
QUALIFICATIONS: 2. Contractor shall fill in below material manufacturer's company
name of materials being bid on.
Coal -Tar Elastomeric Membrane (CTEM): HYLOAD
Base Sheet: MANVILLE
Insulation: MANVILLE
Felt: MANVILLE
Bitumen: MANVILLE
BID #1710 PAGE 6 OF 8
PROJECT #31941123
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
Contractor shall submit and/or answer the following:
1. Bidder shall submit dc--umentation with their proposal to indicate their specific
qualifications to perform the specified work, including, but not limited to, all public
entities in the State of Texas where said company has worked. Contractor Initial
2. Within the last five years, has legal action, including but not limited to, deceptive trade
practices suits, been taken against your company failure to perform work properly
or for not completing a project? Yes No
3. Within the last five years, has your organization or any officer/partner of your
organization ever been do officer/partner of an organization that failed to complete a
construction contract? Yes NoJZ. If so, attach a separate sheet of
explanation.
4. Within the last five years, has your organization ony officer/partner of your
organization filed for bankruptcy? Yes No 1r aIf so, attach a separate sheet of
explanation.
5. Attach an AIA Document No. A305 with a separate sheet with all references including
all public entities. Include contact name and telephone numbers for each and every
reference.
6. Include an audited company financial statement.
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 drains, etc.) which may affect the work.
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:
BID #1710 PAGE 7 OF 8
PROJECT #31941123
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
If a contractor is awarded the project, project must be completed within the following
working days per roof area (totaling ninety-three (93) days) or contractor will be subject to
liquidated damages as se: forth below.
Area "H" of Denton Municipal Complex 20 working days
Senior Center (Levels 1 and 2) 10 working days
Denia Recreation Center 10 working days
North Lakes Recreation Center 10 working days
Civic Center 25 working days
Visual Arcs Building 18 working days
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.CITY OF DENTON DIRECTOR OF
MAINTENANCE'S OFFICE.
The undersigned agrees that the Owner may retain the sum of ONE HUNDRED DOLLARS
($100.00) 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.
Payment will be made to the contractor within thirty (30) days after receipt of written
acceptance of project completion from the Owner's representative, contractor's invoice,
and all written warranties from both contractor and manufacturer.
BID#1710 PAGE 8OF8
PROJECT #31941123
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
I (or we) agree to promptly furnish a correct and current financial statement of condition
with list of owned equipment and an experience record of completed projects for
examination by owner and architect, if same is required.
SEAL (If by Corporation)
Indicate if: ( 1 Partnership
(Title)
5211 LAWNVIEW
(Address)
DALLAS, TEXAS 75227
$x) 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)
Don Ferguson 5211 Tawnvipw Dallas, Texas 75997
SALES TAX
Materials which are incorporated into or become part of the project are exempt from sales
tax. A "separated contract" will be issued by the City of Denton which separates charges
for material from charges for labor. The contractor is expected to execute a resale
certificate instead of paying the sales tax at the time of purchase. The City of Denton will
issue an exemption certificate for the materials as long as they are a part of the finished
project.
If a contractor does not issue a resale certificate, then the amount of sales tax must be
included in the prices quoted. No additional compensation, beyond the prices quoted, is
due the contractor for sales tax.
A. Total Labor ...................................... g 166,425.00
B. Total Materials .................................... $219,833.00
BID NO. 1710
A001 1/o CERTIFICATE OF INSURANCE CSR GIs DATE(MM/DD/YY)
J&OROOI 03/01/95
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Wm. W. George & Associates Inc HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
7557 Rambler Rd., Suite 510 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Dallas TX 75231 COMPANIES AFFORDING COVERAGE
B. J. Love COMPANY
214-691-5522 A Texas Workers' Comp. Ins. Fund
INSURED
COMPANY
B Niagara Fire Insurance Co.
J&J Roofing & Sheet Metal,Inc.
F&W Leasing, Inc.;Sheet Metal
Services,Inc.; J II, Inc.
COMPANY
C United States Fire Ins.Co.
COMPANY
D Fidelity & Casualty Co.of NY
5211 Lawnview Ave.
Dallas TX 75227
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTfl
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE(MM/DD/YY)
POLICY EXPIRATION
DATE(MM/DD/YY)
LIMITS
GENERAL
LIABILITY
GENERAL AGGREGATE
52,000,000
D
X
COMMERCIAL GENERAL LIABILITY
50 CBP6107972-95
12/21/94
12/21/95
PRODUCTS - COMP/OPAGG
$1,000,000
CLAIMS MADE Fx1 OCCUR
Blanket Additional
PERSONAL & ADV INJURY
$ 1,000,000
EACH OCCURRENCE
$ 1,000,000
OWNER'S & CONTRACTOR'S PROT
Insured - Owner, The City
FIRE DAMAGE (Any one fire)
$ 50,000
of Denton, Texas, Et At
MED EXP (Any one person)
$ 5,000
B
AUTOMOBILE
LIABILITY
ANY AUTO
CLP 5211028-95
12/21/94
12/21/95
COMBINED SINGLE LIMIT
$1,000,000
X
X
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
Blanket Additional
Insured - Owner, The City
X
X
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED AUTOS
of Denton, Texas, Et At
X
PROPERTY DAMAGE
5
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
S
OTHER THAN AUTO ONLY:
ANY AUTO
EACH ACCIDENT
S
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
$ 2,000,000
AGGREGATE
s2,000,000
C
X UMBRELLA FORM
553 0199958 Owner,City Of
12/21/94
12/21/95
$
OTHER THAN UMBRELLA FORM
Denton,Et AL-AddL.Insured
A
WORKERS COMPENSATION AND
X I STATUTORY LIMITS
EMPLOYERS' LIABILITY
EACH ACCIDENT
$ 1,000,000
DISEASE -POLICY LIMIT
$1,000,000
THE PROPRIETOR/ X INCL
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL
TSF117835-01BLanket Waiv.
of Subrogation-Owner,EtAL
12/21/94
12/21/95
DISEASE - EACH EMPLOYEE
$1,000,000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
Contract: Bid #1710 - Reroofing at Multiple Facilities
Owner, The City of Denton, Texas, its officials, agents, employees and
volunteers -Additional Insureds & Owner, The City of Denton, Texas its
officials agents, employees and volunteers for any work performed for the
Cit b t)!ie Named Insured -Waiver of Subrogtion
CERTIFICATE HOLDER
CANCELLATION
CITYDEl
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
The City of Denton
901-B Texas Street
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
Denton TX 76201
OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPR TI
B. J. Love
ACORD 25-S (3/93)
aACORD CORPORATION 1a93
10
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 2_ 1 day of
FEBRUARY A.D., 19 95 , by and between
CITY OF DENTON
of the County of DENTON and State of Texas, acting
through LLOYD V. HARRELL
thereunto duly authorized so to do, hereinafter termed "OWNER," and
SUN COMMERCIAL ROOFS, INC.
-.2419 SOUTHWELL
DALLAS, TEXAS 75229
of the City Of DALLAS , County of DALLAS
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:
1710 - REROOFING OF MULTIPLE FACILITIES
in the amount of $103,977.00 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
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
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:
1 CITY OF DEXTON
OWNER
ATTEST:
'A" - ya, 4
APPROVED AS TO FORM:
sty Attorn�n
AAA0184D
Rev. 07/28/94
CA - 3
(SEAL)
SUN COMMERCIAL ROOFS, INC.
CONTRACTOR��/�j�/
DALLAS, TEXAS 75229
214-4H4-157;}
SUP,Fo OR DEPOSIT ONLY
ROOFS, IN.C.
MAILING ADDRESS FIRST TEXAS BANK
10 6615 8
PHONE NUMBER
-21 t.t `-E R I -A
FAX NUMBER
BY
TITLE
� vcV (j S �
PRINTED NAME
(SEAL)
BOND PREMIUM BASED ON
FINAL CONTRACT PRICE PERFORMANCE BOND
STATE OF TEXAS §
BOND NO. 73782
COUNTY OF DENTON § BOND EXECUTED IN FOUR (4) ORIGINALS
KNOW ALL MEN BY THESE PRESENTS: That SUN COMMERCIAL ROOFS, INC.
of the City of nAT.T.AS
County of DALLAS , and State of TEXAS
as PRINCIPAL, and Frontier Insurance Company of New York
, as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are
held and firmly bound unto the THE CITY OF DENTON
as OWNER, in the penal sum of ONE HUNDRED THREE THOUSAND NINE HUNDRED
SEVENTY SEVEN AND no/100--- Dollars ($ 103,977_00 ) for the
payment whereof, the said Principal and Surety bind themselves, and
their heirs, administrators, executors, successors and assigns,
jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the OWNER, dated the 21 day of FEBRUARY
19 95, for the construction of BID # 1710 - REROOFING OF MULTIPLE '
FACILITIES
which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, the condition of this obligation is such, that
if the said principal shall faithfully perform said Contract and
shall in all respects, conditions and agreements in and by said
contract agreed and covenanted by the Principal to be observed and
performed, and according to the true intent and meaning of said
Contract and the Plans and Specifications hereto annexed, then this
obligation shall be void; otherwise to remain in full force and
effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of the Texas Government Code, Chapter 2253 (Vernon, as
currently amended), and all liabilities on this bond shall be
determined in accordance with said provisions to the same extent as
if they were copied at length herein.
PB - 1
PROVIDED FURTHER, that if any legal action be filled upon this
bond, venue shall lie in Denton County, State of Texas.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terms of
the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in any way
affect its obligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to
the terms of the contract, or to the work to be performed
thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed
and sealed this instrument this 24th day of February
19 95 .
SUN COMMERCIAL ROOFS, INC.
Principal
By
Title
SUN COMMERCIAL ROOFS, INC
2419 SOUTHWELL ROAD
DALLASq,ggTE4XAS 75229
Address: r=QR DEP )SIT1115
SUN COMMERCIAL ROOFS, INC.
FIRSTTEXAS BANK
106615
(SEAL)
FRONTIER INSURANCE COMPANY OF NEW YORK
Surety
e 1 L. Humphrey
Title rney-in-Fact
Address • 195 Lake Louise Marie Rd.
Rock Hill, New York 12775-8000
(SEAL)
The name and address of the Resident Agent of Surety is:
V.R. Damiano, Jr.
17774 Preston Road, Dallas, Texas 75252
NOTE: Date of Bond must not be prior to date of Contract.
AAA0184D
Rev. 07/28/94
PB - 2
BOND WRE:.MI1.1M BASED ON
FINAL CONTRACT PRICE PAYMENT BOND
BOND NO. 73782
STATE OF TEXAS §
BOND EXECUTED IN FOUR (4) ORIGINALS
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That SUN COMMERCIAL ROOFS.
INC. of the City of DALLAS
County of DALLAS , and the State of TEXAS
as principal, and Frontier Insurance Company of New York
authorized under the laws of the State of Texas to act as surety on
bonds for principals, are held and firmly bound unto
THE CITY OF DENTON , OWNER, in the penal sum of
ONE HUNDRED THREE THOUSAND NINE HUNDRED SEVENTYSE Dollar's (100---
for the payment whereof, the said Principal and Surety bind
themselves and their heirs, administrators, executors, successors
and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the Owner, dated the 21 day of FEBRUARY
19 95 .
BID # 1710 - REROOFING OF MULTIPLE FACILITIES
n
to which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall pay all claimants supplying labor
and material to him or a subcontractor in the prosecution of the
work provided for in said contract, then this obligation shall be
void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to
the provisions of the Texas Government Code, Chapter 2253 (Vernon,
as currently amended), and all liabilities on this bond shall be
determined in accordance with said provisions to the same extent as
if they were copied at length herein.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terms of
the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in any way
affect its obligation on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to
the terms of the contract, or to the work to be performed
thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have
signed and sealed this instrument this 24th day of February
19 95 ,
SUN COMMERCIAL ROOFS, INC.
Prin ipal
By�
Title //-�"`�
Address: , PQA44PAA-AI nears.:._.
2419 SOUTHWLLL ROHD
DALLAS, TEXAS 75229
2a44g41776
(SEAL)
FRONTIER INSURANCE COMPANY OF NEW YORK
Surety
e yl L. Humphrey ---
Title orney-in-Fact
Address: 195 Lake Louise Marie Road
Rock Hill, New York 12775-8000
(SEAL)
The name and address of the Resident Agent of Surety is:
AAA0184D
Rev. 07/28/94
V.R. Damiano, Jr.
17774 Preston Road, Dallas, Texas 75252
PB - 4
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact the Texas Department of Insurance to obtain
information on companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P. O. Box 149104
Austin, TX 78714-9104
FAX #(512) 475-1771
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim
you should contact the agent or the company first. If the dispute is
not resolved, you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a part or
condition of the attached document.
EXECUTED IN FOUR (4) ORIGINALS
XmilhEr
O
INSURANCE COMPANY OF NEW YORK
ROCK HILL, NEW YORK
(A Stock Company) N2 _ 10453 - NY
POWER OF ATTORNEY BOND NO. 73782
TR kiotu All jIldeu 3ilLi T(Icsv T9 rrecuta: That FRONTIER INSURANCE COMPANY OF NEW YORK, a New York Corporation, having its principal
office in Rock Hill, New York, pursuant to the following resolution, adopted by the Board of Directors of the Corporation on the 4th day of November, 1985
"RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in -
Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity
and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business.
"RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney
or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile
seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of
indemnity or writing obligatory in the nature thereof;
"RESOLVED, that any such Attorney - in - Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in
such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney -in -Fact."
This Power of Attorney is signed and sealed in facsimile under and by the authority of the above Resolution.
DOES HEREBY MAKE, CONSTITUTE AND APPOINT: V. R. Damiano, Jr. James V. Damiano
Cheryl L. Humphrey Shane A. Humphrey
of Dallas , in the State of Texa - '
its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred in its name, puce and stead to sign, execute, acknowledge and
deliver in its behalf, and as its act and deed, without power of redelegation, as follows:
Bonds guaranteeing the fidelity of persons holding places of public or privatetrust; guaranteeing the performance of contracts other than
insurance policies; and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law
allowed; IN AN AMOUNT NOT TO EXCEED EIGHT HUNDRED FIFTY THOUSAND ($850,000.00) DOLLARS; and to bind FRONTIER
INSURANCE COMPANY OF NEW YORK thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of FRONTIER INSURANCE COMPANY OF NEW YORK, and all the acts of said Attorney(s) -in-Fact pursuant to the
authority herein given are hereby ratified and confirmed.
3nOitttess01 ervvf, FRONTIER INSURANCE COMPANYOF NEWYORK of Rock Hill, NewYork, has caused this Power ofAttorneyto be signed
by its President and its Corporate seal to be affixed this 2 nday of November .19 89
FRONTIER INSURANCE COMPANY OF NEW YORK
Z 1� uP90ggl O;i
SEAL
'Q
k
BY:
State of New York WALTER A. RHULEN, President
County of Sullivan SS..
On this 2nd day of November , 19 q q , before the subscriber, a NotaryPublic of the State of
New York in and for the County of Sullivan, duly commissioned and qualified, came WALTER A. RHULEN of FRONTIER INSURANCE COMPANY OF
NEW YORK to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and
acknowledged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of the Company aforesaid, and that
the seal affixed to the preceding instrument is the Corporate Seal of the Company, and the Corporate Seal and signature as an officer were duly
affixed and subscribed to the said instrument by the authority and direction of the Corporation, and that the resolution of the Company, referred to in
the preceding instrument, is now in force.
;3ltl Testimott� 041!rettf, I have hereunto set my hand, and affixed my official seal at Rock Hill, New York, the day and year above written
YOTA y'"`; N RY -
rpbBUC o
qF �f NG�:•"'
CERTIFICATION
CHRISTINE 1. LANE
Notary Public State of New York
Sullivan County Clerk's No. 1996
Commission Expires May 2, 1994
I, JOSEPH P. LOUGHLIN, Secretary of FRONTIER INSURANCE COMPANY OF NEW YORK of Rock Hill, New York, do hereby certify that the
foregoing Resolution adopted by the Board of Directors of this Corporation and the Powers of Attorney issued pursuant thereto, ar true and correct,
and that both the Resolution and the Powers of Attorney are in full force and effect.
in Agitttess 04ereuf, I have hereunto set my hand and affixed the facsimile seal of the corporation this 24th day of
February .19 95 �p�... , ,
IWa.' pvogq Co'
SEAL
FM 19-5002-FNV (10/93) "`i, JOSEPH P. LOUGHLIN, Secretary
CITY OF DENTON, TX - MULTIPLE FACILITIES PAGE 1
PART 1 - GENERAL INSTRUCTIONS
1.1 QUALIFICATIONS FOR BIDDING:
To qualify for bidding, each contractor is required to obtain a copy of the Bid .
Invitation, Proposal, General Instructions, Materials, Execution, Drawings, Contract
Documents, and attend the Pre -Bid Conference on Tuesday, January 17, 1995, at
10:00 AM, at City of Denton Purchasing Department Conference Room, located at
901-B Texas Street, Denton, TX.
1.2 INSURANCE:
1.2.1 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 fails 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.
a. Standard Provisions:
11 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.
2) 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.
BID NO. 1710
CITY OF DENTON, TX - MULTIPLE FACILITIES
PAGE 2
1.2.1 a. 3) 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.
ii. 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 officials, agents, employees and
volunteers; or, the contractor shall procure a bond
guaranteeing payment of losses and related investigations,
claim administration and defense expenses.
iii. Liability policies shall be endorsed to provide the following:
a) Name as additional insured the City of Denton, its
officials, agents, employees and volunteers.
b1 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.
iv. All policies shall be endorsed to provide thirty (30) days prior
written notice of cancellation, non -renewal or reduction in
coverage.
v. 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.
BID NO. 1710
CITY OF DENTON, TX - MULTIPLE FACILITIES
PAGE 3
1.2.1 a. 3) vi. 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.
vii. 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.
1.2.2 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:
a. General Liability Insurance: General Liability insurance with combined
single limits of not less than $2,000,000 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.
1) If the Commercial General Liability form (ISO Form CG 0001
current edition) is used:
i. Coverage A shall include premises, operations, products, and
completed operations, independent contractors, contractual
liability covering this contract and broad form property
damage coverage.
ii. Coverage B shall include personal injury.
iii. Coverage C, medical payments, is not required.
2) If the Comprehensive General Liability form (ISO Form GL 0002
Current Edition and ISO Form GL 0404) is used, it shall include at
least:
BID NO. 1710
CITY OF DENTON, TX - MULTIPLE FACILITIES
PAGE 4
1.2.2 a. 2) i. 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.
ii. Broad form contractual liability (preferably by endorsement)
covering this contract, personal injury liability and broad form
property damage liability.
b. Automobile Liability Insurance: Contractor shall provide Commercial
Automobile Liability insurance with Combined Single Limits (CSL) of
not less than $1,000,000either 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:
1) any auto, or
2) all owned, hired and non -owned autos.
c. 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 $100,000for
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 §406.096 of the
Texas Labor Code and Rule 28TAC 1 10.1 10 of the Texas Worker's
Compensation Commission (TWCC).
BID NO. 1710
BID #1710 REVISED
PROJECT #31941123 PAGE 1 OF 8
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
NAME OF BIDDER: Sun Commercial Roof sj, Inc.
DATE: January 31 1995
MS. DENISE HARPOOL, PURCHASING
CITY OF DENTON
901-B TEXAS STREET
DENTON, TX 76201
Dear Ms. Harpool:
The undersigned, in compliance with your advertisement for Bids for Reroofing on certain
areas of the following buildings:
Area "H" of Denton Municipal Complex,
Senior Center (Levels 1 and 2)
Denia Recreation Center,
North Lakes Recreation Center,
Civic Center and Visual Arts Building
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 with 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 find (Cashier's Check) (Certified Check) (Bid Bond) in the
amount of $00
five percent (5%) of the bid.
I (or we) acknowledge receipt of the following addenda:
ADDENDA #1: `S (Initial)
ADDENDA #2: (Initial)
ADDENDA #3: (Initial)
BID #1710 REVISED
PROJECT #31941 123 PAGE 2 OF 8
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
NOTICE TO BIDDERS
BID #1710
Sealed proposals addressed to the City of Denton, Purchasing Department, 901-B Texas
Street, Denton, TX 76201 will be received at the office of the Purchasing Agent until
2:00 P.M., Tuesday, January 31, 1995, for Reroofing Area "H" of Denton Municipal
Complex, Senior Center (Levels 1 and 2), Denia Recreation Center, North Lakes Recreation
Center, Civic Center and Visual Arts Building, located in Denton, TX.
There will be a mandatory prebid conference on Tuesday, January 17, 1995, at
10:00 A.M. in the Purchasing Department Conference Room located at 901-B Texas
Street. Bid Specifications will be distributed to qualified prospective bidders at that time.
The bids will be publicly opened and read, bids received later than the specified time and
date will be returned to the bidder unopened. The bids will then be officially reviewed and
awarded by the City Council as soon thereafter as possible.
All bid proposals must be made on the printed document forms included in the
specifications. The submitted bid shall not be altered, withdrawn, or resubmitted within
sixty (60) days from and after the date of the bid opening.
No officer or employee of the City of Denton shall have a financial interest, direct or
indirect, in any contract with the City of Denton.
Minority and small business vendors or contractors are encouraged to bid on any and all
City of Denton, Texas projects.
CITY OF DENTON, TEXAS
Tom D. Shaw, CPM
Purchasing Agent
This advertisement to run on
BID #1710 REVISED
PROJECT #31941123 PAGE 3 OF 8
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
CONTRACT DOCUMENTS: Having examined the Proposal, General Instructions, Materials,
Execution, Drawings, and Contract for Project #31941123and 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 NO. 1 - AREA "H" OF DENTON MUNICIPAL COMPLEX
$107,451.00
MATERIALS $ 69,843.15
LABOR $ 37,607.85
TOTAL $107g451.00
BASE BID NO. 2 - SENIOR CENTER (LEVELS 1 AND 2)
$ 18,411.00
MATERIALS
LABOR
TOTAL
BASE BID NO. 3 - DENIA RECREATION CENTER
MATERIALS
LABOR
11,967.15
6.443.85
18,411.00
$ 42,783.00
$ 27,808.95
$ 14,974.05
TOTAL $ 42,783.00
BID #1710
PROJECT #31941123
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
BASE BID NO. 4 - NORTH LAKES RECREATION CENTER I/
MATERIALS
LABOR
TOTAL
BASE BID NO. 5 - CIVIC CENTER
REVISED
PAGE 4 OF 8
$42,783.00
$ 27,808.95
$ 14,974. 05
$ 42,783.00
Shall also include the removal and replacement of all gutters in association with the
reroofing of the Awnings.
The Scope of Work for the Civic Center dome shall be revised as follows:
Tear off the existing roof down to the deck, mechanically fasten a twenty-eight pound
(28#) base sheet, fully adhere one (1) ply of Type IV felt, apply self -adhered, white
elastomeric membrane with selvedge edge and follow manufacturer's guidelines for
backnailing, all in accordance with approved specifications.
MATERIALS
LABOR
TOTAL
BASE BID NO. 6 - VISUAL ARTS BUILDING
$ 118,544.00
$ 77,053.60
$ 41,490.40
$ 118,544.00
Reroofing of the Visual Arts Building shall include the application of two (2) plies of Type
IV fiberglass felts, fully adhered to insulation per this Specification Paragraph 3.9.2.
MATERIALS
LABOR
TOTAL
$ 88,731.00
$ 57,675.15
$ 31,055.85
88,731.00
BID #1710
PROJECT #31941 123
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
LUMP SUM BID:
MATERIALS
LABOR
TOTAL
REVISED
PAGE 5 OF 8
$ 408 ,61 3.00
$265,598.45
$143,014.55
408,613.00
UNIT PRICE PROPOSAL:
1. Remove and replace damaged metal decking: $ 2.00 per square foot.
2. Remove and replace deteriorated nailers: $1.50 per linear foot.
3. Additional cost over and above the contract amount for replacing wet polyurethane
insulation: $ 2.00 per square foot.
4. Additional cost over and above the contract amount for replacing wet fill material:
$ 2.50 per inch per square foot.
5. Install four inch (4") roof drain: $ 475. 00each.
6. Install four inch (4") cast iron drain line complete with all connections, elbows, etc.:
$ 27.00 per linear foot.
7. Additional cost over and above the contract amount for weekend or overtime
requested by the Owner: $14.00 additional cost per man per hour.
QUALIFICATIONS: 2. Contractor shall fill in below material manufacturer's company
name of materials being bid on.
Coal -Tar Elastomeric Membrane (CTEM): Hyload 1 50-E
Base Sheet: C elotex
Insulation: Manville
Felt: Celotex
Bitumen: Tampko
BID #1710 REVISED
PROJECT #31941 123 PAGE 6 OF 8
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
Contractor shall submit and/or answer the following:
1. Bidder shall submit documentation with their proposal to indicate their specific
qualifications to perform the specified work, including, but not limited to, all public
or
entities in the State of Texas where said company has worked. ContractInitial
2. Within the last five years, has legal action, including but not limited to, deceptive trade
practices suits, been taken against your company for failure to perform work properly
or for not completing a project? Yes No-La�
3. Within the last five years, has your organization or any officer/partner of your
organization ever been an officer/partner of an organization that failed to complete a
construction contract? Yes Now. If so, attach a separate sheet of
explanation.
4. Within the last five years, has your organization or any officer/partner of your
organization filed for bankruptcy? Yes NoA_. If so, attach a separate sheet of
explanation.
5. Attach an AIA Document No. A305 with a separate sheet with all references including
all public entities. Include contact name and telephone numbers for each and every
reference.
6. Include an audited company financial statement.
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 drains, etc.) which may affect the work.
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 0 00%) 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:
BID #1710 REVISED
PROJECT #31941123 PAGE 7 OF 8
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
If a contractor is awarded the project, project must be completed within the following
working days per roof area (totaling ninety-three (93) days) or contractor will be subject to
liquidated damages as set forth below.
Area "H" of Denton Municipal Complex 20 working days
Senior Center (Levels 1 and 2) 10 working days
Denia Recreation Center 10 working days
North Lakes Recreation Center 10 working days
Civic Center 25 working days
Visual Arts Building 18 working days
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 CITY OF DENTON DIRECTOR OF
MAINTENANCE'S OFFICE.
The undersigned agrees that the Owner may retain the sum of ONE HUNDRED DOLLARS
($100.00) 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.
Payment will be made to the contractor within thirty (30) days after receipt of written
acceptance of project completion from the Owner's representative, contractor's invoice,
and all written warranties from both contractor and manufacturer.
BID #1710 REVISED
PROJECT #31941123 PAGE 8 OF 8
PROPOSAL: REROOFING AT MULTIPLE FACILITIES
CITY OF DENTON, TX
I (or we) agree to promptly furnish a correct and current financial statement of condition
with list of owned equipment and an experience record of completed projects for
examination by owner and architect, if same is required.
SEAL (If by Corporation)
Indicate if: ( ) Partnership
RESPECTF LLY SUBMITTED BY
(Name)
(Title)
/ (Address)
12 4t l! a s / 75-)- Z i
( (.)'Corporation ( ) Sole Owner
If a partnership, list names and addresses of partners:
If corporation, indicate state in which corporation was organized and is existing:
7"Yxc pes
Principal Stockholders: (Name and Address)
ylsp s<u��a a.� /�1 717- Z'Y
Sleeper Sewell h Co.
12222 Merit Drive, Suite 600
Dallas, TB 75251-2231
(214) 419-7500
..................................................
NerIR®
SUN COMMERCIAL ROOFS INC
2419 SOUTHWELL ROAD
DALLAS T% 75229-4519
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
............................................ ...................... ......................................................................................................... .......................... ................................ ............... ................................ ................
CO . Tym OF NSURAMCE POLICY NUMER 'POLICY EFFECTIVE3'OL1CY EXNIATIDrI Lam
LTR DATE WIMODNY) DATE(MMIOD"
................................................ ....................... :................................ :................................ :.............. ................ ...........................................................
...........................................:
EGENERAL AGGREGATE AGMRAL LIABILITY..,000.,.
00 C
..........2.
g COMMERCIAL GENERAL LIABILITY 102962005E paoouCtsCo�wroP ADO• s 1,_ 000, 00 C
PERSONA. a Gov. INJURY € s 1 0 0 0 0 0 C
........
CLAIMS g;ocalR. :08/04/94 05/O1/95_.........__.......... ........ �.............R............
OWNERS A CONrtucrORs PWT. ; EACH OCCUTYREROE s 1!0 0 0! 0 0 C
................................................................ .
€ FIRE BAMAGE (Anr OM Rka) s ............_5 0.i.00 C
MED. DTENSE (Any one Pam^)€ s 5, 0 0 C
A;:
AUTOMONZ
g
LIABSJTY
ANY AUTO
102962W"
..........
ALL OWNED AUTOS
- .:SCHEDULEO
AUTOS
X
HIRED AUTOS
x
NON -OOHED AUTOS.
GARAGE u4surr
................:...................................................................................
EXCESS UASIRY
A:
..g..
:.........
UMBRE.IA FORM
TOO
.._E.
_ ....
OTHER THAN UMBRELLA FORM
.... ...... ................. ........... ..........
.;..... ..... ... ....... ..
WOW"" COMPENNTT^.
A€
1029620030
AMo
EMPLOVOW MUM
STATUTORY LIMITS
:........n........................ I...........:. -.: ............... .................
°08/04/94 05/ 01/ 95.FACH AWDE+T ....... S 500., 001
DISEASE - POLICY LIMIT s 5 0 0 0 01
............................. ..................:.........................
.
............................._...............:..._ .......... _....._......_-_....._.... _. _.. .
DISEASE - EACH EMPLOYEE i 500, 001
oTRRm
........ ..................:.....;:....._................................................... ....:... ..............._.......... .... ............... .
DE OPTION OF OPLAATONBA.00AT ONSNB* XE818PECML RM
RE: CITY OF DENTON-MIILTIPLE FACILITIES. ADDITIONAL INSURED AS
RESPECTS GENERAL LIABILITY AND A WORKERS COMP WAIVER OF SUBROGATION IN
FAVOR OF: THE CITY OF DENTON, ITS OFFICIALS, AGENTS, EMPLOYEES h
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES RE CANCELLED BEFORE THE
gay. EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
OF DENTON 'm.LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY IGND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
I901-B TEXAS STREET
DENTON TX 76201
DATE: FEBRUARY 21, 1995
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID # 1716 - HEAVY EQUIPMENT MECHANIC
RECOMMENDATION: We recommend
Premier Equipment Service Inc. at $32
$66,600.00.
this bid be awarded to the lowest bidder
00 per hour, annual estimated expenditure
SUMMARY: This bid is for an annual contract to supply labor and equipment to
perform maintenance and repairs to the Solid Waste Landfill fleet. Premier Equipment
Service will provide fully trained mechanics, service truck and tools required to do
preventative maintenance, on site repairs, and written reports of such activities for
the heavy equipment at the landfill. Utilization will be on an as needed basis at the
discretion of the Fleet Services Superintendent.
The City of Denton will supply all parts as recommended by Premier Equipment
Service.
This contract will give the City of Denton direct access to expertise and equipment
currently not available from staff. Contracting for a flat per hour fee also allows
for better control of costs and quicker response time.
BACKGROUND: Tabulation Sheet, Recommendation from Fleet Services
Superintendent, Jack Jarvis.
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Solid Waste Landfill
Operations, Fleet Services Division
FISCAL IMPACT: This contract for services will be funded from 1994-95 budget
funds for sublet repairs of equipment Account Number #730-025-0580-8710.
pe t y itted
loyd V . Harrell
City Manager
Approved:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
573.AGENDA
0
z
to
F-
YJ
Q
0
MU)
4949
0
wo
0
��e
z
aQ
Q¢
0
U.*'N
rN
y
H
ova
CC
0Az
CC
oa
w
�Wa
Z�x
a
a
cc
0
o
0
0
W 0.
N
M
N
M
W
aW
0
o
0
In
Q0
n
U
5
LO
0
a
0w
a w
LU
0
ww
wa
iU0)
w
r
W Q
F a
F a
�LUcc
x
_ �
]`�
]�
0
00
x
x
w
w P
Z w
Ci
0 CL
_o
CO
CG Oh
''
N
CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E. McKINNEY / DENTON, TEXAS 76201
MEMORANDUM
TO: Tom Shaw, Purchasing Agent
FROM: Jack Jarvis, Superintendent of Fleet Services
DATE: February 15, 1995
SUBJECT.• BID # 1716--HEAVY EQUIPMENT MECHANIC
Upon review of the four bids received concerning the sublet repair on landfill
equipment, the lowest overall bid was made by Premier Equipment. The hourly rate
(both regular and overtime) submitted by this organization is $32 per hour. Because
keeping the landfill equipment operational at all times is a necessity and doing so may
require work beyond a scheduled forty hour week at times, this fixed rate is the best
offer received.
I recommend awarding bid item # 1716 to Premier Equipment for a one year contract.
Sincerely,
t
8171566-8200 D/FW METRO 434-2529