Loading...
1996-061 ORDINANCE NO (~ ~ [ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVDING 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 ~n 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 1 That the followmg competitive bids for the construction of pubhc works or improvements, as described ~n 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 NLIMBER CONTRACTOR AMOUNI 1858 C D MCKAMIE $ 23,000 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, tmUl such person shall comply with all requirements specified m 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 IH 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 w~th 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 b~ds and the executmn of contracts for the pubhc works and improvements as authorized here~n, the C~ty Council hereby anthonzes the expenditure of funds ~n the manner and ~n the amount as spemfied in such approved b~ds and authorized contracts executed pursuant thereto SECTION V That th~s ordinance shall become effective ~mmedlately upon ~ts passage and approval PASSED AND APPROVED this the Iq?' day of /~qA~-.~,1996 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY CONTRACT DOC DATE MARCH 19, 1996 TO Mayor and Members of the C~ty Council FROM Rink Svehla, Acting C~ty Manager SUBJECT BID # 18S8-REROOFING AT CENTRAL FIRE STATION RECOMMENDATION: We recommend th~s b~d be awarded to the second lowest b~dder, C D McKamte, ~n the amount of $23,000 00 SIIMMAR¥: Th~s b~d ~s for all labor and materials necessary ~n replacing the roof on a section of Central Fxre Statmn The low b~dder has not responded to our contracts or to our phone calls, making h~m non-responsive McKam~e has done roofing projects for the city m the past and ~s a very good contractor ~ Tabulation Sheet, Memorandum from Brace Hemngton dated March 12, 1996, Letter from Mike Barton dated March 12, 1996 PROGRAMS.. DEPARTMENTS OR GROUPSAI~FECTED: F~re Department, C~ty of Denton FISCAL IMPACT: Budgeted funds to reopen Central Ftre Station, Account #100-060-0051-9102 Respectfully submitted Acting C~ty Manager Prepared by Tttle Semor Buyer Approved Name Tom D Shaw, CPM Tttle Purchasmg Agent 715 AGENDA CITY of DENTON, TEXAS MUNICIPAL BUILDING · 215 E McKINNEY · DENTON, TEXAS 76201 (817) 566-8200 · DFW METRO 434-2529 MEMORANDUM TO Denise Harpool, Senior Buyer FROM Bruce Henlngton, Facllztles Manager DATE March 12, 1996 SUBJECT Central F~re Station Roof Renovation It is my recommendation, since the first low bidder was unresponsive, that we award the bid/contract to the next lowest b~dder being C D McKam~e Company It ~s very important that we proceed as soon as possible in order to open the Central F~re Station w~thout delay C D McKamle 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 Br~c~ Henlngton,~FM 3336 fm "Dedicated to Quahty Service" 3003 LBJ FRWY, SUITE 237 March 12, 1996 DALLAS, TEXAS 75234 214/243-5441 Ms Denise Harpool Purchasing C~ty of Denton g01-B Texas Street Denton, TX 76201 RE Bidder Selection for Central F~re Station Dear Ma Harpool We recommend that the City of Denton award the Central Fire Station roofing project to the second lowest bidder, C D McKamle Company The reason for choosing the second lowest bidder ~s that the lowest b~dder has been nonresponslve w~th insurance submittals, failing to comply w~th c4ty requirements The dlscrepanoy betweerl the lowest bid subm~ffed and the other bids received Is believed to be due to the omission of the cost of tnsurance This project consists of a small roof area that is very labor intensive which reflects on ~nsurance rrequ~mments and cost Smoemly, M~ke Barton Regtonal Vioe President MB/vb CORPORATE OFFICE 3003LBJ FRWY * SUITE237 · DALLAS TX 75234 · 2t4/243-5441 · FAX214/241-8921 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered Into th~s .19 day of ~ ~ARC~ A.D., 19 96 , 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 ~ RT. 1 BOX 100 JUSTIN, TEXAS 76247 of the City of JUSTIN , County of 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 s2~.nnn.0n 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 Condltlons, the Notice to Bidders (Advertisement for B~ds), 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 drawlngs and printed or written explanatory matter thereof, and the Speclflcatlons 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 d~rect~on 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 clalms 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: ~ ~~ ~ C.D. MCKAMIE ADDRESS PHONE NUMBER FAX NUMBER TITLE PRINTED NAME APPROVED AS TO FORM: (SEAL) City Attorney AAA0184D Rev. 07/28/94 CA - 3 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS B~dder's attent,on ts directed to the insurance requirements below It ,s highly recommended that bidders confer with their respective insurance carriers or brokers to determine In advance of Bid submission the avallablhty of insurance certificates and endorsements as prescribed and provided herein If an apparent Iow 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 STANDARD PROVISIONS W~thout hmltmg any of the other obhgat~ons or habfl~tms of the Contractor, the Contractor shall prowde and maintain until the contracted work has been completed and accepted by the C~ty of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of b~d award, Contractor shall file w~th the Purchasing Department satisfactory certificates of insurance, containing the b~d number and t~tle of the project Contractor may, upon wntten request to the Purchasing Department, ask for clanflcat~on of any insurance requirements at any bme, however, Contractors are strongly advised to make such requests pnor to b~d opemng, since the ~nsurance requirements may not be modified or wmved after b~d opemng unless a written exception has been submitted with the b~d 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 pohcms proposed or obtained in satmfactmn of these requirements shall comply with the following general specifications, and shall be maintained in comphance w~th these general specifications throughout the duration of the Contract, or longer, ~f so noted · Each pohcy shall be ~ssued by a company authonzed to do bus~ness ~n the State of Texas w~th an A M Best Company rating of at least · Any deductibles or self-~nsured retentions shall be declared ~n the b~d proposal If requested by the C~ty, the insurer shall reduce or ehmmate such deductibles or self-~nsured retentions w~th respect to the C~ty, its AH'00BA I REVISLD 10112194 Insurance Requirements Page 2 ofhc~als, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related invest~gat~ons, claim adm~mstrat~on and defense expenses · Llab~hty pohcles shall be endorsed to prowde the following · ® Name as additional ~nsured the C~ty of Denton, ~ts Ofhcmls, Agents, Employees and volunteers · · That such insurance m primary to any other ~nsurance available to the additional insured w~th respect to claims covered under the pohcy and that th~s insurance apphes separately to each insured against whom claim is made or su~t m brought The inclusion of more than one insured shall not operate to increase the insurer's hm~t of hablhW · All pohcles shall be endorsed to prowde thirty(30) days prior written notice of cancellation, non-renewal or reduction in coverage · Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of th~s contract and, w~thout lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rme 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 hm~t prowdlng for claims investigation or legal defense costs to be included m the general annual aggregate limit, the contractor shall e~ther double the occurrence hm~ts or obtain Owners and Contractors Protective L~ab~hty Insurance · Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the C~ty receives satmfactory ewdence of reinstated coverage as required by this contract, effective as of the lapse date If insurance ~s not reinstated, C~ty may, at ~ts sole option, terminate thru agreement effective on the date of the lapse AFF00BAI REVISED 10/12/~4 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All ~nsurance pohcms proposed or obtained in satisfaction of th~s Contract shall additionally comply with the following marked spec~flcatmns, and shall be maintained ~n comphance with these add~tmnal specifications throughout the duration of the Contract, or longer, ~f so noted ~ A General Llablhty Insurance General Llab~hty insurance w~th combined single hm~ts of not less than __ $1,000,000.00 shall be provided and maintained by the contractor The pohcy shall be written on an occurrence basis e~ther ~n a single pohcy or ~n a combination of underlying and umbrella or excess pohcms If the Commercial General L~ablhty form (ISO Form CG 0001 current ed~tmn) is used · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual hab~hty covering th~s contract and broad form property damage coverage · Coverage B shall ~nclude personal ~njury · Coverage C, medical payments, is not required If the Comprehensive General Llab~hty form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall ~nclude at least · Bodily injury and Property Damage L~ab~hty for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures · Broad form contractual hab~hty (preferably by endorsement) covering th~s contract, personal injury hab~hty and broad form property damage hablhty AFFOOBAI Insurance Requirements Page 4 Automobile Llab,hty Insurance Contractor shall prowde Commercial Automobile L~ab~l~ty msurance w~th Combined Single L~m~ts (CSL) of not lessthan$500~000 00elthertn a single policy or ~n a combination of basic and umbrella or excess pollmes The policy w~ll include bodtly injury and property damage liability artsmg out of the operation, maintenance and use of all automobiles and mobile equipment used ~n conjunctton w~th thru contract Satisfaction of the above requirement shall be m the form of a policy endorsement for · any auto, or · all owned, hired and non-owned autos Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation tnsurance which, in addition to meeting the m~mmum statutory requtrements for tssuance of such tnsurance, has Employer's L~abthty I~m~ts of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 poltcy Itmtt for occupational d~sease The City need not be named as an "Addtttonal Insured" but the insurer shall agree to waive all r~ghts of subrogation against the City, ~ts offlctals, agents, employees and volunteers for any work performed for the C~ty by the Named Insured For building or constructton projects, the Contractor shall comply w~th the provisions of Attachment 1 in accordance w~th §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensatton Commlsston (TWCC) [ ] Owner's and Contractor's Protective Llabdlty Insurance The Contractor shall obtain, pay for and maintain at all braes during the prosecution of the work under this contract, an Owner's and Contractor's Protective Llablltty insurance pohcy naming the C~ty as insured for property damage and bodtly ~njury which may ar~se tn the prosecution of the work or contractor's operations under th~s contract Coverage shall be on an AFFOOBAI REVISED I0/12/~4 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be ~ssued by the same ~nsurance company that carnes the contractor's hab~hty insurance Policy hmlts w~ll be at least combined bodily injury and property damage per occurrence w~th a aggregate [ ] Fire Damage Legal L,ablllty Insurance Coverage is required ~f Broad form General Llab~ht¥ is not provided or is unavailable to the contractor or ~f a contractor leases or rents a port~on of a City building Limits of not less than each occurrence are required [ ] Professional Llab,hty Insurance Professional liability insurance with hm~ts not less than per claim w~th respect to negligent acts, errors or omms~ons ~n connection w~th professional services is required under this Agreement [ ] Budders' Risk Insurance Builders' Risk Insurance, on an AII-R~sk form for 100% of the completed value shall be provided Such pohcy shall include as "Named Insured" the City of Denton and all subcontractors as their ~nterests may appear [ ] Add,tlonal Insurance Other insurance may be required on an mdlwdual bas~s for extra hazardous contracts and specific service agreements If such additional insurance ~s required for a specific contract, that requirement will be described m the "Specific Conditions" of the contract specifications AFFOOBAI Insurance Requirements Page 6 ATTACHMENT 1 Worker's Compensation Coverage for Building or Construction Projects for Governmental Ent,tJes A Dehn~t~ons Cert~hcate of coverage {"certlflcate")-A copy of a cert~hcate of ~nsurance, a certificate of authority to self-insure ~ssued by the commms~on, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entlty's employees providing serwces on a project, for the duration of the project Duration of the project- includes the t~me from the begmmng 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 prowdmg serwces on the project ("subcontractor" ~n §406 096) - includes all persons or ent~t~es performing all or part of the services the contractor has undertaken to perform on the prolect, regardless of whether that person contracted directly w~th the contractor and regardless of whether that person has employees Th~s includes, w~thout hm~tat~on, independent contractors, subcontractors, leasing companms, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to prowde services on the project "Serwces" ~nclude, without hm~tat~on, prowd~ng, hauling, or dehvenng equipment or materials, or prowd~ng labor, transportation, or other serwce related to a project "Services" does not include act~wtms unrelated to the project, such as food/beverage vendors, ofhce supply dehver~es, and dehvery of portable toilets B The contractor shall provide coverage, based on proper reporting of class~hcatlon codes and payroll amounts and hhng of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011 (44) for all employees of the contractor prowdmg serwces on the project, for the duration of the project AFFOOBA I 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 dunng the duration of the project, the contractor must, pnor to the end of the coverage period, file a new certificate of coverage w~th the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing serwces on a project, and provide to the governmental entity (1) a certificate of coverage, pnor to that person beginning work on the project, so the governmental entity w~ll have on file certificates of coverage showing coverage for all persons prowd~ng,servlces 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 penod shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certlhcates of coverage for the duration of the project and for one year thereafter G The contractor shall not~fy the governmental entity in wntmg by certified ma~l or personal dohvery, within 10 days after the contractor knew or should have known, of any change that matenally affects the provision of coverage of any person providing services on the project H The contractor shall post on each project s~te a not~ce, m the text, form and manner prescribed by the Texas Workers' Compensation Commission, inform~ng 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 AFFOOBA I REVISED 10/12/94 Insurance Requirements Page 8 The contractor shall contractually require each person w~th whom ~t contracts to prowde services on a project, to (1) prowde coverage, based on proper reporting of classification codes and payroll amounts and fll~ng 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) prowde to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage ~s being prowded for all employees of the person prowdmg services on the project, for the duration of the project, (3) prowde the contractor, pnor to the end of the coverage penod, 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 w~th whom ~t contracts, and prowde 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, ~f 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 duratmn of the project and for one year thereafter, (6) not~fy the governmental entity m writing by certified ma~l or personal delivery, w,th~n 10 days after the person knew or should have known, of any change that matenally affects the prowsmn of coverage of any person prowd~ng services on the project, and AFF00BA I 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 prowded to the person for whom they are providing serwces J By slgmng this contract or prowdlng or causing to be prowded a certificate of coverage, the contractor Is representing to the governmental entity that all employees of the contractor who w~ll provide serwces on the project w~ll be covered by workers' compensation coverage for the duration of the project, that the coverage w~ll be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed w~th the appropriate insurance carrier or, ~n the case of a self-insured, w~th the commms~on's D~ws~on of Self-Insurance Regulation Providing false or misleading information may subject the contractor to adm~mstrat~ve penalties, crlmmal penalties, C~Vll penalties, or other c~vll actions K The contractor's failure to comply w~th any of these provisions ~s a breach of contract by the contractor which ent~tles the governmental entity to declare the contract void cf the contractor does not remedy the breach within ten days after recmpt of not~ce of breach from the governmental entity AFF00BAI REVISED 10/12194 PROPOSAL REROOFING AT CEN'I RAL I, IRE ~ FA FION DENTON, '1 EXAS MR TOM SHAW, PURCHASING AGEN~I CITY OF DENTON 901-B FEXAS STREE~I DEN FON, FEXAS 76201 Dear Mr Shaw Fhe undersigned, in cumphance with your advertlsc~nent for Bids for Reroofing on certain areas of the following braiding 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 m performing the work under the Contract Documents, of which thc Proposal is a part Attached herewith, please find (~?aghler's Check) (Certafied Check) (Bid Bond) in the /ff/~/,~ , five percent amount of $ (5%) of the bid / 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, Matenals, Execution, Drawings, and Contract for Project #31951218 and Conditions for Rerooflng work, and having examined the premises and c~rcumstances affecting the work, the undersigned offer OFFER I To furnish all labor, material, tools, equipment, transportation, bonds all apphcable taxes, incidentals, and other facd~t~es, and to perform all work for the sa~d rerooflng for the following area BASE BID TO REROOF CERTAIN AREAS OF THE CENTRAL FIRE STATION TOTAL $ UNIT PRICE PROPOSAL Remove and replace damaged decking $ '~/'~""~ per square foot 1 2 Remove and replace deteriorated naders $~.,~4"~ per hnear foot 3 Install four tach (4") roof dram $ ~f ~ each 4 Instal~ fo_.ur ~nch (4") cast ~ron dram hne complete w~th all connections, elbows, etc $~_~per hnear foot 5 Add~bonal cost 9ver and above the contract amount for weekend or overtime requested by the Owner $~1_/, ~ add~tmnal cost per man per hour QUALIFICATIONS 2 Contractor shall fdl ~n below matenal manufacturer's company name of matenals being b~d on Membrane (CTEM) Coal-Tar Elastomerlc Base Sheet ~-'-~-~' B,tumen PROPOSAL REROOFING AT CENTRAL FIRE STATION CITY OF DENTON, TX EXAMINATION OF SITE 3 By s~gn~ng the Proposal Form, contractor acknowledges he or an authorized representative has examined the roofs and ~s aware of all held conditions (rooftop equipment, penetrations, roof drams, etc ) which may affect the work TAXE 4 Tax Exempt Number ~.-~/..~/-,~o -//..~ - O shall be used on th,s project Tax shall not be ~ncluded in your bid Upon receipt of notme of acceptance of th~s b~d, within th~r~y (30) days of the date of this proposal, I (or we) agree to execute the formal contract w~thm ten (10) days thereafter, and to del~ver an Insurance Cert~hcate, a SURETY BOND m the amount of ONE HUNDRED PERCENT (100%) of the contract pnce 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 ~n the spec~fmat~ons within the t~me limits set forth below subject to additional days that may be added due to inclement weather and/or other justified and reasonable extensions or t~me as may be approved by the Owner Contractors that are awarded contracts shall be prepared to immed~ately s~t down w~th the C~ty of Denton Representatives and present a plan that w~ll dlustrate how progression of work ~s to take place to ~nsure completion of all work w~thm spec~hed t~me hm~ts The t~me hm~ts are as follows If a contractor ~s awarded the project, project must be completed w~thm ~ (~,c,) work~ng days or contractor wdl be subject to hqu~dated damages as set forth 15elow A working day ~s defined as a calendar day, not ~nclud~ng Saturdays, Sundays, or legal hohdays, ~n whmh weather or other conditions not under the control of the company wdl perrn~t the performance of the pnnc~pal un~ts of work underway for a continuous penod 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 wdl be charged against the working time when weather conditions wdl permit seven (7) hours of work as dehneated above A pnnc~pal umt of work shall be that umt whmh controls the completion t~me of the agreement Nothing ~n th~s ~tem shall be construed as prohibiting the company from working on Saturdays ~f ~t so desires If Sunday work ~s permitted by the Owner, brae wdl be charged on the same bas~s 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 pa~d to the undersigned for each calendar day that the work contemplated remains ~ncomplete beyond the t~me set forth, Sundays and hohdays INCLUDED Thru amount ~s agreed upon as the proper measure of hqu~dated damages whtch the Owner will sustain per day by fadure of the undersigned to complete the work at the stipulated t~me, and ~s not to be construed m 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 wntten acceptance of project complebon from the Owner's representative, contractor's ~nvolce, and all written warrant~es from both contractor and manufacturer I (or we) agree to promptly furnish a correct and current financial statement of condition w~th hst of owned equipment and an expenence record of completed projects for examination by Owner and amh~tect, ~f same is required SEAL (If by Corporatmn) RESPECTFULLY SUBMITTED BY (Title) (Address) /~.- / ~/00 Indmate ~f ( ) Partnership ( ) Corporation (~Sole Owner If a partnership, list names and addresses of partners If corporation, indicate state in which corporation was orgamzed and m ex~sbng ~...~' Pnnmpal Stockholders (Name and Address) ONLY AND GONFER8 NO ~ UPON THE OERIIFIGATE