Loading...
1993-065ORDINANCE NO. 95 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 com- petitive 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 receiv- ed and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or im- provements 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 con- struction 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 be- ing the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 1486 ARCHITECTURAL UTILITIES INC. $118,394_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, 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 Propos- als, and documents relating thereto specifying the terms, condi- tions, plans and specifications, standards, quantities and speci- fied 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 here- by 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 im- mediately upon its passage and approval. PASSED AND APPROVED this theoday of .1993. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY CASTLEBERRY, /tC• C BY: DATE: APRIL 27, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1486 - GENERAL CONSTRUCTION AND RENOVATION OF MLK RECREATION CENTER (MOISTURE ABATEMENT) RECOMMENDATION: We recommend this bid be awarded to the lowest bidder Architectural Utilities Inc. in the total amount of $118,394.00. SUMMARY: This bid is for the general construction of moisture abatement recommendations designed by Corgan Associates Architects. The intent is to control the high moisture conditions at the MLK Recreation Center facility. The bid price includes the base bid, alternate 1 and alternate 6 (see letter from Corgan Associates dated 4-7-93 for complete listing of work). The completion date for the project is July 17, 1993. All work is designed to have minimal effect on the use of the facility and should not interfere with normal activities associated with the recreation center. BACKGROUND: Tabulation sheet, Corgan Associates Architects letter dated April 7, 1993. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Park and Recreation Department, MLK Recreation Center and Citizens of Denton. FISCAL IMPACT: Funds for this moisture abatement program will come from Park Bonds account #444-031-PARK-8905-9101. spectfully submitted: L oyd V: arrell City Manager Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent agenda.363 b00'3-9Ud T8Z8 £S9 PTE SZ:ST £6. 8 add R i 1 A ~7r i t R z P a w m A~.°, fa 24 1 1 c' le jam 4cl, J., fi , Q t G) S''+ ~ ~ ~ U ~ f b0 'd Z69bZ8£2,Z8Z Ol ti8Z8- £99 HUD Ri y -MbbQ C~p .00 p An 41 aGGlow ~aya Woad 6£:SL £66Z-80-add RPR-08-1993 15:40 FROM CAR 653-8281 TO 18173824692 P.05 10 - Cwgan Awda n Anhdwb 7 April 1993 City of Denton Martin Luther King Recreations Center Base Bid • Install french drain around entire facility perimeter. • Add five dewatering veins under southwest corner of gymnasium where conditions are unusually wet. • Install five lift stations to collect and remove water intercepted by new french drain. • Rebuild all existing crawl space sump pumps. • Install one additional crawl space sump pump. Rewire all existing sump pumps in crawl space in rigid conduit. • Rebuild all existing crawl space ventilation intake penetratiow. • Place polyethylene vapor retarder on top of crawl space soil under entire facility. • Install concrete curb in courtyard and around electrical transformer slab. • Rebuild all concrete splashblocks and directors. Install concrete downspout discharges as needed. Re grade courtyard planting bed to promote positive drainage away from building. . • Install gutters and downspouts on building in courtyard and along east facade. • Extend existing downspout discharges as needed. • Install self-regulating heat tape on all cold water supply pipes and all fire sprinkler pipes in attic space. Alternate No. 1 • Regrade crawl space soil to eliminate existing high and low spots. • Regrade crawl space soil to locally slope down to each of the 4 sump locations. • Regrade crawl space soil to provide improved air circulation throughout entire crawl space. • R egr a crawl space soil to maintain adequate air flow under each interior floor Alternate No. b Install five additional galvanized metal crawl space ventilation intake penetrations under perimeter beam at the gymnasium. This will include 3 new vents along the north wall and 2 new vents along the south wall. 93013/OO/C5/DAL7 TOTAL P.05 APR 8 193 15:26 214 653 8281 PRGE.005 APR-08-1993 15:36 FROM CAA 653-8281 7 April 1993 Mr. Bruce Henington Superinatendent, Facilities Management City of Denton, Civic Center 321 Past McKinney Denton, Texas 76201 Re: City of Denton MLK Center Martin Luther King Recreation Center Dear Bruce: TO 18173824692 P.02 We have completed our review of the Bids received on 4/6/93 for the MLK Recreation Center remedial work. Four bids were received from Contractors; all considered qualified and able to perform a project of this scope and type. The low base proposal was submitted by Architectural Utilities, Inc. They have successfully bid and completed construction contracts with our firm involving large amounts of underground utilities and earthwork We have enclosed a bid tabulation for your review. In evaluating these proposals, we offer the following: As you are aware, the scope of this project evolved during the design phase following our initial evaluation. The specific components of the solution initially proposed (to eliminate the problems high ground water is causing in the facility) were modified based on our further detailed field investigations. The following items are identified which changed and added to the scope of the work: 1. Adding dewatering veins under the southwest corner of the gymnasium. 2. Adding additional gutters and downspouts. 3. Adding planting bed grading. 4. Adding concrete water diversion curbs and slabs. 5. Rebuilding the existing air vents. 6. Adding a larger ventilation fan. 7. Increasing the amount of grading under the building. 9101YOWC&DA,I S Dorgan associates Architects $01 Elm Street Suite 5W Dallas, Texas 752023334 Tel 21474$ 211011 Fax 214 653 $201 Architecture SPOCe Planning/interior Despn Master Planning APR 8 '93 15:24 214 653 8281 PAGE.002 APR-08-1993 15:39 FROM CAA 653-8281 TO 18173824692 P.03 Mr. Bruce Henington 7 April 1993 We evaluated the aspects of all proposed "components" of the remedial work and selected the most cost effective and value oriented components for the Base Bid work. This "evolution" in strategy priontized the originally listed preliminary menu of work items presented to the council. Based on our analysis of the bids, we recommend award of the Base Bid of $97,344.00, Alternate No. 1 (regrading under the building) at $18,000.00 and Alternate No. 6, (installing new ventilation cisterns) at $2,950.00. These three items together total $118,394.00 which is very close to the City's budget of $118,000.00. In our opinion this combination of items will satisfactorily accomplish the intended objectives of the Phase I program. We have attached a listing of items included in this recommendation for your review. We have discussed this Contractor's bid with him and he feels confident in his ability to complete the project satisfactorily. As agreed we will monitor and evaluate the success of the phase I work for 6 months after completion. If needed, we will recommend previously included in our report) implementation of Phase II. Z do, however, feel the Phase I work will significantly reduce the presence of water under the building. Please call if you have any questions. We stand ready to assist the City in successfully completing Phase I of this needed remedial work. Sincerely, rent Bye WrS4 ' Principal 9WI3/0WCSMAL5 APR 8 '93 15:25 214 653 8281 PAGE.003 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON ) ( THIS AGREEMENT, made and entered into this 27 day of APRIL A.D., 19 93, by and between VTTY 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 cARCBITEC UTILITIES. INC_. 3n0 WEST RnNCF FT WORTH TEXAS 76110 of the City of FT WORTH , County of TARRANT and State of mcvnc , 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 bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1486 - GENERAL CONSTRUCTION AND RENOVIATION OF MGR RECREATIONAL CENTER in the amount of $118,394.00 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, blueprints, and CA-1 0114s other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CORGAN ASSOCIATES TN- I , 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 0114s IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. (SEAL) ATTEST: Y. Doug rumbaugh Vice resident CA-3 0114s PERFORMANCE BOND THE STATE OF TEXAS BOND $ 3-151-668 KNOW ALL MEN BY TBESE PRESENTS: COUNTY OF ( DENTON ) THAT we, ARCHITECTURAL UTILILITES INC. as Principal, and West American Insurance company 136 North Third Street, Hamilton, Ohio 45026 as Surety, are hereby held and firmly bound unto the City of Denton, hereafter called Obligee, in the penal sum of $ 118,394.00 which is the full amount of Principal's contract with the named Obligee, for the payment of which sum the said Principal and Surety bind themselves, their heirs, executors, administrators and successors, jointly and severally firmly by these presents. WHEREAS, the principal has entered into a written contract dated 4-27-93 with Obligee named, to do and perform certain construction work as provided in said contract and the related plans, specifications, general conditions and other contract documents, all of which are by reference made a part hereof. NOW, THEREFORE, the conditions of this Obligation is such that if the Principal shall faithfully perform all of the work in accordance with the plans, specifications general conditions and contract documents, and shall faithfully perform each, every and all other obligations incumbent upon him under the terms of said written contract referred to, and shall fully indemnify and save harmless the Obligee from all costs, expense and damage which it may suffer or incur because of Principal's default, or failure so to do, then this obligation shall be void, otherwise it shall remain in full force and effect. In the event Principal shall default in the faithful performance of the work called for by said written contract, plans, specifications and contract documents, the Surety shall within 15 days of the determination of default (determined as provided in said contract, general conditions and contract documents) take over and assume completion of said contract, or within such 15 day period make other arrangements satisfactory with the Obligee for completion of the contract, and said Surety shall become entitled thereupon to the payment or benefit of the balance of the contract price as the same matures according to its terms. The Surety, for the protection of the Obligee herein, waives notice of, and, hereby consents to any subsequent modification or alteration both in the work to be performed by the Principal, and the consequent price or sums to be paid by the Obligee, as well as any other change, or amendment, addition or deletion in the contract documents during the progress of the work, including but not limited to all extensions of time or other indulgences permitted the Principal. 16 March 1993 Performance Bond Form - 1 CAA 93013.00 Notwithstanding any other provision, the liability of the Surety on this bond shall never exceed the penal sum stated in first paragraph. This Performance Bond is given in compliance with the terms and provisions of Article 5160 of the Revised Civil Statutes as amended by Chapter 93, H.B. 344, Acts of the 72nd, Legislature, Regular Session, approved and effective 1991 particularly Section A(a) thereof, and this bond and all of the provisions herein contained shall be solely for the protection of the named Obligee which has awarded the contract referred to. The undersigned, corporate Surety, does by the execution of this Bond solemnly warrant and represent that it is duly authorized to do business in Texas. Executed this 5th day of may 3 Attest: ARCH E A UT L T INC. Principal By Title B. Dou ce President Approved as to Form by Obligee: WEST ArU Surety By By D vid C. Oxford Title ttorney-in-Fact NOTE: 1. This bond must be payable to the awarding authority, City of Denton as the named obligee, and it must be approved as to form by such awarding authority. 2. This bond must be furnished before any work is commenced. 3. Surety must be a corporate surety duly authorized to do business in Texas. 4. This PERFORMANCE BOND must be in the full amount of the contract which it secures. 5. Power of Attorney from Corporate Surety should be attached to this Performance Bond. END OF BOND 16 March 1993 Performance Bond Form - 2 CAA 93013.00 PAYMENT BOND THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF ( DENTON ) THAT we, ARCHITECTURAL UTILITIES INC. as Principal, and West American Insurance Company 136 North Third St., Hamilton, ohin 45026 as Surety, are hereby held and firmly bound unto the City of Denton, hereafter called Obligee, for the sole use, benefit and protection of all claimants supplying labor and material (as hereinafter defined) in the prosecution of the work provided for in the written contract hereafter referred to in the penal sum of $ 118,394.00 . which is the full amount of Principars contract with the named Obligee, for the payment of which sum the said Principal and Surety bind themselves, their heirs, executors, administrators and successors, jointly and severally firmly by these presents. WHEREAS, the principal has entered into a written contract dated 4-27-93 with Obligee named, to do and perform certain construction work as provided in said contract and the related plans, specifications, general conditions and other contract documents, all of which are by reference made a part hereof. NOW, THEREFORE, the conditions of this Obligation is such that if the Principal shall promptly make payments to all claimants supplying labor and material (as hereafter defined) in the prosecution of the work provided in said contract, the related plans, specifications, general conditions and other contract documents, then this obligation shall be void, otherwise it shall remain in full force and effect. The Payment Bond is given in compliance with the terms and provisions of Article 5160 of the Revised Civil Statutes of the State of Texas as amended by Chapter 93, H.B. 344, Acts of the 72nd Legislature, Regular Session, approved and effective 1991 particularly Section A(b) thereof, and the claimants referred to in this bond are those defined by such amendment to Article 5160, and this bond shall be solely for the protection of all such claimants supplying labor and material as defined in such amendment, in the prosecution of the work provided for in said contract, and shall be for the use of each such claimant and one others. The undersigned, corporate Surety, does by the execution of this Bond solemnly warrant and represent that it is duly authorized to do business in Texas. 16 March 1993 Payment Bond Form - 1 CAA 93013.00 Executed this 5th day of May . 19 93 Attest: ARC IT L NI T~ SINC. Principal By LAV i FWAMI Title B. D u Alumbau , Vice President Approved as to Form by Obligee: WEST RICAN INSURANCE COMP Surety 6jkA ~ i By By ' . 0 fo Day d C Title Att rney-in-Fact NOTE: 1. This bond must be payable to the awarding authority, City of Denton as the named obligee, and it must be approved as to form by such awarding authority. 2. This bond must be furnished before any work is commenced. 3. Surety must be a corporate surety duly authorized to do business in Texas. 4. This PAYMENT BOND must be in the FULL amount of the contract. 5. Power of Attorney from Corporate Surety should be attached to this Payment Bond. END OF BOND 16 March 1993 Payment Bond Form - 2 CAA 93013.00 CERTIFIED COPY OF POWER OF ATTORNEY WEST AMERICAN INSURANCE COMPANY ADMIN6TEATIVE OMCF, HAMTON, OHIO No. 818 ?Rnnfa jk11 ffltn bg Thtst 11resents: That WEST AMERICAN INSURANCE COMPANY, in pursuance of authority granted by Article VI, Section 1 of the By-Laws of said Company, does hereby nominate, constitute and appoint: David C. Oxford or Steve Rickenbacher or Helen Zook or Rudolph Norris or Clinton Norris or Michele Degnon - - of Dallas, Texas - - its true and lawful agent and morney -in-fatt, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance SIX MILLION (s 6,000,000.00-)Dollars, excluding, however, any bond(s) or undertaking(s) guaranteeing the payment of notes and interest thereon And the execution of such bonds or undertakings in pursuance of then presents, shall be as binding upon said Company, at fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Hamilton, Ohio, in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named anomey(s)-in-fact. ~ In ders =.y Insurance ~aEnsy huWfhnun o, subscribed his~nameoandraffxed the Csaid Se l ofnthe said West American Insurance Company this l4thlay of January 19 92. s 1323 ve~I STATE OF OHIO, ` Vice President 55. the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came John B. Vail, Via President of WEST AMERICAN INSURANCE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly mom deposeth and saith, that be is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Sal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official stWSt rtat Seal at the City of Hamilton, State of Ohio, t and year first above written. ♦:2., ti ` J. Notary Pubic to n of Bu der, State of Ohio res -mp My Commission =pi DAC tuber 2fi I.UE._ This power of attomey is granted under and by authority of Article VI, Section I of the By-Laws of the Company, extracts from which read ARTICLE VI SECTION 1. APPOINTMENT OF RESIDENT OFFICERS. The Chairman of the Board, the President, any Vice President, a Secretary, or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint an one or more suitable persons as a resident Vice President or a resident Assistant Secretary, or to appoint attorneys m fact for the purpose of signing the name of the corporation as surery or guarantor, and co execure, xr= the corporate seal, acknowledge and deliver any and all bonds, recognizances, stipulations, undertakings or other imttuments of surety-ship or guarantee, and pol- icies of insurance to be given in favor of an individual. Firm, corporation, or the official representative thereof or to any county or state, or any official board or boards of any county or state, or the United States of America, or to any other political sub- division. This instmment is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on April 24, 1980. RESOLVED, That the signature of any officer of the Company authorized b Article VL Section L of the By-Laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary artifYying to the correctness of any copy of a power of anomey and the se of the Company may be affixed by facsimile to any power of anomey or copy thereof issued on behalf of the Company. Such signatures and sal are hereby adopted by the Company as original signatures and se, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATE I, the undersigned Assistant Secretary of West American Insurance Company, do hereby certify that the foregoing power of anomey, Article VI Section I of the by-laws of the Company and the above Resolution of its Board of Directors are true and correct copies and are in full force and effect on this date. IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this 5th day of May A.D., 19 93 i-`,'rve9~~~i 1923 e~ Z. COUNTY OF BUTLER On this 14th day of January A. D. 19 92 before SUPPLEMENTARY CONDITIONS TO THE CONTRACT 1.01 SUPPLEMENTS: The following supplements modify, change, delete from or add to the "General Conditions of the Contract for Construction," AIA Document A201, Fourteenth Edition, 1987. Where any Article of the General Conditions is modified or any Paragraph, Subparagraph or Clause thereof is modified or deleted by these supplements, the unaltered provisions of that Article, Paragraph, Subparagraph or Clause shall remain in effect. 1.02 REFERENCE TO DIVISION 1: Where provisions of General Conditions relate to project administrative or work-related requirements of the Contract, some of those paragraphs are supplemented by Sections of Division 1, "General Requirements" of the Specifications. ARTICLE 1; GENERAL . PROVISIONS 1.2 EXECUTION, CORRELATION AND INTENT Add the following Clause 1.2.3.1 to Subparagraph 1.2.3: 1.2.3.1 Should Drawings disagree in themselves or with Specifications and are not clarified by addendum, the better quality or greater amount of Work or materials shall be estimated upon and, unless otherwise ordered by Architect in writing, shall be performed and furnished. Figures given on Drawings govern scale measurements, and large-scale details govern small scale drawings. Add the following Subparagraph 1.2.6 to 1.2: 1.2.6 Specifications determine nature and setting, workmanship and quality of materials; Drawings establish the design, quantities, dimensions and details; schedules give locations. ARTICLE 2; OWNER 2.2 INFORMATION AND SERVICES REQUIRED OF THE OWNER Delete Subparagraph 2.2.5 and substitute the following: 2.2.5 The Contractor will be furnished, free of charge, 15 blue-line print sets of the Drawings and 15 copies of the Project Manual. Contractor will be furnished as many additional copies as he may require, provided Contractor pays cost of reproduction and handling. ' 16 March 1993 SUPPLEMENTARY CONDITIONS - 1 CAA 93013.00 ARTICLE 3; CONTRACTOR 3.2 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR Add the following sentences to Subparagraph 3.2.2: If a dimensional discrepancy exists, the Contractor shall take field measurements required for the proper fabrication and installation of the work. Upon commencement of any item of work, the Contractor shall be responsible for dimensions related to such item of Work and shall make any corrections necessary to make work properly fit at no additional cost to the Owner. 3.3 SUPERVISION AND CONSTRUCTION PROCEDURES Add the following sentences to Subparagraph 3.3.1: Contractor shall bear sole responsibility for design and execution of acceptable trenching and shoring procedures, in accordance with State of Texas HB 662 and HB 665. On trench excavations in excess of five feet in depth, Contractor shall pay a qualified engineer to prepare detailed plans and specifications directing Contractor in the safe execution of trenching and shoring, unless other procedures are reviewed and accepted in writing by the applicable authorities prior to commencing trenching work. Add the following sentences to Subparagraph 3.3.3: Before ordering any material or doing any work, the Contractor shall verify all dimensions and check all conditions in order to assure himself that they properly reflect those on the Drawings. Any inconsistency shall be brought to the attention of the Architect. In the event that discrepancies occur between ordered material and actual conditions, of which the Architect was not notified beforehand, costs to correct such discrepancies shall be borne by the Contractor. 3.4 LABOR AND MATERIALS Add the following Subparagraphs 3.4.3 and 3.4.4 to 3.4: 3.4.3 After the Contract has been executed, the Owner and Architect will consider a formal request for the substitution of products in place of those specified only under the conditions set forth in the General Requirements (Division 1 of the Specifications). 3.4.4 By making requests for substitutions based on Subparagraph 3.4.3 above, the Contractor: 16 March 1993 SUPPLEMENTARY CONDITIONS - 2 CAA 93013.00 1 represents that the substitute product a to that specified; .2 represents that the substitution that the .3 certifies that the cost under this Contract e for additional costs apparent; and .4 will coordinate the changes as may be i ARTICLE 4; CLAIMS AND 4.2 ARCHITECT'S Add the following sentence to Contractor has personally investigated the proposed I determined that it is equal or superior in all respects will provide the same warranty for the would for that specified; presented is complete and includes all related costs the Architect's redesign costs, and waives all claims d to the substitution which subsequently become ion of the accepted substitute, making such for the Work to be complete in all respects. TION OF THE CONTRACT 4.2.3: The Architect will have no control Qver or charge of and will not be responsible for acts or omissions of Contractor, subcontractors, or their agents or employees, in regard to design and execution of acceptable and appropriate trenching and shoring operations. Add the following sentence to Subparagraph 4.2.7: The Architect will not be responsible for reviewing or acceptance of Contractor's means and methods for trenching and shoring ibbligations required under Paragraph 3.3. 4.3 CLAIMS AND DISPUTES Add the following Clauses 4.3.8.3 Abnormal weather c conditions which prevents work on predefined critical work sequence normal seasonal weather condition the National Weather Service 30-5 to the precipitation days indicated. 4.3.8.4 Contractor shall any such delay. 4.3.8.4to Subparagraph 4.3.8: iditions not reasonable anticipated shall mean weather e Project which have a direct effect on the Contractor's Contractor's schedule shall take into consideration number of precipitation days per month (as defined by average) along with muddy site days directly related the Architect within 5 calendar days after the start of 16 March 1993 SUPPLEMENTARY CONDITIONS - 3 CAA 93013.00 4.5 ARBITRATION Delete Paragraph 4.5 and Subparagraphs 4.5.1 through 4.5.7, inclusive, in their entirety. ARTICLE 5; SUBCONTRACTORS 5.2 AWARD OF SUBCONTRACTS AND OTHER CONTRACTS FOR PORTIONS OF THE WORK Add the following Clause 5.2.1.1 to Subparagraph 5.2.1: 5.2.1.1 Not later than 30 days after the date of the executed Contract, the Contractor shall furnish in writing to the Owner through the Architect the names of persons or entities proposed as manufacturers for each of the products identified in the General Requirements (Division 1 of the Specifications) and, where applicable, the name of the installing Subcontractor. ARTICLE 7; CHANGES IN THE WORK 7.3 CONSTRUCTION CHANGE DIRECTIVES 7.3.6 In the first sentence, delete the words "a reasonable allowance for overhead and profit" and substitute the words "an allowance for overhead and profit in accordance with Clauses 7.3.10.1 through 7.3.10.6 below". Add the following Subparagraph 7.3.10 to 73: 7.3.10 In Subparagraph 7.3.6, the allowance for the combined overhead and profit included in the total cost to the Owner shall be based on the following schedule: For the Contractor, for Work performed by the Contractor's own forces, 10 percent of the cost. .2 For the Contractor, for Work performed by the Contractor's Subcontractor, 10 percent of the amount due the Subcontractor. .3 For each Subcontractor or Sub-subcontractor involved, for Work performed by that Subcontractor's or Sub-subcontractor's own forces, a mutually- acceptable fixed fee or percentage of the cost, maximum 10 percent of the cost. .4 For each Subcontractor, for Work performed by the Subcontractor's Sub- subcontractors, a mutually-acceptable fixed fee or percentage of the cost, maximum 10 percent of the amount due the Sub-subcontractor. 16 March 1993 SUPPLEMENTARY CONDITIONS - 4 CAA 93013.00 .5 Cost to which overhead and profit is to be applied shall be determined in accordance with Subparagraph 7.3.6. .6 In order to facilitate checldng of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. Iabor and materials shall be itemized in the manner prescribed above. Where major costs items are Subcontracts, they shall be itemized also. In no case will a change involving over $100.00 be approved without such itemization. ARTICLE 8; TIME 8.1 DEF NMONS Add the following Subparagraph 8.1.5 to 8.1: 8.1.5 Claims for extension of time shall be stated in whole or half calendar days. ARTICLE 9; PAYMENTS AND COMPLETION 9.3 APPLICATIONS FOR PAYMENT Add the following sentence to Subparagraph 9.3.1: The form of Application for Payment shall be a notarized AIA Document G702, Application and Certification for Payment, supported by AIA Document G703, Continuation Sheet, submitted in quadruplicate. Add the following Clauses 9.3.1.3 through 9.3.1.6 to Subparagraph 9.3.1: 9.3.1.3 Until Substantial Completion, the Owner shall pay 95 percent of the amount due the Contractor on account of progress payments. 9.3.1.4 Contractor is to submit to Architect within 15 days of execution of Owner/Contractor Agreement proposed sample of Lien Waiver and Bills Paid affidavit forms for review and acceptance for this Contract. 9.3.1.5 Monthly Applications for Payment shall include waivers of liens for all work included in the previous months' application for payment. Waiver of Liens for the subcontractors and materialmen shall be the total amount paid prior to the previous months' application for payment. 16 March 1993 SUPPLEMENTARY CONDITIONS - 5 CAA 93013.00 9.3.1.6 With each Application for Payment, Contractor shall certify that such Application for Payment represents a just estimate of cost reimbursable to the Contractor under the terms of the Contract Documents and shall also certify that there are not any Mechanics' or Materialmens' Liens outstanding at the date of this Application for Payment, that all due and payable bills with respect io the Work have been paid to date or shall be paid from the proceeds of that Application for Payment, and that there is no known basis for the filing of any Mechanics' or Materialmens' Liens against the Surety in connection with the Work, and that waivers and bills paid affidavit forms from all subcontractors and materialmen have been or will be obtained in such form as the Owner may require. 9.5 DECISIONS TO WITHHOLD CERTIFICATION Add the following Clause 9.5.1.8 to Subparagraph 9.5.1: .8 failure to submit written plan indicating action by Contractor to regain time schedule for completion of Work within the Contract Time. 9.10 FINAL COMPLETION AND FINAL PAYMENT Add the following Clause 9.10.2.1 to Subparagraph 9.10.2: 9.10.2.1 In addition to items listed in 9.10.2 to be submitted before Final Payment will be made or remaining retainage released, Contractor shall deliver items required by Section 01700; Contract Closeout of the Project Manual. ARTICLE 11; INSURANCE AND BONDS 11.1 CONTRACTOR'S LIABILITY INSURANCE 11.1.1 Add the following sentence to 11.1.1 Contractor's insurance shall be placed only with companies that have achieved at least an "A" rating with AM. Best. 11.1.1.1 Delete the semicolon at the end of Clause 11.1.1.1 and add: including private entities performing Work at the site and exempt from the coverage on account of number of employees or occupation, which entities shall maintain voluntary compensation coverage at the same limits specified for mandatory coverage for the duration of the Project. 11.1.1.2 Delete the semicolon at the end of Clause 11.1.1.2 and add: or persons or entities excluded by statute from the requirements of Clause 11.1.1.1 but required by the Contract Documents to provide the insurance required by that Clause; 16 March 1993 SUPPLEMENTARY CONDITIONS - 6 CAA 93013.00 Add the following Clause 11.1.2.1 to Subparagraph 11.1.2: 11.1.2.1 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder 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: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: • Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A • Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 16 March 1993 SUPPLEMENTARY CONDITIONS - 7 CAA 93013.00 • Liability policies shall be endorsed to provide the following: ■ Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. ■ That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. • All policies shall be endorsed to provide thirty (30) days prior written notice of cancellation, non-renewal or reduction in coverage. • Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. 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: 16 March 1993 SUPPLEMENTARY CONDITIONS - 8 CAA 93013.00 [x] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $2.000.000.00 shall be provided and maintained by the contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverages. • Coverage B shall include personal injury. • Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least; • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [x] Automobile Liability Insurance: Comprehensive or Business Automobile Liability insurance shall be provided by the Contractor with limits of not less than $500.000.00 per occurrence either in a single policy or in a combination of underlying and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation and maintenance of all automobiles and mobile equipment used in conjunction with this contract including owned, scheduled, hired, and non-owned vehicles and employee non-owned use. Scheduled automobiles will be listed in the Description or Remarks section of the Certificate of Insurance. (ISO Form CA 0001 Current Edition) 16 March 1993 SUPPLEMENTARY CONDMONS - 9 CAA 93013.00 [x] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. Add the following Clauses 11.1.2.2 and 11.1.23 to Subparagraph 11.1.2: 11.1.2.2 Each policy of insurance listed above to be purchased and maintained by the Contractor and each certificate of insurance for said insurance shall contain a complete waiver of subrogation against Owner, Architect and Architect's Engineers. Each certificate shall also list Owner, Architect and Architect's Engineers as a party insured. The immunity of the owner shall not be defense from the insurance carrier. 11.1.23 Contractor shall not commence work at the site under this Contract until he obtained all required insurance and submitted appropriate certifications. Add the following sentence to Paragraph 11.1.3: If this insurance is written on the Comprehensive General Liability policy form, the Certificates shall be AIA Document G705, Certificate of Insurance. If this insurance is written on a Commercial General Liability policy form, ACCORD form 25S will be acceptable. 11.3 PROPERTY INSURANCE 11.3.1.1 Add the following sentence to Clause 11.3.1.1: The form of policy for this coverage shall be Completed Value. Delete Clause 11.3.1.4 and substitute the following: 11.3.1.4 The Contractor shall provide insurance coverage for portions of the Work stored off the site after written approval of the Owner at the value established in the approval, and also for portions of the Work in transit. 11.4 PERFORMANCE BOND AND PAYMENT BOND Delete Subparagraph 11.4.1 and substitute the following: 16 March 1993 SUPPLEMENTARY CONDITIONS - 10 CAA 93013.00 11.4.1 The Contractor shall furnish bonds covering faithful performance of the Contract and payment of obligations arising thereunder. Bonds may be obtained through the Contractor's usual source, under the conditions listed below, and the cost thereof shall be included in the Contract Sum. The amount of each bond shall be equal to 100 percent of the Contract Sum. 11.4.1.1 The Contractor shall deliver the required bonds to the Owner not later than three days following the date the Agreement is entered into, or if the Work is to be commenced prior thereto in response to a letter of intent, the Contractor shall, prior to the commencement of the Work, submit evidence satisfactory to the Owner that such bonds will be furnished. 11.4.1.2 The Contractor shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney, indicating the monetary limit of such power. 11.4.1.3 Provide each bond on the form provided in the Project Manual. 11.4.1.4 No sureties will be accepted by the Owner who are now in default or delinquent on any bonds or who are interested in any litigation pending against the Owner during the term of this Contract. All bonds shall be executed by a corporate surety authorized to do business in the applicable jurisdiction of this Project. The surety upon any bond furnished in connection with this Contract shall be by a company holding a certificate of authority as an acceptable surety on Federal Bonds and as acceptable reinsuring company listed in the Federal Register of the Department of Treasury's latest annual edition of surety companies. The surety company or companies furnishing the surety bonds for this Contract must show a Department of Treasury underwriting limitation not less than the total amount of the Contract. Each bond shall be executed by the Contractor and the Owner. Should any surety be determined unsatisfactory at any time by the Owner, notice will be given to the Contractor, and the Contractor shall immediately provide a new surety (complying with Article 11) acceptable to the Owner and at no additional cost to the Owner. This Contract shall not be valid nor will any payments be due or paid until approval of each bond by the Owner. ARTICLE 12; UNCOVERING AND CORRECTION OF WORK 12.2 CORRECTION OF WORK Add the following Subparagraph 12.2.7 to 12.2: 12.2.7 Owner shall have the right to operate equipment until defects are corrected and warranties met, and shall have the right to operate rejected equipment until it is replaced without charge for depreciation, use or wear. 16 March 1993 SUPPLEMENTARY CONDITIONS - 11 CAA 93013.00 ARTICLE 13; MISCELLANEOUS PROVISIONS 13.1 GOVERNING LAW Add the following Subparagraph 13.1.2 grid 13.1.3 to 13.1: 13.12 Under the provisions of the applicable Statutes of the State of Texas, Contractors and subcontractors shall forfeit (as applicable) as a penalty to the entity on whose behalf the Contract is made or awarded, Ten Dollars ($10.00) for each laborer, workman or mechanic employed, for each calendar day, or portions thereof, such laborer, workman or mechanic is paid less than the said stipulated rates for any work done under the Contract, by him or by any subcontractor under him. 13.1.3 The general prevailing rate of per diem wages shall be the wage rate in accordance with the schedule as published by recognized industry organizations. The Contractor shall attach the schedule to the Contract when presented for signature. Add the following Paragraph 13.8 to Article 13: 13.8 EQUAL OPPORTUNITY 13.8.1 The Contractor shall maintain policies of employment as follows: 13.8.1.1 The Contractor and Contractor's Subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. The Contractor shall take affirmative action to insure that applicants are employed. and that employees are treated during employment without regard to their race, religion, color, sex or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non- discrimination. 13.8.1.2 The Contractor and the Contractor's Subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex or national origin. ARTICLE 14; TERMINATION OR SUSPENSION OF THE CONTRACT Add the following Paragraph 14.4 to Article 14: 16 March 1993 SUPPLEMENTARY CONDITIONS - 12 CAA 93013.00 14.4 TERMINATION BY THE OWNER FOR CONVENIENCE 14.4.1 The Owner may, at any time, terminate the Contract for the Owner's convenience and without cause. 14.4.2 Upon receipt of such written notice from the Owner of such termination for the Owner's convenience, the Contractor shall: .1 Cease operations as directed by the Owner in the notice; .2 Take actions necessary, or that the Owner may direct, for the protection and preservation of the Work; and .3 Except for Work directed to be performed prior to the effective date of termination stated in the notice, terminate all existing Subcontracts and purchase orders and enter into no further Subcontracts and purchase orders. 14.4.3 In case of such termination for the Owner's convenience, the Contractor shall be entitled to receive payment from the Owner on the same basis provided in Subparagraph 14.1.2. Add the following Article 15 to the General Conditions of the Contract in its entirety: ARTICLE 15; ADDITIONAL CONDMONS FOR LIQUIDATED DAMAGES 15.1 CONTRACTUAL PROVISIONS 15.1.1 It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning and the time for completion as specified in the Contract of the Work to be done hereunder are essential conditions of this Contract; and it is further mutually understood and agreed that the Work embraced in this Contract shall be commenced on a date to be specified in the "Notice to Proceed". 15.1.2 Contractor agrees that said work shall be prosecuted regularly, diligently and uninterruptedly at such a rate of progress as will ensure full completion thereof within the time specified. It expressly understood and agreed, by and between the Contractor and Owner, that the time for the completion of the Work described herein is a reasonable time for completion of the same. 15.1.3 If the said Contractor shall neglect, fail or refuse to complete the Work within the time indicated by the Bidder in this proposal, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, to pay to the Owner the amount specified in the Contract, not as a penalty but as liquidated damages for such breach of Contract, as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the Work. 16 March 1993 SUPPLEMENTARY CONDMONS - 13 CAA 93013.00 15.1.4 The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticality and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain. 15.1.5 . It is further agreed that time i of the essence of each and every portion of this Contract and of the Specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever, and where under the Contract an additional time is allowed for the completion of any work, the new time fixed by such an extension shall be of the essence of this Contract. Provided, that the Contractor shall not be charged with liquidated damages or any excess costs when the delay in completion of the Work is due: 1 To any performance, priority or allocated order duly issued by the Government. .2 To unforeseeable cause beyond the control and without the fault or negligence of the Contractor, including but not limited to, acts of God, or of the public enemy, acts of the Owner, acts of another contractor in performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and severe weather. 3 To any delays of subcontractors or suppliers occasioned by any of the causes specified in subsections of this Article. 15.1.6 Provided, further, that the Contractor shall, within 10 days from the beginning of such delay, unless the Owner shall grant a further period of time prior to the date of final settlement of the Contract, notify the Owner in writing of the cause of the delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. 15.1.7 The Contractor hereby agrees to commence work under this Contract on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project on or before the time indicated by the bidder's proposal. The Contractor further agrees to pay, as liquidated damages, the sum given below for each consecutive calendar day thereafter as hereinafter provided in Article 15 of the "Supplementary Conditions of the Contract for Construction". Calendar days Substantial Agreed damages per day Completion is delayed $200.00 beyond midnight of Contract Date: July 17, 1993 15.1.8 Contractor and Owner agree that should Contractor further fail to achieve Final Completion of the Contract more than 15 calendar days after the Date established for 16 March 1993 SUPPLEMENTARY CONDMONS - 14 CAA 93013.00 Substantial Completion, Owner shall continue to be damaged to a lesser degree, by such delay. Contractor and Owner have estimated and agreed upon the amount of damages for each calendar day Final Completion is delayed beyond 15 calendar days after the date of Substantial Completion shall be as follows: $100.00 Calendar days Final Completion is delayed after achieving Substantial Ca=letion beyond midnight of Date 15 calendar days after Substantial Completion. 15.1.9 Contractor agrees to pay to Owner upon the demand the total damages due for any such delay (calculated using the per diem damage figure described) as liquidated damages and not as a penalty. Such damages shall be cumulative and not in lieu of any other rights or remedies of Owner against Contractor as a result of any breach by Contractor hereunder. END OF SUPPLEMENTARY CONDITIONS 16 March 1993 SUPPLEMENTARY CONDMONS - 15 CAA 93013.00 BID FORM SUBMITTED BY Architectural Utilities, Inc. (Name of Bidder) 300 West Ramsey, Fort Worth. Texas 76110 (Address) Dear Sir: The undersigned, having examined the drawings, specifications, related documents, and the sites of the proposed work, and being familiar with all of the conditions surrounding the work, including the availability of materials and labor, hereby proposes to furnish all labor, materials, and equipment required for General Construction and Renovation of the Martin Luther King, Jr. Recreation Center in accordance with the drawings and project manual prepared by Corgan Associates, Inc., Architects, for the lump sum BASE BID amount of: BASE BID: Nintyseven thousand three hundred and fortyfour dollars 00/00 Dollars($ 97,344.00 Note: Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern. Note: The above amount does not include State of Texas Sales Tax The undersigned affirms that the above stipulated base bid sum represents the entire cost per drawings, specifications, and addenda and that no claim will be made on account of any increase in wage scales, material prices, taxes, insurance, cost indexes, or any other rates affecting the construction industry and/or this project Should the undersigned fail to deliver the signed Contract or the required Bonds within the 10 day period, the Bid security accompanying this Bid will be forfeited to the Owner as liquidated damages. Alternates: The undersigned agrees to the following additions or deductions from the Base Bid Sum if the listed alternates itemized below are accepted by the Owner. Alternate prices include all variations in profit, overhead, bonds, insurance and similar related items, and represent the total cost to the Owner for each Alternate. lam"' 16 March 1993 Bid Proposal Form - 1 CAA 93013.00 Date: April 6,. 1993 Name of Firm Architectural Utilities, Inc. Organized as a: (Mark one) Proprietorship Partnership Corporation Texas Under the law of the State Of. Texas Legal Address: 300 West Ramsey Fort Worth, Texas 76110 (Date) April 6, 1993 Telephone No. 817=926-4377 If Bid is by a corporation, affix seal above address. END OF BID FORM 1- IrWirk,61tI L (214) 691-5721 FAX 691-4961 Southwest Assurance Group, Inc 9400 N. Central Ezpwy., #1550 Dallas, T% 75231-5044 5/ 5/1993 THIS CERTIFICATE HI ISSUED AS A NATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE A TRANSCONTINENTAL INS. CO. 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. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . W LTA TYPE OF wWMMCE POLICY NUMBER POLICY EFFECTIVE : MMDMT . 1KIMCY EXPPIATNw DATE(MMNDNY) LA B OEN oENma AGGREGATE is 2 000 00 COMMERCUL GENEIAL LIABLLIIY SET 2tOB0788 i PRODUCTSaDMP,OP AGO. .s.. . l, 0 0 0 t O B ; ! CLAMMAD 000Ufl. 05/01/93 . A 05/ 01/ 94L PEBONPL ADV. NAT :E . _ 1r000 r00 WNEYS 6CONTRACTORS PROT. _ . EACH OCCURENCE : :s. . 1 00 00 I X CG25-03 . FIREDAMAGE(Anvo~.Ere) 's . . 5 00 00 . P NED E)FEEINSE (ArI' me pweoe) L . : . . . . 5 00 : t AUTOYOBLE LIABIRY . auaED awG1E CON B ANY AUTO BuA21080772 LIMIT L 1, 000, 00 ALL OWNED AUTOS :05/01/93 i 05/01/94 BoocY mmy .a.... SCHEDULED AUTOS (Per pqI ) s X HIRED AUTOS BODILY RLLIRY % i NON-OWNED MRCS : (Per emidma 7 GARAGE UABam i s i PROPDrtY DAMAGE s . ocess LLABER7.. . EACH OCCURRENCE s , 000, 00 5 B . %;WERE AFORM . PLUS210BOBS7 05/01/93 ?05/01/94 AGGREGATE . is . 5 000 00 OTHER THAN UMBRELLA FORM . r. f. . WOMMIS CpIENIMITION ; i STATUTORY LMTS : : A AxD WC210BOM :05/01/93 05/01/94_EACHACCIDENf 3. : 500..,.00 wLomw LIABEITY i DISEASE;.POLICY LIMIT . E .P.0 .0 5Op DISEASE - EACH EMPLOYEE . : _ , 5 O O P 0 0 OTHER . . . . . . . A BUILDERS RISK IM 21000859 05/10/93 05/ 01/ 94 ANY ONE LOC. 1, 500, 00 :ALL RISK DISASTER 3,000,00 DESCRwraN OF OPERATNwBIDCATNNIBNISHICU MBPECML IIEwB PROJC RENOVATION OF NLK RECREATION CENTER,DENTON,T%. BLANKET ADDLL INSURED END ON GEN.LIAB. ADDLL INSURED END. TO CERTIFICATEHOLDER ON AUTO. WAIVER OF SUBROGATION IN FAVOR OF CERTIFICATEHOLDER ON WORK SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF DENTON EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO PURCHASING DEPARTMENT MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 1300 WILSON STREET LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR DENTON, TEXAS 76205-6269 r LIABILITY OF ANY HIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. I AM M EXHIBIT "A" Awl ARCHITECTURAL UTILITIES, INC. GENERAL CONTRACTORS 300 WEST RAMSEY P.Q. 80X 11588 FORT WORTH, TX 78110 817.628-4377 429-8191 METRO 817-828-4387 FAX P" Cov= SSELfT DAT$; rose ICtr;K 4 ssserr ro FAS No.: FWK: t?ovy NO. OF PAGES: 0 I q 7s 4 go 505 ~ I ~m b z~. X39 ' Proposal (Proposal No. 01 Sheet No. ARCHITECTURAL UTILITIES, INC. EXH I B I T"A" GENERAL CONTRACTORS 300 WEST RAMSEY 8$7-9261377 ~~'~`~nF. f+'^(. f F.O. BOX 11366 METRO 429.8193 FORT WORTH. TX 76110 FAX 617-926-4387 Date Sept. 23, 1993 Proposal Submitted To Work To Be Performed At Nam Constructors & Associates Street Bank One - Colorado Blvd. Street 5601 Bride Street qty Denton State Texas C-,, Fort Worth Date of Plans 9/13/93 Stat Texas Archite l;andeon-,--inc. Telephone Number 817/654,0970 14pt-s5A" . Clc-" We hereby propose to furnish all the materials and perform all the labor necessary for the completion of " 240 LF - 8" SDR 35 Sane Sewer r,. -r- I - 100 LF - 8" CL 51 Ductile Iron / _ p,,, 100 LF - Bore or 8' Sanitary Sewer 3 each - Diameter Sewer Manho e 1 Lump um Parking Lot Repair y Prc..v r. J Excludes: Bond, ui t ost. We will requir 30 calendar days to fully ccaplgEeIa~ work. All material is guaranteed to be as specified,'and the above work to be performed in accordance with the drawings and specifications submitted for above work and completed in a substantial workmanlike manner for the sum of Twenty six thousand three hundred thirty nine ------------Dollars 13 26,339.00 1. With payments to be made as follows: Any alteration or deviation from above specifications involving extra casts, will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. Owner to carry fire, tornado and other necessary insurance upon above work. Workmen's Compensation and Public Liability Insurance on above work to be taken out by a1 fltilitipa, Tn~- Respe Tysi i Per lft% n-1A Al ug Vice President t!d Note-This proposal maybe withdrawn by us if nat accep within 30 days ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are satisfactory and are hereby accepted. You are outharized to do the work as specified. Payment will be made as outlined above. Accepted signature_ ' Date Signature PA N W n Y ~t ~ y all A A