Loading...
1989-062FILE REFERENCE FORM 89-062 X Additional File Exists Additional File Contains Records Not Public, According to the Public Records Act Other Date Initials Foundation Plan for additional-architectural plat attached to original 1 6/25/07 1 JW NO VnO&pc. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the hereinbelow 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 therefore, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9974 Landmark Company $717,872 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 Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 16th day of May, 1989 RAY STEP ENS, MAYOR ATTEST JE I TERS, CITY SECRETARY A PROVED AS TO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY BID-2 DATE MAY 16, 1989 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM: Lloyd V Harrell, City Manager SUBJECT BID# 9974 - SENIOR CENTER EXPANSION RECOMMENDATION We recommend this bid be awarded to the lowest bidder Gainesville Construction Co , Inc , dba Landmark Company, in the amount of $717,872 00 with completion of work within 250 calendar days SUMMARY This bid is for an addition to the Senior Citizen Center and includes all materials and labor for performing and completing said work as described in the plans and specifications BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Parks and Recreation Senior Citizen Activities FISCAL IMPACT Funds for this project are included in the Capital Improvement Bond Funds Respect ly s~abm2 Lloyd rrelll Jc•J City Manager Prepared by Name TOM D SHAW Title Assistant Purchasing Agent Approved r 2 Name O J MARSHAL aiti Purchasing Agent 009 DOC r n v w w 1 ~ o z < -z a m 10 I I F ~n m I K i `fo1 N a I ]D! m ~ 1 1 m a I o 1 I YI ~ - - - - - - - - - I I a ~i m I G I y w ml v a qq (1 y ~ N N I ZI O S ,,Zk „ay m } ~ m 1 'A I -1 b y m m W N I 1 p '!c m m9 ® ~ 1 I Z 1 { S m _ i Gm I y~ r m r I $I Z 9 m 41 mm~ -mJ m I G I np N m m m p ® 1 ml 2 1 Z m m m m ~ m ~ 1 n -1 - 1 I I I no m m r. ~ i a i g m _ I ed+ 1 ~.i c ® m I 1 y 1 rNi1 v i G i n m ~I W e.l .a ~ i x i ~ o N ~ m IV m N i s 9c m ~ ~ ~ ~ 1 I y ~1 1 G I La!! C9 m `J 1 I m y VI -O W U1 I 91 f~'f y 9 m m J+. m m 1 OI 3 ~ °aS ~ m m m i z m r m m m m m ® m m N mV 1 An m m m m m l I 1 1 m i s i z ® N N _N® N m 1 `i' I n I W y m m m O- Y1 I 1 JA I 1 H n1I Wmm ,W N N N ' ~ 1 m m ® m ® ~ ~I CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON JQ-/off e THIS AGREEMENT, made and entered into this 16th day of May A.D., 1989, by and between The City of Denton of the County of Denton and State of Texas, acting through Lloyd V. Harrell, City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and Landmark. Company, (dba/Gainsville Construction Company, Inc.) located at 2016 W. University Drive of the City of Denton, County of Denton and state of Texas 76201, Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: Senior Center Addition, Support Facilities, and related Sitework 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, superintendent, labor, insurance, and other accessories and services necessary to complete the said construction, 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 other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by NPH Architects (dba/NPH, Inc.), 16479 Dallas Parkway, Suite 710, Dallas, Texas 75248, all of which are made a part hereof and collectively evidence and constitute the entire contract. CONSTRUCTION TIME: The Contractor hereby agrees to commence work on or before the tenth (10th) calendar day of the Owner's written "notice to proceed" with the work and substantially complete the work within two hundred and fifty (250) calendar days as stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. CONTRACT SUM: The Owner shall pay the contractor in current funds for the Contractor's performance of the Contract Sum of Seven Hundred and Seventeen Thousand, Eight Hundred and Seventy-two Dollars and No Cents ($717,872.00) which is the Base Bid only on the proposal, which forms a part of this Contract, such payments to be subject to the General and Special Conditions of the Contract. CONTRACT DOCUMENTS: The Contract Documents, except for Modifications issued after the execution of this Agreement, are enumerated as follows: 1. The Agreement between the Owner and the Contractor dated May 16, 1989. 2. General conditions of the Contract for Construction, AIA Document A201, 1987 Edition. 3. Project Manual dated March 28, 1989. 4. Drawings including A. Architectural Sheets SP-1, and A-1 through A-11 dated March 28, 1989. B. Structural Sheets S-1 through S-7 dated March 28, 1989. C. Mechanical (MEP) Sheets ME-1, Me-2 through M-5, and E-2 through E-4 dated March 28, 1989. 5. Addendum Number 1 dated April 18, 1989. 6. Addendum Number 2 date Bidding @ 2:00 p.m. on April 25, 1989 including Unit prices. DAMAGES Refer to Section 00100 - Instructions to bidders, Paragraph 1.23 of the Project Manual. IN WITNESS WHEREOF, the parties of these presents have executed this Agreement in the year and day first above written. ATTEST: &&4-" , U U ATTEST: (S LANDMARK COMPANY of Denton Party of the Second Part, CONTRACTOR \Sl_ v nt Floyd=crAkins, General Manager Landmark Company of Denton APPROVED AS TO FORM: City Attorney THE CITY OF DENTON, -TEXAS Party of the,J~irst Part, OWNER (SEAL) ~L R STATE OF TEXAS PCOUNTY OF Denton PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That Gainesville Construction Co Inc. dba Landmark Co. of the Cit of Demo County of y n Denton, and State of Texas as principal, and -y-National Ins Co authorized under the laws of the State of Texas to act as surety on bonds fo principals, are held and firmly hound unto the city of Denton \ OWNER, in the penal sum of seven hundred seventeen thousand eight hundred seventy two Dollars 717,872.00 for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents:: ~iWH'?F 11S, the Principal has entered into- a certain written contract roa G~ near., dated the 16th day of avy 19 89 - to the Senior Citizen to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or. a subcontractor in the prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this )ond shall be determined in accordance with the provisions of said Article to the Same extent as if it were copied at length herein. PB-3 r Surety, for value received, stipulates and agrees. that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accopanying the same, shall in anywise affect its obligation on this bond, and Jr. Les" Hereby waive notice of any such change,- extension of time, alteration- or 'addition .to the' terms of the contract, or to the work to be performed thereunder. , IN WITHNESS WHEREOF, the said Principal and Surety have signed and 19 89 sealed this instrument this 16th day of May Gainesville Construction Co., Inc. Principal dba Landmark Co. By iee Billy .-Reed Title President Security National-Ins. Co. Surety David R. Wright Title Attorney-in-fact Address. P•O•'Box 1242 Address P.O. Box 655028 Dallas Texas 75265-5028 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: David R. Wright, P.O..Box 796, Gainesville Texas 76240 PB-4 0092b !Lf .l. !i TheTrinity 1wCompanies Dallas. Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint DAVID R. WRIGHT OR E. E. WRIGHTs OR. - GAINESVILLE! TEXAS Its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. EXCEPT NO AUTHORITY IS GRANTED FOR: 1. Open Penalty bonds. 2. Bonds where Attorney(s) -in- Fact appear as a party at interest IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents this 31STday of MAY 1988 D ~ PRESIDENT EtACAN, C C EA0.Y-VICE FRIES. MG. DR VE T, AUTHORITY FOR POWER OF ATTORNEY That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY; each a Term Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., o Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of- Directors on the It day of March, 1976 and of which the following is a true, full, and complete copy: - "RESOLVED, That the President, any Vice-President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, ute, and deliver in beholF of these Companies unto such person or persons residing within the IUnitedx States of America, as they may select, its Power of Attorney constituting and appointing each such person, its Attorney-In-Fact, with full power and author- ity to make, execute and deliver, for it, in its name and in its behalf, as surety, nny particular bond or vnderta4lnq that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any and it Attorneys-in-Fact and Officers of the Companies, inclodina Assistant Secre- taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or verify copies of the By-Lows of these Companies as well as any resolution of the Directors, having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-in- Fact. RLSOLVED, That the signature of any of the persons described in the fore aoinq resolution may be fac- si-oil'- signatures as Fixed or reproduced by any Form of typing, printing, stomptnq ar other rerroductioa of the names of the persons hereinobove oud,ori zed.` CERTIFICATION OF POWER ATTORNEY I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, are true and correct and are still In fall force and effect. IN WITNESS WHEREOF, I have horeuun, sett my Land and affixed the facsimile seal of each Corporation 19 . thi;/{o (/l7 .day of mot../ fl~ S°~1~s ;':SEAL;: €ESEAL'; t'JU11Tn E. FAGA.. Coal. IECRETI.nY nE V.•!-e2 PERFORMANCE BOND 'STATE OF TEXAS X COUNTY OF Denton X KNOW ALL MEN BY THESE PRESENTS: dba Landmark Co. , of the City of County of Denton , and State of Texas as PRINCIPAL, and Security National Ins. Co. as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the City of Denton as OWNER, in the penal sum of seven hundred seventeen thousand eight hundred seventy-two Dollars 717,872.00 ) for the payment whereof, the- said Principal and Surety bind- themselves and their heirs, administrators, executors,, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract ,with the OWNER, dated the -16th-day of May 1989 , for the construction of an addition to the Senior Citizen Center which'contract is,. `Chereby referred to and made a dpart hereof as fully and to the same=_extegt_as .f coRied at length herein. _NOW,- THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; That Gainesville Construction Co., Inc. Denton PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant Ito the provisions of Article 5160 of the Revised.Civil Statutes of Texas as amended by -acts of the 56th Legislature, Regular Session; 1959,, ,and ally, liabilities;..on this bond shall be determined in •accordance with the provisions of said .Article to the same extent as if it were copied at length herein. f PROVIDED FURTHER, that if any legal action be . filed . upon this bond,.' venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the .terms of the contract, or to the work .performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the tetras of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 1 th day of -May , 19 89. Gainesville Construction Co., Inc. Principal dba Landmark Co. B y Billy Reed Title President Address Box 1242 Security National Ins. Co. / Surety / David R. Wright Title Attorney-in-fact Address P.O. Box 655028 , Dallas, Texas 75265-5028 (SEAL) (SEAL) yc ,ac The name and address of the Resident Agent of Surety is: David R. Wright, P.O. Box 796, Gainesville;.Texas 76240 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b , I i ThicTrinifiy IVCompanies Dallas. Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a -Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint DAVID R. WRIGHT OR E. E. WRIGHT, JR. - GAINESVILLE, TEXAS its true and lawful Attorney(s)-in-Foot, with full authority to execute on its behalf fidelity and surety bonds or undertakings. and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. EXCEPT NO AUTHORITY IS GRANTED FOR: 1. Open Penalty bonds. 2. Bonds where Attorney(s)-in-Focr appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents tbla 31STday of MAY 1988 E ARY-V IT CE PRES, MG. DRAWERT, PRESIDENT 1 AUTHORITY FOR POWER OF ATTORNEY That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each o Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by theirrespective Board of Directors on the 1st day of March, 1976 and of which the following is a true, full, and complete copy: "RESOLVED, Thot the President, any Vice-President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, execute, and deliver in behalf of these Comnanies unto such person or persons residing within the United States of America, as they moy select, its Power of Attorney can't ituting and appointing each such person its Attorney-in-Fact, with full power and author. I,, to make, execute and deliver, far it, in its name and in its. behalf, as surety, any particular bond ar undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any and alf Attorneys-in-Fact and Officers of the Companies, inclNdina Assisrant Secre- taries, whether or not the Secretary is absent, be and are hereby authorized and empowered to certify or verify copies of the By-Laws of these Companies as well as any resolution of the Directors, having to do with the execution of bonds, recognizance', contracts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-in- Fuc I. RESOLVED, That the signature of any of the per;cas described in the foreaoinq resolution may be foo simile signatures as fixed or reproduced by any form of rypina, printing, sta pfna or other reproduction of the names of the persons hereinahove aorlwrired. CERTIFICATION OF POWER ATTORNEY 1 I e-aest REV. a-ex I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuant thereto, ore true and correct and are still in full force and effect. IN WITNESS WHEREOF, I have hereuntn set my hand and aNixed the facsimile seal of each Corporation tins day of 19 O 4Al IMJ ,x '>'~~gT'Is :'SEAL?: €iSEA'L!i f1aUO1TN E. eAaAN, CORP. aECRETxRif cf\ A w ,STATE OF TEXAS COUNTY OF Dente- MAINTENANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT Gainesville Construction and Security Nations' I `o Co.,Inc. dba Landmark Cols Principal, a Corporation authorized to do business in the brace of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto its successors the City of Denton, A Municipal Corporation of the State of Texas, and assigns, at Denton, Denton County, Texas the sum o seven ~hundred seventeen 0% of thousand eight hundred seventy-t ^ ent of which sum said principal and the total amount of the contract for the paym and surety do hereby bind themselves, their successors and asssigns jointly severally. This obligation is conditioned, however, that: .WHEREAS, said Gainesville Construction Co., Inc. dba Landmark Co. writ ~ntzaZi with the has this day ent~eraaditi on to thetSen or Citizen Center said City of Denton to bui].1 and construct which contract and the plans and specifications therein mentionea, auvp «u -i ----and are City of Denton, are filed with -the City Secretary said city though theereby expressly incorporatd herein b reference and made a part hereof as same were written and set out in full herein, an : h WHEREAS, under the said plans, specifications, and f contract, it is provided that the Contractor will maintain and keep in_~good repair the work therein contracted to be done and performed for a period of? cone (-Y):.year~ from the date of acceptance thereof and do all necessary backfilliug-:L- ?-,nay become necessary in connection therewith and do all necessary wo k^ toward-(iii_ repair of any defective condition growing out of or arising from! he improp. construction of the improvements contemplated by said contractor bn 8c`6'fistr_uctong, the same or on account of improper excavation or backfilling, that the purpose of this section , oorka otr° lacover all bor performedcby said Contractor, and in reason defective materials, said case the e said Contractor shall fail to repair, do saidr work tincaccordancen with said improvements it is agreed that the City may contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor.to comply with the terms and provisions of said contract and this bond. MB-1 0093b NOW, THEREFORE, if the said Contractor shall perform omits agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents- shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a ' continuing one against the Principal and Surety and that successive' recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said Gainesville Construction Co. Inc. dba Landmark Co. as Contractor and Principal, a caused these presents to be executed by _ Billy G. Reed and the said Security National Ins. Co. as surety, has caused these presents to be executed by its Attorney-in-Fact -David R. Wright and the said Attorney-in-Fact has hereunto set his hand this 16th day of may 19 89. SURETY: Security National Ins. Co._ BY: David R. Wright Attorney-in-Fact 1- Al~ PRINCIPAL: Gainesville Construction Co. Inc. /dilly G ee President NB-2 0093b TheTrinity Companies Dallas. Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint DAVID R. WRIGHT OR E. E. WRIGHT, JR. - GAINESVILLE, TEXAS its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and ,her documents of a similar character issued in the course of its business, and to bind the respective company thereby. EXCEPT NO AUTHORITY IS GRANTED FOR: 1. Open Penalty bonds. 2. Bonds where Attorney(s) -in- Fact appear as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and ottested these presents this 31STday of MAY 1988 JUDI N E. FAGAN, CQIW. SECRETARY-VICE PRES. JAMES G. DR ME , PRE ID NT AUTHORITY FOR POWER OF ATTORNEY That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansos Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of Directors on the 1st day of March, 1976 and of which the following is a true, full, and complete copy: 'RESOLVED, That the President, any Vice-President, or any Secretary of each of these Componies be and they are hereby authorized and empowered to make, v ute, and deliver in behalf of these Companies unto such person or persons residing within the United States of America, as they may select, its Power of Attorney constituting and nppointina each such person its Attorney-in-Fact, with full power and authar- Ily to make, execute and deliver, for it, in its name and in its. behalf, as surety, any particular bond or undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such' Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any*and all Attorneys-in-Fact and Officers of the Companies, inclodinq Assistant Secre- taries, whether or not the Secretory is obsent, be and are hereby authorized and empowered to certify or verify copies of the By-Lows of these Companies as well as any resolution of the Directors, having to do with the 'execution of bonds, recognizonces, contrncts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-io- Fact. RESOLVED, That the signature of any of the persons described in the Foregoioq resolution may be fac. simile signatures as fixed or reproduced by any form of typina, printing, staplna or other reproduction of the names of the persons hereinahove authorized.- CERTIFICATION OF POWER ATTORNEY i. 1, Judith E. Fogao, Corp, Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby Certify that the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney issued pursuonl thereto, are true and correct and are still in full force and efleat. IN WITNESS WHEREOF, I have horeunto set my hand and affixed the facsimile seal of each Corporation this doy of 19 J24. ~ OITN E. eAGAN, cane. SECRETAny ~SEgt~s Ca-E L': ; :SEAL: vGIV nEv. tr_e= INSURANCE The Contractor is fully responsible for all losses pertaining. to, resulting from, or connected with the completion of this contract. The owners acceptance of -a Certificate of Insurance, that does not comply with the bid or contract documents, does not release the contractor or the insurance company from any liability, conditions or other requirements within the scope of this contract documents. It is the responsibility of the Contractor to send this complete insurance package to his insurance provider. This will enable the policies and the Certificate to include all requirements as.they. apply to the Contract documents. The Insurance Certificates must be returned to the City.of. Denton with the Contract documents for approval and execution. All Contract documents must be returned to the CITY OF DENTON, JOHN MARSIL1LL, PURCHASING AGENT, 901-B TEXAS STREET, DENTON, TEXAS 76201. CI-0 CITY OF DENTON INSURANCE MINIMUM REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days .advance.-written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insured on all policies. I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of $1,000,000. III. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI - 1 ^ G To the extent the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property, The liability limits shall not be less than: o A combined single limit of $1,000,000. IV. OWNER'.S PROTECTIVE LIABILITY INSURANCE .POLICY,. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may be imposed arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $1,000,000. INSURANCE SUMMARY: • The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contractor. Again, the Owner shall be 'given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed and approved the insurance certificates and so notified the Contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI - 2 PRODUCER l_I J. Paul Morgan Ins. P.O. Box 796 Gainesville, Texas 76240 INSURED Gainesville Construction Co., Inc dba Landmark Co. 2016 W::University Denton-_Texas 76201 THIS CERTIFICATE IS ISSUED AS A MATTER 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 LETTERNY A American General Fire & Casualty Co. LETTERNY 8 Aetna Casualty & Surety COMPANY C LETTER COMPANY D LETTER TTANY E CEOMPER L THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, 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 CONDI- TIONS OF SUCH POLICIES. Y POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS CO TR INSURANCE TYPE OF POLICY NUMBER DATE IMMIDDAYI DATE IMMNDIM EACH AGGREGATE L OCCURRENCE -GE NERAL LIABILITY BODILY A X COMPREHENSIVE FORM BcA04792595 3-1-89 3-1-90 INJURY' $ $ PREMISES/OPERATIONS PROPERTY - UNDERGROUND - DAMAGE $ $ EXPLOSION & COLLAPSE HAZARD PRODUCTSICOMPLETED OPERATIONS - 81 & PD $1000 $ 1000 CONTRACTUAL - - COMBINED INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY - PERSONAL INJURY $ A UTOMOBILE LIABILITY - - BODILY INJURY A ANY AUTO (PER Rte $ ALL OWNED AUTOS (PRIV. PASS.) BODILY X R T HAAN) T ~ ALL OWNED AUTOS MAB24132110 3-1-89 3-1-90 (PER ACCIDEq $ p TH RN 1 P X HIRED AUTOS L PROPERTY X NON-OWNED AUTOS DAMAGE $ GARAGE LIABILITY BI & PO COMBINED $ 500 EXCESS LIABILITY X UMBRELLA FORM UB24060857 - 3-1-89 3-1-90 BI & PD COMBINED 1000 $ $ 1000 OTHER THAN UMBRELLA FORM 0 STATUTORY ' WORKERS' COMPENSATION $ - (EACH ACCIDENT) 0 9 88 10-9-89 . B AND CT15227CAA 1 - - T $ (DISEASE-POLICY LIMI ) EMPLOYERS' LIABILITY $ ;a, -(DISEASE-EACH EMPLOYEE) OTHER A Builder's Risk EC64640007 2-1-89 2=1-90 x:717,872 A Contractor-'.s Prot.Li Binder 6-13-89 6-13-90 -:1 14"1 1,000-CSL' . DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS The City of Denton is named as additional insured. City of Denton SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- City DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO John Marshall, Purchasing Agent MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 901-B Texas St. LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLI' TION 90VLABILRY OF ANY KIND UPON THE COMPANY, ITS AGENTS~OR REPRESENT TIVES.1--J Denton, Texas 76201 AUTHORIZED REPRESENTATIVEf- I I , n• CONDITIONS ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) NOTICE. OF_ CANCELLATION: Prior to any material change or cancellation, the City of Denton will be given 30 days advance written notice mailed to the stated address of the Certificate Holder, City of Denton. 1. CONTRACTURAL COVERAGE: (Liability assumed by contract or agreement, and would not otherwise exist.) The contractual liability. requirement shown on the reverse side of this Certificate of Insurance under Comprehensive General Liability, must include a definition of coverage broad enough to provide coverage for obligations assumed by the contractor in the • referenced contract. This Certificate of Insurance is. provided as required by the governing contract. 2. CLAIMS MADE POLICY. FORM: Required period of coverage will be determined by the following formula: Continuous coverage for the life of the contract, plus one year (to provide-coverage for the warranty period), and a extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period. 3. FIRE LEGAL LIABILITY: (Required in all contracts that involve the occupancy, construction or alteration of City-owned or leased facilities.) Insurance is to cover buildings, contents (where applicable) and permanently installed equipment with respect to property damage to structures or portions of structures if such damage is caused by the peril of fire and due to the operations of the contractor. Limit of liability is to be a minimum of $500,000. 0 CI - 4 SECT.ON 00300 - BID FORM B I 0 0 DATE: April 25, 1989 TO: City Secretary YY' City of Denton Denton, Texas RE: Senior Center Addition Denton, Texas G\~~ NPS\NG O PvPG Gentlemen Pursuant to the foregoing "Bidding Information", the undersigned has thoroughly examined the Plans, Specifications and the Sitep understands the work to be done, and hereby proposes to do all the work as provided in the Plans and Specifications and subject to the inspection and approval of The City of Denton and binds themselves on acceptance of this bid by The City of Denton for performing and completing the said work within the time stated and to furnish all required guarantees for the following prices to wit: BID: For the construction of the addition. to the Denton Senior Center and including all Allowances as specified in Section 01020. sevent two The Sum of Seyen hundred sev - ' °'crht hundred/ DOLLA~tS 717,872.00 and 00/100--------------------CENTS (using Hufcor operable walls in Base Bid) ALTERNATES: Refer to Section 01030 - Alternates for description and provi- sions of the Alternates listed below. Alternate No. 1 - Electric Projection Screen h a rh;rty---------- DOLLARS ADD' the sum of Four thousand zi 00/100------------------- CENTS (b a 510 on and 00300-1 Alternate No. 2 - Canopy Structure ADD the sum of Thirteen thousand piQ>t h„ndrpd eighty-two---- DOLLARS i• and 00/100-------------------- CENTS 13,882.00 Alternate No. 3 - Additonal Painting of Existing Building ADO the sum of one thousand five }utudrpd'plQhtv-five-------- - DOLLARS and oo/100---------------------- CENTS (S 1,585.00 Alternate No. 4 - Concrete Paving Three thousand four hundred fifty DOLLARS ADD the sum of and 00/100--------------------- CENTS 3,450.00 voluntary Alternate: Use equal light fixture package subject to approval. DEDUCT Two thousand five hundred dollars and 00/100------ ($2.,500.00) UNIT PRICES: A. Drilled Piers: The undersigned agrees in case of variation of quantities from those shown or specified# the following unit prices will be used in adjusting the Contract Price: 18" dia. piers. ADD per lin. ft. 18" dia. piers. DEDUCT per lin. ft. 18" dia. pier casing as required ADD per'lin. ft. E 9_9n $ 2.50 $ 6.50 EXTRA WORK FEES: The undersigned agrees that for additional work added to the Contract and for extra costs resulting from changes in to works ccor- -the allowance for overhead and profit dance with the following schedule, as provided in the Supplemen- tary Conditions: (Overhead shall include payroll taxes and super- vision) 1. For the Contractor, for any work provided by his own forces! 15 % of the cost. 2. For each subcontractor involved, work performed by his own forces: mutually acceptable fixed fee or percentage of the cost. 3. For the Contractor, for work of produced u subcontractor: due the subcontractor. ADDENDA: This will acknowledge receipt of the following addenda which are part of the Bidding Documents: Addendum No. 1 Addendum No. Addendum No. 2 Addendum No. CONTRACT TIME: The undersigned bidder hereby declares that he has visited the site of the work and has carefully examined the Contract Docu- ments pertaining to the work covered by the above bid, and he further agrees to commence work within- ten (10) days after date of written notice to do so and to substantially complete the work on which he has bid within 250. consecutive calendar days subject to such extensions of time allowed by specifications. The undersigned bidder not be withdrawn for a scheduled closing time The undersigned bidder right to reject any or the bidding. agrees that his bid shall be good and may period of 30 calendar days after the for receiving bids. understands that the Owner reserves the all bids and to waive any informalities in 00300-3 BID GUARANTY: Enclosed with this Bid is a Certified Check for: DOLLARS (b or a Bid Bond in the sum of 5% of bid - DOLLARS (S which it is agreed shall be collected and retained by the Owner as liquidated damages in the event this Bid is accepted by the Owner within 30 days after the bids are received and the under- signed fails to execute the Contract and the required Bonds with the said owner within ten (10) days after the date said Bid is accepted; otherwise said check or bond shall be returned to the undersigned upon demand. Landmark Company Contractor (firm name) _SEAL* r By - y ee esi en Address 016 W University City Denton State Texas *if Bidder is a corporation. END OF SECTION. Phone (817)381-1999 00300-4 CHANGE OWNER ARCHITECT ORDER . ON TR.ACTOR . D F AIA DOCUMENT G701 OTHER PROIECT:Denton Municipal Laboratory, (name, address) 1 100 Mayhill Road Denton, Texas 76201 TO (Contractor) Landmark Company 1213-A Primrose Denton, Texas 76201 Laboratory Expansion ARCHITECTS PROJECT NO: #9920 CONTRACT FOR: Denton Municipal Laboratory, Laboratory Expansion CCNTRACT DATE: 1/11/89 L. You are directed to make the following changes in :his Contract: 1. Add termite treatment on slab 2. Repair to existing underground testing lines on north side of building not shown on plans 3. Change acid pipe and traps. from-2"_as;per.plans to 3" per City Inspection Department TOTAL $220.00 $250.29 $1,147.00 $1,617.29 The original Contract Sum was . . . . . . . . . . . . . . . . . . . . . S Net change by previous Change Orders . . . . . . . . . . . . . . . . . . S The Contract Sum prior to this Change Order was . . . . . . . . . . . . . . . S The Contract Sum will be (increased) Y(*9rXaYit~ X6Wb1jiZ Wby this Change Order . . . $ The new Contract Sum including-this Change Order will be . . . . . . . . . . . S The Contract Time will be (increased) "KrM"Kk"K#W) by The Dale of Completion as of the date of this Chjr8e Order therefore is Architectural Collective ARCHITECT 1300 N- Locust Address iy DATE OF ISSUANCE 224,103.00 0.00 224,103.00 1,617.29 225,720.29 ( 8 ) Days. cam~yy~t, of Re.ns" o -B Texas St. Address Denton, Texas /76201,, Ar DATE L 121 CHANGE ORDER NUMBER One AEA DOCUMENT 0781 • CHANGE ORDER • SEPTEMBER 1966 EDITION • 0196E AIAO THE ONE PAGE AMERICAN INSTITUTE Of ARCHITECTS, 1776 NEW YORK AVE., NW, WASHINGTON, O.C. 20006 Landmark Cniapany CFfll R~COrimrose Address Denton,-. xas 76201 . Y DA E /25/~ 3~~ CHANGE-` ORDER ALA DOCUMENT G701 OWNER ARCHITECT CONTRACTOR FIELD OTHER ❑ ❑ ~o~~ 13 ❑ ❑ a q PROJECT: Senior Center Addition (name, address) City of Denton, TX (P.O. Box #91019) TO CONTRACTOR: (name, address) Landmark Company i 2015 W. University Dr. Denton, TX 76201 The Contract is changed as follows: Pier Casing; CHANGE ORDER NUMBER: Two (2) DATE: August 21, 1989 ARCHITECT'S PROJECT NO: N P H 8812 CONTRACT DATE: May 16, 1989 CONTRACT FOR: General Construction 1. Add 1305 Lineal feet of casing for pier foundation. ADD $8,482.50 2. Credit for lesser footage of total pier depth. <$220.00> 3. Add to contract time 16 days, due to additional work to case piers. r kGi.E Relocate piers; °A1i 1489 1. Relocate piers E.2, B/C.11, and A.14, also rework by CI VOF DENTON adding additional steel reinforcing and concrete. ADD pLO& ig%S ING DEPT. TOTAL ADDITION $8,469.50 Not valld UnN signed by the owner, Atchlteot and Contractor. The original(Contract Sum) ttAA was ........................t 717,872.00 Net change by Previously authorized Change ordeo S <16,287.00> The (Contract sum) (*l(Xd)Prior to this Change order was , . , f 701, 585.00 The (Contract Sum) (WNWWMM1 wi0 be (increased) (MelroO OM MffdM(M by this Change Order intheamtnmtOf ............................t 8,469.50 Thenew(Contract sum)(Gu2tanteedMxomumPrice) ftwohudingthis thangeorder willbe 710,054.50 The Contract Time will be (inctnseM (*5xA;*mmx by ( 16 )days. The date of Substantial Completion as of the dare of this Change Order therefore is March 8th, 1990 (June 16th notice to proceed; 250 days = Feb. 20, 1990) NOTE This summary doe not regcz changm r4~ De iu the Carma¢ Sum. Comma Time or Guatanreed AT9otntun Price which have been authonred by 1 FY iNP hf ecis ❑Landmark Company Cil* of Denton ARCHTIE(GTW .~P. ' J~V)# CONTRACTOR p ff,L6479'Dallas.. ar_way, #710 2016 W. University Drive 215 E. McKinney Addre s~ ff ° 1 I:_, Address Address p alfas,.TrX.%7 2 s Denton, C 76201 Dento X 76201 BY ' DATE ALA DOCUMENT GM CHANGEi.q pm • 1987 EDITION . ALA* • ©1987 . THE AMERICAN INST(1'OF ARCHfrECIS 1735 NEW YORK AVE, N.W., WASHINGTON, D.C. 2000 i LANDMARK COMPANY - GENERAL CONTRACTORS 2016 W. University Hlghway82West Denton, Texas 76201 P.O. Box 1242 817-383-3899 Gainesville, Texas 78240 817.88&8155 i, Z. - July 25, 1989 , NPH Architects 1 ft~•,; 16479 N. Dallas Parkway Suite 7 10 IVPU " : iic tS , Dallas, Texas 75248 RE: Senior Center Addition 509 N. Bell Avenue Denton, Texas 76201 tae hereby request your approval of an extension to the mandatory com%leti.on date on the above referenced project due to delays caused by casi.nq Piers on the following dates: July 11, 1989 Jul.y 12, 1989 July 13, 1989 July 14, 1989 July 15, 1989 July 16, 1989 Jul.v 17, 1989 July 18, 1989 July 19, 1989 July 20, 1989 July 2.1, 1989 July 22, 1989 July 23, 1989 July 24, 1989 July 25, 1989 July 26, 1989 Pl(_ase contact me with questions or comments or indicate approval below and return one copy. We appreciate your cooperation in this matter. LANDMAPK 09~MP NY /Flood J. Akins Approved DA LANDMARK COMPANY 1213A PRIMROSE DENTON, TEXAS 76201 BREAKDOWN ON EXTRA CHARGES AS PER SENIOR CENTER PIER SCHEDULE & MOVING PIERS 1. Credit charges for pier drilling: Original Estimate: . 59 piers @ 19' to bearing strata =;;,1121 ._tot. If Actual Footage: 59 piers per attached pier log = 1033 tot. If credit for lesser feet 88 tot. If- 88 ]in. ft. @ $2.50/lf = credit (220.00) 2. Extra charges to case piers: Total lineal feet to bearing strata: 1033 if Total lineal feet for penetrations: 272 if. Total lineal feet of casing: 1305 if 1305 if casing @ $6.50/lf = $8,482.50 3. Extra charges for offsetting piers to clear underground electrical service as per revised drawings by NPH Architects: w Reinforcing Steel 43.00 Forming materials 62.00 Labor 75.00 Overhead & Profit 27.00 Total cost to offset piers $207.00 $207.00 TOTAL OF THIS CHANGE ORDER REQUEST (ITEMS 1,2,3) $8,469.50 LANDMARK COMPANY 1213A P RIMROSE. DENTON, TE XAS 76201 SE-NIOR CENTER PIER SCHEDULE: DATE PIER it TO STRATA PENEI-RATION CAGE LENGLI-1 7--12-89 # 1 17' 6" 4' 0" 21' 6'. # 2 17' 6" 7. O" 24' 6" # :3 18' O" 4' 0" 22' 0" # 4` 17, 0" 4' 0" 21' 0" # 5 17, 0" 71 0°_ 24' 0" 21' 6" # 7 1.7' 6" 2 4' 6" 7-13-89 # 8 18, o" 4, 0.,. 22, 0" 94. 18' 6" 4' p' 22, 6.. #10. 18' 0". 4' 0" 2P' 0". 4' 0- 22' 0., #.11 , t.8=`0" 4. 0" 22, 0" #1:3 18, o" 7' 0" 25' 0" 014 18' 0" 4' 0" 22' p" 7--17-89 #15 18' 6" 4' 0" 22' 6" 4416 18' 6" 4' 0" 22' 6" #17 18' 0" 4' 0" 22' 0" 4418 17' 6" 4, 0" 21, 6., #19 17' 6" 7' 0" 24' 6" 7-19-89 #20 17' 6" 4' 0" 21' 6" #21 17' 0" 4' O" 21• pll 4122 17, 0" 4' 0" 21, O.l #;':3 17' O" 4' 0" 21. O" 7-20-89 4124 17, O•• 4' 0" 21 1 , 01. #25 17' 0" 4' 0" 21 , O,. #26 17' O" 4' 0" 21' 0" #27 17' 0" 4' 0" 21' 0" 4428 17' 0" 4' 0" 71, 0" #29 17' 0" 4' 0" 21, 0" #30 17' 6" 4' O" 21' 6" #31 17' 6" 4' 0" 21' 6" 7--21-89 4432 18'.0" 4' 0." 21' 0" #33 17' 6" 4' 0" 21' 6" 4134 18, 0" 4' p" 22' 0" 035 18, O" 4' 0" 22' 0" A36 18' O" 4' p" 22' 0" 1437 113, O" 7, O" 25' 0" CONIINUEED ON PAGE TWO DA'I`E. 7--?4._£39 7---25-89 7-26-8,) PAGE: NO SENJOR C ENTER P11 R SCI11.OUl.k: P.J. ER # 10 S 'l RA FA PE NE .'FIRA"F I ON #3£3 17' 6" 4' 0" 939 17' 6" 4' 0" #40 17' 0" 4' 0" $141 17' 0" /7' 0" #42 17' 0" 4' 0„ #43 17' 0" 7- 0" #44 17' 0" 4' 0" 4145 17' 0" 4' 0" #46 17' 6" 4' 0" 1147 17' 4" 4" 0' #413 17' 6" 4' 0" 1449 1.7, 0" 4- 0„ #50 17' 4" 7' 0" 1151 17' 6" 7' 0" #52 1.13' 0" 4' 0" 1153 18' 0" 4' 0" #54 1B' 0" 4' 0" 3155 1.7' 6" 4' 0" #56 1.7' 0" 7' 0" #57 17' 0" 4' 0" #513 17' 0" 4' 0" m-59 1.8, 0" 0" E:ND OF~ SC !-IF::DUL.I CAGE LENGTH 21 e," Y 21 60 21' 0" 24' 0" 21, 0„ 24 Y 0" 21' 0" 21 ' 0" ?1' 6" 21 ' 4", 2) ` 21; 0" 24' 9" 24' 6" 22' 0" 22' 0" 22' 0„ 21' 6- 24' 0" 21' 0" 21 , 0 j- 25' 0" n [ )$rkis eation CITY of DENTON, TEXAS Civic Center/ 321 E. McKinney/ Denton, TX 76201 M E M O R A N D U M TO: Betty McKean, Executive Director for Municipal Services and Economic Development Steve Brinkman, Director of Parks and Recreation FROM: Bruce Henington, Superintendent of Building Operations DATE: August 29, 1989 SUBJECT: Senior Center Expansion change Order I have-approved and sent to Purchasing for their signature the attached change order for $8,469.50. This change order is due to the ground conditions requiring every pier hole to be cased. We normally do not have to case our drilling; however, due to pre-soil tests, we did allow for casing in the bid contract not to exceed $6.50 per linear foot. The money needed to fund this increase will be taken out of the remaining contingencies, project savings if any can be found, and the remainder out of the Recreation Fund special services account. I have attached all information if you want to give the City Manager an update. Since the amount of the change is under $10,000, it will not be necessary to present this change to the City Council for approval. Br''uce Henington Attachment BLDG0032 el1'IT~I~G~ t~~ 1%6(.7LLL e.)~~LO~CI/I.CL %i'~i7/!2P/G Denton Parks and Recreation / Denton, Texas / (817) 586-8270 Architecture NNJDH 1iv(Li, I_L LI Planning Interiors August 22, 1989 Bruce Hennington 215 E. McKinney Street Denton, TX 76201 Ref: Denton Senior Center Dear Bruce, Enclosed you will find five (5) originals of change order no. 2 on the above referenced project. Please sign all copies retaining three (3) each for your files returning two (2) copies to me for further processing. -_.If you have any questions please feel free to call. Sincerely, L ry . C LAC/ms Norman P. Hatfield Jr., AIA 16479 Dallas Parkway Suite 710 Dallas, Texas 75248 (214) 250-3399 CHANdt OWNER ORDER ARCHITECT CONTRACTOR AM DOCUMENT 6701 FIE M OTHER PROJECT: Senior Center Addition (name, address) City of Denton, TX (P.O. Box #91019) TO CONTRACTOR: (name, address) Landmark company 2015 W. University Dr. Denton, TX 76201 The Contract is changed as follows: Pier Casing; CHANGE ORDER NUMBER: Two (2) DATE: August 21, 1989 ARCHITECT'S PROJECT NO: NPH 8812 CONTRACT DATE: May 16, 1989 CONTRACT FOR: General Construction 1. Add 1305 Lineal feet of casing for pier foundation. ADD $8,482.50 2. Credit for lesser footage of total pier depth. <$220. 00> 3. Add to contract time 16 days, due to additional work work to case piers. -0- piers; 1. Relocate piers E.2, B/C•11, and A.14, also rework by adding additional steel reinf i orc ng and concrete. ADD $207.00 TOTAL ADDITION $8,469.50 Not vaild unt8 Signed by the Owner, Architect and Contractor. The or*WW (Contract sum) ffiftd**ftWAWNdfd!)<cuas Net chaage by previously authodad Change Orders . The(ContracrSum ) (~Ik1GtI~ltirdjprior to this Change Order was...... . The (Contract Sum) ( llil6N51( It *Ywiil be (incased) MftVoraM M"M*?Mby tbis Change Order in theamoum of Thethem(Contract Sum) (GtnonreedMawper) indLICiing this Change Order will be .s 717,872.00 .s <16,287.00> .f 701,585.00 .s 8,469.50 •s 710,054.50 The Contract Time will the (incased) b The due of Substantial Completion as of the dm of this ( 16 )days. (June 16th notice to proceed; 250 days-- Fceb 2p, 990) is March 8th, 1990 NOTE dog not =d=. in the C4nm a Sum, Cnnnus Thee or Guaranteed Maamum Price which have bem authorized by 60et%D A e rtEG1 s' Landmark Company Cit n ~t164.79 CONTRACTOR OwtieE S f renter Addr~ : w d(lay o Farikway, #710 2016 W. University Drive 215 E. McKi nney "D Ila 7 2 " Address y 4 Denton, X 76201 Denton T 76201 BY a pis - DATE DATE .h.E AU OOCUYBIr CUM • CHANGE ORDER . 1967 mmON • AIA~ AMERICAN IN57h'I'U'IE OF ARCHrIECIg, 1735 NEW • ©I987 • THE YORK AVF, N.W. .WASHINGTON. D.C. 26006 6701-1987 LANDMARK COMPANY - GENERAL CONTRACTORS 2016 W. University Hlphway82West Denton, Texas 76201 P.O. Box 1242 817-383-3899 Gainesville, Texas 76240 817.568.8155 July 26, 1989 NPH Architects f1i 1 7 16479 N. Dallas Parkway Suite 710 ' i`aP! , 'CjiicOS Dallas, Texas 75248 RE: Senior Center Addition 509 N. Bell Avenue Denton, Texas 76201 .4e hereby request your approval of an extension to the mandatory com letien date on the above referenced project due to delays caused ay casi_nq Piers on the following dates: July 11, 1989 July 20, 1989 July 12, 1989 July 21, 1989 July 13, 1989 July 22, 1989 July 14, 1989 July 23, 1989 July 15, 1989 July 24, 1989 July 16, 1989 July 25, 1989 July 17, 1989 July 26, 1989 Juiv 18, 1989 .July 19, 1989 P1a:ase contact me with questions or comments or indicate approval. below and return one copy. We appreciate your cooperation in this matter. LANDMAPK -C-9MP NY Flaya J. Akins j Approved 7 DATE I 2 LANDMARK COMPANY 1213A PRIMROSE DENTON, TEXAS 76201 BREAKDOWN ON EXTRA CHARGES AS PER SENIOR CENTER PIER SCHEDULE & MOVING PIERS Credit charges for pier drilling: Original Estimate: 59 piers @ 19' to bearing strata = 1121 tot. If- Actual Footage: 59 piers per attached pier log = 1033 tot. If credit for lesser feet 88 tot. If 88 lin. ft. @ $2.50/lf = credit Extra charges to case piers: Total lineal feet to bearing strata: Total lineal feet for penetrations: Total lineal feet of casing: 1305 if casing @ $6.50/lf = $8,482.50 3. Extra charges for offsetting piers to clear underground electrical service as per revised-.-...,, drawings by NPH Architects:. # Reinforcing'Steel 43.00 Forming materials 62.00 Lahr; r._ 75.00 Overhead & Profit 27:00 Total cost to offset piers $207.00 TOTAL OF THIS CHANGE ORDER REQUEST (ITEMS 1,2,3) Q20.00> 1033 1f 272 if 1305 if $207.00 $8,469.50 DATE 7-12-89 } 7-13-89 7-17-89 7-19-89 7-20-89 LANDMARK COMPANY PRIMROSE DENTON EXAS 76201 SENIOR CENTER PIER SCHEDULE PIER # TO STRATA PENETRATION # i # 2 # 3 # 4 # 5 # 6 a 7 # 8 # 9 #10 #11 #12 #13 #14 #15 #16 #17 #18 #19 17' 6" 17' 6" 18' 0" 17' 0" 17' O" 17' 6" 17' 6" 18' 0" 18' 6" 18. 0" 18' 0" 18. 0" 18. 0" 18' O" 18' 6" 18. 6" 18' 0" 17' 6" 17' 6" 4' 0" 7' 0" 4' 0" 4' 0" 7, 0" 4' 0" 7' 0" 4' 0" 4' O" 4' 0" 4' 0" 4' O" 70" 4' 0" 4. 0" 4' 0" 4' 0" 4' 0" 7' O" #20 #21 #22 #23 #24 #25 #26 #27 #28 #29 #30 #31 7-21-89 #32 #33 #34 #35 #36 -~37 r~ 17' 6- 17' 0" 17' 0" 17' 0" 17' 0" 17' 0" 17' 0" 17' 0" 17' 0" 17' 0" 17' 6" 17' 6" 4' 0" 4' 0- 4' O" 4' 0" 4' 0" 4' 0" 4' 0" 4. 0" 4. 0" 4. 0" 4' 0" 4' 0" 18' 0" 4. Q- 17' 6" 4' 0" 18' 0" 4' 0" 18' 0" 4' 0" 18, 0ll 4, 0" 18, 0" 7. 0„ CONTINUED ON PAGE TWO CAGE LENGTH 21' 6" 24' 6- 22' 0- 21 ' O" 24' 0" 21' 6" 24' 6" 22' 0" 22' 6" 22, 0" 22' 0" 22' 0" 25' O" 22' 0" 22' 6" 22' 6" 22' 0" 21. 6" 24' 6" 21' 6" 21' 0" 21 ' 0" 21. 0" 21' 0" 21' 0" 21' O" 21' 0" 21' 0" 21' 0" 21' 6- 21 ' 6" 22' O" 21' 6" 22' 0" 22' 0" 22' 0" 25' 0" DATE PIER # 7-24-89 #38 #39 #40 #41 #42 #43 7-25-89 #44 #45 #46 #47 #48 #49 #50 #51 7-26-89 #52 #53 #54 #55 #56 #57 #58 #59 PAGE TWO SENIOR CENTER PIER SCHEDULE TO STRATA PENETRATION CAGE LENGTH 17' 6" 4' ^O" 21' 6'.. 17' 6" 4' 0" 21' 6- 17' 0" 4' 0" 21' 0" 17' 0" 71 0" 24' 0" 17' 0" 4' 0" 21' O" 17' 0" 7' 0„ 24' 0" 17' 0" 4' 0" 21' 0" 17' 0" 4' 0" 21' 0„ 17' 6" 4' 0" 21' 6" 17' 4" 4' 0" 21' 4" 17' 6" 4' 0" 21' 6" 17' 0" 4' 0" 21' 0" 17' 4" 7' 0" 24' 9" 17' 6" 7. 0" 24' 6- 181 0" 4' 0" 22' 0" 18' 4' 0" 22' 0" 18. 4' 0" 22' 0" 17' 6" 4' 0" 21' 6" 17' 0" 7' 0" 24' 0" 17' 0" 4' 0" 21' O" 17' 0" 4' 0" 21' 0" 18' 0" 7' 0" 25. 0" END OF SCHEDULE