Loading...
2006-099ORDINANCE NO. 2 Q~~j - (~ 9 CI AN ORDINANCE ACCEPTING COMPETITIVE SEALED PROPOSALS AND AWARDING A CONTRACT FOR THE CONSTRUCTION OF FIRE STATION # 7; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR AND PROVIDING AN EFFECTNE DATE (RFSCP 3458-FIRE STATION #7 AWARDED TO HISAW AND ASSOCIATES IN AN AMOUNT NOT TO EXCEED $3,441,460). WHEREAS, the City has solicited, received and evaluated competitive sealed proposals for the construction of public facilities in accordance with the procedures authorized by State law and City ordinances; and WHEREAS, the City Manager, and the selection evaluation committee appointed by the City Manager, have received and recommend that the herein described proposal offers the City the best value based on the published selection criteria and the ranking evaluation for the construction of Fire Station #7; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The following competitive sealed proposal for the construction of Fire Station #7, as described in the "Request for Competitive Sealed Proposals" and plans and specifications on file in the Office of the City's Purchasing Agent filed according to the proposal number assigned hereto, is hereby accepted and approved as the proposal offering the City the best value based on the published selection criteria and the ranking evaluation for the construction of Fire Station #7: RFSCP NUMBER CONTRACTOR AMOUNT 3458 Hisaw and Associates $3,441,460 SECTION 2. The acceptance and approval of the above competitive proposal 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 ofperformance and payment bonds, and insurance certificate after notification ofthe award of the bid. SECTION 3. 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 4. Upon acceptance and approval of the above competitive proposal 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 5. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the h~`E~t day of 2006. ~(.~ EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: 1 W APPROVED AS TO LEGAL FORM: EDWIN M. SNYDER, CITY ATTORNEY BY 3-OF CONTRACT AGREEMENT. STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 4th day of April A.D., 2006, by and between City of Denton of the County of Denton and State of Texas, acting through Howard Martin thereunto duly authorized so to do, hereinafter termed "OWNER," and Hisaw & Associates General Contractors Inc. 3116 Kellwav Dr., Ste 116 Carrollton TX 75006 of the City of Carrollton, County of Dallas and State of Texas ,hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Fire Station #7 Construction in the amount of $3,441,460 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 and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with all local, state and federal laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepazed by: Kirkpatrick Architecture Studio Inc all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA-1 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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner, its officers, servants and employees, from and against any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of the Work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers, servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner during the performance of any of the terms and conditions of this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of officers, servants, or employees of Owner. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: ~ , n APPROVED _ City of Denton OWNER BY: (SEAL) .~- ~`~- ONTRACTOR Hisaw & Associates General Contractors, Inc. 3116 Kellway Dr., Suite 116 Carrollton, TX 75006 MAILING ADDRESS 972.380.4448 PHONE Ni.IMBER 972.380.4397 FAX NLIMBER BY: CEO TITLE Richard L. Hisaw PRINTED NAME (SEAL) CITY A CA-3 PERFORMANCE BOND Bond No:022-012-761 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL~MEN BY THESE PRESENTS: That Hisaw & Associates General Contractors, Inc./ whose address is 3116 Kellway Dr. Suite 116 Carrollton, TX 75006 hereinafter called Principal, and Liberty Mutual Fire Insurance Company a corporation organized and existing under the laws of the State of Massachusetts and fully authorized to transact business in the State of Texas, as Surety, aze held and fumly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal su~~of Three Million Four Hundred Fort One Thousand Four Hundred Sixty Dollars and 0/100`DOLLARS ($ 3,441;460.00) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2006-099, with the City of Denton, the Owner, dated the 4 day of April A.D. 2006 '~a copy of which is hereto attached and made apart hereof, for Fire Station #7 Construcfion. / NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guazanty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) yeaz from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PB-1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., 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 terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices maybe delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19- 1 of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instnunent is executed in 4 copies, each one of which shall be deemed an original, this the 4th day of April 2006 / ATTEST: PRINCIPAL . L~ BY: SECRETARY BY: Richard L. Hisaw, president PRESIDENT ATTEST: SURETY Liberty Mutual Fire Insurance Company ~ BY: -' .,~~ ATTORNEY-IN-FACT Don E. Smith = The Resident Agent of the Surety in Denton County, Texas for delivery of notice and ser«~e of the process is: Don E Smith Smith Construction Bonding Inc. NAME: STREET ADDRESS: 3116 Kellway - Suite 110 Carrollton, Texas 75006 (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporafion, give a person's name.) PB-2 D~~ PAYMENT BOND Bond No: 022-012-761 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Hisaw & Associates General Contractors. Inc.,.,/whose address is 3116 Kellwa Dr. Suite116 Carrollton TX 75006, hereinafter called Principal, and Li y Mu ua ire nsurance , Ya corporation organized and existing under the laws of the State.of Massachusetts ,and fully authorized to transact business in the State of Texas, as Surety, aze held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may famish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of Three Million Four Hundred Fortv One Thousand Fnur Hundred Sixty and 0/10(1/ DOLLARS ($ 3,441,460.OOd in lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and tmly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2006-099, with the City of Denton, the Owner, dated the 4 day of April A.D. 2006 ~a copy of which is hereto attached and made a part hereof, for Fire Station #7 Construction.T NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all. duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., 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 terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. PB-3 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process maybe had in matters arising out of such surety, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 4th day of April , 2006 ATTEST: PRINCII'AL i BY: SECRETARY BYi Richard L. Hisaw, President PRESIDENT ATTEST: SURETY _ _ __ Liberty Mutual Fire Insurance Comte y i BY: L- l c~L' :~ ~'~ / ~ ~' ATTORNEY-IN-FACT Don E Smith ~ - _ , The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: 1.1P,ME; Don E Smith Smith Construction Bonding Inc. STREET ADDRESS: 3116 Kellway -Suite 110 6grrollton, Texas 75006 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB-4 ~`~~ 10360 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, end they have no authority to bind the Company except In the manner end to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Compan the 'Company'), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint DON E. SMITH~LARRY T. SMITH, ALL OF THE CITY OF CARROLLTON, STATE OF TEXAS ........................................ ................................................................................................................................................................................................. each individually if there be more than one named, its true and lawful attomey-ip-fact to make, execute, seal, acknowled and deliver, for and on its behalf as surety and as its act anddeed, an and all undertakin s, bonds', recognizances and other surety obligation the anal sum not exceeding TWENTY MILLION AND 00/100**'*'*'*~****`**'*`**`*"`**`~*` / DOLLARS ($ 20,000,000.00' *'*'*+**~*+` 1 each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed.by the president and attested by the secretary ofthe Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII -Execution of Contracts: Section 5. Surety Bonds and Undertakings M N a (U 9 N Y of C C to d ~ ~ tT ~y o d ~ d ~ . ~ v ~ N o ~' vo ov G R ~ N A d L E~ ai r ~+ M V 'O V iw w ~ ~ ~ Z V Any officer of the Company authodzed for that purpose in wdUng by Ne chairman or the president, and subject to such limitations as the T chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, ra execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such '0 attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their m signature and execution of any such instmments and to attach thereto the seal of the Company. When so executed such instruments shall be C .y as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named thereinto appoint attomeys-in-fact: a Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Fire Insurance Company, is hereby ~ IT authodzed to appoint such attomeys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and C deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. m ~ That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attomey has been subscdbed by an authodzed officer or official of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 31 stday of July , 2003 LIBERTY MUTUAL FIRE INSUR~AN~CE C~O~MPANY ~~ Gamet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 31st tlay of Julv 2003 ,before me, a Notary Public, personally came Gamet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attomey and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said IN TESTIMONY first above writte CERTIFICATE subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year Ni ^ar Pa /f'~ ~~ to es~ a t ~a, ho iv r VEIiC (/N//`/ ^~PA ',) F'I`,'t',O rY l M-lttd> OV ML.~~ Mq CC~rrcs i~r wimc Ai 28,2705 By is+~r,co~. aoo-=~r_o~ekssoo~cv:,arao~nbs Ter sa Pastella, Notary Public I, the undersign berty Mutual Fire Insurance Company, do hereby certify Nat the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of Nis certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Fire Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authody of the following vote of the board of directors of Liberty Mutual Fire Insurance Company at ~a~meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of a company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds hall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONlY WHEREOF,1 ha-vE hereunto subscribed my name and affixed the corporate seal of the said company, this --- 4~ ---- day of _pZ'1 LUUb rR w„„ °~` ``bi By 7 r ~„x,~ Devi M. Carey, Assi~ tit Secretary ~. QM oa `wc 3~ a°E m y L O .... wm O C ~' a `0 3 To m >~ Q1 ~ w N E °' .~ w ~ C ~~ V~ V H~ z ~ _- Libe7~7 B©~3d Services: ~lcmlxr n(l.ibcnr P1 un gal Group Important Notice TO OBTAIN INFORMATION ABOUT TH15 BOND, TO MAKE A COMPLAINT OR TO FILE A NOTICE OF CLAIM: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, complaints, or surety company address at: 800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 This notice is for information purposes only and does not become a pars of or a condition of the attached document. Ii is given to canply a/ith Section 2253.040", 6ovemmert Code, and Section 53.202, Property Code, Effective Sepfember 1, 2009 NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company'); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Bond Services (referred to collectively hereinafter as the "Issuing Sureties"). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. LMIC-6539 2/03 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 notifzcation of bid award, Contractor shall file with the Purchasing Department satisfactory certif tales 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 reguests prior to bid opening, since the insurance requirements may not be modif ed 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 notifzcation that the contract has been accepted, approved, and signed by the City afDenton. 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. • 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 sepazately 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 read: "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED ~ OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE IO DAYS ADVANCE WRITTEN NOTICE IS REQUIRED': • Should any of the required insurance be provided under aclaims-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, ifso noted: [x] A. General Liability Insurance: occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. General Liability insurance with combined single limits of not less than $ 500,000 shall be provided and maintained by the Contractor. The policy shall be written on an If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. Coverage B shall include personal injury. Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCLI) exposures. Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500.000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: any auto, or all owned, hired and non-owned autos. [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. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an"occurrence" basis, and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ X] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than each occurrence are required. [ ] Additional Insm•ance Other insurance nay be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. ATTACHMENT 1 [X] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the prof ect -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regazdless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any. such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/6everage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awazded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage. period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the govemmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the prof ect. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees a providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) anew certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one yeaz thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by pazagraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declaze the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. HISAW & ASSOCIATES GENERAL CONTRACTORS, INC. CONSTRUCTION MANAGEMENT Mazch 23, 2006 Mr. Tom D. Shaw, CPM, A.P.P Purchasing Agent City of Denton 901B Texas Street Denton, Texas 76201 Re: RFCSP 3458 -Fire Station #7 Deaz Mr. Shaw, Nevada License Number 32940 New Mexico License Number 50325 We appreciate the opporhmity to submit fmal pricing for the above referenced project Our proposal breaks down as follows: Base Bid: ' ` $3,370,000.00 Alternate #1 DEDUCT ($2,691.00 3 Alternate #3 DEDUCT ($2,849.00) Alternate #9 ADD $7,000.00 rv Alternate #10 ADD' $28,000.00 ~ Alternate #12 ADD $48,000.00 ~ Alternate #13 ADD $5,000.00 Alternate #14 DEDUCT ($11,000.00) ~ Total Contract Stipulated Sum: $3,441,460.00 N ~ In addition, Hisaw & Associates certifies that all construction will be performed in strict accordance with the Specifications for this project, without exception. Toby Thomason will be the Superintendent from project start to final completion. Hisaw & Associates guazantees completion of the work by no later than January 1, 2007, subject to the Specifications for this project, and we fully understand the conditions for liquidated damages for not completing the. project on time. Siticerely,' /w &~A~ss~oc~iates, Inc. Mogan " (fit---~. New Mexico 3116 KELLWAY DRIVE Nevada SUITE 116 CARROLLTON, TEXAS 75006 PHONE: (972) 380-4448 • FAX: (972) 380-4397 COMPETITIVE SEALED PROPOSAL FOR CONSTRUCTION CONTRACT Proposal of Hisaw & Associates General Contractors, Inc. ,orva vi ux a partnership or *an individual doing business as: TO: THE CITY OF DENTON DENTON, TEXAS 76201 Gentlemen: called The undersigned, incompliance with your invitation far competitive sealed proposals for Denton Fire Station #7, City of Denton, Denton, Texas, having exaruned the drawings and specifications with related documents~and being familiar with all of the conditions surrounding the construction ofthe proposed work, hereby proposes to famish all labor, material, equipment; and supplies and to construct the work in accordance with the Contract Documents, within the time set forth herein, and at the price set forth below. These prices are to cover all expenses incurred m Performing the work required under the Contract Documents of which this proposal is a part. ADDENDA The Bidder further agrees, and acknowledges, the following Addenda have been received and that the entire contents thereof have been incorporated into this Proposal: No. 1 dated 1.16.06 No. N°. 2 dated 1.20.06 No. No. _ ~ dazed z n ~ n F ~_, dated 2 . 0 9. 0 6 --5 dated_ 2.1- p 06- No. 6 ylated 2.13.06 CASH ALLOWANCES The undersigned acknowledges the incorporation of cash allowanc s into this proposal as follows: Base Bid -----~___ $25,000.00 BASE BID Bidder agrees to perform all ofthe work described in the specifications and shown on the drawings for the sum of ~$ ** ** Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. 12-OS PROPOSAL FORM - 1 DENTON FIRE STATION.#7 ALTERNATE BID ITEM NO I Bidder agrees to perform al( of the work described in the specifications and shown on the drawings for the .- ~ +1 uil5,hnt A ($ Z I 000. 00 sx ** Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. ALTERNATE BID ITEM NO 2 Biddcr agrees to perform all of the work described in the specifications and shown on the drawings for the sum of (add/dedaet) NI /ALE' T pV 5 AK11 ~ N °~ oo ~f ($ ~i ooo, o0 ** ** Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words wilt govern. ALTERNATE BID ITEM NO 3 Bidder agrees [o perforn all of the work described in the specifications ,,an/d shown on the dtawimgs for the sum of (add/t~krct) l k~rzrf - SFV,n,i j }t oa tA„rD ~ N /ioo ~~ ~ ** ** Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. ALTERNATE BID ITEM NO 4 Bidder agrees to perform all of the work described in the specifications and shown on the drawings for the sum of(add/d~vOef) -1=~~~~-yT++ous,a,.cp ~ µo~ioo '~sJ~rr~---- ($ Spy 000.00 *s ** Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. ALTERNATE BID ITEM NO 5 Bidder agrees to perform all of the work described in the specifications and shown on the dmwings for the sum of(add/d3~sat)-_~ w~Arry - ~E icy T+I ou ~,Jp ~ N©~©o boa-»rr- ($ 2~t~o ~.** ** Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. I2-05 PROPOSAL FORM - 2 DENTON FIRE STATION #7 ALTERNATE BID ITEM NO 6 Bidder agrees [o perform all of the work described in the specifications and shown on the drawings for the sum of(add/ded~t) ~oaK `~lausn+ip ~ D~/~~ 5~ i~ ($ 'E Oop. ec s* ** Amount shall be shown in both words and figures. Incase of discrepancy, the amount shown in words will govem. ALTERNATE BID ITEM NO 7 Bidder agrees to perform all of the work described in the specifications and shown on the drawings for the sum of(add/) S+Y l.tioas,E,~r~ ~ d'a~ieo ~qr~_ ($ _~~ eoo, o0 *# ** Amount shall be shown in both words and figures. )n case of discrepancy, the amount shown in words will govern. ALTERNATE BID ITEM NO 8 Bidder agrees [o perform all of the work described in the specifications and shown on the drawings for the sum of (add/deda~ ! w o T e us k~ n ~ N ~%oo (~, tcA 2s ----~_ ($ 2000. av s* ** Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govem. ALTERNATE BID ITEM NO 9 Bidder agrees to perfoan all of the work described in theme specifications and shown on the drawings for the sum of(add/) SEyE,~ ~euSAKD ~'- ~"lino J~.o r ~ g~s s* ** Amount shall be shown in both words and fieures. th case of discrepancy, the amount shown in words will govem. ALTERNATE B[D ITEMNO (0 Bidder agrees to perform all of the work described in the specifications and shown on the drawings for the sum of (add/+t) _ I W orrr - E ~a µr !++«~ss „ro ~ N3I~oo 17o~C.A K5 ($ Zfi EOO.00 *s ** Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govem. 12-OS PROPOSAL FORM - 3 DENTON FIRE STATION #7 ALTERNATE BID ITEM NO 11 Bidder agrees to perform all of the work described in the specifications and shown on the dmwings for the sum of (add/deduct) SNOT USED REFER ADDENDUM 41 ($ ** ** Amount shall be shown in both words and figures. [n case of discrepancy, the amount shown in words will govem. ALTERNATE BID ITEM NO 12 Bidder agrees [o perform all of the work described in the specifications and shown on the drawings for the sum of(add/dn~t) ~CRr'~- ~t6t{T /~eus,r,Jn ~µu~rao LO(LA25 -~ ~ ** ** Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. ALTERNATE BID ITEM NO 13 Bidder agrees to perform all of the work described in th/e specifications and shown on the drawings far the sum of (add/) ~'r vE I +t o usn..r n ~ µDl t oo ~ot~ q,~ Y$ ~ ooo. eo ~ ** ** Amount shall be shown in bath words and figures. In case of discrepancy, the amount shown in words will govem. ALTERNATE BID ITEM NO 14 Bidder agrees to perform all of the work described in the specifications and shown on the drawings for the sumof(~A'dedud)_>=~vcnr 1-r•ou~a,.ro ~- RD~teo ~p~~p~ s< ** Amount shall be shown in both words ar~d figures. In ease of discrepancy, Gie amount shown in words wilt govem. TIME FOR COMPLETION OR LIQUIDATED DAMAGES The undersigned agrees to complete all the work ready for the Owner's acceptance, within 00 calendar days after notice to proceed with the work is given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of Five Hundred Dollars ($500.00) per day. Alternate Bid Item No 1 The undersigned agrees to complete all the work ready for the Owner's acceptance within (add/delete) 0 calendar days after notice to proc¢ad with t}re work is given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of Five Hundred Dollazs ($SOQ00) per day. 12-05 PROPOSAL FORM - 4 DENTON FIRE STATION #7 Alternate Bid Item No 2 The undersigned agrees to complete all [he work ready for the Owner's acceptance within (add/delete) ~_ calendar days after notice to procced with the work is given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of Five Hundred Dollars ($500.00) per day. Altemate Bid Item No 3 The undersigned agrees to complete all the work ready for the Owner's acceptance within (add/delete) 00 calendar days after notice [o proceed with the work is given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of Five Hundred Dollars ($500.00) per day. Altemate Bid Item No 4 The undersigned agrees to complete all the work ready for the Owner's acceptance within (add/delete) ~ calendar days after notice to proceed with the work is given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of Five Hundred Dollars ($500.00) per day. Altemate Bid Item No 5 The undersigned agrees to complete all the work ready for the Owner's acceptance within (add/delete) ~_ calendar days after notice to proceed with the work is given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of Five Hundred Dollars ($500.00) per day. Alternate Bid Item No 6 The undersigned agrees to wmplete all the work ready for the Owner's acceptance within (add/delete) ~ calendar days after notice to proceed with the work is given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of Five Hundred Dollars ($500.00) per day. Alternate Bid Item No 7 The ryrdersigned agrees to complete all the work ready for the Owner's acceptance wRthin (add/delete) ~~PP calendar days after notice to proceal with the work is given by the Owner, fully realizing that the contract will carry liquidated damages provision th the amount of Five Hundred Dollars ($500.00) per day. Alternate Bid Item No 8 The undersigned agrees to complete all the work ready for the Owner's acceptance within (add/delete) calendar days after notice to proceed with the work is given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of Five Hundred Dollars ($500.00) per day. Alternate Bid Item No 9 The undersigned agrees to complete all the work ready for the Owner's acceptance within (add delete) ~_ calendar days after notice to proceed with the work is given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of Five Hundred Dollars ($500.00) per day. Alternate Bid Item No 10 The undersigned agrees to complete all the work ready for the Owner's acceptance within (add/delete) ~ calendar days after notice to proceed with the work is given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of Five Hundred Dollars ($500.00) per day. Alternate Bid Item No I l (NOT USED REFER ADDENDUM 41 The undersigned agrees to complete all the work ready for the Owner's acceptance within (add/delete) ~ calendar days after notice to proceed with the work is given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of Five Hundred Dollars ($500.00) per day. 12-OS PROPOSAL FORM - 5 DENTON FIRE STATION #7 Alternate Bid Item No 12 The undersigned agrees to complete all the work ready for the Owner's acceptance within (add/delete) ~ calendar days after notice [o proceed with the work is given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of Five Hundred Dollars ($500.00) per day. Alternate Bid Item No. 13 The undersigned agrees to complete all the work ready for the Owner's acceptance within (add/delete) _~ calendar days after notice to proceed with the work is given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of Five Hundred Dollazs ($500.00) per day. Alternate Bid Item No. l4 The undersigned agrees to complete all the work ready for the Owner's acceptance within (add/delete) ~ calendar days after notice to proceed with the work is given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of Five Hundred Dollars ($500.00) per day. PERFORMANCE AND PAYMENT BONDS It is understood that bonds covering th°e faithful performance ofthe contract and payment ofall obligations arising thereunder, each in the amount of l00 /° of the contract amount, will be required by the Owner separately for each project. Premiums, for performance and payment bonds aze included in the proposal amounts quoted. BID GUARANTEE Accompanying this Proposal is a bid bond or Cashier's Check made payable to the Owner for 5% of the total amount of the Base Proposal submitted herein. The bid bond will be returned to the Bidder, except that in the event of the Owner's acceptance of this Proposal within 60 days of the date hereof, the Bidder fails or refuses to execute and deliver the contract and required bonds within IO days after he has received notice of acceptance of his bid. In this event the bond will become the property of the Owner because of failure of the Bidder to comply with specified requirements. STATE SALES TAX It is understood that this project is exempt from the State Sales Tax and the proposal amounts quoted herein do NOT include State of Texas Sales Tax. The bidder agrees that, if awazded a contract he will segregate labor and material amounts in such a mariner that a Tax Exemption on materials may be legally obtained for the Owner's benefit. The undersigned Bidder further agrees to the following conditions: 1 • An incomplete Proposal or one having additional information or other modifications inscribed thereon, may be cause for rejection of the entire Proposal, 2. That, if accepted by the Owner, this Proposal becomes a part of the contract documents upon the signing of the contract agreement, and failing to comply with any par[ of this Proposal will be taken as failure of the Bidder to comply with the contract documents and will be just cause for rejection of the work. 3. That the Owner reserves the right to reject any or all bids and waive informalities and irregulazities or [o acceptany bid considered advantageous to him. 4. That he, the Bidder, will not withdraw this Proposal for a period of the sixty (60) days from the date hereof. 12-OS PROPOSAL FORM.- 6 DENTON FIRE STATION #7 (Seal if bid by Respectfully submitted, a corporation) Hisaw & Associates General Contractors, Inc. Bidder 3116 Kellway Dr.r 11116, Carrollton, TX 75006 Address ~~~ .--~ nuu~ zed Officer-J~- Richard L. Hisaw, CEO February 14, 2006 12-05 PROPOSAL FORM - 7 DENTON FIRE STATION #7 DENTON FIRE STATION #7 CITY OF DENTON TECHNICAL PROPOSAL PROPOSER'S OUALIFiI'ATintvc ITEMS I THROUGH VI TO BE SUBMITTED WITH PROPOSAL FORM NO LATER THAN 2 PM, CST, 31 JANUARY 2006 12-05 TP - 1 DENTON FIRE STATION #7 Hisaw & Associates General Contractors, Inc. General Contractor's Name: Address: 31 1 6 Kellway Dr. , Suite 1 1 6 City, State, Zip: Carrollton, Texas 75006 Telephone No.: 9 7 2.3 8 0.4 4 4 8 Fax No: Tax Identification Number: I. GENERAL 75-2596841 972.380.4397 1. Qualification information submitted shall be applicable only to the company entity or branch that will perform this Work. 2.. Attach your Project Organization Chart and resumes of individuals who would be assigned to this project including project manager, superintendent, scheduler, quality controller, etc. SEE ATTACHMENT 3. Proposed project schedule (Bar chart acceptable). SEE ATTACHMENT II. ffiSTORY 1. ® Corporation ~ Partnership ~ Sole Proprietorship ~ Joint Venture State of Incorporation: Texas 2. In continuous business since: 1 9 78 Remarks (if required): Name changed in 1 982 from Bellemah Corporation to Hisaw & Associates General Contractors, Inc. 3. Corporate Officers, Partners or Owners of Organization: Name Richard L. Hisaw Branch Manaeer Telephone Number CEO 972.380.4448 Ext. 223 Kathryn Rehm-Hisaw President 972.380.4448 Ext. 222 Wm. B. Morgan Scott Stoltz Vice President 972.380.4448 Ext. 224 Vice President 972.380.4448 Ext. 228 12-OS TP. - 2 DENTON FIRE STATION #7 5. Has your organization ever defaulted or failed to complete any work awazded: ~ Yes C~ No If yes, stipulate where and why: rv, 12-OS 4. Check box(es) corresponding to the nature of your business: ~ Lazge Business (100 or more employees) ® Small Business (fetiver than I00 employees) ~ HUB Business ~ Other (Define) EXPERIENCE I . Normally performs 5 % of the work with own forces. (List Trades) Lay-out Carpentry General Labor Supervision 2. Propose to perform 5 % of the work for this project with own forces. (List Trades) Lay-out Carpentry General Labor Supervision TP - 3 DENTON FIRE STATION #!7 3. List major construction projects your organization has in-progress using format below: (Include as an attachment identified by item and sub-item). SEE ATTACHMENT Name and Location of Project: June R. Thompson Elementary School Carrollton, Texas Carrollton-Farmers Branch I.S.D. Contract Amount: Percent Complete: $9,080,000 55~ Project Completion Date: July 2006 4. Owner Reference Contact with Address and Telephone Number: Mr. Johnny Hibbs 972.323.6511 Name Telephone Number 1505 Randolph St., Carrollton, Texas 75011 Address Architect Reference Contact with Address and Telephone Number: Mr. Mike Elmore SHW Group;.LLP 972.701.0700 Name Telephone Number 4000 McEwen Rd., North, Dallas, Texas 75244 Address 5. Total number and dollaz amount of contracts currently in progress: Number 3 6. Lazgest contract currently in-process: Anticipated date of completion: $ $49,799,000 $30,000,000 Athletic Complex Mansfield I.S.D. June 2006 12-OS TP - 4 DENTON .FIRE STATION #7 7. List major construction projects your organization has completed in the last S years with completion date and references. Other projects of particular significance may also be listed. (Include as an attachment identified by item and sub-item). Name and Location of Project: SEE ATTACHMENT Contract Amount: Percent Complete: Project Completion Date: Owner Reference Contact with Address and Telephone Number: Name Telephone Number Address Architect Reference Contact with Address and Telephone Number; Name Telephone Number Address 8. Lis[ pending claims and/or litigation at time of submitting Proposal. (Show project name, owner, owner's contact person with telephone number and summary explanation). NONE 12-OS TP - 5 DENTON F[RE STATION #7 VII. SAFETY PROGRAhI 1. List your organization's Worker's Compensation Experience Modification Rate (E1~Ilt) for the last four years, as obtained from your insurance agent. 2005 .7 2 2003 .70 2004 .7 4 2002 .7 0 2. Complete matrix far the past Sve yeazs, as obtained from OSHA N.200 Log: 2005 Number of injuries and illness _~_ Number of lost time accidents ~ Number of recordable cases ~ Number of fatalities ~ 2004 2003 2002 2001 -~ 0 0 0 ~ 0 6 0 0 0 0 0 ~ 0 ~ $ 3. Are regulaz project safety meetings held for Field Supervisor(s)? Yes ~ No ^ If yes, frequency: ^ Weekl ^Bi-monthl ®Monthl ^ Y Y Y As Needed 4. Are project safety inspections conducted? Yes $~ No ^ If yes, who performs inspection? Engineering Safety Consultants How often? Once a month - more if needed 5. Does organization have a written safety program? yes ~3t No If yes, provide a copy. It will become a comphance document upon contract award. 6. Does your organization have a safety orientation program for new employees? Yes ~ No ^ For employees promoted to Field Supervisors? Yes ~ No ^ Ifyes, does your Supervisor Safety Program include instructions on the following: 12-OS TP - 6 DENTON FIRE STATION #7 Safely work practices 1'~ ® No ^ Tool box safety meetings First aid procedures ^ Accident investigation ® ^ Fire protection ® ^ New worker's orientation ® ^ V VI. 12-OS QUALITY CONTROL PROGRAM 1. Submit a complete quality control program which will become a compliance document upon contract award. SEE ATTACHMENT 2. This plan should address all aspects of quality control including responsibility for surveillance work, acceptance, rejection, documentation and resolution of deficiencies, trend analysis and corrective action and interface with Owner's inspectors. TRADE REFERENCES 1. Trade References (Additional references may be included as attached sheets). Organization: H & G Systems, Inc. Agent: Name of Contract: Kirk Fitzgerald Telephone No. 214.341.5486 Organization: Riker Electric, Inc. Agent: Name of Contract: Al Riker 972.721.1055 Telephone No. Organization: DMG Masonry, Ltd. Agent: Name of Contract: Mike Blackburn 817.784.0880 Telephone No. Tp - 7 DEDITON FIRE STATION #7 z o ~ L '- z o ~ L Z ~ w z a ~° . ~~ ~ c ~ 0 ~ g ~w =c ' O Q ~ J J O w d ~ L F- ~ ~ - m L ~ OU m = pN u- ~ b c (g a v v a L U iii RICHARD L. HISAW, JR. CHIEF EXECUTIVE OFFICER EDUCATION Bachelor of Science in Psychology, New Mexico State University Construction Law, Pepperdine University Negotiation Skill, AMR International Management Development, San Francisco Negotiation Skills, R. Laser, Lubbock, Texas Quality Control Engineering Studies, New Mexico State University Quality Concrete School, New Mexico State University CEO - Hisaw 8~ Associates General Contractors, Inc. With over twenty- five years of construction experience, he has developed and constructed commercial projects throughout the United States including Hawaii. Responsibilities include the day-today operations, overall performance of the corporation, including profit and loss, business development and commercial matters. Richard's technical working knowledge of construction, vast experience and personal attention vested in projects insures satisfaction for the most demanding owner. Ensuring completing projects on schedule with implementations of budgeting, value engineering, market studies, value engineering cost analysis as his greatest assets. Grumman Aerospace Corporation -Ten years experience in upper management selecting, directing, guiding and monitoring subcontractors and suppliers. Supervised the Space Shuttle Proposal Program and was a member of the five man 'Tiger Team". Received numerous awards during his ten years including the Sterling Award, three times, in which his innovative ideas saved Grumman over a million dollars per project. Responsible for final acceptance of flight hardware for space flight systems in the Apollo Program. Member of the Grumman/NASA Team that built, tested and landed the LEM on the moon. His successful and dynamic team approach is evident in his daily management today. PROFESSIONAL AWARDS HONORED MEMBER OF WHO'S WHO AMONG AMERICAN EXECUTIVES 1999-2000 HONORED MEMBER OF OXFORD'S WHO'S WHO 1992-1993 NEW MEXICO ARCHITECTURE AWARD -1986 & 1988 PROJECT STERLING APOLLO ACHIEVEMENT AWARD - By Grumman For Outstanding Achievement APOLLO 13 TEAM AWARD-Presented by Astronaut McDivitt CORPORATE MANAGEMENT DEVELOPMENT PROGRAM -Qualified In Top Five Percent PERSONAL REFERENCE Mr. Monte Zajicek SHW Group, Inc. (972) 701-0700 Richard Hisaw is a dynamic and highly persuasive individual, capable of communicating effectively with clients, co-workers and all levels of management. As an experienced professional in modem construction management techniques, he demonstrates top pertormance levels of projects through the use of the most current up-to-date computer proficiency. With over twenty-five years of construction expertise, licenses in five states, Mr. Hisaw has the ability to offer clients atried-and-true formula for success, teamwork, quality and flexibility. iii WILLIAM B. MORGAN VICE PRESIDENT /CHIEF ESTIMATOR SENIOR PROJECT MANAGER YEARS OF EXPERIEtiGE 26 PROFFSSION~XpERI P'C CURRENT and RECENT PROJECTS: MANSFIELD ATHLETIC COMPLEX -MANSFIELD ISD $29,800,000 100,000 Square Feet Completion Date: June 2006 FRISCO ELEMENTARY SCHOOLS #15, #16 & #17- FRISCO ISD $25,952,000 225,000 Combined Square Feet Completion Date: June 2005 R.C. CLARK HIGH SCHOOL ADDITION - PLANO ISD $6,625,930 60,000 Square Feet Completion Date: August 2003 DAVE BLAIR INTERMEDIATE SCHOOL - CFB ISD $8,300,000 81,000 Square Feet Completion Date: August 2002 DOOLEY ELEMENTARY SCHOOL ADDITIONS AND RENOVATIONS, CARROLLTON CHRISTIAN ACADEMY, THOMAS ELEMENTARY SCHOOL ADDITIONS AND RENOVATIONS, NORTHEAST DALLAS ELEMENTARY SCHOOL, DON RODENBAUGH NATATORIUM, BLUEBONNET ELEMENTARY SCHOOL, COPPELL AQUATIC CENTER, YMCA @ LEGACY PARK, WAGON WHEEL PARK, WILSON MIDDLE SCHOOL ADDITIONS, PHILLIPS FAMILY ATHLETIC CENTER, OAK POINT CENTER, HOMESTEAD ELEMENTARY SCHOO, SOUTHRIDGE ELEMENTARY SCHOOL, NORTH CENTRAL TEXAS COLLEGE, WELLINGTON ELEMENTARY SCHOOL, BRIDLEWOOD ELEMENTARY SCHOOL, FRITO-LAY /PEPSI YOUTH BALLPARK, CIMARRON PARK RECREATION CENTER, MARCUS HIGH SCHOOL GYM, BLANTON/MONTGOMERY ELEMENTARY ADDITIONS, BEA SALAZAR TRANSITIONAL SCHOOL, MEMORIAL PARK SENIOR CENTER, AGNICH SCIENCE BUILDING, COPPELL TOWN CENTER, KELLY STREET FIELD HOUSE, UNITED CEREBRAL PALSY, ARAPAHO MAGNET SCHOOL SUMMARY OF QUALIFICATIONS Bill has Senior Management level responsibility for field operations, project management, estimating, value engineering, cost control, quality and adherence to scheduling of projects. He brings over twenty-six years of commercial construction experience in educational facilities. Bill's experience also. includes office, retail, industrial buildings, interior Fnish, institutional and multi-family residential projects. Since 1994, Bill has been responsible for the comprehensive estimating functions within Hisaw & Associates, while working in concert with the President and Project Managers. He provides project administration that includes conceptual estimating, budgeting, final estimating, value analysis, contract negotiation, contracts writing, and resolution of contract disputes. A superb communicator, Bill commands an outstanding ability to function under any environment and deliver the performance needed from all vendors, subcontractors and workers to achieve the expected project goals. BUSINESS ADMINISTRATION DEGREE, UNNERSfTY OF TEXAS AT AUSTIN Mr. Johnny Hibbs CarrolltoNFarmers Branch ISD (972) 968301 iii TOBY THOMASON SENIOR PROJECT SUPERINTENDENT YEARS OF EXPERIENCE - 35 CURRENT and RECENT PROJECTS: BRADFIELD ELEMENTARY SCHOOL ADDITIONS AND RENOVATIONS -GARLAND ISD $3,600,000 21,000 Square Feet Completion Date: August 2006 BEN BARBER CAREER TECH -MANSFIELD ISD $16,513,000 178,000 Square Feet Completion Date: December 2004 UNT RESEARCH PARK- UNIVERSITY OF NORTH TEXAS $800,000 30,000 Square Feet Completion Date: April 2003 DAVE BLAIR INTERMEDIATE SCHOOL, CARROLLTON CHRISTAIN ACADEMY, KATRHYN McWHORTER ELEMENTARY SCHOOL, WAGON WHEEL PARK, NORTH CENTRAL TEXAS COLLEGE SUMMARY OF QUALIFIGATIONG Toby lends insight to each project, understanding every facet of the construction process from the inception of a project to the final punch list. With over thirty-five years in the construction industry and educational facilities, his multi-dimensional management skills ensure that goals are accomplished in accordance to the strict guidelines of the architecture, specifications, scheduling, cost controls, quality and safety of the project. Toby is skilled in the interpersonal and managerial arts, providing a combination of superior competence and organization to lead even the largest and most complex projects to their successful conclusion. His goal is ensuring that the satisfaction of both Owner and Architect are accomplished. University of North Texas -Denton, Texas PERSONAL REFERF~dCE Mr. Trey Laird SHW Group, Inc. (972) 701-0700 ' , a ' ; ' `--------------'-------------'----- ¢ o o ~1 ¢ ~ ¢• ~~ d m ~~ i ~ m~ m ~ . i ~ m N ~___________ • _ _ .___ _ r _ C.i ______ ~ , _ . r_ d'_ ____ fp.___.Y3' ~ s' m C - ~ ~ c~- m a r s - E;~ ~ ~ m .L „ _ ; ,m o,~ ~ m ° m ~ ~~¢ a c ¢ ~,U 2 ¢ ~~€ ' _____________m - ;m a ~v r c~ § c a ~ m Yo m~-L° O > > r~E ~ ~ a_Q. m._~..p ~ p ~~fl Y q a ~m W ~ (A .______________~p ~ m ¢.~_U_c_"S. W ~;d U .~ ~ c;c _ ~ (7 _ ~ 'K _ ~ ~ c ' : o j m d ~~; ~.r -~' a`- a gin- -7- w r'-'---- -- -- -_"-'-- ivl C m J O i~ •~ d ~~J ~ O d1~ W _ , o c ESE L° ~ W~€ ~ m ~ j~~ ~ a_ ' ~- m __ .______a a ••' c [7 m a i m c9 ~~ a ' ~ ' ~ o_~ a m~~ a z _ , 8__ ~ , m __ __ ___________________ ~ , - r _______________________________ U io m 5 d m a mm_ (~pp Q~-pp (tpp f~pp (~pp (fpO (rop frop- pp~pv fopO fNpD N N O ~Op ~.p- (2pS O (gip ~xpl (~`pI tYpV (YpS tt~p (pp (gip {gip ~ ~ ~ .~- ~ ~y ~ W ~. 0 0 0 0~ 0 0 0 0 0 0 0 0~~~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ' a a a ma a T } ~ } ¢ ~' ~' } }. } >' > z z z z z z z z z z z ° ~ ~ $ ~ ~ ~ $ ~ l+l 0 0 0 0 V O N 0 (7 t~ 0 m l0 f~ O N N RO 4D Ip O V' O i~ Q N O 1p d! !~ ~ m M~ 10 O • d ¢ ¢ ~ m mu~~ 5 m- ¢ o m m a ami z ~° W b°i ~ t ¢ a¢ E m ~ t r ^~ m m r r t m rn_ ¢ ¢¢ m a ¢ m o a° a d c ~ ~ -m ~° ° ~i a ~~ ~. a Y r¢ s. ~.~ E 5.m d o o t ~° m Tij ~~ O@ LL c o m r ,oc of m N p~ ¢ a p a v ~ ~ a 2' c j ° ~ ~ ~ d o c ~ a ~ ~, $ 5t; ~ m @ v ¢ tL- 7 ~ ~ .~ ~ m U m V• V. 9~~ ~ n 'd ~ Ymo .~ a~~ W° Q a a m y Q c 3 "~ g U N c m Q 25 '~ m y m a° m '~ a E€ E ~ L m n s (9 U ~ 'c o` c 9 ~ x mh. aiamOm`no as a$ m~ ~ € € m~ m~~3 ~~ A-O~~ m~ g ="">? sf s~s~g~sf~~s~$}~~g~~lQ~~~~}~~~~~~ ~zg s ~~~ ~~ Z Q y Z C Z LL ~ ~ F Z w n •-ic~i .-poi o~~ i r------------; '- m,- ~ ~ ~ m ~,% ' r ' ' m ~ ' C' ' a m ' ~ _____, ~ s ~m _ ~ ~. ~ _ C. __ ' , _ t Q i Q ~! O L ~ `____m ;__ i T d ~ mi Q o t ~~ L N~ a im O q , N N d ~ ~ ~ d i~ m m'N ~O F-~m = LL m~~ ~ C q7 L;O 'LL m c W.1O - E `m.$' ~ 8 ~ arc ~ ~ o,,~ -----,------m-------~ m----m:--- ~------ ' ' a ~ E ' f B ' ~ a~ a q ro ~ mm tag £~ 5 ~$ N Y~-~,~ .~ .U_' ~ ~0p 1111.. d ,T d y d~C F- ~;p 10 F Ol' q d V ,C , O O V 5ut L ;~ V CALL ~ W b g ,%JO Wq='t %L N¢ C ~~ 0 ~~~ n~ d_L°1U_LL W ~ r ~ N C ~ i _ (n W-.Q _y.N N_ _ , OO __ ____________~__ o. U = ~ q j ~~ d.~ ~~ ~-f d ' i ' ~ ) ~ i J_ _ r _____________ ______________~__ Q -~ ¢- -a `---'----- % - ' % --- -°-- ~ Z • % ~ ~ ; O ' a ~ - ~ O ' LL Z W .__'______________ ~__________ ___ ~ ~ ' Z O ' _,_ ~-•--'------------------ ---- ' O -- H W ' G . r__________ ____~________________ J 7 7 7 7 7 7 7 7 7 7 7 7 l ~ N N O O l7 O (V 17 8 ~- f >> 7 7 7 7 7 7 7 7 7 7 7 ~~ ~~30~~~i~icai~ic~io£ a c~ o v v +n u> co~ o vn n ou C m m aa ~ ~ m O 3 Lrn c m E c c L c ~ m 5 ¢ ~ ~ K ~ b ii ~ I-- y C ~ 'C LL ~ ~ Y d ~ m. f- fII s. IIl. i _ F C L L 7~ ' C rn~ a~~ q ~, € c z m.~ L c m¢ N. ~ O c¢ Lo N LL ~? d LL ~' LL c 0 a~ n` a >g~~~~~~~~~~~~ I N 1~ ~~ N !D y N 1~l N N V 0 Q m .- v c~ .- O 6 ~ F N b o ~ ~ ~ chi c9000c90an.aaa~--~ > 7 7 7 7 7. 7 w w w w w 0 0 0 O ~ a a a~¢ (yam N N O N [ Np o o z t zp N ~` N N O~~ N N ~ m O O Y YT O N. 1~ m Ofn O VT N u) ~. N Q m m z m ' (7 C a p C ~ _~ _ Se ~ q a ,~ Em o m ~ g ~ S a7 .~ ~ W 7 m 10 L m J (L N q = _ ~ N ~ d d~ ~ 0 j d OI ~ s c m m L c U rn~~ c N ¢ 3 ¢ N a ~ O = ~ ~ ~ N f'. G - - -' J a C f7 ~_ ______ia.m.~..~..F~~-t_a_m.-.t o..«.. U_4._ui d-c..LL. ~ i q; ~' z ~ ¢ a`i~L c `o - ca'U m ~ a ~;m LL U~-r ~' - t~ a J z n ~$ a a. t rn~ i~ w ~' E m c' J a s !^ N :5 n ~ c€ F;U rn o m p;C o W p o; L° 3 a m, t m m_ 1;0 j O ~O LL;~ S p~ ___ ~a ® v IUY .. o G ~ LL ~6 D. m ;~- .. Q m m ' m ~ ' ' i i i m _ _ _ _t______________!_______________~___.___.____.__ a U U U U U UUU'ZU W W w w W W W W a w p p p p p p 0 c ps Opp <~~ N •~- N m p~ R o~~ $$$ o a o 0 0 0 0 0 >> V U U U U U U U U U U U U U Z Z Z Z Z Z Z Z O O w w w w w w w w w W w w w w¢ Q ¢. Q Z ~ Zy p p 1 p1~ 1 p1~~ p (p p l Op p p O O p Or pr N N 0 0 0 0 0 0 O ~~ ~ ~ m. N N tV ~~~~ ~ ~~ m m N t7 t'1 (7 N N to .- N t7 O N f7 R (~ ~ O .- aD of v' in n a 2 m Vj ~ M y L Y 'L a O = E m. ~i ~ m a r r Egam~ ~~U~ ~~ m s.je x-~ F~ c p Ea m o o n m °- a o w a m a ~, r a s t c ~ ~~ 3 3 3 3 o F U~ b°. t s m J~ m m u~~ Y m T c c S a d c c U V G C m m Q Q m a rr y c. o o z y U: d ~ ~ o u m m d>> a U~ m~ m m p -~ E>>>> U U ~-y =~ 7~ ~1 IL j L C 6 d Q Sl a C L m m Q d f- 1-o m LL~~ S. «C N a Q Q m m LL LL x w ~ w a e g a Z O Q X F ~ ~ Z K O LL Z Z W O ~ Z W fl 9 ® + m~~~g~~~s1$~g~~~g~g~~~~~~~~~~ p O O N O aD m 0 0 ap m m i~~ HISAW & ASSOCIATES 3. List major construction projects your organization has in-progress using format below: (Include as an attachment identified by item and sub-item). Name and Location of Project: A New Athletic Complex Mansfield, Texas Contract Amount: $30,000,000 Percent Completer 60°~ Project Completion Date: June 2006 Owner Reference Contact with address and Telephone Number: Mr. Vernon Newsom 817.473.5600 Mansfield Independent School District 605 E. Broad Street, Mansfield, Texas 76063 Architect Reference Contact with Address and Telephone Number: Mr. Chris ktuckabee Nuckabee ~ Associates 4521 South Hulen, Suite 220, 817.377.2989 Ft. Worth, Texas 78109 Name artd Location of project: Bradfield, Park Crest and Roach Elementary School Additions 8~ Renovations Garland, Texas Contract Amount: $10,500,000 Percent Complete: 5% Project Completion date: August 2006 Owner Reference Contact with address and Telephone Number: Mr. Dale Buse 972.494.8201 Garland Independent School District 701 North First Street, Garland, Texas 75040 HISAW & ASSOCIATES Architect Reference Contact with Address and Telephone Number: Mr. Russell Hagg 972.701.0770 SHW Group, LLP 4000 McEwen Road North, Daltas, Texas 75244 HISAW & ASSOCIATES 7. List major construction projects your organization has completed in the last 5 years with completion date and references. Other projects of particular significance may also be listed. (Include as an attachment identified by item and sub-item). c ~ ect. Randall Scott Architects, 14755 Preston Rd., #730, Dallas, TX 75254 Mr. Ed Bailey (972) 664-9100 Central Fire Station Haltom City, Texas Contract Amount: $2,604,000 Percent Complete: 100% Completion Date: February 2004 Owner: City of Haltom City, 5024 Broadway Ave., Haltom City, TX 76117 Mr. Tom Muir (817) 429-0702 Ar h't Saginaw Recreation Center Saginaw, Texas Contract Amount: $3,096,000 Percent Complete: 100% Completion Date: May 2004 Owner: City of Saginaw, 333 W. McLeroy, Saginaw, TX 76179 Mr. Dolph Johnson (817) 232-4640 Architect: Phillips Swager Associates, 7557 Rambler Rd., #670, Dallas, TX 75231 Mr. Tom Shaw (469) 232.5200 Police Firing Range Lewisville, Texas Contract Amount: $1,385,000 Percent Complete: 100% Completion Date: May 2004 Owner: City of Lewisville, P.O. Box 299002, Lewisville, TX 75029 Mr. Gary Davis (972) 219-3536 Architect: Brinkley Sargent Architects, Mr. Dwayne Brinkley (972) 960-9970 5000 Quorum Dr., #123, Dallas, TX 75254 Plano Public Safety Renovations (9-1-1 Call Center) Plano, Texas Contract Amount: $800,000 Pencertt Complete: 100% Completion Date: June 2003 Owner: City of Plano, 1520 Ave K, Plano, TX 75023 Mr. Ron Timmons (972) 941-7930 Architect: Phillips Swager Associates, 7557 Rambler Rd., #670, Mr. Jeff Engemann (469) 232-5200 Dallas, TX 75231 i~~. HISAW & ASSOCIATES Don Rodenbaugh Natatorium AIIen, Texas Contract Amount: $8,589,529 Percent Complete; 100% Completion Date: December 2001 Owner: City of Alien, One Allen Civic Center, Allen, TX 75002 Mr. Don Horton (972) 727-0141 Architect: Brinkley Sargent Architects, 5000 Quorum Dr., #123, Dallas, TX 75254 Mr. Dwayne Brinkley (972) 960-9970 Coppell Aquatic & Recreation Center Coppell, Texas Contract Amount: $6,904,000 Percent Complete: 100°!° Completion Date; June 2000_ Owner: City pf Coppell, 255 Parkway Blvd., Coppell, Texas Mr. Jim Ragsdill (972) 304-3698 Architect: Brinkley Sargent Architects, 5000 Quorum Dr., #123, Dallas, TX 75254 Mr. Dwayne Brinkley (972) 960-9970 Oak Point Aquatic & Recreation Center Plano, Texas Contract Amount: $12,185,823 Percent Complete: 100% Completion Date: February 2000 Owner: City of Plano, 1520 Avenue K, Plano, Texas 75075 Mr. Bill Moms (972) 941-7190 Architect: Brinkley Sargent Architects, 5000 Quorum Dr., #123, Dallas, TX 75254 Mr. Dwayne Brinkler (972) 960-0970 HISAW & ASSOCIATES V• QUALITY CONTROL PROGRAM 7. Submit a complete quality control program which will become a compliance document upon contract award. 2. This plan should address all aspects of quality control including responsibility for surveillance work, acceptance, rejection, documentation and resolution of deficiencies, trend analysis and corrective action and interface with Owner's inspectors. Our Quality Control Program begins with pre-qualification of our subcontractors and suppliers to ensure that we select only those companies whose dedication to quality, industry reputation, and financial stability minors our own. The pre-qualification process is based in part upon our review of the Contractor's Qualification Statement (AIA A305). This form provides information on the subcontractor's specialty, company organization and history, licensing, current and past projects, management resumes financial statements and references. We also verify available insurance coverages. Those companies meeting our requirements are included in our preferred subcontractor database. The next step in our .Quality Control Program begins when the subcontractors are selected for a project. As we move to the submittal phase, all materials, equipment and other building products aze reviewed against the contract documents to ensure compliance with the design intent. Once construction starts, our on site Superintendent provides daily monitoring of each trade's work. Any deficiency in quality is identifired and conveyed in writing to the subcontractor for immediate correction. Once the subcontractor corrects the deficient work, our Superintendent verifies that it meets our quality standards. Our Project Manager also performs quality control inspections on a weekly basis. We encourage regular walk-thru's by the architect, engineers) and owner's inspectors. These walk-thru's generally occur during the weekly project meeting. i~ ~ HISAW & ASSOCIATES When the project nears substantial completion, our Superintendent and Project Manager prepare a quality control checklist. This list is also conveyed in writing to all affected subcontractors. They, in tum, correct any deficient work items prior to the architectural punch list walk-thru. We offer an innovative on-site punchlist service on each of our projects. Our Project Assistant accompanies the Architect during the walk-thru, recording each item on a laptop computer. At the end of the walk-thru, the list is printed and distributed. This process allows us to deliver a faster response in completing punchlist items. Each member of our project team is committed to delivering the best quality .project. Our company sponsors an employee incentive program, "Less Than 30", that offers rewards and recognition to those Project Managers and Superintendents who complete each punchlist on their project in less than 30 days. This program has been very successful on numerous recently-completed projects. FEB. 15.2006 9: i lAM HISAW. AND ASSOCIATES N0. 1303 P. 2/2 DENTON FIRE STATION #7 .SUBCONTRarrnuc The uudersibmed proposed to use-the following listed `bo" as to whether or not the u d i subcontractors on this pmject. Please check `~.es" or a ers g~ed has prior p roject eicperience with ll sfed subcontractor. Company Name: u; ~ -:., ~ , - -~71a~ni af-aa ('nor -lt+ } } T C Ite m Scope of Work BASE BID Price t Sub Performing YES N 1. Et1RT}iWORK Work 0 . 2-' LANDSCAPE &IRRIGATION 3 . , $iTE CONCIs~TE . ` 4., . BUILbINCr CONCRETE 5. MASONRY . . b . STE$I,1'ABRICATION & ERECTION $ 194,293.:00 City Steel ". X` 7. `..LIGHT GAUGE FRAMING $. FIPTISIi.CARPENTRY/MILLWORK 2 4 0 P h B1 X ,., 9. , .METAx.~ROOF .39 856`00 ..:. .:~a es ` X 10, HOLLOW METAL DOORS & 1 6 394 00 Para n X FRt1MES $ 47, 759.0'0.•: mexoma X I1: ALUMINUM . I STOItMERON'I/GLASS $ 3 ' 12. WINDOWS 1 , 596_..00.•_ Advanced Gl ss X I~- ~ L3 DRYWA,X:L :.. - 11 - $ 14. CERAMIC TILE 203,382.00 Barber g 15. CARPET & RESILTI:N'I' FLOORING 16. PAINTING ` 4 555.00, t)ne Souree g :: $ 17, PLUMBING 32 865.00 Texas Qua1i X 18. .HVAC 7-- - \' Curl PJ.umb n I9. : EI:LCTRICAL' ' :FEB. 15. 2006 :9:`11AM H]SAW AND ASSOCIATES N0. 1303 P. 1/2 Hisaw.&ASSOCiates General Contractors, Inc. 3116 Kellway, Suite 716 .Carrollton, Texas 75006 e~:~ co i~~ ~ HISAW & ASSOCIATES Nevada License Number 32940 I GENERAL CONTRACTORS, INC. New Mexico License Number 50325 CONSTRUCTION MANAGEMENT I i STATEMENT OF SAFETY POLICY Deaz Employee: The success of our company depends on our efficient use of resources to provide a high quality product for our customers. Our most important resource is our employees. To protect this resource, we aze committed to providing a safe and healthy work place for all employees by establishing and maintaining an effective health & safety program. We consider safety and health to be a fundamental part of our company's operations. The responsibility for safety resides within each of us. We aze each challenged to stay informed and to take responsibility for own safety and the safety of our coworkers. To ensure the success of our safety and health process, we must all lend our full participation and support to safety policies and procedures that have been developed to protect us. Working safely and in accordance with established safety policies is an absolute requirement. Richard L. Hisaw CEO New Mexico 3116 KELLWAY DRIVE SUITE 116 Nevada CARROLLTON, TEXAS 75006 PHONE 19791 ~tin_xnnQ. inv. ~~~,,, ,,,,,, ,,,,,_ °o°o°o °oo°o O O O O t n N O O O O (O b O O W ~ OD OOD tp l0 O c7 m O N N Ctl < pp (R~ (A fA ~fR M ~ O O ~ 00 ~ ~ aaaa~a n n m w~ N < < n N N O t0 f0 f0 tt~ ~ ~ n n n n n n fX-- F ~ I-~- X U U m~ o c E E s m~ m m m~ m a Q 2 2 J a m 0 ~. ~, T ~ ~ m ~ c m 33mcoY,. m m v a> d 0 0~ ~Q g m m m o m ~ ~ 3 E N > N N M W O d' ~ ~ ~ ~ < O < `- O n E m ~ . ~ ~ O U ~ 0 0 ° m Z . _ m c ` rn a > ~ N fA fn U N ~ m ~ ~ U c ~~- m y m m ~ y U ~ C C _~ O ~ C i °O ° c ci cna O~ o ~~ m UU W.~ ° c E E 5 m~ m m a W m a w x2.~JOo 0 off,°:Z'~' ~,~,U~UU U U 3 E `0 ~ ° ~ o U ~ V 0 3 U •U l0 'j 0 C N C g ~ ~3 a~ " ~ v,~'o m O L U ° O ° L N C V l0 U ~ ~ C > N ~ U t (0 +-' N E E ~ "O o c O ~° N 1° O W ~ ~ ~ N O ~mcoom~n ~cov~nr~ Nat NOS h N 10 m ~ T N N 1~ N N O ~ 1~ n r N N N O m O m ~ ~ m N W cDO Of° Or vmvmm r~mvmnt~ N ~ fN7 ~ V N N f~ N N d) ~ h1~ f~N NN m O m ~ m Oni ~~ ~ U U ~ .~ o c E E ~ y~ m 0 0~ 3 a a m mm,~w o xx»-.,~ o 0 o Z•~U U ~~V U U U 0 ,~ ~ u `m m_ ~'Z ~ °1sU °'`o c ~ U fq m m m m m ` ~ ~ L i Q ~ ~ N N ~T m CO C m O c~W~~oa ~jU-°a~Em ~~to~Z o. ~ ~, F~OC~~~ fEE, 14.2406 11,26AN~ H[SAW AHD ASSOCIATES H0. 1248 F. 3 Performance Survey z ContraetorNama: xiaaw & Associates General Contractors, Inc, 1'oiatofContact: Richat•d::L•:~,Hiaaw, Silk Morgan, acott Stoltz Please evaluate the perfoamaaee of the oorrtraotor (10 means you are very satisfied end have no questions about biting them again, 5 is if your don't know and 1 is if you would never biro thorn again because afpoor performaneo), ,: v .~ :~ 13ru1dingName:_,~rc• es./~rz Additional Carnmetits~ Thank you flor your time and et7art. please fax this form to 940-349-8242. SMIPSIPalhrmcna 9urvd•dua Please evaluate tt-e perfnrmanca of each ~ ob ideutiQed bolow (iftlaa owner wtll bo eveluatittg wore than one, please make a copy the settler! below far each Job to evaluate): UserName; _ c.; ~ OF 5..~~,.v.,/ p~ ~ympl~: ~%D4 FROM :HCFR FfB-IQ*2D06 IZi01Plt i, ., ' f Ff~( N0. :8177598656 PRON-HI SAB AND ,IS9061ATE8 9128801090 Periorm~ttce Survey. i ;:': .~ ..~ '~i Feb. 14 «~~ :.5: 11.. , ' re T-B48 P•OOt/009 F•T<0 ConirectorName: Hieaw & Associates General Contractors, Inc. Point ofComact: Rdtrfiard••'r.:•~HS.eaw, Sill Morgmn, 6oott Stoltz Please evaluate the ppeetformatuoe o£ the tbnlraetor (iD means you era very satisfied and have no questions abotu biting than again, S is if your don'tlatow and 1 is if you would newt hire them again because ofpoor performance). trot 8u ueations Abilit tom the ro eat Doer orders Unft 1-]0 Abi ~ to rneintein Jest ached a oompleto ou-time or earl 1-10 1i of woclarauiahi 1.10 Professionalism and ability to manage (includes reappanaea and prompt i-10 ant to Here end subcontractor's Closeout process (no punch list upon turnover, warranties, as-btdita i-]0 , manuals tax clearanc ttc, submitted tom tl Communitattion, exp anatioa ofrisk, an cementation (constntcdon 1-10 interfgoa corn feted on ttme Abilltyto llowihaue~rulas,regulatlansutdrequirmttenra 1-10 welt [n aa~ sic..., Overall customer eaNafacttan and h g igalu based on perlbtmanae ]-10 Wmfort lave! G0. hiti aotttraotor in Please evaluate the parfortOteitte of each job identified below (if the owner will be evaluating more than one, please make a Dopy the section hclow for each Joh to evailuate); stn tctlitttrve adona Has the bu t needed au m ar sire? _ Have u found en contractor errors in the Ib dr ow m than Detect? Did rho ra'ect tom lets oa time Was o m act tom feted wi tad et? User Name; ~~ (YlD n a- 17aic Cvmpleted:.~~_~~z;,C BulWing Name: Fula ~r~,x ~°~ r{s?a/. >~ltZE S~TA~T/D~v Additional Comments: '!'hank you for your dtrte and effort, Please fax this form W 940.349-8242, BPPIPS1Parametwe SimayAa~ rKUn :ncFa FFUf N0. :8J.77598656 Feb. 14 cg06 ELi;y1PM P2 F~'I!-Z0a6 12,DIPIi fROp-NISAk AAD lSSOCIA?E9 BIUB01050 i-8dB P.008/008 F-74U t Perl'ot7nance Survey .~ s ContraotorName; Ftieaw & Aesoc7.etes oeneral Cnntsactors, Inc, POint OfCOIItaCC: R161ia=d'•:L:•i~iggW~ 8111 Morgnri~ 900t.t Stalt:2 Please evaluate the Petfonmance of have ao questiona about hiring them a contraotat (t0 nteams you are vety satisfied and nevar hire them again because of o ~' S is ifyoar don t ]cnnw and 1 is ~ you v,~Id !m P~ermance). """°~~ u+C t~otmanae of each joy identified below (1f the owner will be evalnatit~ mom than one, Please make a copy the section below for each Job to evaluate); Usor Naate; ~"~p4ti 1Y1rG .1 l t i1Mn - BuildingN~e:~~L ~! tZE STf}Tlon~ Addifional Coaunenta; Thank you for your time and efion, Please fax this form to g4p.849-8242. aswlpSlPQrwmoroa 5imp'.doc Date Completed: ~,~ a ~,4/, 8-14-;006 11ttaAM Pt70MMISAp ANO ASSOCIA7t;S Feb 14 20p6 ]c;yn " `~' P.~01 ~ B7t880lOBO i-9/i P 0aA/DU3 F^iS0 f'~ortnaace Surve y ' CoatractorIValmc; Hieaw ~ Associates General Contractors xnc ^ ' PoiatofConrnct: Richar$~-U:'•Hisaw, Bilk Morgan S t , , , co . Please evaluate the perfot t Stoltz martce of the contracter (10 meatu have a° questions about hiring tluxn a You are very 5 ai satisfied and g n is iC tts nova, hire them again because of oor Yo don't lptow and 1 is if You would p P°tthrma nce). Abilit to mane a the obtraetor $arv uestious Abili to maintain cetect mat tttinitttiza oltan o orders schedule (co Ualt 1"10 /p lets on-time or earl ualit of wo~a~i I-10 Professionalism and ability to manage (inciudes a / a I-10 / o o en[ to su liars and subconhactors ~ °~ and prompt Closeout process (no h I-]0 / t7 pane list o ° ~ manuals, tax olearattce~ n turnover, warranties, es-bunts, ,etc. submitt d 1-]0 e A Cotttmttalcati irrte~Face earn ~~~, won of rlsk~ and documentation (con tructio / a xi Ability to follow ti~..--' Clte pStl'ttl1C6, fealllaannc en.l .."~..:-- - -- 1-] 0 f D CLStOater based on /D ~_ i a Please evaluate the ptrfotmance of each jab identified below (if the owner will ba evaluating Aaore than one, pl~e make a' _ _ ~'Y ~e aeetion below for tech job to evaluate): •o .> 1J6eC.111a}pe: ~ n /T/YI '-~`. Date Cotnpltged: a -! ~- 0 6 HmldutgPlamC:_ (~'ti<v o-F'' G!~ ~ ~~c6/,a ~,{!~ Additions] Coatmenta: ~ Y C'am~~uca.~jv~ Thank you for your time and effort. Please fax this, form to 940-349-8242. ri'u>S1P®ramance SwvSr,aec oo-i4~~uus 17~aDPN PROM`HISAN ANp AS9pCIATES I ',~ 'a aitaaploso i-S83 P.Dp3!pp3 Pdotforntatace Sutr~ey . ConhactgcNaarre; xisaw & Assoc dates 6extiefi82 Corat;raatoxs, Inc. PaitlloFCoatact; ItiSfia~d'•r;:+vHlsnw, sill Mox pl~e~aluetethep ~"~ 5eh, Scott stolta have no questions about deuce ogtho contractor (IQ mesas Never hire them Bain because o{~ emu' S is ifYour don,t ~o ~ v~'sa6a~~ ~ - P p~'mmaaee), ~ I is ifYotx would Please ,-+v evaluate thep~'fo~ace ofeach 9 eTiatuating ,more tires one, please m job ideatiff ed below eke a eal3y the sea . GS'the,ownar will be Has ~ M,r ,__ .. ]Proix.F n.._-- _ ~ below for eacjt job to aveivate): -~~. ser ATame; ~~a ~, ,~ J $uildiiaBName: -- AVM Addidoaei Conunants; w~ ~Y ~~~ w~ ~~' s bats Cot>,plctdxi: /_ ~~~~ Tb~ You for your tie ~ effott. Please £e,G thu form to 940~349~8242. s:lelp6~pcrfae~,mSuryy,doq ~ 002 P~id6 ~d . ~~~ FEB-la-ypOg It,2ppM FA9fhHISAW AND ASSOCIATfiS I 9723801080. i-B53 P.0p3/003 F-74S PC2'fOrnt$1lCE Spr'Vey ContractorNamc: Hisaw & Asaoci.ates General Contractors . xnc-' PointafContact; 1tiDAard••L•:~+ikisaw, 8111 Morgan, Scott Stoltz Phase evaluate the perfornance of the contractor (ID means you are very satisfied and have no questions about hiring them again, 5 is if your don°t know and 1 is ifyou would never hire them again because of poor perfo:rnartce). aelit of worlrntattatti - - "` `°`° "rr''rme or Professionalism and ability to manage (3naludes responses a ant tc su liars and subcontraetora Close out process (no punch list upon turnover, warranties. eratin manuals, tax clearanc etc, submitted rom Communication, explanation o nBk, and documentation (c interface eom Ieted on time Ability to fallow the usertules_ rA~„tart,,,.~ __~ ____,__ prompt 1-10 ~ wilts,. I-10 9 ruction 1-XO I-10 _ 9 on ~+vrrvame:.._.I.JAeV_ /t/~it/~•.(~' } 13ul1dinglv'ame;~iLL~d-- ~tl~,~,~si'1 A~dd~itioual Comments: ~j W Ad Uy~ ~t,i•~ri( Wi1~ 1~~~ S Data Completed: ~ Thank you for your time and effort. Flease fax this form to 940-349-8242. 0 ~ . ~/ 6 59%PSlparfhRruncC SutveydOc Please evaluate the performance of each job identified below (if the owner will be evaluating more than one, please make a copy the secrion below for Part, ;,,t. ~.. a._,.____. Cllanta~ 26A.53 MISaaSRr1 At<QBQ,w CERTIFICATE OF LIABI LITY INSURANCE o4„0/ 6°`~' PRO°ucEa IMA of Texas, Int. 8401 N. Central Ex Ste 225 Py THIS CERTIFICATE IS ISSUED A3 A MATTER Of INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERi1FICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas, TX 75225 P.214 365-6200; F.214 365x290 INSURERS AFFORDING COVERAGE WSLIREO INSURER A: TraVBlere LlOyde Insurance Company Nisaw 8 Associates General Contractors INSURER e: Travelers Indemnity Co. of Conneetle 3118 Kellway Drive, Ste 116 INSURER c Travelers Indemnity Co. of America Carrollton, TX 750063330 WsuRER D: Charter Oak Fire Insurance Co. INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANV REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAV PERTAIN, THE INSURANCE AFFORDED BV THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, ExCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE UMITS SHOWN MAY HAVE BEEN REDUCED BV PAID CLAIMS. NSR TYPE OFINSURA POLICY NUYBFR POIIDY EFFECnVE POLICY EKPIRAnON LIYRS A GENERAL LIABILm' CD7276C77A ,2/31/05 12/31/D6 EACH OCCURRENCE $1 DDD DDD X COMMERCNLGENERAL LIABILITY FIRE DAMAGE (Ary mefie) $300 DOD CWM$MADE ~X OCCU MED EKP (Any one person) SID DDD X PD Ded:5,D00 PERSONALSAOV IwURY $, DOO DDD GENERAL AGGREGATE 32 DDD DDD GENY AGGREGATE LIMITAPPLIES PER: PRODUCTS-COMP/OP AGG $2 DDD QDQ POUCY X PR6 LOC D AUT DYORILE LNBILJY CAP54D965D4 12/31/D5 12/31/D6 COMBINED SINGLE LIMIT / X ANYAUTO ~ (Ea~~A> 11,aoo,ooo' ALL OWNED AUTOS eoDlLV lwuRr SCHEDULED AUTOS (Per Person) $ X HIRED AUTOS// so DlLr lwuaY $ X NON-0WNED AUTOS (Pere¢ieerq) PROPERttDAMAGE S (PV esMeM) fMLMGE lU1BIlRY AUTOONLY-EA ACGDENT $ ANY AUTO EA ACC OTHERTHAN $ AUi00NLY: AGG $ B EKCFSS LIABILfrY CUP54096516 12/31/05 12/31/08 EACHOCCURRENCE $5 DDD DDD X ~ OCCUR CLAIMS MADE AGGREGATE 35 DDD DDD $ DEDUCTIBLE $ RETENTION j j C WORKERS COWENSATION ANO U82572C309 12/31105 12131/06 X we srntu- Orw EMPLOYERS' LIABILT/ E.L. EACH ACOpENT $1,DOO,000 EL DISEASE-EA EMPLOYEE $1,000,000 , E.L. DISEASE -POLICY OMIT $1,000,000 A oTMER Bldn; Risk 0766053726912 12/31/05 12/31/06 f17,D00,000 max. D Risk except f1,000,000~ Frame, BV & JM OESCRIPDON OF OPERATgNSM1OCATK]N$rVENICLF,SIEYC W$pN3 ADDED eY ENGORSEYENnSPECLLLPRoVISIONS Re: Fire Station #7, RFSCPp3458 r/ The following are~additlon~al Insured~~all liability poleles except workers compensation: City of Denon, IYs Offlclals, ~ Agents, Employees 8 Volunteersi/ ~~ (See Attached Descriptions) SNOUW ANYOFTHE ASOVE OESCRIBED POLK:IES BE CANCELLED BEFORE I/H E~XP1RAIgN City Of DBnron/ GATE (HEREOF, THE 65UING INSURER 1MLL ENDEAVOR TO WIl3D-D~ AYS WRRTEN 901 B TBXas SL NOTICE TOME CERTIFICATE HOLOERNAYEO TOTHE LEFT, BUTFAILURE TODO$OSHIILL Denton, TX 762D1 IYPOSE NOOB LIGATION ORIIARILRY OF AxYKINO UPON THE INSURERRB AGENTS OR ACORD 253 (71971, of3 A4292RtO/M282120 _T.IF oACORO DESCRIPTIONS (Continued from Page 1) This Insurance M Primary to other Insurance avalla6le to the additlonal Insureds with respect to Galms covered under these policies. This insurance applies separately to each Insured against whom claim is madepr suit Is brought The Inclusion of more than one Insured shall not operate to Increase the insurer's limit of liability. Subrogatlon applies in favor of City of Denton, its officials, agents, emplo nd volunteers for any work I for The City of Denton by Named insurance on Worker's Compensatlon. Risk: Named in red Includes the City of Denton and all Subcontractors, As their Interests May Appear. Amount of 53,441,4D0. f Policy shall not be cancelled, nonrenewed or materialty changed without 3D days advanced wdtten notice being given to owner (City) exceptyvhan the policy Is being cancelled for nonpayment of premium In which case 10 days advance written to Is required.