HomeMy WebLinkAbout1998-148ORDINANCE NO �I y 8
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR
REPLACEMENT OF THE HVAC AT THE SERVICE CENTER FIRST FLOOR, PROVIDING
FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE
DATE (BID # 2200 — SERVICE CENTER FIRST FLOOR HVAC REPLACEMENT AWARDED
TO BCI MECHANICAL IN THE AMOUNT OF $59,631 00)
WHEREAS, the City has solicited, received and tabulated competitive bids for the
construction of public works or improvements in accordance with the procedures of STATE law
and City ordinances, and
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids
BID
NUMBER CONTRACTOR AMOUNT
2200 BCI MECHANICAL $ 59,631 00
SECTION H That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto
SECTION V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the �`� day of ,1998
JACKOLLER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
, ,I
2200 CONTRACT ORDINANCE
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this 2 day of JUNE A.D., 1998, by
and between CITY OF DENTON of the County of DENTON and State of Texas, acting
through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed
"OWNER," and
BCI MECHANICAL
400 E. OAK STREET
DENTON, TX 76201
of the City of DENTON County of DENTON and State of TEXAS, hereinafter termed
"CONTRACTOR"
WITNESSETH That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by OWNER, and under the conditions
expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to
commence and complete performance of the work specified below
BID k 2200 — SERVICE CENTER FIRST FLOOR HVAC REPLACEMENT
in the amount of $ 59,631.00 and all extra work in connection therewith, under the
terms as stated in the General Conditions of the agreement, and at his (or their) own proper
cost and expense to furnish all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories and services necessary to complete the
work specified above, in accordance with the conditions and prices stated in the Proposal
attached hereto, and in accordance with all the General Conditions of the Agreement, the
Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders,
and the Performance and Payment Bonds, all attached hereto, and in
CA-1
accordance with the plans, which includes all traps, plats, blueprints, and other drawings and
printed or written explanatory matter thereof, and the Specifications therefore, as prepared by
FACILITIES MANAGEMENT DEPARTMENT
all of which are trade a part hereof and collectively evidence and constitute the entire contract
Independent Status
It is mutually understood and agreed by and between City and Contractor that
Contractor is an independent contractor and shall not be deemed to be or considered an
employee of the City of Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit City shall not have supervision and control of Contractor or any employee
of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of mjury
to property or third persons occasioned by any error, omission or negligent act of Contractor,
its officers, agents, employees, mvitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost and expense,
defend and protect the City of Denton against any and all such claims and demands
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas
The CONTRACTOR hereby agrees to commence work on or after the date established
for the start of work as set forth in written notice to commence work and complete all work
within the time stated in the Proposal, subject to such extensions of time as are provided by the
General and Special Conditions
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
shown in the Proposal, which forms a part of this contract, such payments to be subject to the
General and Special Conditions of the Contract
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written
APPROVED AS TO FORM
CA-3
BCI Mechanical, Inc.
CONTRACTOR
400 E. Oak Street
Denton, Texas 76201
Same as above
MAILING ADDRESS
(940) 565-1010
PHONE NUMBER
Franklin W. Cunningnam
PRINTED NAME
(SEAL)
PERFORMANCE BOND
#15 9204 710
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That BCI MECHANICAL, whose
address is 400 E. OAK STREET, DENTON, TX 76201, hereinafter called Principal, and
Continental Casualty Company , a corporation organized and
existing under the laws of the State of TEXAS, and fully authorized to transact business in the
State of Texas, as Surety, are 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, in the penal sum of FIFTY NINE THOUSAND SIX HUNDRED THIRTY ONE and
no/100 DOLLARS ($ 59,631.00) 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, adirumstrators, 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 98-148, with the
City of Denton, the Owner, dated the 2 day of JUNE A.D. 1998, a copy of which is hereto
attached and made a part hereof, for BID # 2200 - SERVICE CENTER FIRST FLOOR
HVAC REPLACEMENT.
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 guaranty 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) year 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 reunburse and repay Owner all outlay and expense which the Owner may
mcur in making good any default or deficiency, then this obligation shall be void, otherwise, it
shall remain in fall force and effect
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 some, 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 herem as the
Resident Agent in Denton County to whom any requisite notices may be 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, 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 2 day of JUNE 1998.
ATTEST
./ G L� e�01L1� 1.
ATTEST
PRINCIPAL
BCI Mechanical,AC
SURETY
BY
Continental Cnasuaflt �o�any
Y , VG�'t�8/J
BY
ATTORNEY -IN -FACT
Michael P Whisenant
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME Leick. Johnson & KniQht Insurance
STREET ADDRESS 100 West Oak, Suite 316, Texas Building,_ Denton, TX 76201
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person Is name)
PAYMENT BOND
#15 9204 710
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That BCI MECHANICAL, whose
address is 400 E. OAK STREET, DENTON, TX 76201, hereinafter called Principal, and
Continental Casualty Company , a corporation organized and
existing under the laws of the State of TEXAS, and fully authorized to transact business in the
State of Texas, as Surety, are 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 furnish materials for, or
perform labor upon, the building or improvements hereinafter referred to, in the penal sum of
FIFTY THREE THOUSAND NINE HUNDRED TWENTY SEVEN and no/100
DOLLARS ($ 53,927.00) 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 98-148, with the City of
Denton, the Owner, dated the 2 day of JUNE A.D. 1998, a copy of which is hereto attached
and made a part hereof, for BID # 2200- SERVICE CENTER FIRST FLOOR HVAC
REPLACEMENT.
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
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 herem as the
Resident Agent in Denton County to whom any requisite notices may be 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, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of winch
shall be deemed an original, this the 2 day of JUNE, 1998.
ATTEST- N PRINCIPAL
1 •
BCI Mechanical. Id
SECRETARY BY
PRESIDENT
---
ATTEST
SURETY
1, Continental Casualty Company
BY i;7
(t 1
ATTORNEY -IN -FACT
Michael P Whisenant
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME Leick, Johnson & Knight Insurance
STREET ADDRESS 100 West Oak Suite 316 Texas Building, Denton, TX 76201
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
2200-CONTRACT & BONDS
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY an Illinois corporation, NATIONAL FIRE INSURANCE
COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA, a Pennsylvania
corporation (herein collectively called "the CCC Surety Companies"), are duly organized and ewsbng corporations having their principal offices in
the City of Chicago, And State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make constitute and appoint
Michael P Whisenant Bobby W Bush Individually
their true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their Wait cons
undertakings and other obligatory instruments of similar nature
In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such Instruments were signed by a duly authorized officer of their corporations and
all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed
This Power of Attorney Is made and executed pursuant to and by authority of the By -Laws and Resolutions printed on the reverse hereof
duly adopted, as indicated, by the Boards of Directors of the corporations
In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their
corporate seals to be hereto affixed on this 7th day of October 1 1997
�b" CONTINENTAL CASUALTY COMPANY
01 aft NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
ODWOPATV
OC+t� AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
n
JULY 11
Q
teal
Marvin J Cashion Group Vice President
State of Illinois, County of Will, as
On this 7th day of October 1997 before me personally came
Marvin J Cashion, to --me who, being by me duly swum did depose and say that he resides in the City of Chicago, State of Illinois that
he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument that he knows the
seals of said corporations, that the seals affixed to the said instrument are such corporate seals, that they were so affixed pursuant to authority
given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to
be the act and deed of said corporations
ea P
NOTARY
�q Ce ,o
My Commission Expires June 5, 2000
CERTIFICATE
Eileen T Pachuta Notary Public
I, Mary A Ribikowskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF
HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein
above set forth is still In force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the
reverse hereof are II in force In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations
this 7nrl dayof .T rip , 1999,_
w CONTINENTAL CASUALTY COMPANY
X0160.4*
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
oosoxxure OR9arept� A AMERICAN CASUALTY/COMPANY OF READING PENNSYLVANIA
lu1AYn11,
SEAL �
199T
Mary A Ribikewslas Assistant Secretary
(Rev 10/1/97)
Authonzing By -Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of
the Company
"Article IX --Execution of Documents
Section 3 Appointment of Attorney -in -fact The Chairman of the Board of Directors the President or any Executive, Senior or Group
Vice President may, from time to time, appoint by written certificates attomeys-m-fact to act in behalf of the Company in the execution of
policies of Insurance bonds undertakings and other obligatory Instruments of like nature Such attorneys-m-fact, subject to the limitations
set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such
Instruments and to attach the seal of the Company thereto The Chairman of the Board of Directors, the President or any Executive, Senior
or Group Vice President or the Board of Directors may at any bme, revoke all power and authority previously given to any attomey-In-fact
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of the Company at a meeting duly called and held on the 17th day of February, 1993
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be
affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or
an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or
certificate beanng such facsimile signature and seal shall be valid and binding on the Company Any such power so executed and sealed and
cartified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it Is attached, continue to be valld and
binding on the Company
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of
the Company
"Article W--Execution of Obligations and Appointment of Attomeydn-Fact
Section 2 Appointment of Attorney -in -fad The Chairman of the Board of Directors the President or any Executive, Senior or Group
Vice President may from time to time appoint by written certificates attorneys -in -fad to ad in behalf of the Company in the execution of
policies of insurance, bonds undertakings and other obligatory instruments of like nature Such attorneys -in -fad, subject to the limitations
set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such
instruments and to attach the seal of the Company thereto The President or any Executive, Senior or Group Vice President may at any lime
revoke all power and authority previously given to any attomey-in-fad
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of the Company at a meeting duly called and held on the 17th day of February, 1993
"Resolved, that the signature of the President or any Executive Senior or Group Vice President and the seal of the Company may be
affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or
an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or
certificate bearing such facsimile signature and seal shall be valid and binding on the Company Any such power so executed and sealed and
certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
binding on the Company
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by
the Board of Directors of the Company
"RESOLVED That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time
to time, appoint by written certificates, Attomeys-in-Fad to ad in behalf of the Corporation in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature Such Attomey-in-Fad, subject to the limitations set forth in their respective
certificates of authority shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach
the seal of the Corporation thereto The President an Executive Vice President any Senior or Group Vice President or the Board of Directors
may at any time revoke all power and authority previously given to any Attorney -in -Fact
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of the Company at a meeting duly called and held on the 17th day of February, 1993
'RESOLVED That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of
the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors
on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile
to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the
Corporation Any such power so executed and sealed and certified by certificate so executed and sealed, shall with rasped to any bond or
undertaking to which it is attached continue to be valid and binding on the Corporation
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 fads to
comply strictly with the insurance requirements, that bidder may be disqualified from
award of the contract. Upon bid award, aii Insurance requirements shall become
contractual obligations which the successful bidder shall have a duty to maintain
throughout the course of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the
Contractor shall provide and maintain until the contracted work has been completed
and accepted by the City of Denton, Owner, the minimum Insurance coverage as
indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid
number and title of the project. Contractor may, upon written request to the
Purchasing Department, ask for clarification of any insurance requirements at any
time, however, Contractors are strongly advised to make such requests prior to bid
opening, since the insurance requirements may not be modified or waived after bid
opening unless a written exception has been submitted with the bid. Contractor shall
not commence any work or deliver any material until he or she receives notification
that the contract has been accepted, approved, and signed by the City of Denton
All insurance policies proposed or obtained in satisfaction of these requirements shall
comply with the following general specifications, and shall be maintained in
compliance with these general specifications throughout the duration of the Contract,
or longer, if so noted:
• Each policy shall be issued by a company authorized to do business in the
State of Texas with an AM Best Company rating of at least _tom
• 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
AAA00350 Cl - 1
REVISED 10112/94
Insurance Requirements
Page 2
officials, agents, employees and volunteers, or, the contractor shall pr cure
a bond guaranteeing payment of losses and related investigations, laim
administration and defense expenses
s Liability policies shall be endorsed to provide the following
so Name as additional insured the City of Denton, Its Officials,
Employees and volunteers
so That such Insurance is primary to any other Insurance available t the
additional insured with respect to claims covered under the policy and
that this Insurance applies separately to each Insured against whom
claim is made or suit is brought The inclusion of more than one
Insured shall not operate to Increase the Insurer's limit of liability
s All policies shall be endorsed to provide thirty(30) days prior written
of cancellation, non -renewal or reduction in coverage
s Should any of the required Insurance be provided under a claims- ade
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
s Should any of the required Insurance be provided under a form of coverage
that Includes a general annual aggregate limit providing for c alms
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
s Should any required Insurance lapse during the contract term, reques s 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
AAA00350
Cl - 2
REVISED 10/12194
Insurance Requirements
Page 3
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall
additionally comply with the following marked specifications, and shall be maintained
in compliance with these additional specifications throughout the duration of the
Contract, or longer, if so noted -
[XI A General Liability Insurance:
General Liability insurance with combined single limits of not less than
$1.000.000 shall be provided and maintained by the contractor The policy
shall be written on an occurrence basis either in a single policy or In a
combination of underlying and umbrella or excess policies
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 (XCU) exposures
• Broad form contractual liability (preferably by endorsement)
covering this contract, personal injury liability and broad form
property damage liability
AAA00350 Cl - 3
REVISED 10112194
Insurance Requirements
Page 4
[XI 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
o any auto, or
o all owned, hired and non -owned autos
[XI 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
AAA00360
REVISED 10112194 Cl - 4
Insurance Requirements
Page 5
"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
i ] 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
[ I 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
[ I Additional Insurance
Other insurance may 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
AAA00350 Cl - 5
REVISED 10112/94
insurance Requirements
Page 6
ATTACHMENT 1
[ ] Worker's Compensation Coverage for Budding 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 project - 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 entitles performing all or part of the services the
contractor has undertaken to perform on the project, regardless 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/beverage 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
AAA00360
REVISED 10/12/94 Cl - 6
Insurance Requirements
Page 7
C The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract
D If the coverage period shown on the contractor's current certificate of
coverage ends 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 governmental 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 project.
M 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
AAA00350
REVISED 10112/94 Cl - 7
insurance Requirements
Page 8
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 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) a new certificate of coverage showing extension of coverage,
prior to the and 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 year 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
AAA00360 CI
REVISED 10112194
Insurance Requirements
Page 9
(7) contractually require each person with whom It contracts, to perform
as required by paragraphs (1) - (7), with the certificates of coverage
to be 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 wnu wlli 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 entities the governmental entity to
declare the contract void If the contractor does not remedy the breach
within ten days after receipt of notice of breach from the governmental
entity
AAA00350
CI - 9
REVISED 10/12/94
DOCUMENT 00300
BID FORM
SUBMITTED BY BCI Mechanical Inc.
sine o i er
400 E. Oak Street; Denton, Texas 76201
(Address)
Dear Sir
The undersigned, having examined the drawings, specifications, related documents, and the sites
of the proposed work, and being familiar with all of the conditions surrounding the work,
including the availability of materials and labor, hereby proposes to furnish all labor, materials,
and equipment required for IiVAC Service Center first floor HVAC replacement in
accordance with the drawings and project manual for the lump sum BASE BID amount of
BASE BID Fifty three thousand nine hundred twenty seven and
no/100's----------------------------- Dollars($53,927.00 )
Note Amount shall be shown in both words and figures In case of discrepancy, the amount
shown in words shall govern
Note The above amount does not include State of Texas Sales Tax
The undersigned affirms that the above stipulated base bid sum represents the entire cost per
drawings, specifications, and addenda and that no claim will be made on account of any increase
in wage scales, material prices, taxes, insurance, cost indexes, or any other rates affecting the
construction industry and/or this project
Should the undersigned fad to deliver the signed Contract or the required Bonds within the
ten-day period, the Bid security accompanying this Bid will be forfeited to the Owner as
liquidated damages
Alternates The undersigned agrees to the following additions or deductions from the Base Bid
Sum if the listed alternates itemized below are accepted by the Owner Alternate prices include
all variations m profit, overhead, bonds, insurance and similar related items, and represent the
total cost to the Owner for each Alternate
1. Add: $754.00 for factory 2nd - 5th year compressor warranty
2 Add: $4,950 00 for factory mounted economizer with modulating
power exhaust
Enclosed with this proposal is bid security in the Sum of Bid Bond for three thousand
and no/100's-Dollars($ 3,000.00 )
Tune of completion The undersigned agrees to commence work under this contract within ten
days of receipt of written Notice to Proceed from the Owner, and to substantially complete the
entire work for the project as follows prior to October 1, 1998
Addenda The undersigned hereby acknowledges receipt of the following addenda to the
Drawings and Specifications , all of the provisions and requirements of which addenda have been
taken into consideration in the preparation of dus Proposal
Addendum No None Dated
Addendum No None Dated
FwMgr✓Fonm/ImouedommBWdensavkeCC= doc
Date 5 / 14 / 9 8 Signed
Title vice President
Name of Fum BCI Mechanical, Inc.
Organize as a (mark one)
Mwgffp
PEtFI"W
Corporation x
Under the law of the State of Texas
Legal address
Date 5/14/98
400 E. Oak Street
Denton, Texas 76201
Telephone No (940) 565-1010 Fax
If Bid is by a corporation, affix seal above address
END OF BID FORM
PaeMVWFomdlmuucWmSeMovCenw doc
W.
(940) 898-1120
material from charges for labor The contractor is expected to execute a resale certificate
instead of paying the sales tax at the time of purchase The City of Denton will issue an
exemption certificate for the materials as long as they are a part of the finished project
If a contractor does not issue a resale certificate, then the amount of sales tax must be
included in the prices quoted No additional compensation, beyond the prices quoted, is due
the contractor for sales tax
Total Labor $ 3,827.00
TOW Materials and Subcontractors $ 50,100.00
16 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR
FORM: Unless otherwise required in the Bidding Documents, the Agreement for the Work
will be written on City of Denton Document, Contract Agreement, where the basis of
payment is a stipulated sum
END OF INSTRUCTIONS TO BIDDERS
ftcMgWftMW1Wm uorerosmaensarvxeCw= dm
Wesel I — iT ....a... 17.a
ACORD IM rl S Of WASI
INSURJ�1NCka »i D06/17D 8
PRODUCER
Leick Johnson 6 Wght Ins
THIS CERTIFICATE 18ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
F O Box 516309
Dallas T$ 75251-6309
COMPANIES AFFORDING COVERAGE
COMPANY
A American Casualty Co
COMPANY
B Transportation Insurance Cc
Jo a Hollin sworth, CIC
0 972-233-985 eX 72- 60-74 0
INSURED
COMPANY
C Continental Casualty Cc
BCI Mechanioal,Inc
COLWANv
D Transcontinental Ins Company
400 East Oak St
Denton T$ 16201
�WARMO
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
TYPE OF INSURANCE
POLICY NUMBER POLICY
DATE
DO( VE
(MMIWDDN'O
POLICY EXPIRATION
DATE (MMIDDIVh
LIMITS
A
GENERAL LIABILRV
$ COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ®OCCUR
OWNER S& CONTRACTOR'S PROT
C706624972
09/01/97
09/01/98
GENERAL AGGREGATE
$2 000,000
PRODUCTS COMP/OP AOG
42 OOO OOO
PERSONAL &ADV INJURY
$1 000 000
EACH OCCURRENCE
$1 000 000
FIRE DAMAGE (Arty one fire)
$ 50, 000
MED EXP IAnY one Person)
$ 5 000
C
AUTOMOBILE
LIABILITY
ANY AUTO
BUM06624971
09/01/91
09/01/98
COMBINED SINGLE LIMIT
$ 500, 000
$
ALL OWNED AUTOS
BODILY INJURY
(Per pereon)
$
$
SCHEDULED AUTOS
HREDAUTOS
BODILY
INJURY(Pe
$
$
$
NON -OWNED AUTOS
$
Employee Owned
PROPERTY DAMAGE
$
Autos
GARAGE LIABILITY
AUTO ONLY EA ACCIDENT
$
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
B
EXCESS LIABILITYEACH
$ UNHRELIAFORM
OTHER THAN UMBRELLA FORM
A5066247973
09/01/97
09/01/98
OCCURRENCE
$ 2 000 , 000
AGGREGATE
$2,000,000
$
WORKERS COMPENSATION AND
EMPLOYERS LIABILITY
$
EL EACH ACCIDENT
$500 000
ELDISEASE POLICYLIMT
$500,000
D
THEPROPHETOR/ $ INCL
PATTNERS/EXECURVE
OFFICERS ARE EXCL
WC006624970
09/01/97
09/01/98
ELDISEASE EAEMPLOYEE
$500000
OTHER
A
Equipment Floater
A206625485
09/01/97
09/01/98
L/Rented $30,000
Ded $250
DESCRIPTION OF OPERATIONSA,OCATONI NBNICUMPBCML ITEMS
RE Bid 2200 - S ice Center Fi at Floor BVAC Btg acement City of
Dent
sIneur�eds agents, mpjgyees and volunt era are shown as
tESoiplCmAHOLDER I
CITYDEN
404111LUOPI N
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE I8BUING COMPANY WILL MAIL
City of Denton
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Attn Tom Shaw
BUT FAILURE TO MAL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
Purchasing Dept
100 West Oak #208
Denton T$ 76201
OF ANY KIND URDWYM COMPANY, ITS AoW OR RINPREOLWATIVES
AUTHORIZEDATNEX
a TA+SIiDCS+xiPQW1T1419 �883
^.*WF4 , *4 1. fq�