Loading...
HomeMy WebLinkAbout1998-159ORDINANCE NR—L-15�9 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR A FUEL FARM FACILITY FOR THE MUNICIPAL AIRPORT, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID # 2195 — FUEL FARM FOR MUNICIPAL AIRPORT — LES GRAY AND CO INC IN THE AMOUNT OF $152,244 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 CDEjRACTOR AMOUNT 219E LES GRAY AND CO. INC. $152,244 00 SECTION ION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract land 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 I for the performance of the construction of the public works or improvements in accordance with the ids 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 thez�'he�day of 1998 JAC M LER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY 44Z`j 2195 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 LES GRAY AND CO. INC. 1800 COMMERCE STREET GARLAND, TX 75040-6712 of the City of GARLAND 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 BID # 2195 — FUEL FARM FOR MUNICIPAL AIRPORT in the amount of $152,244.00 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 maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON AIRPORT DEPARTMENT _ all of which are made a part hereof and collectively evidence and constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to mdemmfy and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written ATTEST ATTEST APPROVED AS TO FORM �40"4�-z CITY ATTORNEY 0 Zt �2<1 y1 CO Z, 9C. CONTRA TOR BOO �i'` ryry1'pny $� �Fja�E MAILING ADDRESS 9 2,%z7z-1SB6 PHONE NUMBER 9-7z/2-74, - q83 FAX NUMBER BY�7S o,� / `��2� 5 I E Z.eS C-> 2A2-1 PRINTED NAME CA-3 (SEAL) PERFORMANCE BOND �Bf- STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That LES GRAY AND CO. INC., whose address is 1800 COMMERCE ST., GARLAND, TX 75040-6712, hereinafter called Principal, and , 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 ONE HUNDRED FIFTY TWO THOUSAND TWO HUNDRED FORTY FOUR and no/100 DOLLARS ($152,244.00) 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 98-159, 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 # 2195 - FUEL FARM FOR MUNICIPAL AIRPORT. 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 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 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 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 BY SECRETARY ATTEST m PRINCIPAL BY PRESIDENT SURETY BY ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME STREET ADDRESS (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) PAYMENT BOND SbP. 14 TTF1 GN b D STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That LES GRAY AND CO. INC., whose address is 1800 COMMERCE ST., GARLAND, TX 75040-6712, hereinafter called Principal, and 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 ONE HUNDRED FIFTY TWO THOUSAND TWO HUNDRED FORTY FOUR and no/100 DOLLARS ($152,244.00) 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 98-159, 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 # 2195 — FUEL FARM FOR MUNICIPAL AIRPORT. 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 tune, 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 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 PRINCIPAL BY SECRETARY ATTEST m I4 PRESIDENT SURETY BY ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME STREET ADDRESS (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person Is name ) 2195—CONTRACT & BONDS 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 falls to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum Insurance coverage as Indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of Insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted. • Each policy shall be issued by a company authorized to do business in the State of Texas with an AM 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 AAA00350 REVISED 10/12/04 Cl - 1 Insurance Requirements Page 2 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 separately to each insured against whom claim Is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims Investigation or legal defense costs to be included In the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date if Insurance is not reinstated, City may, at Its sole option, terminate this agreement effective on the date of the lapse AAA00300 REVISED 10112/04 CI - 2 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: Pq A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, Independent contractors, contractual liability covering this contract and broad form property damage 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 REVISED 10/12/94 Cl - 3 Insurance Requirements Page 4 (sl Automobile Liability Insurance: Contractor shall provide Commercial Automobllp Liability insurance with Combined Single Limits (CSL) of not less than $500,000.00 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. (S] 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 1406.096 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 AAA00350 IIEVISED 10/12/94 CI - 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. [ l 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. [ l 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 [ l 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 REVISED 1101112194 Cl - 5 Insurance Requirements Page 6 ATTACHMENT 1 (� Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certi icate")-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'slperson's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in 1406.096) - Includes all persons or entities 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 AAA00350 REVISED 101/2194 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 and 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. 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. AAA00350 REVISED 10/12/04 CI - 7 Insurance Requirements Page S I. The contractor shell 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) Wall 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, anew 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 REVISED 10/12/04 CI - a 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 who will provide services an 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 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 Cl - 9 REVISED 10112194 BID NUMBER 2195 BID PROPOSALS CkrofDatetotx,Tem M-STemSL Pumbuftpaparbom nimtao.Tem 76M ITEM DESaWn0N 1 Total costs for Fuel Farm Facility (mcludmg purchase pnce. dehvery. Butallationand testing) Nodew A pre -bid meeting will be held at 10 00 a m Fnday. April24, 199g, at the Mumcipal Airport, 5000 Airport Road, Demon, 7X 76207 for the purpose of mvtewmg the site locations and clanfymgthe bid spwficanons,tetms and eondmons SF —t olym4j T �J f �ZPol�rr'Ip aJC t� -jF-D r.)1 - 7_ PAGE 2 OF QUAN. I PRICE � AJt0t1T We quoin the above f o b delivered to Dorton Texae Shipment can be made in days from receipt of order Terms net/30 unless otherwise indicated In submimng the above bid the vendor agrees that acceptance of any mall bid hems by the City of Denton Teas within a reasonabie period of time comt3mms a conmct complete Bid Proposal roust be properly priced signed and returned leoe Mailing Address City Sun: Zip ,97Z/z7z-isRte .2-74 - 9B Telephone/Fax G ro BI at//ofmppany i�—LLvY _LLSignnmre prmvjt peNanr Tide Purchase/Bid 921" FoelFarsnFaciiity doe PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That LES GRAY AND CO. INC., whose address is 1800 COMMERCE ST., GARLAND, TX 75040.6712, hereinafter called Principal, and M�-idfin' a corporation organized and existing under tre laws of the State of Ok]alxma, 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 trader the laws of the State of Texas, hereinafter called Owner, in the penal sum of ONE HUNDRED F1 iTY TWO THOUSAND TWO HUNDRED FORTY FOUR and no/100 DOLLARS ($152,244.00) plus ten percent of the stated penal sum as an additional stem 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 is no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal stem of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows- Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 98-159. 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 A 2195 - FUEL FARM FOR MUNICIPAL AIRPORT. 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 bereinand 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. 5M 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 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: ATTEST: ME PRINCIPAL I 1015651W-001� ffl'- N The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is, NAME STREET ADDRESS: (NOTE Date of Per Bond must be date of Contract If Resident Agent is not a corporation, give a person Is name) Raw MID-CONTINENT CASUALTY COMPANY Tulsa, Oklahoma TA"sia AUMme bg these presents That the MID-CONTINENT CASUALTY COMPANY a corporation of the State of Oklahoma, having its principal office to the city of Tulsa, Oklahoma, pursuant to the following By Law, which was adopted by the Stockholders of the said Company on March 13th, 1947, to -wit "Article IV, Section 7 -- The Executive Officers of the Company shall have power and authority to appoint, for the purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof one more Resident Vice President, Resident Assistant Secretaries and Attomeys-in Fact and at any time to remove any such Rendent ice ece be Directors Resident Assistant he Company^Secretary or Attorney in -Fact and revoke the power and authority given him None of such appointees The Company does hereby constitute and appoint M. A. Monroe Barbara Eden, Rhonda Hoopingarner, and Fred Monroe, individually of Arlington, Texas its true and lawful attorney(s) in fact, to execute, seal and deliver for and on its behalf as Surety, and as its act and deed, Any and all bonds and undertakings of Suretyship And the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said MID-CONTINENT CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Tulsa, Oklahoma IN WITNESS WHEREOF, THE MID-CONTINENT CASUALTY COMPANY has executed and attested these presents this 10th day of February , 1998 A ATTEST ara n erson ASSISTANT SBCRETARY O aza a VICE PRESIDENT On this 10th day of February , 19 98 before me, a Notary Publi of the State of Oklahoma in and for the county of Tulsa, came the individual tome personally known to be the officer described in, and who ecuted the preceding instrument and he acknowledged the execution of the same, and being byP d that he is the therein described and authorized officer of the MID-CONTINENT CASUALTY COMPANY aforesaid, t of i ed to the preceding instrument is the corporate of said Company, and the said corporate seal and his signature as sucly affixed to the said instrument by the authority and direction of the said Company, and that Article IV, Section 7, of the By-mpany, referred to in the preceding instrument, is now m force IN T1�1jTj0VINXI)yi HEREOF, I have hereunto set my hy off)ctal seal at the City of Tulsa, th y and year first abo wntt.01 .o- KA y �' i My ss 1 MRn i Assistant Secretary of MID-CONTAENT CAS�ALTY COMPANY 0 he by certify that the mg extracts of the BY Laws and';?a Resolution of the Board of Directors of this corporation, and of a P er f Attorney issu thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are sti I full force effect IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said this 2ru day of Jule 19 98 Sara Anderson Assistant secretary N7�, =cr: S ..... •r PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That LES GRAY AND CO. INC., whose address is 1800 COMMERCE ST., GARLAND,'TX law7 00 corporation hereinafter ro gnvecalled and Principal, and Mid-Caituimt Casualty existinglunder the s of the State Ofadahrnn, 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 corporapon 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 ONE HUNDRED FIFTY TWO THOUSAND TWO HUNDRED FORTY FOUR and no/100'DOLLARS ($1529244.00) 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 shal auto increases the increased re actby the amount m to to eve t Change Order or Supplemental Agreement 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 98-159, 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 # 2195 — FUEL FARM FOR 1VI' MCIPAL AIRPORT. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make laborpand/or material n the prosayment to all persons, ecution of the Work provided , subcontractors, for in ns and a dcContrac ts supplying 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 Govermnent 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 s' ervice 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 to 4 copies, each one of which shall be deemed an original, this the 2 day of JUNE, 1998. ATTEST ATTEST BY PRINCIPAL SURETY The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME. STREET ADDRESS (NOTE• Date of Payment Bond must be date of Contract. ff Resident Agent is not a corporation, give a person Is name ) 2195-COVMCr h. BONDS PB-4 MID-CONTINENT CASUALTY COMPANY Tulsa, Oklahoma ,�gnsia all Ain by these preeente That the MID-CONTINENT CASUALTY COMPANY, a corporation of the State of Oklahoma, having its principal office to the city of Tulsa, Oklahoma, pursuant to the following By Law, which was adopted by the Stockholders of the said Company on March 13th, 1947, to -wit "Article IV, Section 7 -- The Executive Officers of the Company shall have power and authority to appoint, for the purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one more Resident Vice President, Resident Assistant Secretaries and Attorneys -in -Fact and at any time to remove any such Resident Vice President, Resident Assistant Secretary, or Attomey-in-Fact and revoke the power and authority given him None of such appointees need be Directors of the Company The Company does hereby constitute and appoint Barbara Eden, Rhonda HoopTngarner, M. A. Monroe and Fred Monroe, individually of Arlington, Texas its true and lawful attomey(s)-in-fact, to execute, seal and deliver for and on its behalf as Surety, and as its act and deed, Any and all bonds and undertakings of Suretyship And the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said MID-CONTINENT CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Tulsa, Oklahoma IN WITNESS WHER THE MID-CONTIHEe T CA U19 CASUALTY COMPANY 98 has executed and attested these presents this day of FF n ATTEST 44,v ASSISTANTSECRETARY VICE PRESIDEN"I On this 10th day of February 19 98 before me, a Notary Publir%of the State of Oklahoma in and for the County of Tulsa, came the individual tome personally known to be the officer described in, and who xeeutedthe preceding instrument and he acknowledged the execution of the same, and being by me duly that he is the therein described and authorized officer of the MID CONTINENT CASUALTY COMPANY aforesaid, and the seal afft ed to the preceding instrument is the corporate of said Company, and the said corporate seal and his signature as such ficer were duly affixed to the said instrument by the authority and direction of the said Company, in force and that Article IV, Section 7, of the By- ws of said Company, referred to m the preceding instrument, is --- have hereunto set my and affixed my official seal at the C of Tulsa, NA I fjjj Assistant Secretary of MID-CONTINENT CASUALTY COMPANY ing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a P� thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are st IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said and year first by certify that the /of Attorney is full force and effect this 2nd day of JUM . 19 —98 Vol ' ' �� Rf� r ' r ara n erson Assistant Secretary 06/15/1998 09.22 8176400131 MONROE & MONROE PAGE 01 PRODUCER Monroe & Monroe, (UST) 2Ad Billings $10 Arlington TX'76010 *NM,S DATE (MWODIM PqTB 1 If D AS A MA ORMATiON ONLY AN CON FERS NO RIOHTB UPONTFIB CERTIFICATE HOLDER, TM CERTIFICATE DOES NOT AMEND, E1cTEND OR ALTERTHE COVERAGE AFFORDED EYTHIS POUCIE8 BELOW COMPANIES AFPOROINGOOVBRAGE COMPANY A Mid -Continent CaOualty Cc Prod Monroe vo IM_ COMPANY B American Interstate inn Cc 60WANY C Les Gray & Cd., Inc. Les Gray COMPANY 0 1600 OommarOe Bti Garland TX 73040 1A THIS IS TO CERTIRY�TTWPPLIOIBS OF INSURANCEUSTOD 9EIAW HAVE BUN ISSUEDTOTHEINSURED NAMED ABOVE MR THE POLICY PERIOD WCATED,NCTIIVITANY RBOUIREMENT TERM OR 0ONDITIQNUP ANY CONTRACT OR OTHER DOCUMENT WITH RESPfCTTO WHICH TEAS CERTIFICATE MVW BMAY PERTAIN, THE INSURANC9 AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS ANPOP SUCH POLICIES LIMITS SHOWN MAY HAVE WMN RBOUCEO IN PAID CLAIMS eo LTR riPEDFMSURPNOS POLICY D KIMYIOINTY) OAWMMIDWIY) CLINES A oa1HRA4 LABILITY X COMMERCULGENOI4LM,BILOY CWMe MA9E X OCCUR OWNERS a CONTRAO,IDMS PROT COL242302 12/22/97 12/22/99 GENERALADGREGATE s 2000000 PROOUCTS COMPIOP AGO s2000000 PERSONAL&ADV INJURY 11000000 EACH OCCURRENCE 01000000 FRO DAMAGE (MY omen) $50000 MEDFJO' yaw ) t5000 A MIT X OMOELS LMnIITY ANY AUTO 04=11444-1 12/22/97 12/22/98 OOM&NEDSINOLE LAST S 1000000 ALLOWNECAOrOG aCH000LED AuroA GODILYYI U RY s (PO.Dl itlmI $ HeEO AUrOe NOLOWNEO AVI!OS PRormm DAMAGE $ CApAOE LMSILRY ANY AUTO AVM ONLY. EA ACCOSW i OTHER THAN AM ONLY EACH ACCIDENT F AOOREMATE s A MISSES LMNIUYY ]qUMBRELLA FORM, OTHGR%WUMBRELLA FORM Xg106169 12/22/97 12/22/90 EACHOacuRREMCE F2 000 000 AGGREGATE $ 2 000 Od0 F WORKERS COMPBRU-06M EMPI.OYKwL1ANJff AND eL fiACH ACCW6M 26001 ODO GLpSpAs@"POLICYUMrr s 500 OOO $ THEPROPPJeTm plot PARTNERmOrSCUMPAB OFFCERSARE S%CL 97WCTX121020 10/n/97 10/30/98 ELOISBASS SAEMPLOYEE F 500 000 A A 'dWER Equipment P:.4ater Property febtiOA SP51403 TP4667 12/22/97 12/22/97 12/22/96 12/22/90 Lad/Antd 1.00000 >_tam 200000 loc ° ReHON ALE awL DDM& t of D nton, Its Officials, Sttddek & Aag1 1t1 Pp1luion included on GL. Ci ab Agent plio�y ea a vpluntserTs are Hamad as additional �naured on ova IF,}RSlifY q S"M,,;wMrnpa�:,it�'�+&P`"maTp i&s+".ro�YX CITYDEN aHPULO ANY aF TNCMPV308EO1ASGG'POLIpRId BB CANGBLIJ?G BEFORE THE WHAT Col CATS THEREOF, THE ISSUING COMPANYWILL ENDEAVOR TO MAIL City 1 Contop ,�,^ 9AYa vApTTSN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT Purahafing ).Dept GUT FARAIRETO AWL SUCH NOTICE&HALL IAIPOall MO OGIJGATION OR LIABILITY 901H TAXan street 91FANY T MPANY, RE AQ MEOR REPROSENTATWES Donten•T7C 75201 H "#"u1`trvS�v(.x1uLwAiIMMYkWXA JIYIiMAN#4Y{t!�%31Y"ttn.v�i.xxaizxW�i,il�tAA§$'WulFK191Xi{,..ILi bLL93",/d..YIW!^i!IisDY�hifi. u�'.Ii J:.lbMaiMYtkA�i IIVIY� V 3 tw*4 r{GIFE I,'XAaL.A.' mg;nj-