Loading...
HomeMy WebLinkAbout1998-357ORDINANCE NO AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE RENOVATION OF DENTON CENTRAL FIRE STATION, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (BID # 2280 DENTON FIRE STATION RENOVATION AWARDED TO MERITT CONSTRUCTION, INC IN THE AMOUNT OF $253,096 83) WHEREAS, the City has solicited, received and tabulated competitive bids for the purchase of necessary materials, equipment, supplies or services in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has reviewed and recommended that the herein described bids are the lowest responsible bids for the materials, equipment, supplies or services as shown in the `Bid Proposals" submitted therefore, and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for materials, equipment, supplies, or services, described in the `Bid Proposals" on file in the office of City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM NUMBE NO CONTRACTOR AMOUNT 2280 ALL MERITT CONSTRUCTION, INC $253,096.83 SECTION II That the acceptance and approval of the above competitive bids, the City accepts tie offer of the persons submitting the bids for such items and agrees to purchase the matenalsl equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents SECTION III That the City and persons submitting approved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the City Manager or his designated representative is hereby authorized to execute the written contracts which shall be attached hereto, provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Bid Proposal and related documents herein approved and accepted SECTION IV That by the acceptance and approval of the above competitive bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein SECTION V That this ordinance shall become effective immediately upon its passage and approval /�- A� PASSED AND APPROVED this the day of /t/49a/%j ,1998 �, iui/i i i MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY �: � AM, wo APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY Q BY v ! 2280 RENOVATION FIRE STATION CONTRACT ORDINANCE w w cn Z O co 0 0e� 'vS W 0 y QQN N O m N W N CL �CCy w G O Go O W t� O O Z C m O f g v = Wp 6 G c C d' W �q co Q E V W$$ � Q O ZZ WW F OD p O m 3 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 3 day of NOVEMBER A.D., 1998, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through MICHAEL W. JEZ, City Manager, thereunto duly authorized so to do, hereinafter termed "OWNER," and MERITT CONSTRUCTION, INC. P,O. BOX 1481 DENTON, TX 76202 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 #2280 — DENTON FIRE STATION RENOVATION in the amount of $253,096.83 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the CA — 1 plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by BINKLEY & BARFIELD , INC. all of which are made a part hereof and collectively evidence and constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of mjury 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 ley"A IN WITNESS WHEREOF, the parties bf these presents have executed this agreement in the year and day first above written ATTEST 011 9 CONTRACTOR 4e-ej//v�./"o �O 0 a x l-t 9 / 21"A MAILING ADDRESS &Q- i.2— �g09 PHONE NUMBER FAX NUMBER'/ .L BY TITLE Bi?4 i z0rl f/ APPROVED AS TO FOR" % PRINTED NAME (SEAL) CA-3 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That MERITT CONSTRUCTION, INC. whose address is P.O. BOX 1481, DENTON, TX 76202, hereinafter called Principal, and AM��,�u��b�ac a corporation organized and existing under the laws of the State of fully authorized to transact business in the State of Texas, as Surety, are held an in ound 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 TWO HUNDRED FIFTY THREE THOUSAND NINETY SIX AND 83/100 DOLLARS ($253,096.83) 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 98-357, with the City of Denton, the Owner, dated the 3 day of NOVEMBER A.D. 1998, a copy of which is hereto attached and made a part hereof, for BID # 2280 - DENTON FIRE STATION RENOVATION. 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 herem and shall fully reimburse 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 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 3 day of NOVEMBER 1998. ATTEST BY =� SECRETARY ATTEST PRINCIPAL SURETY BY �,_� — O. The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME STREET ADDRESS h (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person Is name ) PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That MERITT CONSTRUCTION, INC., whose address is P.O. BOX 1481, DENTON, TX, 76202, hereinafter called Principal, and , a corporation organized and existing under the laws o `the State of and fully authorized to transact business in the State of Texas, as Surety, are held and 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 TWO HUNDRED FIFTY THREE THOUSAND NINETY SIX 83/100 DOLLARS ($253,096.83) 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 98-357, with the City of Denton, the Owner, dated the 3 day of NOVEMBER A.D. 1998, a copy of which is hereto attached and made a part hereof, for BID # 2280 - DENTON FIRE STATION RENOVATION. 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 which shall be deemed an original, this the 3 day of NOVEMBER, 1998. ATTEST ATTEST PRINCIPAL I, i SURETY I:ly /. n..rJLBY �.� �► 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 k (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) 22M CONTRACT & BONDS This document is printed on (white paper containing the artificial watermarked logo ( w ) of Amwest Surety Insurance Company on the front and brown security paper on the back Only unaltered originals of the Limited Poway of Attorney ("POA") are valid This POA may not be used in conjunction with any other POA No representations or warrantieq regarding this POA may be made by any person This POA is governed by the laws of the State of Nebraska and is only valid until the expiration date Amwest Surety Insurance Company and Far West Insurance Company (collectively the Company ) shall not be liable on any limited POA which is fraudulently produced forged or otherwise distributed without the permission of the Company Any party concerned about the validity of this POA or an accompanying Company bond should call your local Amwest branch office at (972) 503-6925 KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company, a Nebraska corporation (collectively the "Company ), do hereby make, constitute and appoint Vivian Campbell Gall A Barraza Lonnie Mc Clain Beverly Hayes Daniel Waldorf Nancy Ruano As Employees of AMWE$T SURETY INSURANCE CO its true and lawful Attorney in -fact, With limited power and authority for and on behalf of the Company as surety to execute deliver and affix the seal of the company thereto if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller Act or other performance bond or other written obligations in the nature thereof as follows All Bonds up to $25,000,Q00 00 and to bind the company thereby This appointment is made under and by authority of the By Laws of the Company which are now in full force and effect I, the undersigned secretary of Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company, a Nebraska corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that the resolutions of the Board of Directors of both Amwest Surety Insurance Company and Far West Insurance Company set forth on this Power of Attorney, and that the relevant provisions of the By Laws of each company are now in full force and effect Bond No 1375730 Signed& sealed this 3rd dayof November 19 98 Karen G Cohen, Secretary + + + + + + + + + + + + * + + + + RESOLUTIONS OF THE BOARD OF DIRECTORS * * * * * * * * * * * * * * * * * * * * * * * * * * * This POA is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of Amwest Surety Insurance Company at a meeting duly held on December 15, 1975 and Far West Insurance Company at a meeting duly held on July 28 1983 RESOLVED that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, may appoint attorneys in fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds, and said officers may remove any such attorney in fact or agent and revoke any POA previously granted to such person RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and bind upon the Company (1) when signed by the President or any Vice President and attested and sealed (if a seal be required) by any Secretary or Assistant Secretary or (11) when signed by the President or any Vice President or Secretary or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney in fact or agent, or (ui) when duly executed and sealed (if a seal be required) by one or more attorneys in fact or agents pursuant to and within the limns of the authority evidenced by the power of attorney issued by the Company to such person or persons RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company and such signature and seal when so used shall have the same force and effect as though manually affixed IN WITNESS WHEREOF Amwest Surety Insurance Company and Far West Insurance Company have caused these present to be signed by its proper officers and its corporate seals to be hereunto affixed this 12th daypf,De er 1t �I S* John E Savage, Presidefit Karen G Cohen Secretary State of California County of Los Angeles On December 12, 1997 before me Peggy B Lofton Notary Public, personally appeared John E Savage and Karen G Cohen personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me all that he/she/they executed the some in hisfher/their authorized minicity0es), and that by his/her/their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted executed the instrument WITNESS my d and official seal P�rL �� 4r�OpPOq�'9y POgNC` Signature (Seal) Qb1CI�RbIIQ�COYbRIb f ?r2o '�'\ra qV�F ommWeAEio Coun1Y M�� DEC 14 a�Q IW'' DEG 14 Oe My Comm FxplrNAup6.liW fN Z 190E c 1O9 3y `Z ia86 c `b� Ono, "y�'I'b #r kNd� by Insurance Requirements Page 1 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the Insurance requirements below It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine In advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obligations, which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum Insurance coverage as Indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted • Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least A 2280INSURANCE Cl - 1 Insurance Requirements Page 2 • Any deductibles or self -Insured retentions shall be declared in the bid proposal. If requested by the City, the Insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers •• That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies 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 2280 INSURANCE CI-2 Insurance Requirements Page 3 • Should any required Insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted [X] 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 2280 INSURANCE CI-3 Insurance Requirements Page 4 • 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 [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 • any auto, or • 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) 2280INSURANCE CI-4 Insurance Requirements Page 5 [ I Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability Insurance policy naming the City as Insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract Coverage shall be on an "occurrence" basis, and the policy shall be Issued by the same Insurance company that carries the Contractor's liability Insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ 1 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 hazardous contracts and specifi additional insurance is required requirement will be described in contract specifications 2280INSURANCE c on an individual basis for extra service agreements. If such for a specific contract, that the "Specific Conditions" of the CI-5 Insurance Requirements Page 6 ATTACHMENT [XI Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions* Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure Issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation Insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the 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 01 1(44) for all employees of the Contractor providing services on the project, for the duration of the project 2280 INSURANCE CI-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 mall 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 2280 INSURANCE Cl-7 Insurance Requirements Page 8 I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 01 1(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 2280 INSURANCE Cl-8 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 on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate Insurance carrier or, in the case of a self - Insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading Information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to 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 2280 INSURANCE CI-9 4 CONTRACT BID SCHEDULE CITY OF DENTON DENTON CENTRAL FIRE STATION RENOVATION PROJECT BID # -98 Enclosed with this proposal is a Certified Check for Dollars or a Proposal Bond in the sum of ($ 20 , 000 00 which it is agreed shall be collected and retained by the Owner in the event this proposal is accepted by the Owner within mnety (90) days after the bids are received and the undersigned falls to execute the contract and the required bonds for the Owner within fifteen (15) days after the dated said proposal is accepted, otherwise said check or bond shall be returned to the undersigned upon request The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as convect and final SEAL CompanyMRRITT CONSTRUCTION, INC (If bidder is a Signed��� Corporation) By BOB MERITT Title PRESIDENT Address P 0 BOX 1481 City DENTON Statel&Zip]�202 Telephone 940-482-3409 Addendum No ONE Date Rec'd 9-30-98 Signatureoz& Addendum No Date Rec'd Signature Addendum No Date Rec'd Signature CITY OF DENTON DENTON CENTRAL FIRE STATION RENOVATION PROJECT CONTRACT BID SCHEDULE ITEM QTY UNIT DESCRIPTION AND PRICE PRICE IN AMOUNT IN WORDS FIGURES Inside Items 1 4,564 SF Remove Ex Concrete pavement for %ii re c Dollars and Far Cents per S uare Foot 'I x 2 390 LF 18" Dia Concrete Drill Shaft for y 7'hNe a Dollars and��y{i// Cents Lmear toot per �"3,?87 ,ZOO 49?,D7 3 33 CY Concrete Beams (4000 psi) for �••rDollars an'an' / Cents per Cubic'Yard 35^¢, 9G 1 I l /0 97 Z 1 4 139 CY 10" Concrete Slab (4000 psi) for %/wo Ae,;dAZ -4Zf_Dollars and 4r �, G Cents per Cubic Yard j8F 03 3810%3% 5 23 CY 5 5 " Concrete Topping Slab (4000 psi) for n dnE HwAA1,00 Dollars and 1!�r+ o14r- Cents per Cubic Yard /6 5, `M7 Zd,5 c/.2b 6 1 LS 1 1/4" Copper Water Line for Sjt rr Dollars and 7A&,r, Cents per Lump Silm 19-7, 3 3 3-17. 3 3 BS-3 4 a 11 0- N 4A I D U I I I I I CITY OF DENTON DENTON CENTRAL FIRE STATION RENOVATION PROJECT CONTRACT BID SCHEDULE ITEM QTY. UNIT DESCRIPTION AND PRICE PRICE IN AMOUNT IN WORDS FIGURES 7 100 LF 2" PVC Vent Pipe (SDR35) for `U Dollars i Cents F r Linear of 8 27 LF 3" PVC Dram Pipe (SDR35) for Dollars`J�t/ tfe�" (ih Cents ear Foot / q, /B syl / l 9 157 LF 4" PVC Dram Pipe (SDR35) for L�'i;¢IJ� Dollars --o and -!. 6 je,& Cents per Lmear Foot 10 9 EA Dram Inlet w/ P-Trap for / _DnG Dollars and $ GnIV Cents M per Each aZ�i,?d 11 3 EA Single Clean -out for aic.�1/ . &&&,U Dollars and S r ac y. Cents per Each 3� O BS-4 0 Iis CITY OF DENTON DENTON CENTRAL FIRE STATION RENOVATION PROJECT CONTRACT BID SCHEDULE ITEM QTY. UNIT DESCRIPTION AND PRICE PRICE IN AMOUNT IN WORDS FIGURES 12 142 LF Armor Jomt for 1v vDollars and v 5;e✓� Cents yyl p Lmear Outside Items 13 4 EA Remove Trees for 7'w0 llaiidr&, �V;ktg Ei` a _Dollars and Cents per Each ��J3 , Gd /02 .'f d 14 1 IS Remove Ex Wood Retammg Walls for ,n'�'I� N � Dollars an � Cents per Lump Sum 2 O 15 13,906 SF Remove Ex Concrete Pavement for rAo-&G Dollars and � Cents r-yar- per SquazA400t 16 2 EA Remove Ex Grate G�rrate Inlet for One 1N0.�re� ei vt Dollars anr Cents per Each f /p BS-5 CITY OF DENTON DENTON CENTRAL FIRE STATION RENOVATION PROJECT CONTRACT BID SCHEDULE, ITEM QTY. UNIT DESCRIPTION AND PRICE PRICE IN AMOUNT IN WORDS FIGURES 17 2 EA Remove Ex Sumps/Pumps FvG Nu�ie� Qw� Dollars and ,T Cents per Each .-41.2 0 /) /82 , 9 O 18 1,900 SF 4" Concrete Pavement (4000 psi) for Dollars and gf'xtkl , e Cents per SquareFoot . (oQ✓� S /2 21 lS 19 1,550 SF 6" Concrete Pavement (4000 psi) for V;jir ti Dollars and r& h Cents per Square Foot 20 8,862 SF 8" Concrete Pavement (4000 psi) for 'G Dollars and_jVAfw Cents per Squar Foo 21 42 CY 9" Concrete Pavements (4000 psi) for 7—wit pfwl wile Dollars and �IX r— Cents per Cubic Y rd v� / BS-6 14 14 10 10 10 I 11 I CITY OF DENTON DENTON CENTRAL FIRE STATION RENOVATION PROJECT CONTRACT BID SCHEDULE ITEM QTY. UNIT DESCRIPTION AND PRICE PRICE IN AMOUNT IN WORDS FIGURES 22 831 SF Mililsap�Stone Wall for Dollars and _Cents per S'q—uar" 6 Foot $1*4 074177125 23 2 EA Grate Inlet for Taa 1Uut4 71vv pv A6 1jaw Dollars andCents per Each 24 5 LF 2" PVC Vent Pipe (SDR35) for ^�C '-,n Dollars andsCents per Linear i-cfbt X 16 3 25 18 LF 2" PVC Dram Pipe (SDR35) for r4gip Dollars and g,6yje-_Cents per Lineat Foot (cG 26 79 LF 4" PVC Dram Pipe (SDR35) for �-levers Dollars and 7 6W d Cents per Linear Foot BS-7 No a a IN 19 19 10 IN N M 11 CITY OF DENTON DENTON CENTRAL FIRE STATION RENOVATION PROJECT CONTRACT BID SCHEDULE ITEM QTY. UNIT DESCRIPTION AND PRICE PRICE IN AMOUNT IN WORDS FIGURES 27 274 LF 8" PVC Dram Pipe (SDR35) for TluGaly, Al,ge, Dollars and gIZX 5,'4 —Cents r Lmear Foot ,29. Sao S d99, 4g 28 9 EA Smgle Clean -out for J e i,44 6 Dollars and v SRWl Cents per Eadh / , l 29 2 EA Two-way Clean -out for 'TavfJ l�uwdi^P.G� Dollars and 69hit Cents per Each �i 2 30 1 EA Connect to Ex Inlet for 04e 0wa4' FvG //A!. "1Jo e_ Dollars and Z:iwjM Cents per Each 11 31 283 LF Doweled Jomt for BVa vl Dollars and r Cents per Linear Foot % 51 �j A" 3/ BS-8 is IN 11 is I I 4 CITY OF DENTON DENTON CENTRAL FIRE STATION RENOVATION PROJECT CONTRACT BID SCHEDULE ITEM QTY. UNIT DESCRIPTION AND PRICE IN WORDS PRICE IN FIGURES AMOUNT 32 1 LS Design of Trench Safety System for Firlu✓ i�uk�r,04 /ZAlfew Dollars and �UAim Cents per Lump Sum 33 192 LF Trench Safety & Support for si %1 t Dollars andper Linear —Cents J,r �/ (� 3S . /O BS-9 CITY OF DENTON DENTON CENTRAL FIRE STATION RENOVATION PROJECT CONTRACT BID SCHEDULE TOTAL AMOUNT OF BID $ (a) Total cost of materials incorporated into the work (b) Total cost of materials purchased or leased for use, but not incorporated into the work (including sales or use tax) (c) Total cost of labor, overhead, profit and other reasonable, incidental costs of the work TOTAL NOT TO EXCEED TOTAL BID AMOUNT BS-10 E] $ � 2G2,41 $-4A,OoS,2S $If l3,9Q 1pmey & King 11/24/98 4 it PAGE 2/2 RightFAX RANEY B 00 DjBNRANCE 880 B. "M BUGLE A DSMM Tx "swim BERM CORMt'41WK So. DENTON TX fB80O m N M CERIMT CHAT THE e.u.uarava AND OCNOLIIOHE OF SU TYPE OF awir#HOL A � DEE'AAL LMLNRY x COMAD" as oft uum 1 wm Mw I x 00CD6 amm a owmAOWRa PROr A ALROIDaLB LLWAY x ANY AUTO ` AIL OYAAD mm r• ' aa[ouL®AUPOE X I M&D ^m k 1 NOLL010 m AUTOS DMya LUBABY 6'aDOPw umm" -x' IEIBISIA FOW - _ MM DLAM IIARIDIA MV LYORIl01'a OCNPBIOIM C AM DIPLOMN DAiRT F.: ADM MARGIN OOIPTS m BPMBSMO BPalow tUIBBB ' TRW I ONPBpBRS NoC�HEEBIS IUPOC" THE UED AS Q ATE HOLUM THIS OBFITIFTGT DOBB NOT AMEND, ExTBNO OR ALTER THE COVERAGE APPORDED BY n POYCIBB BELOW. COMPANIES AFFORDING} COVERAGE E M A GENERAL JUNIM uT�i � 8 AEBCCUTED MUNATI INAL COWLamANY C TM= WORK COMP IN POND carmy O Lffm i Lemm E HAVE BEEN NSMD M THE INSURED NAM-0- AECn WR THE PDIICT paQQ N DP ANY CONTRACT OR O/HER DOOUMEIYT WITH ROMT TO WHICH IM DID BY THE POUm DEBOBBBD HEREIN IO SUBJECT TO ALL THE TE w r HAVE BEEN REDUC® BY PAID CIIMO. POLM LEPEO M 10LCY BDMTM VAR pEADD" ! DAR pKeDATI OWN!" OOf1BKD CLTIBW.AEDIEOAR �{ Ba00000 y PROWD1840140" Am Is PUMMUL a ADY PWRT Ia 10pSSO1 EACH _. a 100% -' ' FIE! DAMAGE PAY w IW IS am _ « LTD Biew UrM Arr AEaO ! - •� EO4D - OWTO/OS OW/OISO CMGM MWE LPAB a T000000 HOLY DW IY (Par prat �P For mmmo 1 PPOPOW DAMAGE ,a DN18/OB � OO/1Bp1 E9I000DEIB,CE �E 1000000 AaaLmAR E 1ODx�00 q T t T I auTLlranr LaAIIa q __ 1a!!1T/07 TSJTASB DAM ACCMW rE BOOON ammi POLIOY Luc 9a Opppjp �. CIMIAGE -EADH BPtm a n SSOOW -