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 -