HomeMy WebLinkAbout1997-032ORDINANCE NO 9 / �Jr 4-
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE
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
NUMBE CONTRACTOR AMOUMT
1991 D & L CONSTRUCTION SERVICES $ 15,660 00
SECTION 11 That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SECTION_III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
1
SECTION TV 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
SEC_ 11ON—V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the y� day of 1997
J MILLER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY 6/%Ge�(
DATE FEBRUARY 4, 1997
CITY C.OUN I .-REPORT
TO Mayor and Members of the City Council
FROM Ted Benavides, City Manager
SUBJECT BID # 1991- DEMOLITION AND CLEARING #26
RECOMMENDATION: We recommend this bid be awarded to the lowest total bidder, Darrell
Lawson dba D&L Construction Services, in the amount of $15,660 00
S110 AR : This bid is for the demolition of six (6) structures and clearing of the lots and
preparation for mowing and property drainage
Each of these structures has been determined to be uninhabitable, uneconomical to repair as well as
a safety or health risk
The structures are located at 531 Wainwright, 622 E Prairie, 1006 E Prairie, 1008 E Prairie, 1023
E Prairie and 529 Ave S
PROGRAMS, DE.PARTMF.NTS OR GROIIPSAFFECTED- Community Development Block
Grant (CDBG), Residents near each demolition site
FiSCAI IMPACT. This project is funded from CDBG funds, account 4219-05A-CDA7-8502
Attachment Tabulation Sheet
Approved \r\
Name Tom D Shaw, C P M
Title Purchasing Agent
823 AGENDA
K,
Respectfully submitted
Ted Benavides
City Manager
t,
°z
z
z
z°
PA
t
Ig
�
r»1•
fdryA,
Q r
M
$
S
$
$
$
S
$
�
O
M
f
Sgq
S
pS
8S
QqS
SO
pS
W
a
O
A
a
Q4
W
QI
W
QI
W
N
w
O
U
3
rW
N
N
M
ti
n"
W
W
W
W
W
W
ac
J
_ —
-
CONTRACT AGREEMENT 4 "U -
STATE OF TEXAS S
COUNTY OF DENTON S
THIS AGREEMENT, made and entered into this 4 day of
FEBRUARY A.D., 19 97 , by and between
CITY OF DENTON
of the County of DENTON and State of Texas, acting
through TED BENAVIDES
thersunto duly authorized so to do, hereinafter termed "OWNER," and
D & L CONSTRUCTION SERVICES
611 S. RUDDELL
DENTON, TEXAS 76201
of the City of DENTON , County of
DENTON
and State of TEXAS , hereinafter
termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by
OWNER, and under the conditions expressed in the bonds attached
hereto, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
BID # 1991 - DEMOLITION AND CLEARING #26
in the amount of $15,660.00 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
accordance with the plans, which includes all maps, plats,
CA - 1
blueprints, and other drawings and printed or written explanatory
matter thereof, and the specifications therefore, as prepared by
CITY OF DE=N CDBG DEPARTNEW -
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
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.
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 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.
This agreement shall be governed by the law of the State of
Texas and venue for its construction and enforcement shall lie in
the counts 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
price or prices shown in the Proposal, which
contract, such payments to be subject to the
Conditions of the Contract.
CA - 2
in current funds the
forms a part of this
General and Special
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day first above written.
ATTEST:
n DDVnVFn AR mn rnpm?
AAA0184D
Rev. 04/05/96
CA - 3
D & L CONSTRUCTION SERVICES
CONTRACTOR
J dd L �t-rvi��
p ion -TK 7 6 Z
NAILING ADDRESS
817- -S'6(0-63Aq
PHONE NUMBER
FAX NUMBER
BY Crtge '4
TITLE
�WW 111 kkjsoil
PRINTED NAME
(SEAL)
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
• 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 10I12IB4 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 thlrty(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
AAA00350
REVISED 10/12/94 Cl - 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
M A General Liability Insurance:
General Liability insurance with combined single limits of not less than
$1,000,000.00shall 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 (XCLI) 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
(A Automobile Liability Insurance:
Contractor shall provide Commercial Automobile 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
[xj 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 $500,00O policy limit for
occupational disease. The City need not be named as an "Additional Insured"
but the insurer shall agree to waive all rights of subrogation against the City,
its officials, agents, employees and volunteers for any work performed for the
City by the Named Insured For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 in accordance
with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas
Worker's Compensation Commission (TWCC)
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Liability insurance policy naming the City as insured for property
damage and bodily injury which may arise in the prosecution of the work or
contractor's operations under this contract Coverage shall be on an
AAA00350
REVISED 10/12/94 Cl - 4
Insurance Requirements
Page 5
"occurrence" basis, and the policy shall be issued by the same insurance
company that carries the contractor's liability insurance Policy limits will be
at least combined bodily injury and property damage per
occurrence with a aggregate.
[ I 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 budding Limits of not less than each occurrence are required
[ I Professional Liability Insurance
Professional liability insurance with limits not less than per claim
with respect to negligent acts, errors or omissions in connection with
professional services is required under this Agreement
[ I Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value
shall be provided Such policy shall include as "Named Insured" the City of
Denton and all subcontractors as their interests may appear
[ I Additional Insurance
Other insurance may be required on an individual basis for extra hazardous
contracts and specific service agreements If such additional insurance is
required for a specific contract, that requirement will be described in the
"Specific Conditions" of the contract specifications
AAA00350
REVISED 10/12/94 Cl - 5
Insurance Requirements
Page 6
ATTACHMENT 1
[x] Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A Definitions:
Certificate of coverage ("certificate") -A copy of a certificate of insurance,
a certificate of authority to self -insure issued by the commission, or a
coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84),
showing statutory workers' compensation Insurance coverage for the
person's or entity's employees providing services on a project, for the
duration of the project
Duration of the project - includes the time from the beginning of the work
on the project until the contractor's/person's work on the project has been
completed and accepted by the governmental entity
Persons providing services on the project ("subcontractor" in §406 096) -
includes all persons or entitles performing all or part of the services the
contractor has undertaken to perform on the project, regardless of whether
that person contracted directly with the contractor and regardless of
whether that person has employees. This includes, without limitation,
independent contractors, subcontractors, leasing companies, motor
carriers, owner -operators, employees of any such entity, or employees of
any entity which furnishes persons to provide services on the project
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service
related to a project "Services" does not include activities unrelated to the
project, such as food/beverage vendors, office supply deliveries, and
delivery of portable toilets
B The contractor shall provide coverage, based on proper reporting of
classification codes and payroll amounts and filing of any overage
agreements, which meets the statutory requirements of Texas Labor Code,
Section 401 011(44) for all employees of the contractor providing services
on the project, for the duration of the project
AAA00360
REVISED 10/12/94 Cl - 6
Insurance Requirements
Page 7
C The Contractor must provide a certificate of coverage to the governmental
entity prior to being awarded the contract.
D If the coverage period shown on the contractor's current certificate of
coverage ends during the duration of the project, the contractor must, prior
to the 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
AAA00360
REVISED 10112/94 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
401 011(44) for all of its employees providing services on the project,
for the duration of the project,
(2) provide to the contractor, prior to that person beginning work on the
project, a certificate of coverage showing that coverage is being
provided for all employees of the person providing services on the
project, for the duration of the project,
(3) provide the contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project,
(4) obtain from each other person with whom it contracts, and provide to
the contractor
(a) a certificate of coverage, prior to the other person beginning
work on the project, and
(b) a new certificate of coverage showing extension of coverage,
prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project;
(5) retain all required certificates of coverage on file for the duration of
the project and for one 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 10/12/84 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.
AAA00350
REVISED 10112194 CI - 9
BID NUMBER 1991 BID PROPOSALS Page 2 of
City of Denton, Texas 9010 Texas S6
Purchasing Department Denton, Texas 76201
ITEM
DESCRIPTION
OUAN
PRICE
AMOUNT
DEMOLITION & CLEARING #26
1
531 Wainwright Street
1 ea
$
$4 -� EC
$�35c
2
622 E Prairie Street
1 ea
3
1006 E Prairie Street
1 ea
$
S�
4
1008 E Prairie Street
1 ea
$
,
('
�w
$
5
1023 E Prairie Street
1 Be.
$
6
529 Avenue S
1 ea
VENDOR MUST COMPLY WITH ALL ATTACHED SPECIFICATIONS
AND INSURANCE REQUIREMENTS.
TOTALS
We quote the above f o b delivered to Denton, Texas Shipment can be made in20days from receipt of order Terms net130
unless otherwise Indicated
In submltting the above bid, the vendor agrees that acceptance of any or all bid Items by the City of Denton Texas within a
reasonable period of time constltues a contract The completed Bid Proposal must be properly priced, signed and returned
L4 & A" rAJej l I
Melling A dreee
t=�„ #a V Tx 7&2V I
City State Zip
C lei
9/7 9"7
Lil '2klu r r 5 CF,,'ics:-,
Bidder
Signature
43 -i
Title
Telephone
FEB-11'91(TUE) 15 40 RAMEY & KING TEL 1 817 243 1050 P 001
RAMEY & NONG WIBIIRANCE
SBO S. W% Rana A
�
Demon TX 7=054M
A
aOMPANY
I LBTIa
B
NNaIED
f•-
- "
1 n01a'ANY
C/
Low
USA D & L 06111110111011111111
`
D
e. PAWNS7x
) un
I7NdM »I
Do
_
_
11�
E
THIS 19 TO CERM THAT UM POUQU
INOICATED, NOTYATHBTANOING ANY IN
CERTIFICATB MAY BE ISSUED OR MAY
EAcw8IOW R cONDW10Ne T SUc
m[_ _ TYPE OF ImamA
.x ! /pMw w apmw wm
t ; 0.04 MADE 'X `O=IR
j Owmm a commam" FROT ,
I
» oSn/roT
_
IB IS ISSUED AS A MATTER OF INPOR1 MAITON ONLY AND
IDNTS UPON THE COMFICAYE HOLDER. THIS CRRTUICATe
ND, I MND OR ALTER THE COYERAOB AFFORDED BY THE
COMPANIES AFFORDING COVERAGE
MBIT� ImAANaIn
IF INSURANCE LISTED BELOW HAVE Etas+ ISSUED to THE E RCO COMMENT
WITH R Fan T T PauTHIS
IIpBMEM1• T9W OP Cg10Wla1 OF ANY CONTRACT ON OTHER aHERMEM WITH pOBPECT TO WHICH MB-
STAIN, THE INBWIANCE AffOSDED 8Y THE POLICIES DESCRIBE1 HEREIN 19 SUBJECT TO ALL THE TENM&
POLICIES, UTAITB BIRWFN MAY HAVE SEEN RIMUCED BY PAID CLAIMS
FaIC1�A
%s ' POLOY OIPI AWN " ' °IS
PSIS NUMen
OAIE O W4" OMBPIMIUDND I _
ECA3440iip 1fATBIBO 11AIBK7 '-MOM AOOReOAT9 it
NIaDMD1&a Iwmp.mm iI
PMMONAI • ADV Wien II
SAM OCaNIQIca L�
FIRE DAMAGE (,;v Pw IV) :I
t mm MOM PwY wo P -w;)3
ICOMBINE)
mnOMOM LIABILITY_ _ - __ 4 WAA:Oe0B9B4 7UOBIBB 7UOBlB7
310AX
i um(T
!
i X I ANYAUm I
0"m MRn6
BDOLV NINY
;s
ALL ,
1 Fr Pww o
awmmn "'Rne
BADLY WJRY
IINSo Mane
i rev wdame
;I
1 NON CO= MAD!
1
i --
;
_
; OARIIOB Lw8L1IY
PROP8TI1' DAMAeo
)1
SACS OwwRBWE
I!
Ihislamumolm '
iUMBRELLA FUM
I AGOREDAIB
i
I!
anaN THAN LAB L A PORM
18`AIUTWTY uMDB
1 YWRIa7171adi'Q10AYb11
1
iEAW ACOIDRR
'I
I AM
I Deem Pa" 1A71Y
ILI
I Lwasm
ONEASE - 6AG1 NpLOWE
_
d
MWVBW
1000000
1000W0
-- TW0000_
BoeGSS -
mm
sow
Boom
i
A BUILDERS RISK i 8NIROee4Ba18 1110BN8 1110111197 i BXAW
ENTON, TX ,
I
I
nm6RF= OP D6Ma
1. a Dodge van a 1B4NB1IT6DK0f00W
ADDITIONAL INSURED` «�«�
' Ipph,+w A
SHOULD ANY OF TI1e ABOVE DESCRIBED PaUCIES BE DANCIM= BEFORE TNe
I
E1pnAT10N DATE THEREOF, THE 18BUNG COMPANY WILL ENDEAVOR TO
MARL DAYS WRRTBN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
OITY OF DEMON LET, No FALIRE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
ATTN. TOM SHAW4"WHABINO
001 B Tons B7' UABBITY OF ANY AND UPON THE COMPANY IT8 AGENTS On R�ERTATIVES.
DEMON TX 7B7D1 ATNa
GAMEY A KING INSURANCE \ PAkze-i,,,,,,,,,,,,,,,,,,,,„,_„,,,,,w,,,,„,_,,,.,,
FEB -I1'97(TUE) 14 42 RAMEY & KING TEL 1 817 243 1050 P 002
THIS BINDER 18 A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS SHOWN ON THE RVERSE
SIDE OF THIS FORM
-wimmth - -
nKM MLFRANCS
Gil South 11~
l' I' f }� 'IY „
I rL�. A. 1..1 �u--u N�,iv 7`n ,:lii:n..�.+� v4n.:� �,•
...14'\�fl�M ��:. 1��� My .�.. wt
FEB 07'97 16 15 FR TWC1F UNDERWRITING 512 5056797 TO 918172431050 P 08 CE
TEXAS WORKERS COMPENSATION INSURANCE FUND PROPOSAL ACCEPTANCE FORM and INVOICE
QUOTE NUMBER TSF-0000174162 970222 1 QUOTE ISSUED 2-08 1997
Applicant DARRELLLAWSON
Agent RAMEY a KING INS ASSOCS INC
Underwrher VIVIAN LUBENOW
Estimated Annual Premium 848800
Reporting Mode, QUA R a0%
Deposit Premium 21a
/NOTE fntsnm repam cannot be fin
Will this policy premium be financed? ❑ Yes ❑ No
Proposed Effective/Expiration Date 2 22 1997
FID No 465117869
Renewal of
Amount of Check Attached
Check Number
If yes, which premium finance company?
(NO7F A copy a/ a signed Premium Finance Agroemant must accompany this Jim)
A107E This section is not applicable to SB/PP accounts
Deductible Option Selected
❑ None ❑ $ per Accident Annual $
❑ Aggregate
❑ $ / per Accident / Annual Aggregate
NOTE ffa deductible option other than NONE is selected you must also attach a signed "Daductible Notico of Election to Accept Texas
Workers Compensation Benefits" form and a "Deducobla Escrow Account and Security Agreement" and return with this form
1) This quote is valid for thirty (30) daya after quote
(and those of Its affiliates) filed with the Texas
issue data printed above and is void after that time
2) The undersigned he/she
Employment Commission and the applicant hereby
certifies that is a duly
waives any confidentiality of such Information and
authorized owner, officer partner or employee of
records in favor of the Fund
the applicant or authorized agent or representative 6)
This agreement for Insurance and the rights and
specified above The undersigned hereby accepts
obligations of the parties arising therefrom shall be
the proposal offered by the Texas Workers'
construed in accordance with the laws of the state
Compensation Insurance Fund, together with the
of Texas with venue in Travis County, Texas
terms and conditions set forth herein and agrees to 7)
In the event of default on payment of any premiums
be responsible for payment of deposit premium
due under any policy issued as a result of this
stipulated in the proposal
roposal all premiums due and unpaid shall
3 it is understood and agreed that insurance coverage
ecome due and payable at the offices of the Fund
shall not become effective until payment of the
in Austin Travis County, Texas
deposit premium is recorded by the Pund and the 8)
Agent agrees that commissions will not be paid on
Fund agrees in writing to the applicant or
accounts that become delinquent or which require
applicants authorized agent or representative that
additional collection effort by the Fund
coverage is bound The depositing of a check or 9)
The Fund is not protected by an insurance guaranty
receipt of funds from an applicant or applicants
fund or other solvency protection arrangements
authorized agent or representative does not 10)
The amount of your estimated annual premium as
constitute approval of or binding of coverage for the
listed on this quote must agree with the amount
applicant by the Fund unless and until the Fund
you remit to the Fund If you have been verbally
provides written confirmation of coverage
4) The undersigned that the
quoted a new amount a new written quote must be
certifies payroll reported
issued If the amount listed below as your estimated
by classification codes in applicant's application for
annual premium is altered in any way your
coverage is a true and reasonable estimate of the
insurance coverage will not be bound
payrolls by classification code for the period of 11)
This proposal acceptance form MUST be signed by
coverage requested The applicant understands and
both you and your agent and returned with your
agrees that any material change in pa roll
deposit premium Coverage will not be bound until
exposures must be promptly reported t0 the Fund
this signed form and deposit premium is received
and adjustments in premium may be made by the 12)
By si nin this Proposal Acceptance Form the
Fund
6) The Fund is authorized to have access of the
ap leant an licanta agent certify that they
have read understa and agree to all of the terms
applicants employment informat and records
and conditions of this oposal
The Texas Workers Compensation Insurance Fund
Please Remit Pa ma To
Y P Ow8ox 841043
Dallas, Texas 75284-1843
Please remit this signed Proposal Ace sp os Form and your check forthe amount of this quote he above address ( Help us by
wining the quote or policy number on your ek ) Do not use the above address for othe respondence to the Fund Use of a
standard envelope will facilitate the binding of a
the undersigned request coverage as stated herein and agree to the terms and conditions as outlined above
Applicant a Signature
Date
Printed Name
Agent s Signature
Data
Printed Name
Ps,oesa ice zo ssl For Office Use Drily Underwriter s Initials
Accounting Initials
INCI IRFn a rnpv
FEB 07'97 16 15 FIR TWCiF UNDERWRITING 512 5056797 TO 918172431050 P 07/08
texas workers' Compensati UNDERWRITING QUOTE SHEET
on
LAInsurance
Fund ® SUMMARY PAGE
Quote Number TSF-0000174182 970222 1 Quote Issue Date 2-06-1997
Underwriter V I V I AN LUBENOW
Producer 09013 RAMEY & KING INS ASSOCS INC
830E I H-35 E#A
DENTON, TX 78205-7829
Contact JEFF KING
Applicant DARRELL LAWSON
DBAI 0 & L CONSTRUCTION
511 S RUDDELL
DENTON, TX 75206
(017) 302-9891 FAX (817) 243-1050
Fed ID 466117850
Entity SOLE
PROPRIETOR
Sic Code 1521 SINGLE-FAMILY HOUSIN
Group
Best Hazard
Contact DARREL LAWSON
(017)
565-1384
Proposed Coverage Period 2-22-1997 to
2-22-1998
PREMIUM QUOTE
SUMMARY
COVERAGE
CLASS DESCRIPTION
RATE
PAYROLL
PREMIUM
5100 ELECTRICAL WIRING & DRIVERS
12 5100
5,000 00
631 00
5403 CARPENTRY NOC
34 5600
10,000 00
3,456 00
5183 AIR CONOTIONING SYSTEMS -HEATING
13 5000
5,000 00
875 ❑0
Total Estimated Standard Premium
4 752 00
Prorate Factor 1 0000
RATE TIER ADJUSTMENT ( 12.50 ► 595 00
INCREASED LIMITS DO
WAIVER OF SUBROGATION 00
TOTAL PREMIUM SUBJECT TO MODIFICATIONS 5,357 00
PREMIUM MODIFIED TO REFLECT EXPERIENCE MOD OF ( ) 00
PREMIUM MODIFIED TO REFLECT SCHEDULE RATING OF ( ) DO
DEDUCTIBLE PREMIUM 00
PREMIUM DISCOUNT, IF APPLICABLE ( SO 1 32 Do -
EXPENSE CONSTANT CHARGE . , , , , 140 00
Total Payroll 20,000 00 Estimated Annual Premium 5,465 00
Audit Frequency
QUARTERLY - 40%
Deposit Premium
Installments
N/A
Installment Premium
N/A
Minimum Premium
COVERAGE B
Standard
Admiralty/F E LA
Bodily Injury By Accident
100 , 000
0 Each Accident
Bodily Injury By Disease
100,000
Each Employee
Bodily Injury By Disease
500,000
D Policy Limit
ENDORSEMENTS MADE PART OF THIS QUOTATION
WC00 00 ODA
WC00 00
01 WC00 04 06
WC42 03 01113
WC42 03
06
2.185 00
600 00 '
Offshore
0 Upper
0 Lower