Loading...
HomeMy WebLinkAbout1997-044ORDINANCE NO 9 7-0441 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS RATIFYING THE CONTRACT, 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 SECTIOYI 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 bid BID NUMBER CONTRACTOR AMOUNT 1984 FURSTENBERG CONSTRUCTION CO $1,283,600 00 SECTION ION II That the prior execution of the contract, the payment bond and the performance bond on January 22, 1997 is hereby ratified and approved and the effective date of the contract shall be January 22, 1997, so that the acceptance and approval of the above competitive bids shall constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, at the time such person complies with all requirements specified in the Notice to Bidders including, without limitation, the timely submittal of the appropriate insurance certificate SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTIONI That this ordinance shall become effective immediately upon its passage and approval p� PASSED AND APPROVED this the �a_ " day of 161414. 1 1997 MILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY Jai� APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY DATE FEBRUARY 18, 1997 CITY COI JNCELREPQRT TO Mayor and Members of the City Council FROM Ted Benavides, City Manager SUBJECT BID #1984 - RENOVATION OF DENTON CITY HALL RECQMMFNDATION We recommend this bid be awarded to the lowest responsible bidder, Furstenberg Construction Company, in the amount of $1,283,600 00 with completion in 150 days without alternates SUMMARY This bid is for the Phase I Renovation of City Hall at 215 E McKinney, Denton Texas The bid includes but is not limited to, renovation of area vacated by staff move to City Hall West building, compliance with ADA requirements, new fire sprinkler system, tv/audiovisual system in Council Chambers and Council work/briefing area, compliance with current building codes, minor renovation to other occupied areas as well as all associated wiring, painting, flooring, etc This bid does not include Phase II renovation or the furniture required for Phase I or II The project is designed and bid to maintain and/or to re-establish as much as possible the O'Neil Ford Architectural concept throughout the building The references and qualifications of the recommended contractor have been reviewed by Corgan Associates Architects and they recommend approval (See memo attached) PROGRAMS, DFPARTMENTS I1 .RO PC AFFECTED Councd activities, and Citizens of Denton FISCAL_IAIPACT� This project will be funded from Employees located in City Hall, City Account # 455-032-CHAL-9643-9101 $ 765,356 # 245-032-CHAL-9325-9101 $ 295,982 # 450-032-CHAL-9326-9101 $ 18,893 # 445-032-BLDG-9327-9101 $ 78,905 # 457-032-BLDG-9704-9101 $ 76,462 # 454-032-CHAL-9660-9101 $ 48,002 $1,283,600 Attachments 1 Memorandum dated 1-14-97 from Bruce Henington, Facilities Manager 2 Memorandum dated 12-30-96 from Louis Wolf, Corgan Architects 3 Tabulation Sheet Respectfully submitted ed Benavides City Manager Approved by Name Tom D Shaw, C P M Title Purchasing Agent 825 AGENDA CITY of DENTON, TEXAS MUNICIPAL BUILDING # 215 E McKINNEY • DENTON, TEXAS 7620 (817) 566-8200 • DFW METRO 434 2529 MEMORANDUM TO Tom Shaw, Purchasing Agent FROM Bruce Henington, Facilities Manager DATE January 14, 1997 SUBJECT Denton City Hall Renovation General Contractor Recommendation Based on Corgan Associates Architects, Inc , research of the low bidder (see attached memo dated December 30, 1996), Corgan has recommended a contract be awarded to Furstenberg Construction Company for the Denton City Hall Renovation in the amount of $1,283,600 I agree with this recommendation and feel the contract should be awarded to Furstenberg Construction Company, base bid # 1984 in the amount of $1,283,600 with no alternates We hope to start construction February 17, 1997, with completion sometime in June/July 1997 Please 3,et us know ;"e can be of further assistance At 3721 fm 4 "Dedicated to Quality Service" JRN-14-1997 10 13 FROM CORGRN ASSOC INC TO 18175668242 P 01 Mr. Bruce Hemngton Facilities Manager City of Denton 604 E Hickory Street Denton, Texas 76205 Re' Denton City Hall Renovation General Contractor Recommendation Dear Bruce. On December 19, 1996 the City of Denton received bids for the City of Denton City Ball Renovation We received eleven (11) competitive proposals. We have included the following information for your review' 1. Complete bid tabulation form 2 Contractor Qualification Statement (low bidder Purstenburg Construction Co , Inc ) Our analysis of the bids and bidders is as follows I Responsive, competitive bids were received from eleven (11) very capable general contractors The top five bids received were within 4 % of each other 2 The low base bid of $1,283,600 is within the City of Denton's original budget 3 We recommend awarding the Contract to the low bidder without acceptance of the alternates We have verified the resume of contacts for the apparent low bidder, Furstenburg Construction Co , Inc. and the next apparent low bidder Da1Mac Construction Co and talked to owners and architects of previous construction projects, where the Owner remained in the budding during construction All contacts were complimentary and did not hesitate to recommend Furstenburg Construction or Da1Mac Construction We have worked with both in the past and either would be capable of executing this contract Therefore, we recommend a contract for construction of the City Hall Renovation for the City of Denton be awarded to Fursenburg CDXceNAMCWN INC Construction Co., Inc in the amount of $1,283,600 00 This contract 501 ELM MEET includes the Base Bid amount with a 150 days construction period DAUA6. TEXAS 7530a TIL 214 746 7660 FAX 714 655 6r61 9523N00/tSl =?4MEND LTa 5 JRN-14-1997 10 13 FROM CORGRN ASSOC INC TO 18175668242 P 02 Mr Bruce Heamgton 30 December 19% We request your action on this recommendation at this time, Sincerely Louis J Wolfe .Associate cc Joe F+urstenbuWFurstenburg Construction 9n2ZMD/C5=0MMEND LTR rl 2 ! 2I 2■ § || § ■ § § �!§ ! f■Ii §§S � ; ■ \ ■ m § ■ | ■ ■ § . . I . . . . , . . . . .. , . . . . . . . . . • . .. . . . . . . . . , , ■ ; $ | ' | & � � , ' � % E) ? ■ ` 7 � ! , i ■ , # e . , � . _ ■ tml ° k | \ . Ln — + r CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON 4F�lF S S , made and entered into this 22nd day of January A.D., 19 97 , by and between CITY OF DENTON of the County of through TED BENAVIDES and State of Texas, acting thereunto duly authorized so to do, hereinafter termed "OWNER," and FURSTENBERG CONSTRUCTION COMPANY 2621 W. MOCKINGBIRD LANE DALLAS, TEXAS 75235 of the City of DALLAS , County of DALLAS and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1984 - RENOVATION OF CITY HALL in the amount of $1,283,600.00 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 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 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 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 firs-L above written V APPROVED AS TO FORM: City Attorne AAA0184D Rev. 04/05/96 CA - 3 CITY OF DENTON OWNER Bye �r (SEAL) FURSTENBERG CONSTRUCTION COMPANY CONTRACTOR 2621 W Mockingbird Lane Dallas. Texas 75235 MAILING ADDRESS (214)-902-4800 PHONE NUMBER FAX H TITtE Joe Furstenbere PRINTED NAME (SEAL) Bond No 33-72812 PERFORMANCE BOND STATE OF TEXAS $ COUNTY OF DENTON $ KNOW ALL MEN BY THESE PRESENTS: That FURSTENBERG CONSTRUCTION COMPANY , of the City of DALLAS County of DALLAS , and State of TEXAS as PRINCIPAL, and Bankers Insurance Company , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of ONE MILLION TWO HUNDRED EIGHTY THREE THOUSAND SIX HUNDRED and no/100----- Dollars ($ 1,283,600 00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, Dointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 22nd day of January 19 97 , for the construction of BID # 1984 - RENOVATION OF CITY HALL which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein PB - 1 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lze in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 22nd day of January 19 97 FURSTENBERG CONSTRUCTION COMPANY, INC Principal �� By- y Joe Fuv§tenberg ex Title `Ffreaident Address: 2621 W Mockingbird Ln Dallas, TX 75235 (SEAL) BANKERS INSURANCE COMPANY Surety Michele l e D gnon Title Attorney -in -Fact Address P 0. Box 15707 St Petersburg, FL 33733-5707 (SEAL) The name and address of the Resident Agent of Surety is Sammons & Ellis, Inc 14114 Dallas Par way Dallas TX 75240 (972) 980-9595 NOTE Date of Bond must not be prior to date of Contract. AAA0184D Rev 04/05/96 1!2:> 4 Bond No 33-72812 STATE OF TEXAS S COUNTY OF DENTON S MOW ALL MEN BY THESE PRESENTS: That FURSTENBERG CONSTRUCTION COMPANY of the City of DALLf'S County of DALLAS and the State of TEXAS as principal, and Bankers Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto CITY OF DENTON , OWNER, in the jpenal sum of NDRONE MILLION TWO HUNDRED EIGHTY THREE THOUSAND SIX Dol larsd($1,283,600.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 22nd day of January BID # 1984 - RENOVATION OF CITY HALL to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect, PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 22nd day of January 19 97 FURSTENBERG CONSTRUCTION COMPANY, INC Principal By �►'� Title Address: 2621 W Mockingbird Ln Dallas, TX 75235 (SEAL) BANKERS INSURANCE COMPANY Surety i s h e e eg n !_ Title Attorney -in -Fact Address: P 0 Box 157U7 St Petersburg, FL 33733-5707 (SEAL) The name and address of the Resident Agent of Surety is Sammons & Ellis, Inc 14114 Dallas Parkway #390 Dallas TX 75240 (972) 980-9595 AAA0184D Rev 04/05/96 PB - 4 Power of Attorney 33-72813 KNOW ALL MEN BY THESE PRESENTS That Bankers Insurance Company, a corporation created by and existing under the laws of the State of Florida having its principal office in the City of St Petersburg, Pinellas County, State of Florida, does hereby nominate, constitute and appoint Tom P Ellis, III, Charles D Sammons, Patrick Dessauer, and/or Michele Degnon of the City of Dallas I Dallas County, State of Texas , each its true and lawful, Attorney in Fact, with full power and authority conferred upon him to sign, execute, acknowledge and deliver for and on its behalf as Surety as its act and deed, any bond, undertaking, consent or agreement, not exceeding Two Million and XXI100 Dollars ($2,000,000 00) which this Company may be authorized to write The Bankers Insurance Company further certifies that the following is a true and correct copy of Article IV, Section 6 of the By Laws duly adopted and now in force, to wit SECTION 8, PRESIDENT The President shall in the absence or disability of the Chairman preside over all meetings of the Directors and Shareholders and shall have general supervision of the affairs of the Corporation, shall sign or countersign certificates, contracts, and other instruments of the Corporation as authorized by the Board of Directors, shall make reports to the Board of Directors and Stockholders, and shall perform all such other duties as are incident to his office or are properly required of him by the Board of Directors IN WITNESS WHEREOF, the Bankers Insurance Company has caused these presents to be signed by its President and,rts`CJrpbrhta, Seal to be affixed by its Secretary this 17th day of Mav , 19 94 ATTEST BANKERS I S RANC COMP �� ry G nstm Delano, Secretary David C eehen, Pr si en This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by this Board of Directors of the Bankers Insurance Company at its monthly meeting held in August 1981 RESOLVED, that the signatures of such Officers and the Seal of the Corporation may be affixed to any such Power of Attorney or any certified copy thereof or any certification relating thereto, by facsimile and any such Power of Attorney or any certified copy thereof, or any certification relating thereto bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Corporation in the future with respect to any bonds undertakings, recognizance or contracts of indemnity to which it is attached STATE OF FLORIDA 1 ) SS COUNTY OF PINELLAS 1 BEFORE ME, the undersigned authority, personally appeared DAVID K MEEHAN and G KRISTIN DELANO who acknowledged themselves to be the President and Secretary of Bankers Insurance Company, a Florida corporation, and they as such President and Secretary being authorized to do so, executed the foregoing instrument for the purposes therein contained by signing the name of the corporation by themselves as President and Secretary, and that said secretary affixed thereto the seal of the corporation and attested to the execution of the foregoing instrument IN WITNESS WHEREOF, I hereunto set my hand and seal this 17th day of Mav , 19 94 now •OFFIOIAL SEAL" aMr My Commission Expires +� �` 1C0�� �18Q183 1661J1j97 4Notarylrc Caro n Thames C00atds" MCC 25M I, the undersigned, Secretary of Bankers Insurance Company, do hereby certify that the original Power of Attorney, of which the foregoing is a full, true and correct copy, is in full force and effect IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretar and affix the corporate seal of the Corporation this 22nd day of January 19 97 (SEAL) Kristin Delano Secretary CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein If an apparent low bidder falls to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum Insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted. • Each policy shall be issued by a company authorized to do business in the State of Texas with an 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 AAAW350 REVISED 10/12194 Cl - 1 Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following •• Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. • • That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required Insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required Insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims Investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance • Should any required Insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse AAA00350 REVISED 10112/94 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: [x] A. General Liability Insurance: General Liability insurance with combined single limits of not less than S2.002_000_ooshall be provided and maintained by the contractor The policy shall be written on an occurrence basis either in a single policy or In a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) is used. • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall include personal Injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, It shall include at least • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal Injury liability and broad form property damage liability. AAA00350 REVISED 10112/94 Cl - 3 Insurance Requirements Page 4 bd 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 fxl 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) [ 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 AAA00350 REVISED 10112/04 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. [ 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 [ 1 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 [ 1 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 [ 1 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 10/12194 Cl - 5 Insurance Requirements Page 6 ATTACHMENT 1 [ ] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions, Certificate of coverage ("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) - mcludes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the contractor providing services on the project, for the duration of the project AAAW350 REVISED 10/12/94 Cl - 6 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity in writing by certified mad or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. AAA00350 REVISED 10/12/94 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 and 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 mall 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 AAA00350 REVISED 10/12/04 CI " 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 protect will be covered by workers' compensation coverage for the duration of the protect, 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. AAA00360 Cl - 9 REVISED 10/12/04 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 DOCUMENT 00300 BID FORM SUBMITTED BY Furstenberg Construction Co , Inc (Name of Bidder)) 2621 W Mockingbird Lane Dallas, Texas 75235 (Address) Dear Sir The undersigned, having examined the drawings, specifications, related documents, and the sites of the proposed work, and being familiar with all of the conditions surrounding the work, including the availability of materials and labor, hereby proposes to furnish all labor, materials, and equipment required for General Construction and Renovation of the Denton City Hall Facility in accordance with the drawings and project manual prepared by Corgan Associates, Inc , Architects for the lump sum BASE BID amount of BASE BID Note Amount shall be shown in both words and figures In case of discrepancy, the amount shown in words shall govern Note The above amount does not include State of Texas Sales Tax The undersigned affirms that the above stipulated base bid sum represents the entire cost per drawings, specifications, and addenda and that no claim will be made on account of any increase in wage scales, material prices, taxes, insurance, cost indexes, or any other rates affecting the construction industry and/or this project Should the undersigned fail to deliver the signed Contract or the required Bonds within the 10 day period, the Bid security accompanying this Bid will be forfeited to the Owner as liquidated damages Unit Prices Unit prices shall cover cost of materials in place, including all labor, materials, equipment, incidentals, services, overhead and profit Unit Price No I Base Bid is based on drilling piers to depths indicated on Drawings and includes drilling, reinforcing, mixing and placing concrete Adjustments of Contract amount, made on actual 16 December 1996 00300-1 CAI 95222 00 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 depth of drilled piers, will be made on basis of sum of net differences in length of pier size multiplied by unit price stated for that pier size Item Unit Add Deduct 1 Drilled Piers Lineal Feet of Pier 18" $ $20 00/If $16 00/If 2 Casings for Lineal Feet Drilled Piers of Casing 18" $ 7 50/lf $5 50/If Unit Price No 2 Base Bid is based on General Contractor replacing 10 ballasts for the existing light fixtures Provide unit pricing for additional ballast Unit Price No 2 $70 00 Alternates The undersigned agrees to the following additions or deductions from the Base Bid Sum if the listed alternates itemized below are accepted by the Owner Alternate prices include all variations in profit, overhead, bonds, insurance and similar related items, and represent the total cost to the Owner for each Alternate Alternate No 1 Remove finish to bare wood on existing 2 x 6 Western Cedar Roof Deck at ceiling of Council Chambers Room and provide new stain finish to match existing Add to Base Bid the following amount Fourteen thousand five hundred sixty and no/100 Dollars ($14,560 00 ) Alternate No 2 Re -use existing brick from new openings in existing masonry walls and rest room demolition for the new brick wall at exit stairs from the Council Chambers south exit in lieu of new bricks to match existing Add to Base Bid the following amount One thousand one hundred twenty five and no/100 Dollars ($1,125 00 ) Alternate No 3 Provide 3/4" carved white pine wood sticks at the Council Chambers dais and carved sticks at wood storefront in lieu of plain stick system in base bid Add to Base Bid the following amount Nine hundred ninety and no/100 Dollars ($990 00 ) Alternate No 4 Provide motorized blackout shades in Council Work/Briefing Room Add to Base Bid the following amount Nine thousand one hundred sixty and nol/00 Dollars ($9,160 00 ) 16 December 1996 00300-2 CAI 95222 00 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 Alternate No 5 Provide additional roof screen walls as indicated on Supplementary Drawings SDA-1 & 2 Add to Base Bid the following amount Seven thousand fifty nine and no/100 Enclosed with this proposal is bid security in the Sum of (5% of Bid) Dollars ($ ) Time of completion The undersigned agrees to commence work under this contract within 10 days of receipt of written Notice to Proceed from the Owner, and to substantially complete the entire work for the project as follows prior to 150 calendar days Addenda The undersigned hereby acknowledges receipt of the following addenda to the Drawings and Specifications, all of the provisions and requirements of which addenda have been taken into consideration in the preparation of this Proposal Addendum No 1 dated 12-10-96 Addendum No 2 dated 12-16-96 Addendum No dated Attachments The undersigned hereby acknowledges attachment to this Proposal Form a current and complete AIA Document A305 Contractor Qualification Form 16 December 1996 00300-3 CAI 95222 00 1 2 3 4 5 6 7 8 9 10 11 21 22 23 24 25 26 Date 12/19/96 Signed Title President Name of Firm Furstenberg Construction Co, Inc 2621 W Mockingbird Lane Dallas, Texas 75235 Organized as a (Mark one) Proprietorship Corporation of the State of Texas 2621 W Mockingbird Lane Dallas, Texas 75235 December 19, 1996 Telephone No (214)-902-4800 If bid is by a corporation, affix seal above address 16 December 1996 C�1►iZiTai t3 h7 oC1] t7u I 00300-4 CAI 95222 00 PRODUCER Sammons 6 Ellis, Inc. 14114 Dallas Pkwy, Suite 390 Dallas, TX 75240 (214)980-9595 Fa8(214)980-7868 IME DATE (MMIDDAY) 1/22/1997 SISSUED AS A MATTER OF INFORMATION ONLY AND 'S UPON THE CERTIFICATE HOLDER THIS CERTIFICATE EXTEND OR ALTER THE COVERAGE AFFORDED BY THE COMPANIES AFFORDING COVERAGE INSURED Furstenberg Construction and Joe Furstenberg, Indv. 12900 Preston rd. #705 Dallas, TX 75230 pOETTERPAMNY A General Accident Company R CETTOMPANYER B L DAY C �Y D COMPANY E LETTER COVERAGE' > :a'# E.s - a "s THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POUCIES UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO TYPE OF INSURANCE POLICY NUMBER LTR POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MMDAY) DATE(MMIDDHY) A GENERAL UABBITY GENERAL AGGREGATE S 2, 000, DOI X COMMERCIAL GENERAL LIABILITY TPP1095n2.05 PRODUCTSCOMP,OP AGG S 2,000, D O I CLAIMS MADE X OCCUR 1 1/ 0 9 /9 6 1 1/ 0 9/ 9 7 PERSONAL S ADV INJURY $ 1, 0 0 0, O OI OWNERS S CONTRACTORS PROT EACH OCCURRENCE S 1, 0 0 0 , 0 01 FIRE DAMAGE (My one Ore) S Sol 00 MED EXPENSE (MY one Peron) S 5,00 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT s 1,000,00 A X ANY AUTO BA0129433A5 ALL OWNED AUTOS 11 / 0 9 / 9 6 11 / 0 9 / 9 7 BODILY INJURY S (Per person) SCHEDULED AUTOS X HIRED AUTOS BODILY VUURY S (Per amia m) X NON -OWNED AUTOS GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY EACH OCCURRENCE S 1, 000, 00 A UMBRELLA FORM FURSOI-XS 01 /2 2 /9 7 11 / 12 / 9 7 AGGREGATE s 1,000,00 X OTHER THAN UMBRELLA FORM X STATUTORY LIMITS WORKER S COMPENSATION A VIC014664"2 11/12/96 11/12/97EACH ACCIDENT s 500,00 AND DISEASE POLICY LIMIT S 500,00 EMPLOYERS LIABILITY DISEASE EACH EMPLOYEE S 5 0 0, 0 O OTHER DESCRIPTION OF OPERATIONBM1OCATIONSVEHICUUMPECIAL TIEYS RENOVATION OF CITY HALL; CITY OF DENTON, ITS OFFICIALS, AGENTS, EMPLOYEES AND VOLUNTEERS ARE INCLUDED AS ADDITIONAL INSUREDS. WAIVER OF SUBROGATION APPLIES TO WORKERS' COMPENSATION COVERAGE. DEFENSE IS OQTSIDE THE LIMIT O LIABILITY. :('t w i1Fl ATE•841.flER@v'a'`3tr�. w„<332w 2>°';<i2.'�" i;' . �a$aiF' ,-OAN0p4A7 ioN "r , SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 3 00 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE CITY OF DENTON ¢5' LEFT, BUT FAILURE TO MAIL SUCH NO E SHALL IMPOSE NO OBLIGATION OR 123 E. MCRINNEY %I UABIUTY~Y NIND UPON THE CPMPP !Y ITS AGENTS OR REPRESENTATIVES TX 76201 F�,