Loading...
HomeMy WebLinkAbout1997-126ORDINANCE NO CO -IX(O 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 SECTIONI 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 I AMOUNT NIJMBER CONTRACTOR 2043 H & J CONSTRUCTION $ 78,200 00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract 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 IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the - to --day of / 1997 JA ILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY _ APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY DATE MAY 6, 1997 TO Mayor and Members of the City Council FROM Kathy DuBose, Executive Director of Finance SUBJECT BID # 2043 -- FRED MOORE PARK ACTIVITY STAGE nErnMMFNDATION: We recommend this bid be awarded to the lowest bidder, H & J Construction, in the amount of $78,200 00 with completion in 40 calendar days from notice to proceed SUMMARY: This bid is for the materials and labor to furnish and install an octagon shaped activity stage and canopy The stage will be 44 feet from post to post and the canopy will measure 48 feet from eave to eave The area under roof will be 1,629 square feet Tlus is an all steel welded pre -fabricated structure over a concrete stage with hand rails and lighting The site location is near the corner of Wilson and Bradshaw in the Fred Moore Park nOG AMC DFPARTMFNT= ORGROUPS AFFECTED. Parks Department Activities and Citizens utilizing Fred Moore Park FIST Ar IMPACT: Funds for this park improvement will be taken from CDBG funds account number 219-05C-CDCF-8502 ($44,425) and Park Improvement funds account number 453-038- PARK-9629-9009 ($33,775) Attachments Tabulation Sheet Respectfully submitted iKat40se Executive Director of Finance Approved Name Tom D Shaw, C P M Title Purchasing Agent 869 AGENDA BID # - - -- — 2043 — — BID NAME Fred Moore Park Activity e MART ty Stag INC OPEN DATE April 24,1997 _# I fITY DESCRIPTION — _ J — VENDOR - — - — - - — BASE BID f- $95,997 00 INTREPID H & J CONTRACTORS CONSTRUCTION VENDOR-_ $146,841 42 VENDOR $78,200 00 4 CONTRACT AGREEMENT STATE OF TEXAS S COUNTY OF DENTON THIS AGREEMENT, made and entered into this 6 day of MAY A.D., 19 97 , by and between the 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 H 6 J CONSTRUCTION 151 SOUTH MAIN STREET KELLER, TEXAS 76248 Of the City Of FELLER , County of TARRANT and State of TKXAs , 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 # 2043 - FRED MOORE FARE ACTIVITY STAGE in the amount of $78,200.00 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 the conditions and in the Proposalattachedheretoaccordance , and in aprices d ccordance ith all alGeneral Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performancaccordance and Pant with theeplans, whichllincludesedalleretol maps, andin CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON PARKS & RECREATION DEPARTMENT STAFF all of which are made a part hereof and collectively evidenge 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, workers 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 in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. .1 I A T• Rashaan Tinker APPROVED AS TO FORM: City Attorney AM0184D Rev. 07/28/94 CA - 3 CITY OF DENTON owNER__. By 0 (SEAL) H & J CONSTRUCTION CONTRACTOR 151 South Main Street Keller, Texas 76248 MAILING ADDRESS 817-379-55-49 PHONE NUMBER 817-379-5539 PAX President' ji If L Henry J. Tinker PRINTED NAME (SEAL) STATE OF TEXAS S COUNTY OF DENTON S KNOW ALL XIN BY THESE PRESENTS: That H e I CONSTRUETION , of the City of XELLER County of TARIM , and State of TEUS as PRINCIPAL, and rcba Rnzarne C3WW as SORER'Y, authorised under the laws of the state of Texas to act as surety on bonds for principals, are held and, firmly bound unto the CITY OF D1EWM as OWNER, in the penal sum of SEVENTY EIGHT THOUSAND TWO HMIM and 021100 Dollars (S 73,200.00 ) 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 6 day of MAY t 19,s7 , for the construction of HID i 2043 - FRW HDORE YANK ACTIVITY STAGE 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 fares and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2233 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as it they were copied at length herein. Ps-1 g0®I HOIp[ns,m0o f H 6Cgg BLC ITS 7V3 LC CT Is, go/80 PROVIDED TMTSER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. surety, for value received, stipulates and agrees that no change, axtension 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, entension 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 9th day of ft97 , l9 �H & J construction Principal By Henry J. Tinker zc..'�d Title President Address: 151 South Main Street Keller, Texas 76248 .. .- w..� � t4 4 � � . - Address: sac N=th Caitral may, Snte 223 Plano, TX. 75074 (SEAL) (SEAL) ,j The name and address of the Resident Agent of surety is: NOTE: Date of Bond must not be prior to data of Contract. AAhO1840 Rev. 07/38/94 PS - 2 9012 NOId.3agsN0:) f 8 vess BLC 09 Iva LC CT 18, 20/90 PAYMENT BOND STATE OF TEXAS COUNTY Or DENTON E I KNOW ALL j= Sy TSESE pnSENNTS: That H 6 J CONSTRUCTION of the City of KELLER County of TAT , and the state of TEIAS , as principal, and Nobel DM=Moe °MPM authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON , ONNER, in the penal sum of SEVENTY EIGM TWO NNMRED and 00/100 - - - - - -Dollars ($1s.zoo.00 ) for the payment vhereof, the said principal and surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHERE S, the principal has entered into a certain written contract with the Owner, dated the . 6 day of MAY 19 97 . BID 9 2043 - FEW MOORE PARK ACTIVITY STAGE 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. NOWT THEREFORE, THE CONDITION OF TMS 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 fares and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Govenment 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 LOt NOIloaUSNOO f B VC29 BLC 08 YV3 LC CI M 20/20 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 accompanyinq the same, shall in any vay affect its I 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 parfatmed thereunder. IN WITME99 WAZRE0F, the said Principal and Surety have signed and, sealed this instrument this ckh day of v 19 97 . H & J Construction Principal By Henry J. Tinker Title President Address: 151 South Main Street Keller, Texas 76248 ]address: 500tbrf 0atral y saute 221 plan, TC 75C174 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: ... ILT 1-� •: AM01940 Rew. 07/28/94 PS-4 got moijoausmoo r H 9Cg9 SLC LIS IY3 LC CT M 90/90 NOBEL INSURANCE COMPANY 629385 GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That NOBEL INSURANCE COMPANY has made, constituted and appointed, and by these presents does make, constitute and appoint Dennis H Moore, Jeffrey L Bolin or Karen Kubica its true and lawful attomey-in-fact, for it and in its name, place, and stead to execute on behalf of the said Company as surety, bonds undertakings and contracts of suretyship to be given to ALL OBLIGEES provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of ************Three mullion five hundred thousand ($3,500,000)************ This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 24th day of August, 1995 RESOLVED that the Cbmimm of the Board, the Vice Chmrmm of the Board the President, an Exmuuve Vice President or a Sector Vice President or a Vice President of the Company be and that each or any of them is, Mahound to execute Powers of Attorney qualifying the morney in fact named to the given Power of Attorney in "mute in behalf of the Company bonds Undertakings end all contracts of grerysWp and that an Assistant Vim President, a Secretary in an Asmaunt Secretary be and that each or my of them hereby Is authored to West the "MUM of any such Power of Attoaeay and to attach therm the seal of the Company FURTHER RESOLVED that the signanum of such officers and the gal of the Company may be affixed to any such Power of Attorney or to any simile m,flitsm missing theme by Company when an affixed and in the foram with respect to any bond, undertaking e and my such Power of Attorney in certificate or contract of saing each gsuietyshhp towhichit is atimile tached al shall be valid and binding upon In wining Whereof, NOBEL INSURANCE COMPANY has =and Its officml seal to be hereunto affixed and the" presents to be signed by one of its Vice Residents and attested by one of its Assistant Vice Presidents this Im day of October 1995 NOBEL INSURANCE COMPANY Attest By �,ue}NP/ eu A " SEAL ' ` 6 William Osceola Gordo Assistant Vice President Emil Askcw Vim President STATE OF GEORGIA } SS COUNTY OF DEKALB On this Ist day of October, 1995, before me personally came Emil B Askew to me known who being by me duly swom did depose and say that he is a Vice President of NOBEL INSURANCE COMPANY the corporation described in and which executed the above instrument that he knows the seal of the said Corporation, that the seal affixed to the said instrument is such corporate seal that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order OFFICIAL SEW. fw. LENOM N CAPE NOTMY PUBLIC MY COMMISSION EXPIRE AUOUST S 190e CERTIFICATE Lenora "t e�--- NOTARY PUBLIC My Commission Expires August 3 1998 I, the undersigned, an Assistant Secretary of NOBEL INSURANCE COMPANY a Texas corporation DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney is now in force sy��Y�^ Signed and sealed at the city of Atlanta in the State of Georgia. Dated the — day of / y ' wr 19 �,eu""FFf e d� a /►- ,, - ` SEAL ' C►.k� g "�""" Charles B Cape, Assistant Secretary ...ra maroon a:ORn. CERTIFICATE INSURANCE' a cl 04o797 Plpouo� OONNLYFANR0CCONFOR6 IS NOURIIGGHTS UPON THE OCERTIFICATE INFORMATION HOLDER THIS CBRTIPICATE DOBB NOT AMEND EMEND OR gen Box: xaeurBmae Agency ALTER THE COVBRAOBAPFORDED BY THE POLICIES BELOW 1200 S. 1Laia, a iS00 COMPANIES AFFORDING COVERAGE Grapevine T% 7Suit COMPANY p The Ohio Caenelty Group VOURM COMPANY B Henry Tinker DVA COMPANY O H a J Construction 151 South Hain Street COMPANY Roller T% 76248 COVERAGES TO CERTIFY THAT THE POLICIES OF INBURANCB LIBYBD BELOW HAVE BP.lN 186U1D TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD WITH RESPECT TO WHICH THIS OOCUM16 THE& IB INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER ESCRIBEDS UB.IECT TO ALL THE TEi1M8, CE by THEDOLICIES MAY Be ISSUED OR MAY PERTAIN, THEXCLUSIONS ECIRTWICATE By PAID CIJ1 M9IN AND CONDITIONS OP SUCH POLICIES LIIMITS SHHOWN MAYAPPOROHAVE BEEN POLWVMWB THE POLICTIOPUNTION WERE Do TYPE OF INIMIN 1NCE POLICY nMBeE DUI S BURG" DATE IMEMBOFTY1 OESERALAGGREGATE 0 a 000 000 DeHRAL LIABILITY 04/02/97 04/02/66 PROMOTE CDMPRIP AGO O a 000 000 A Y CoMMSRCIALGENSRALL,ABBITY TSD PERSONAL B AOV IWURY 01,000,000 CLAIMe MADE®OCCUR e1, 000,000 ABACH OWNUM A CONTRACTORS FROM FIREDAMAGEa 50, 000 AGEKnf % $230 $D Dodoatibl MEDEXNAOlIARY vowMI MEp ExPIMY •M OMO•I• • 5,000 AUTOMOMLE LIABBOY 04/02/97 04/02/98 CGMBReD BINGES LM" *300,000 A ANY AUTO ALL OWNED AUTOS BOLOIIYr�YRY % SCHEDULED AGTOB HIRED AUTOS IPGLpp dom L % % NONAWNBDAUTOB PROPERTY OAMAGE 0 AUTO ONLY EA ACCIDENT 0 OYUY108 LIABILITY 0711ER THAN AVfO ONLY EACH ACCIDENT ANY AUTO AGGREGATE 0 NCE 0 IUMSRIUA OxOtl8 UAMLrm TOIVA •OTHER THAN UMBRELLA FOAMWOWMB LIMITSnEPLOYe18 KLIMrrY. COMPESBATEOM AND UABILRY 0THE V WAIT •PARTPRNUMCUTIVE PROPRIETORI INCL EMPLOYEE I OPPICOO ARE, EXCL OTHER OdCRIPTnN OP OPaIA_llQOyNeM1O TOMwVeIIDlEBMPFOIALITBEI. OHnL g�yypp ==pp pp� TI SHSTlRSD. •• CgSGTE OZ=cXZD1D sOATB • C,ANC�LATION CERTIF[CATR HOLDER OWMANY OPTHBABOYBDYCMW POLICIES BEDANCLLSO110TORStHB C.=012 E7IMTATTIDATBTHSESDE THOUMOMDOMEAWVRLLGEDBRVOR"MALL 30 DAYBwwrrm OTIOSTDTTNDSRRROATBHDLDSRTwcPTOTNBL&*f CITY OF DHINTOH, ITS O"TCIAL8, SIRPAIURBTOMAILBUCHNOTIM&HALLIMM53NOOSUOATIOMORw lUTY AG=TS, =gWyno a VOLIINTHERS OP ANY ENO UPON THE PANT ITO AGUM ON RIFFMWtATLVM 1108 WHET I OAK AU MOMM R@FINX2 DmffOH T%�76202 ACORO C P _ TON 1093 ACONO 28.E 12193) ZOIB momaNSSHOO P H M9 6L9 LT9 SVS 8Z 9T LO, 90/ZT Mee.: FAX P I GTATZ OF omo SVRRAIU 09 grp829113W OOMpEN"TSON OCNAJM& GM 432+e-rasa CERTIFICATE OF PREMIUM PAYMENT id nto the State nd reglui ed by law.tThe eforrecy he employer la entged,to the rights and surance u the nd benefits t of the fundfor the period Specified. THIS CERTIFICATE MUST BE CONSPICUOUSLY POSTED pWI00 SPECIFIED 9R DW R18K NO AND EMPLOVER hw a 1109306 `k B A .011/01/1997 THRU 08/31/1997 CIOBUS -a.a- L1AMb0 DWO.IM (RRV 3XG) ADMINIR7:IATO0 -MIS C1pMCATB MAY 59 REPRODUCED AS N£EDED 12/03 '97 11.06 WRX NO. 0911 P01 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 e 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 e 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 AFfa0BA1 REVISED 1011ZM 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 AFFOMAI WVISED 10112M Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted pq A General Liability Insurance. General Liability insurance with combined single limits of not less than _ S 5 o o o n n - n n shall be provided and maintained by the contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) is used • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall Include personal Injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall Include at least • Bodily Injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCLI) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability AFFWRAI REVISED I0112194 Insurance Requirements Page 4 H Automobile Liability Insurance - Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500, 000. OOeither 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, hued and non -owned autos pQ 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 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 AFFOOSAI REVISED 10112/94 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be issued by the same insurance company that carries the contractor's Lability 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 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 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 AFFOMAI REVISED 10/12M Insurance Requirements Page 6 ATTACHMENT 1 pQ 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) - inciudes 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 AFFWBAi REVISED MUM 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 AFPMGAI REVISED 10112M 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 mad 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 AFFOMAi REVUIM 10112 1 Insurance Requirements Page 9 17) 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 cover-ige 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 entities 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 AFFWRAI REVISED IOIILM FORM OF PROPOSAL DATE 4/24/97 PROJECT BID C=43- FRED MOORE PARK ACTIVITY STAGE FRED MOORE PARK, 613 LAKEY STREET, DENTON, TEXAS PROPOSAL OF H & J Constructi ($eremafter called "Bidder"), Sole P r o nr i e t n -abz4 a corporation, an individual doing business as H F. T ran at r„rt , .,., TO CITY OF DENTON % PURCHASING AGENT 901-B TEXAS STREET DENTON, TEXAS 76201 a partnership, The Bidder, in compliance with your Advertisement for Bids for the above referenced project, having become thoroughly familiar with the terms and conditions of the proposed contact documents and with local conditions affecting the performance and cost of the work at the place where the work is to be completed and havrrig fully inspected the site in all particulars, hereby calendar days upon Nonce to proposes and agrees to fully perform the work within 40 Proceed, and in strict accordance with the proposed contract documents, for the following sum of money BASE BID: seventy Ei ht Thous DOLLARS ($ 78,200.00 BID ITEMS: BID ITEM No. ONE: inserts finishing and removal Concrete stage including grading, forms, reinforcing, setting of construction debris. Ten Thousand Dollars DOLLARS ($ 10,0)0.00 ) BID ITEM NO. TWO: Purchase and deliver pre-engineered structure to site Fifty, „ .. DOLLARS BID ffFM NO. THREE: Erect pre-engineered structure including handrails. Three Thousand Dollars DOLLARS BID ITEM NO. FOUR: Paint and stain as specified pre-engineered structure including handrails nna ThnncanA nnri Riva unnAred Dollars DOLLARS ($_ 1 snn,nn ) BID ITEM NO. FIVE: Furnish and install electrical as specified including connection to electrical service rya,—Tho a e a ' fTi�nArr+�ns-lirn DOLLARS The Bidder further proposes and agrees to commence work under this contract within ten (10) days after the date established in a written Notice to Proceed and to fully complete all work thereunder as set forth in the Form of Proposal Page 1 of 2 The Bidder further agrees, and acknowledges that the following addenda have been received and that the portions pertaining to the section(s) that he is bidding on have been incorporated Into this proposal No. One, dated No. Three, dated Signed and notarized affidavit form is attached Respectfully submitted m Title For 14 F. T- Name of Contracting Film 19;1 Cnntfi Main Strout Number Address ijyfllT \ \ No. Two, dated — No. Four, dated ((%corporation, attest and T T ry inkar By— uPn— - — -- Bidder's Corporate Charter TX 7r,?aA Page 2 of 2 I {I 11 1 I I H 1 I� i I I 1 I I] I Ihnirr l esas Family Code, %cclion la i2, a sole proprietorship, partnership, corporation, or other entity in »hsch a ,,,It proprietor, partner, a nwiorily shareholder of a corporation Oran owner of 10% or more of another business ild nrt a court r or a written not thgd le to bad oniore or recvite aent in ilalt contract. tlo comply ly under section 14 $2cthe affidavit below must agreement signed h u the Ixnon who is authorized to sign and subalit a bid oil hthalf of a business entity (lint is sulipect to section 1432, and thereby bind the bidder lilt affidavit most be returned with this bid ANY CURI'ORATION, INCLUDING A NONPROFIT CORPORAL ION, I HAT DOES NOT HAVE A MAJORITY SIIAREIIOLDER 1VIIO IS A NATURAL. PERSON CAPABLE OF BEING A CHILD SUPPORT OBLIGOR, AND GOVERNMENTAL ENTITIES ARE NOT SUBJECT TO SECTION 14 52 OF THE TEXAS FAMILY CODE. IF A BIDDER IS SUCH A CORPORATION, PLEASE CHECK BELOW. Corporation without Natural Person. NInjority Shareholder ❑ AFFIDAVIT FAILURE OF AN ENTITY SUBJECT TO SECTION 14.52 OF THE TEXAS FAMILY CODE TO SIGN AND RETURN THIS AFFIDAVIT WITH THIS BID WILL RESULT IN TIIE DISQUALIFICATION OF THE BID. T am authonced to sign this bid on behalf of HP^ ^� I, a ...aJ.,.ralces (N-ome of Bidder) (Nalnc and Tide) I certify that no Snl a Prnn i sr a (sole proprietor for sole (type of business i e soli proprietorship. partnership, corporation or other) proprietorship or, partner for a partnership, or majority shareholder for a corporation or 10`ii or more owner for other entity ) is 30 days or more delinquent in child support payments required by court order or written repayment agreement 4/24/92 Date SWORN AND SUBSCRIBED to before me the undersigned i 19 Qy -- ry Signature94 IF AFFIDAVIT IS REPRODUCED OR FAXED, CONSIDERED (SEAL) THE NOTARY SEAL MUST BE LEGIBLE TO BE 8/ 16/94 YJ A COPY OF THIS FORM MUST BE SIGNED BY EACH PROPOSED CONTRACTOR ANDSUBCONTRACTOR CERTIFICATION OF PROPOSED CONTRACTOR/SUBCONTRACTOR REGARDING SECTION 3 AND SEGREGATED FACILITIES u )z .T rrnn a* ruc t l nyCOMMLNITY SIDEWALKS -WEST SIDE Name of Prune Contractor or OF BOLIVAR Subcontractor R-95_MC-48-0036 Project Name and Number The undersigned hereby certifies that A) Section 3 provisions are included in the Contract B) As contractor/subcontractor I agree to recruit new employees from the project neighborhood New lures will be tracked and information submitted to the City of Denton for verification NOTE: SECTION 3 COMPLIANCE INFORMATION MUST BE SUBMITTED TO THE COMMUNITY DEVELOPMENT OFFICE, 100 WEST OAK STREET, SUITE 208. A BREAKDOWN OF SUBCONTRACTORS AND EXISTING WORK FORCE MUST BE INCLUDED (SEE PRECEDING FORMS). C) No segregated facilities will be maintained T mt o- nrsari rinnt NAME AND TITLE OF SIGNER (PRINT OR TYPE) J 10A ioF7 SIGNAn# DATE �w PROPOSED SUBCONTRACTS BREAKDOWN For the period covering , 1996 through , 1996 (DumdProject) Type of Contrail I Total Number of I Total Approximate I Est # of Contracts I Estimated Dollar Business or Prof Contracts Dollar Amount to Project Area Amount to Project Businesses* Area Businesses* 'The Project Area is coextensive with the City of Denton's boundaries Company Project Name Project Number C-7 U S DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF CONTRACTOR/SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY This certification is required pursuant to Executive Order 11246 (30 F R 1231-25) The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity employment clause and, if so, whether it has filed all compliance reports due under applicable instructions Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening No contract shall be awarded unless such report is submitted CERTIFICATION BY BIDDER NAME AND ADDRESS OF BIDDER (include ZIP code) H S J Construction 151 South Main Street Keller, Texas 76248 I Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause X Yes No 2 Compliance reports were required to be filed in connection with such contract or subcontract X Yes No 3 Bidder has filed all compliance reports due under applicable instructions, including SF-100 . Yes No 4 Have you ever been or are you being considered for sanction due to violation of Executive Order 11246, as amended9 Replaces form HUD 427 1 xiuch n eb3Wete HUD 950 1 (11 79) Lem (d) List the names and addresses of all other persons having a substantial interest in the undersigned and the nature of the interest NAME I ADDRESS I NATURE OF INTEREST (a) List the names, address and trade classifications of all other building construction contractors In which the undersigned has a substantial interest NAME I ADDRESS I TRADE CLASSIFICATION 7T f T riFlnnh-nil r+fil nn (Corvrocror) f 1