HomeMy WebLinkAbout1997-151m jA
ORDINANCE NO 911S%
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
NIJM13ER CONTRACTOR AMOUNT
2049 BCI MECHANICAL, INC $94,350 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 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
SECTION V That this ordinance shall become effective immediately upon its passage and
approval n -
PASSED AND APPROVED this the 3``-a day of/��.
JA ff4v--itc�
ER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
MINE I� r /
,1997
DATE JUNE 3, 1997
[1@1VkV&1K#IN01#11N'•:
TO Mayor and Members of the City Council
FROM Kathy DuBose, Executive Director of Finance
SUBJECT BID # 2049 -- HVAC RENOVATION AND EQUIPMENT REPLACEMENT
CENTRAL LIBRARY, CITY HALL WEST AND VISUAL ARTS COMPLEX
RECOMMENDATION. We recommend this bid be awarded to the lowest bidder, BCI Mechanical, Inc
in the total amount of $94,350 00
SUMMARY. This bid is for the HVAC Renovation and Replacement at the Central Library, City Hall
West and Visual Arts Complex Included in the award are
Project 1 - Emily Fowler Library - Removal of a 30 year old single -zone air handling unit and
replace with a new multi -zone high efficiency air handling unit, interface of controls, reconnection
of chilled and heated water systems, reconnection of duct work and electrical revisions
• Project 2 - City Hall West - Remove existing 45 ton chiller and replace with a new 60 ton chiller,
reconnect chilled and heated water supply, upgrade electrical circuits and HVAC controls
• Project 3 - Visual Arts Complex - Remove two old heat pump units and replace with new similar
equipment, reconnect as required, renovate thermostats and controls
Alternate 1 - Replacement of chiller at Central Library is not recommended for award at this time
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED. Employees and patrons of the three
facilities and Facilities Management Division
FTgCAT1MPACT. Funds are available from onetime construction project account numbers
457-032-BLDG-9702-9101
457-032-BLDG-9703-9101
457-032-BLDG-9709-9101
245-032-DMC 1-9323-9101
Total Award
Attachments Tabulation Sheet
Approved,
9�
Name Tom D Shaw, C P M
Title Purchasing Agent
878 AGENDA
3
$25,282 00
$41,625 00
$21,828 00
00
$94,350 00
Respectfully submitted
Kath uBos
Executive Director of Finance
BID H 2O49
CBS
BCI
BID NAME HVAC RENOVATION & EQPT
Mechanical
Mechanical
REPLACEMENT
OPEN DATE MAY 20,1997
VENDOR --
_ VENDOR_ _—
$45,150 00
QTY
DBSCRiPTIO1"I
_N
1
L5
BASE BID
$69,700 00
2
LS
ALT #1(LIBRARY)
$60,475 00
$54,325 00
_ $61,300 00
_ $34,000 00
$15,200 00
3
LS
ALT N2 (CITY HALL WEST)
4
LS
ALT 03 (CENTER FOR VISUAL ARTS)
$22,550 00
_yes — — _1—
4
Federal
Mechanical
Systems
I �
— VENDOR
$64,400 00
$111,200 00
$36,100 00
$21,600 00
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
0
0
THIS AGREEMENT, made and entered into this
A.D., 19 97 , by and between
day of
CITY OF DENTON
of the County of DENTON and State of Texas, acting
through TED BENAVIDES
thereunto duly authorized so to do, hereinafter termed "OWNER," and
BCI MECHANICAL INC.
400 EAST OAR STREET
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 2049 - BVAC RENOVATION AND EQUIPMENT REPLACEMENT CENTRAL LIBRARY, CITY
HALL WEST AND VISUAL ARTS COMPLEX
in the amount of $94,350.00 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
[67.�q
accordance with the plans, which includes all maps, plats,
blueprints, and other drawings and printed or written explanatory
matter thereof, and the Specifications therefore, as prepared by•
CITY OF DENTON FACILITIES DEPARTMENT
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
Independent Status
It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall
not be deemed to be or considered an employee of the City of
Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's
compensation, or any other City employee benefit. City shall not
have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall
perform the services hereunder according to the attached
specifications at the general direction of the City Manager of the
City of Denton, Texas, or his designee under this agreement.
Indemnification
Contractor shall and does hereby agree to indemnify and hold
harmless the City of Denton from any and all damages, loss, or
liability of any kind whatsoever, by reason of 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.
Choice of Law and Venue
This agreement shall be governed by the law of the State of
Texas and venue for its construction and enforcement shall lie in
the courts of Denton County, Texas
The CONTRACTOR hereby agrees to commence work on or after the
date established for the start of work as set forth in written
notice to commence work and complete all work within the time
stated in the Proposal, subject to such extensions of time as are
provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the
price or prices shown in the Proposal, which forms a part of this
contract, such payments to be subject to the General and Special
Conditions of the Contract.
CA - 2
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day first above written
ATTEST:
CITY OF DENTON
OWNER p
By %d�c
ATTEST:
APPROVED AS TO FORM:
City Attorney
AAA01840
Rev. 04/05/96
CA - 3
(SEAL)
BCI MECHANICAL,
CONTRACTOR
400 E. Oak Street
Denton, Texas 76201
MAILING ADDRESS
(940) 565-1010
PHONE NUMBER
(940) 898-1120
FAX NUMBER
BY
T Vice Pre ent
Franklin W. Cunningham
PRINTED NAME
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS $
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That BCI MECHANICAL, INC.
, of the City of nENTnN
County of DENTON , and State of TEXAS
as PRINCIPAL, and Universal Surety of America
, 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 NINTY FOUR THOUSAND THREE HUNDRED FIFTY
and No/100------ Dollars ($ 94,350.00 ) 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 3 day of JUNE ,
19 97, for the construction of BID # 2049 - HVAC RENOVATION AND EQUIPMENT
REPLACEMENT CENTRAL LIBRARY, CITY HALL WEST AND VISUAL ARTS COMPLEX
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
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 5th day of June
19 97 .
BCI MECHANICAL, INC. UNIVERSAL SURETY OF AMERICA
Principal Surety
By
%/�.�i f� DUI// , �' `+• , ri
Title,
Title Attorney -in -fact
Address:
400 East Oak Street
Denton, Texas 76201
(SEAL)
Address.
5440 Harvest Hill, Suite 172
Dallas, Texas 75230
The name and address of the Resident Agent u�
Leick Johnson & Knight Insurance
12660 Colt Road Suite 200 Dallas Texas 75251
AAA0184D
Rev. 04/05/96
PB — 4
�o
PAYMENT BOND
STATE OF TEXAS $
COUNTY OF DENTON $
KNOW ALL MEN BY THESE PRESENTS: That Bcz NEcBANIcAL. INc_
of the City of DENTON
County of DENTON , and the State of TEXAS
as principal, and _Universal Surety of America
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 , OWNER, in the penal sum of
NINTY FOUR THOUSAND THREE HUNDRED FIFTY and no/100Dollars ($ 94,350.00 )
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 3 day of JUNE
1997 .
BID # 2049 - BVAC RENOVATION AND EQUIPMENT REPLACEMENT CENTRAL LIBRARY, CITY
HALL WEST AND VISUAL ARTS COMPLEX
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
PROVIDED FURTHER, 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, 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 5 h day of June ,
19 97 .
BCI MECHANICAL, INC. UNIVERSAL SURETY OF AMERICA
Principal Surety
o c
Title- _ I !.i�.1��iaTitle Attorney-
Address:
400 East Oak Street
Denton, Texas 76201
(SEAL)
Address:
5440 Harvest Hill, Suite 172
Dallas, TpXa$ 75230
The name and address of the Resident Agent of-711111117-y is:
Leick. Johnson & Knight Insurance
12660 Colt Road, Suite 200, Dallas, Texas 75251
NOTE: Date of Bond must not be prior to date of Contract.
AAA0184D
Rev 04/05/96
FT-�'
UNIVERSAL SURETY OF AMERICA
P O BOX 1068 -Houston, Texas 77251-1068
C U13 GENERAL POWER OF ATTORNEY - CERTIFIED COPY mmNumbff
T
TX 6842029 00
Know All Men by These Presents, That UNIVERSAL SURETY OF AMERICA, a corporation duly organized and existing under the laws of
the State of Texas, and having its principal office in Houston, Texas, does by these presents make, constitute and appoint
Joyce Ho1Lingsworth
its true and lawful Attomey(s)-m Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and
deliver bonds for
Principal- BCIMechamcal,Iac
Obligee. City of Denton, TX
Amount $94,35000
and to bind the company thereby as filly and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
company and duly attested by its secretary, hereby ratifying and confirming all that the said Attomey(s)-m-Fact may do within the above stared
limitations Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety of
America at a meeting held on the 1 lth day of July, 1984
"Be It Resolved, that the President, and any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power
and authority to appoint any one or more amiable persons as Atlomey(s)-in-Fact to represent and act for and on behalf of the Company
- RESOLVED that the signature of any officer of the corporation, and the seal of the corporation may be affixed or printed by facs[mthe to any
power of attorney of the corporation, and that such primed facsemhe signature and seal shall be valid and binding upon the corporation "
In Witness Whereof, Universal Surety of America has caused these presents to be signed by its President, John Knox, Jr and Its
corporate seal to be hereto affixed this 30th day of September, A.D.,1996
UNIVERSAL SURETY OF AMERICA
,,,y"nnuhp
�ePOr 4`
r 4 Tit
�e�rt pia
teur,��P lol noz Jr V President
State of Texas+
ss
County of Harris
On this 30th day of September, in the year of 19%, before me Rhonda Kay Wilke, a notary public, personally appeared John Knox, Jr,
personally known to be the person who executed the within Instrument as President, on behalf of the corporation therein named and
acknowledged to me that the corporation executed it
Notary Public
1, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the
Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in affect
GIVEN under my hand and the seal of said company, at Houston, Texas, this 5TH day of JUNE . 19L 97
�! As is'lent Secretary
For verification of the authority of this power you may telephone (713) 722.4600
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
AAA00350
REVISED 10/12/94 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 Cl - 2
REVISED 10/12194
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
[XI A. General Liability Insurance
General Liability insurance with combined single limits of not less than
$1.000,000 shall be provided and maintained by the contractor The policy
shall be written on an occurrence basis either in a single policy or in a
combination of underlying and umbrella or excess policies
If the Commercial General Liability form (ISO Form CG 0001 current
edition) is used
• Coverage A shall include premises, operations, products, and
completed operations, independent contractors, contractual liability
covering this contract and broad form property damage coverage
• Coverage B shall include personal injury
• Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current
Edition and ISO Form GL 0404) is used, it shall include at least
• 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 10112194 CI - 3
Insurance Requirements
Page 4
[XI Automobile Liability Insurance
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than $500,000 either in a single
policy or in a combination of basic and umbrella or excess policies The policy
will include bodily Injury and property damage liability arising out of the
operation, maintenance and use of all automobiles and mobile equipment used
in conjunction with this contract
Satisfaction of the above requirement shall be In the form of a policy
endorsement for
• any auto, or
• all owned, hired and non -owned autos
[XI Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation Insurance
which, in addition to meeting the minimum statutory requirements for Issuance
of such insurance, has Employer's Liability limits of at least $100,000 for each
accident, $100,000 per each employee, and a $500,000 policy limit for
occupational disease The City need not be named as an "Additional Insured"
but the Insurer shall agree to waive all rights of subrogation against the City,
Its officials, agents, employees and volunteers for any work performed for the
City by the Named Insured For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 In accordance
with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas
Worker's Compensation Commission (TWCC)
[ 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 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 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
[ 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 10112194 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) -
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
AAA00350
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
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
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 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
AAA00350
REVISED 10/12/04 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 contractor 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 Cl - 9
DOCUMENT 00300
BID FORM
SUBMITTED BY BCI Mechanical Inc.
(Name of Bidder)
400 East Oak Street; Denton, TX 76201
(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 IIVAC Renovation at Emily rowlei Libiniy in accordance with
the drawings and project manual for the lump sum BASE BID amount of
BASE BID Forty-five thousand one hundred fifty & N0/100
Dollars ($ 45, 1 50.00 )
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 Stale 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
ten-day period, the Bid security accompanying this Bid will be forfeited to the Owner as
liquidated damages
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 repiesent the
total cost to the Owner for each Alternate
Alternate No. 1 Base Bid (at the Library) plus the addition of an air cooled chiller including
all associated controls, power, piping, etc , as stated in specifications, and plans ME1
Sixty—one thousand three hundred & no/100---------------------
Dollars ($ 61 , 300.00 )
Alternate No 2 City Hall West equipment as stated in specifications and plans ME2
Thirty-four thousand & no/100 ---------------------------------
($34,000.00)
Alternate No 3. Center for Visual Arts equipment as stated in specifications and plans ME3
Fifteen thousand two hundred dollars & no/100
Dollars ($ 15, 200. 00 )
Enclosed with this proposal is bid security in the Sum of Twenty thousand dollars
& no/100 Dollars ($ 20, 000.00 ) Bid bond 5% GAB
Time of completion The undersigned agrees to commence work under this contract within ten
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 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 Nnnr- Dated
Addendum No ___ Dated
Date May 20, 1997 Signed
W.
Title
Name of Firm BCI Mechanical Inc (817) 565-1010
400 E. Oak St.; Denton, TX 76201
Organize as a. (mark one)
Proprietorship
Partnership
Corporation XX
Under the law of the State of Texas
Legal address- 400 E. Oak Street
Denton, TX 76201
Date May 20, 1997
Telephone No (817) 565-1010 Fax (8170 898-1120
If Bid is by a corporation, affix seal above address
END OF BID FORM
ACORD CERTIFICATE OF LIABILITY
INSURANC4SR LD DATE(MM/DD/
LINE-1 06/05/97
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Leick Johnson & Knight Ins
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P 0 Box 516309
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
Dallas TX 75251-6309
COMPANY
A Transcontinental Ina Company
Joyce Hollingsworth, CIC
PhaneNo 72-23 - 0
INSURED
COMPANY
B American Casualty Cc
BCI Mechanical,Inc
COMPANY
C Continental Casualty Cc
400 East Oak St
Denton TX 76201
COMPANY
D
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY 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 POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
COI TYPE OF INSURANCE
LTR
POLICY NUMBER
POLICY EFFECTIVE
DATE(MM/DDIYY)
POLICY EXPIRATION
DATE(MMRIDIYY)
LIMITS
I
GENERAL LIABILITY
GENERAL AGGREGATE E 2, 000, 000
B X COMMERCIAL GENERAL LIABILITY k706624972 09/01/96 09/01/97
PRODUCTS COMP/OP AGG E 1, 000, 000
1 OCCUR
CLAIMS MADE $
PERSONAL S ADV INJURY $ 1, 000, 000
EACH OCCURRENCE $ 1,000, 000
OWNER S S CONTRACTORS PROT
FIRE DAMAGE IAnYone11).) E 50,000
MED EXP (Any one parson) $ 5, 000
AUTOMOBILE LIABILITY
C X_ ANY AUTO i BVA906624971 I 09/01/96 09/01/97
COMBINED SINGLE LIMIT IE SOO, OOO
'
BODILY INJURY
(Per person)
E
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY $
(Per aeudent)
XHIRED AUTOS j
X NON OWNED AUTOS 81034913875 09/01/96 09/O1/97
PROPERTY DAMAGE E
X Employee Owned
—
Autos
GARAGE LIABILITY
AUTO ONLY EA ACCIDENT $
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
S
AGGREGATE $
EXCESS LIABILITY
EACH OCCURRENCE i=2,000,000
AGGREGATE
S2,000,000
B X'UMBRELLA FORM A5066247973 09/01/96 i 09/01/97
$
' OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS LIABILITY
TU
X TORVTLIMI O H
EL EACH ACCIDENT S SOO, O00
���
c THE PROPRIETOR/ I X INCL
PARTNERS/EXECUTIVE
OFFICERS ARE E%CL
WC006634970 09/01/96
09/01/97
EL DISEASE POLICY LIMIT iE 500,000
EL DISEASE EAEMPLOYEE S 500,000
OTHER
A 'Equipt Floater �A206625485 09/01/96 09/O1/97 Owned Eqp $100 dad
L/Rented $100 ded
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESISPECIAL ITEMS
Job HVAC Renovations & e i ment- replace Central Libra City Hall West
& Visual Arts co}TLplex Bid 02�49 City Rpp Denton its off cials, agents,
employees and vo unteers are shown as ad$it oral insureds
CERTIFICATE HOLDER
CANCELLATION
R�CTor4,�
I� 4
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
City of Denton
Purchasing Dept
100 West Oak #208 JUN 06 1997
Denton TX 76201
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UP COMPANY. ITS AO TS OR REPR ENTATIVES
AUTHORIZED�PffPRS8WTATIVrK j -
ACORD 26 S (1/96) C O'VI M I N 1, T Y
/ ®ACORD CORPORATION 1988