Loading...
HomeMy WebLinkAbout1997-211ORDINANCE NO 97-,411 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBE CONTRACTOR AMOi INT 2065 DBR CONSTRUCTION COMPANY EXHIBIT A SECTION ION 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 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 '0 day of 1997 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY 2 JA MILLER, MAYOR BID # 2065 BID NAME Single Family Home Construction OPEN DATE July 10, 1997 tan 0122577 NE 1, for Lot #1 Plan #KD 1008 SW (Optional Bid for Lot #2) _ ADDENDUM #1 - SIDEWALKS BOND DBR CONST —VENDOR $75,631 00 $62,224 00 INCL ABOVE YES EXHIBIT A DATE AUGUST 5, 1997 [GINVAKIINCE911 TO Mayor and Members of the City Council FROM Kathy DuBose, Executive Director of Finance SUBJECT BID # 2065 - SINGLE FANHLY HOUSE CONSTRUCTION We recommend this bid be awarded to the single qualified bidder, DBR Construction Company for the option bid that includes one unit at $75,631 00 and a second unit at $62,224 00 Total Contract amount $137,855 00 SUMMARY: Thus bid is for the construction of two single family dwellings to be built on lots purchased with CDBG finds The houses will be located in the Hill Street Addition, Lots 1 and 2, Block A After the units are finished they will be sold to qualified home buyers PRO . AMS, DFPARTMF.NTS OR GROLTPC AFFECTED. Community Development Block Grant (CDBG) Operations FISCAI IMPACT• Funds for the construction for these houses are available from the Affordable Housing Program Attachments Exhibit A Tabulation Sheet Approved Name Tom D Slaw,­C­-P—M Title Purchasing Agent 904 AGENDA Respectfully submilted ���tt Kat y BQp Executive D ctor of Finance 0 BID # BID NAME DPEN DATE 1 2 3 2065 Single Family Home Construction July 10,1997 DESCRIPTION - 1 Plan #122577 NE 1, for Lot #1 1 Plan #TC1229 NE, for Lot#2 I Plan #KD 1008 SW (Optional Bid for Lot #2) ADDENDUM #1 - SIDEWALKS BOND DBR CONST VENDOR VENDOR $75,631 00 _ $75,872 00 k $62,22100� INCL ABOVE YES 5 J \Wpdocs\k\contract frm CONTRACT THE STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this the 5 day of AUGUST A.D., 19 97 , by and between the 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 DBR CONSTRUCTION COMPANY 2301 HINKLE STREET of the City of DENTON , County of � u 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 bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: _- BID@ 2065 - SINGLE FAMILY HOME CONSTRUCTION and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at its (his or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, in- surance, 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 con- ditions, the Notice to Bidders (Advertisement for Bids), Instruc- tions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or Page 1 written explanatory matter thereof, and the Specifications here - fore, as prepared by CDBG STAFF all of which are made a part hereof and collectively evidence and constitute the entire contract. A. The work to be performed under this contract is on a pro- ject assisted under a program providing direct Federal financial assistance from the Department of Housing and Urban Development and is subject to the requirements of section 3 of the Housing and Ur- ban Development Act of 1968, as amended, 12 U.S.C. 1701u. Section 3 requires that to the greatest extent feasible, opportunities for training and employment be given to lower income residents of the area of the section 3 covered project, and contracts for work in connection with the project be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the section 3 covered project. B. The parties to this contract will comply with the provi- sions of said section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development set forth in 24 Part CFR 135, and all applicable rules and orders of the Department issued thereunder prior to the execution of this contract. The parties to this contract certify and agree that they are under no contractual or other disability which would prevent them from com- plying with these requirements. C. The CONTRACTOR will send to each labor organization or re- presentative of workers with which it has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or workers' representative of the commitments under this section 3 clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training. D. The CONTRACTOR will include this section 3 clause in every subcontract for work in connection with the project and will, at the direction of the applicant for or recipient of Federal finan- cial assistance, take appropriate action pursuant to the subcon- tract upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Develop- ment, 24 CFR Part 135. The CONTRACTOR will not subcontract with any subcontractor where it has notice or knowledge that the latter has been found in violation of regulations under 24 CFR Part 135 and will not let any subcontract unless the subcontractor has first provided it with a preliminary statement of ability to comply with Page 2 the requirements of these regulations. E. Compliance with the provisions of section 3, the regulat- ions set forth in 24 CPR Part 135, and all applicable rules and orders of the Department issued thereunder prior to the execution of the contract, shall be a condition of the Federal financial assistance provided to the project, binding upon the applicant or recipient, its contractors and subcontractors, its successors, and assigns to those sanctions specified by the grant or loan agreement or contract through which Federal assistance is provided, and to such sanctions as are specified by 24 CFR Part 135. 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 taxes, withholding taxes, 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 specifica- tions at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. iR-7,_ ., 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 perform- ance of this Agreement, and CONTRACTOR will, at its cost and ex- pense, defend and protect the City of Denton against any and all such claims and demands. Any notice or other written instrument required or permitted to be delivered under the terms of this agreement shall be deemed to have been delivered, whether actually received or not, when depos- ited in the United States mail, postage prepaid, registered or certified mail, return receipt requested, addressed to the OWNER or CONTRACTOR, as the case may be, at the following addresses: Page 3 OWNER; CONTRACTOR: City of Denton, Texas ATTN: City Manager / 215 E. McKinney�i Denton, TX 76201 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. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. wmmcom. APPROVED AS TO FORM: City attorney CITY OF DENTON OWNER By: Page 4 ATTEST: (SEAL) Page 5 THE STATE OF TEXAS BOND NO. 722088 COUNTY OF DENTON BOND EXECUTED IN FOUR (4) ORIGINALS KNOW ALL MEN BY THESE PRESENTS That DBR Construction Company, whose address is 2301 Hinkle St., Denton, TX 76201, hereinafter called Principal, and Capitol Indem pity pgyRoratiorfa oorporation organized and existing under the laws of the State of Texas, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of one Hundred Thirty -Eight Thousand One Hundred One and no/100--($138,101.00)--plus10percentofthestated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages ansmg out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severalty, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement winch increases the Contract pri"e, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 97-211, with the City of Denton, the Owner, dated the 5 day of August A D.1997, a copy of which is hereto attached and made a part hereof, for BID # 2065 -SINGLE FAMILY HOUSE CONSTRUCTION. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terns, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defee.ts due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void, otherwise, it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. PERFORMANCE BOND - Page 1 /R . ,., 11 11 ,., ,., AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety hettin as the Resident Agent in CollinCounty to whom any requisite notices may be delivered and on whom service of process may be had in matters ansing out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 5 day of August,1997. ATTEST PRINCIPAL DBR Construct m any, Inc BY BY C BY SECRETARY Don `chard PRESIDENT ATTEST SURETY Capitol Indemnity Corporation BY ,D _ , ��.�. , e BY: %YrORNRV-IN-FACT Kathy It. Zacharek The Resident Agent of the Surety in CollinCounty, Texas for delivery of notice and service of the processis NAME V. R. Damiano, Jr. STREET ADDRESS 17774 Preston Road, Dallas, TX 75252 (NOTE. Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name) (aerised 2/971 1.%F09M5\9rNP092r BOW PERFORMANCE BOND - Page 2 no a 0/97999/IR=(TI ANV,IW(P) NC)IT ITT T iNn) nnn 76 I /I, 11 no THE STATE OF TEXAS COUNTY OF DENTON / uyqt 1 its BOND NO 722088 BOND EXECUTED IN FOUR (4) ORIGINALS KNOW ALL MEN BY THESE PRESENTS, That DBR Construction Company, whose address is 2301 Hinkle St., Denton, TX 76201, hereinafter called Principal, and Capitol Indemnity Corporation, a corporation organized and existing under the laws of the State of Texas, and frilly authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing udder the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of One Hundred Thirty -Eight Thousand One Hundred One and no/100—($138,101.00)------ in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bald ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents Tins Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIQATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 97-211, with the City of Denton, the Owner, dated the 5 day of August, A D 1997, a copy of which is hereto attached and made a part hereof, for BID # 2065 -- SINGLE FAMILY HOUSE CONSTRUCTION NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remam in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall Ire in Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work performed thereunder, or to the Plans, Specifications, Drawuigs, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc PAYMENT BOND - Page 1 60 ,i R/ 97'l9S/ M=(11 ANV IWO ) Nf1I I 11) 1 ,Nil ) Nfl(Y i 4 1 1 IF, 1 1 Flo This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Goveminent Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herem as the Resident Agent in Collin County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 719-1 of the Insurance Code, Vernonls Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 5 day of Augus41997. ATTEST ATTEST PRINCIPAL DBR Construction Company, Inc. HY GG�z P DENT Don Richards SURETY Capitol Indemnity Corporation The Resident Agent of the Sure Kathy R. Zacharek g Surety m Colli nCounty, Texas for delivery of notice and service of the process is: NAME v. R. Damian, Jr. STREET ADDRESS 17774 Preston Road, Dallas, TX 75252 (NOTE Date of Payment Bond must be date of Contract If Resident Agent Is not a corporation, give a P�oWii name PAYMENT BOND - Page 2 01 d 0/97999/ IR=01 ANVdW07 N0111r119N0) N00 bb I t / 1, t t no IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 FAX $(512) 475-1771 PREMIUM OR CLAIM DISPUTES - should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Vl�&tw INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE SUITE 1400 MADISON WISCONSIN 537050900 PLEASE ADDRESS REPLY TO PO BOX 5900 MADISON WI 53705 0900 PHONE (608) 231 4450 • FAX (608) 231 2029 POWER OF ATTORNEY No 444151 IC OW. f�ll,trt�n t ' pe I `Ils'ontS, Tfgat the CAPITOL. INDEMNITY CORPORATION, a corporation of the State of Wis rneln, having it in IpaI offloescin the Clty of Madison, Wisconsin, does make, constitute and appoint _ + ..._.• ,. ••{�• Var � <&6r ��FV PAMIAN% CANDACE PAMIANO- --•-------- •-------- Ki1 %#Y z: AAA t $F HAREK, SUERRI L SCHRAER --- ..•...... Its true and lawful, tt W yln-f*'to friakgjx,e eo to se4l,and deliver for and on its behalf, as surety, and as its act and deed, any and alt t��s" f�dbrkakings-end Ira s of suretyship, provided that no bond or undertaking or contract of suretyship ax�cf to�r:Z$ is aathtrrlty shape15 drain vount the sum of ...,...,. . Nor To wE'45,000,000 00 .... r«.................. , .,...........«. This Power me gtarttecl�ttdrrs d e �Ied byy facsimile under and by the authority of the following Resolution adgpte�b e 1ltii of f�Veulors��OLII�DEMNITY CORPORATION at a meeting duly called and field On the &th dad 0011YA"o gESOIv�[I, € 3 the Prasld nt and Nice mWent, tgj;Seor@tary or Treasurer, acting individually or otherwise, be and theyy hereby are granted the power and al thprt �Id appp by atpower of ti�ttordt fie She putpoaes only of exacut ng and attesting bands and undertekinnggs and other writings obligatory m ti{e�nature tfiereaf, one or mpifr resldAnftnpa:pprbsideflts assistant secretaries and attorney(s) In fact each appafnteo to have the powers and dpheof such officers and seal of the Company may be affixed ,to any such power ot�msy ii{ to an dertitl¢a .prat ting heroto by faaslrptle, and an such power of attorney or certlfioate beanng such sigfacnatures and signatures or facsimd l shaf444 I{c4arrltl bfn h9 opEsr� Company, and any sucX pawar so executed and certibad by faciling obligatory i she facsimile seashell be`ly d and 1'Z1�g upop th's rompa�ih�4future wnh reapact to any pond or undertaking or 9they Wotan obligatory m the nature thereo to which Itirl ahsd ny such apppltftment �y btrre ed, fpr cause or without pause, by any of said officers, at any time IN WITN s to be signed by its officer undersis�Gt andtstflorpgrete leaf torb tleretQ affixed duly attested by its Secretary, this 1st day of June, 1993 CAPITOL INDEMNITY COtPORATION Attest, r i it 0i + 'QAI t;• o POr � r, W d x b *In Sehilitte, See, ttr$, n i Ata a+ax Faa,Pxosldent SiA4E OFWISC�i� x v er r n � the 1 si ft :t ,I r,.t 9#1 w alter tsort camp fleorrgge, A Fatt, � me knave wf?R wing by me duly SWorn� did s '° 8 rqs sr Ili ¢Gaon ,Dane, State of Wisconsin, that �teIs the Ptesident of CAPITOL. �,� 6 ,?t �sff 01, In and which executed the abdYe ttstrument, that he,kPows t es' a tt� Eh aid aid instruMent iq supfi carp se ; that it was so ffix *96rder , tr Rir tgt °q d that t*`&igned ifs name thereto by, like o der, '�x�,` w7 r 'SI3 � � fAJE OF� ,Vfl � tPd w r r L < '<E rc i7ater E ns YCC}41t f Y OF � 'r ` t�; ,y ; Notary P ltc, Cn4 1 < < )r a �� a My Cntnmisaleh is SvrNdWSt r RI 'f,"t " ;r QiTIR TIFF x,+y K'y nY "ks' (y '�3 COO�the ufld r 0; �fi et below, nfi the incumb tin AfTCI, lNfSEMNITY R TIO�%t& `r��r �d toe tfiitfweertlfte, C1?$hl RY CI IF thhat the foregoing attaot d over frlafitta in fI %rctQ t1d not been revoked; and ful" ermore that the i 'esolution of the EoW of Cf �s 4r the3P"or�of,A r�(1t ng rini force igned and drAt t r Y to M'a�son�� the day of 19 �� g` .Wma. k 6i'VW' '+ e PaUi� Bra oust r Treasurer + 4 ) C t l , .c � k s � � r =M k , This pt$Or Is va Pit ft t all 4, 0""y ih jtnt tttu+t3n p uppar right hind comer appears in red Photocopies, aarbpn copies or other repro`ductipns ti4ti ro d �4 the amp, , tnG�(fbs donaerhthg�this power of attorney may be directed fo`the Bond Manager at the Noma '" ,Office of the Capltol I � A eraltron CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It Is highly recommended that bidders confer with their respective Insurance carriers or brokers to determine In advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low bidder fails to comply strictly with the Insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum Insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted • Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least A_ • Any deductibles or self -insured retentions shall be declared in the bid proposal. if requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its AAAW360 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 REVI8E0 10/14/84 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 500.000 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 (XCLI) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. AAA003W IONISED 10114/94 CI - 3 Insurance Requirements Page 4 lid Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than 300,000 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. (A 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 wawa all rights of subrogation against the City, Its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 In accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily Injury which may arise in the prosecution of the work or contractor's operations under this contract. Coverage shall be on an AAA00350 REVISED 10/12/94 CI - 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 [14 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 10/12/94 CI - 5 Insurance Requirements Page 6 ATTACHMENT 1 [14 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 10/12/84 Cl - 6 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the and of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified 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. AAAW350 REVISED 10112104 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, anew 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 nnnooa50 REVISED 10/12/04 Cl - 8 Insurance Requirements Page 9 (7) contractually require each person with whom 1t contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading Information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void If the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. AAA00350 REVISED 1011M Cl - 9 TOTAL $ID PRICE IN 'JGnC_Z In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final acceptance, and to guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract It is understood that the work proposed to be done shall be accepted when fully completed and finished in the fullfillment of the contract The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final Unit and lump -sum prices as shown for each item listed in tlus proposal, shall control over extensions Street Address City and State Seal & Authorization (If a Corporation) ephcne lS BID SUMMARY CONTINUED Contractor will complete necessary inspections to obtain FHA -approval on the units Contractor will provide a one-year warranty The warranty period will begin upon the date of initial occupancy by the home buyer Warranty documentation will be submitted to the Community Development Office before acceptance of the project and final contract payment Please state your total bid for each unit below Lot # 1, Plan # 122577 NE 1 Lot # 2, Plan # TC 1229 NE Work Days Bid 75 75 Lot # 2, Optional Plan # KD 1008 SW 75 s �i��� PLEASE NOTE CHANGES ATTACHED TO PLAN DOCUMENTS. EM BID TABULATION SHEET PLAN # 122577 NE 1, for Lot #1 ITEM � ka ,o miiioN COST 1 site preparation $ e- 2 erosion control $ Q`—'- 3 plumbing rough -in $ �- 4 plumbing stack -out $ e 5 installation of utilities $ 4.<k" 6 foundation $ Q 7 framing $ es- 8 roof $ 41 9 electrical rough -in $ 10 insulation $ den 11 electrical fixtures $ 4�= 12 sheetrock $ 13 exterior g 6 00 14 finish/texture $ 15 doors and windows $' 16 appliances $ 2d- 17 cabinetry $" 18 floor covering $ p� 19 HVAC $ �g 20 plumbing fixtures $ hr' 21 driveway and approach r Sic%wa/.G $ 22 landscaping $ 2= TOTAL $ �S 6 P-3 BID TABULATION SHEET PLAN229 NE, for Lot #2 N > , I � ,, , COST site preparation $ c 1 S 2 erosion control $ 3 plumbing rough -in $ Qv- 4 plumbing stack -out $ txL- 5 installation of utilities $ Cie / 6 foundation $ 7 framing $ ems_ 8 roof $ c 9 electrical rough -in $ t Z 10 insulation $ tZr� 11 electrical fixtures $ 12 sheetrock $ 13 exterior $ pU _ 14 fimsh/texture $ /Z 15 doors and windows $ S 16 appliances $ 00_ 17 cabinetry $ 42v— 18 floor covering $ 9 e32 19 HVAC $ RQ 20 plumbing fixtures $ c� 21 driveway and approach �- s. c�c e• •• /,tr $ 22 landscaping $ r TMAL P-4 BID TABULATION SHEET PLAN # KD.1008.SW (Optional Bid for Lot # 2) nim ' �jkjWTION COST 1 site preparation $ 4z 2 erosion control $ 3 plumbing rough -in $ oS 4 plumbing stack -out $ 5 installation of utilities $ Q= 6 foundation $ 7 framing $ 8 roof $ 9 electrical rough -in $ 10 insulation $ 11 electrical fixtures $ ,X— Q� 12 sheet rock $ dM' 13 exterior $ dell 14 fimsh/texture $ 15 doors and windows $ �' 16 appliances $ O Q2' 17 cabinetry $ 4w, 18 floor covering $ 432- 19 HVAC $ t _ 20 plumbing fixtures $ 21 driveway and approach r rude '/'ei $ 22 landscaping $ TOTAL P-5 AUG 15'97(FRI) 08 51 RAMEY & KING TEL 1 940 243 1050 P 002 RAMEY & KING INSURANCE SW S. WE. Bulls A Carl o" TX 742W7BSB D B R COMMlollan Co has Don Rlohwde P O Boa ita Denton TX "M EXCLUSIONS AND CONOTR�N9 OF SUCH TYPE OF NaiRmo A i vm=K w mmy x j COMMERCML w mAL LoaLnv TY.ASN MACE X OCCUR I i OM W1 A OONRKCTORB ROT I B iAUEpegE{Nt I.WLIIY I ANY AUTO i ALL DYINeO AUTOS SdNODLIN AUTOS X I HNm AUTOe I X i MIXLOMNGO ADTM P I WAN LMBLm _I i BNt✓BGSLPe i t _ m I UMmEMA FORM i ! OTHER nINN IABa1. ppRN Ban1Je7 1 Tnls CENTIRCATE IS ISSUED AS A MATTER OF INFORMATION CONFERS NO RIGHTS UPON THE CWITIFICA78 HOLDER. THIS I DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFOR POLICIES BELOW COMPANIES AFFORDING COVERAGE iCOMPANY LA Scottsdale klweeTlea Co. m B Trinity Unlveraal of KS ( C Taxes Welk M,m Camp Ins Fund CQMPw Lffrlm D Assurance Co. of Amrks CDIPANY Lent E INSURANCE LISTED BUM HAVE SEW ISSUED TO THE INSURED NAMED ABOVE FOR THE POLIOY P91oo EMEJT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS UN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, LJCWS UMfIII SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS POLICY NUN ISA POLICY BTAROTNE RkDY EXPIIIATIDN I OATS 00100" DATE OEA wq i Lame CLO40M aalom Dsom I GENERAL A(IMMAATE Is iRIOmmu-cOAPIOP AOa 'E ' PmYOW s AOV ALANY is EACH OCCURRENCE is Pre DAMAGE MAY Nr w) Is NED I!VV= MIV ore permN'e TCAB I2m OVITM 0en7JBS COMBINED SNOLE LPArT 'e GODLY ELIURY ' '3 Tor perw) 4 Nf2 T) ao00.Y WAIRY Is Err eedddwenl kPROP9f1Y I DAWOe ie Q N JO �e —_—. EACH oocuRlENCE U ¢, C C E Aoommys le I I n I WORM% COMPENSATION �X C AND SBP100M10 i BNRAYIENr LIA9e.I1Y , OTHBp D j BUILDERS RISK BRP61S897B S D: BUILDERS RISK 9pBSeH9a,9 DSBCRPTION OF OPWIATICIIBIOCAiMONMl611WBB6PrCW- am titer( Aa-v Q -p SY¢ e Wafk�a' chimp "441=10y aoYEn BoeoW Ivan onl��2 ct+6uc' Ss arts LI. MT to No ar Y BB Addltlorol I p POEpaeTs oenBl L N c LhIJ11M. .,.,A A.ww 1IwAlllr- City of Denton BDi)B Teroe Street Dentin TX sTATUTOIIY LNITB i I 1144H ACCOUNT ? is DBBAS - POLICY LIMIT is De m - EACH EXtOYue is 10T ROBERT'SON M ROBERTSON 1000000 1000000 am= SOOv00 00000 EXCLUDED loom ....... .., ..m....o ��:-.,-nr�:,�..>....+.• Iln �»w.xa>..s:sarc.:: �:::iwe:t9+xSiX41..",m 1R�X SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 80 DAYS WRRTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE CI, LEFT BUT FAILURE TO MAIL SUCH NOTICE BNALL IMPOSE NO OBLIGATION OR 79M ff_UABIUTV OF ANY FIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES