HomeMy WebLinkAbout1997-348ORDINANCE NO '7 /-,5
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
NUMBER CONTRACTOR AMOUNT
2080 DBR CONSTRUCTION $ 53,327.00
SSECTION 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
SF,CTION 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 That this ordinance shall become effective immediately upon its passage and
approval
01
PASSED AND APPROVED this the Al day of e'eR 0r.,1997
&a,C
JACK MILLER, MAYOR
'ham 1� `7'-��,,.
ATTEST
JENNIFER WALTERS, CITY SECRETARY
zmg
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
A"
N
IdIMM
BID #
2080
BID NAME
COMMUNITY SIDEWALKS - WEST
SIDE OF BOLIVAR
OPEN DATE
8-7-97
ti
QtI
DRSORIPTION ---
BID AWARD
TOTAL
BID BOND
H & J FLOYD
CONST SMITH
_ VI1aNL1RR V$I�iDOR —
$49,318 00 $53,886 05
YES YES
DBR
CONST
--VENDOR_
$53,327 00
YES
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON S
THIS AGREEMENT, made and entered into this 2 day of
DECEMBER A.D., 19 97, by and between
CITY OF DENTON
of the County of DENTON and State of Texas, acting
through TED BENAVIDES
thersunto duly authorized so to do, hereinafter termed "OWNER," and
nRR CONRTRNCTTON
2301 HINKLE DR
DENTON, TX 76201
of the City of DENTON , County of DENTON
and State of TEXAS hereinafter
termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by
OWNER, and under the conditions expressed in the bonds attached
hereto, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
_BID.# 20RO -- COMMUNITY SIDEWALKS -WEST SIDE BOLIVAR
in the amount of $53,327.00 and all extra work in
connection therewith, under the terms as stated in the General
Conditions of the agreement; acid 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
CA - 1
accordance with the plans, which includes all maps, plats,
blueprints, and otherdrawings and printed or written explanatory
matter thereof, and the Specifications therefore, as prepared by:
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
P, C-T.=, — iwiwwm
It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall
not be deemed to be or considered an employee of the City of
Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's
compensation, or any other City employee benefit. City shall not
have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall
perform the services hereunder according to the attached
specifications at the general direction of the City Manager of the
City of Denton, Texas, or his designee under this agreement.
Contractor shall and does hereby agree to indemnify and hold
harmless the City of Denton from any and all damages, loss, or
liability of any kind whatsoever, by reason of injury to property
or third persons occasioned by any error, omission or negligent act
of Contractor, its officers, agents, employees, invitees, and other
persons for whom it is legally liable, with regard to the
performance of this Agreement, and Contractor will, at its cost and
expense, defend and protect the City of Denton against any and all
such claims and demands.
[1@oT-3. - . f -
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 bomplete 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.
APPROVED AS TO FORM:
City Attorney
AAA0184D
Rev 07/28/94
rENTQN
OWN;By
(S�EAL)
DBR CONSTRUCTION
CONTRACTOR
7/®i7 (t>/77LYI/JC
NAILING ADDRESS
9 ). � 3 _ �oo�
HO�N•E NUMBER
�b;XER
;�
BY
Z
CA - 3
PRINTED NAME
(SEAL)
'�JND PREMIUM BASED ON
FINAL CONTRACT PRICE
THE STATE OF TEXAS
COUNTY OF DENTON
Bond #729568
KNOW ALL MEN BY THESE PRESENTS That DBR CONSTRUCTION, whose addroos is 2301 Hr orat DRCaR ., TX 76201, herotnatter called Primcipal, and
State Of Indemnity Cornorari �n a corporation organized and existing under the law$ of the
TEXAS, and fully authonmd to transact business in the State of Tcus, as Surety, are held
ad fim* bondlaws of the Stateof Texas htyerwnait la i umciPOwner�m the penal � and existing under the
FIFTY THREE THOUSAND TIME HMRED TWENTY SEVEN and no/100 —
add3honal court exp,327.00) Plus enses, Pereent of the stated petrel sum as an additional sum of money representing
Penes, attomeyst fees, and hqutdatcd damages ensmg out of or connected month
the below identified Contract, and lawfhl money of the United Staten, to be paid in Denton County,
Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our hens,
executorsi admiustrators, Successors, and assrgrM jointly and severally, firmly by these presents
This Bond shall automatically be increased by the amount of any Change Order or Supplemental
Agreement winch =team the Contract price, but in nevent shall a Change Order or Supplemental
Agreement which reduces the Contract price decrease the penal sum of thiso Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows. Whereas, the Principal
entered into a certain Contract, tdenti$ed by Ordma oce Number 97-349, with the City of Denton,
the made pan eteo& foer, dated the 2 ur BID # 0y of 80BE COMMUMTY SIDE A X hereto attached and
BOLIVAR. WEST SIDE OF
NOW, THEREFORE, if the Principal shall well, truly and farthfullyperform and fttlfiA all
of the undertakings, covenants, terms, Conditions and agreements of said Contract in accordance w
the Plans, Specifications and Contract Documents during the original term ith thereof and any extension
thereof which may be granted by the Owner, with or without notice to the Surety, and during the hfe
Of any guaranty or warranty required under thus Contract, and shall also well and truly perform and
fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duty
authonzed modifications of said Contract filar may hereafter be made, notice of winch modifications
to the Satiety being hereby waived, and, if the Principal shall repair and/or replace all defects due to
faulty materials and l accworkeptanceanship
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 on by
reason of failure to so perform herem and alien fully reimburse and repay Owner all outlay and
expense which the Owner may uteur in staking good any default or deficiency, then thus obligation
shall be void, otherwise, it shall remain m full force and cl%ct
PF.RFORM\NCE BOND - Page 1
PROVIDED FURTHER, that if any loge( action be filed upon this Bond, exclusive venue
shall he in Denton County, State of Texas.
AND PROVIDED FURTHER, that the sod Surety, for value reserved, hereby stipulates and
agrees that no change, extension of hmo, alteration or addition to the terms of the Contract, or to the
Worts to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying
same, shall anywise affectth
its obligation on this Bond, and it does hereby waive mince of any such
in
change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be
peed thereunder, or to the Plans, Specmficahons, 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 tha Surety herem w the
Resident Agent in DENTON County to whom any regtusite notices may be delivered and on whom
service of process may be had in mattent erasing out of such suretyship, as provided by Article 719-1
Of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which ahiall
be deemed an original, this the 2 day of DECEMBEl2,1997. �tx
`q�v �✓i
ATTEST. PRINCIPAL 3 �
s
DER action C a v. Inc `9
3 G,
BY 211 .
SECRETE
W4t44Si1D2ENT
ATTEST,
SURETY
P? O RA T70 N
a i of Ind mnit _Corporation O 1
BY:
BY _ ?
ATTO -IN-FACT
Mary Hart Candace Damiano O t ."
The Resident Agent of the Surety in Denton Cgpnty, Texas for delivery of notice and acrviFc" the
process is, l Idv')
NANM V R Damiano, Jr
STREET ADDRESS 17774 Preston Rd , Dallas, TX 75252
(NOTE Date of Performance Bond must be date of Contract If Resident Agent rs not a
Corporation, give a rson,s name,)
PERFORMANCE BOND - Pago 2
BOND PREMIUM BASED ON
FINAL, CONTRACT PRICE
Bond IF729568
TM STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That DBR CONSTRUCTION, whose
address is 2301 HIIq= DR., DENTON, TX 76201, hereinafter called Prince
pal, and
a corporation organized and existing under the laws of the
State of T1 XA8, and fully audonzed to transact business in the State of T as S and firmly bound unto the City ofDanton, a municipal Texas, taety, are hold
laws of the State of Texas, cotpotatioa ° and wnsdo �a hereinafter called Owner, and unto all persons, firing, and corporations
who may furmsh materials for, or perform labor upon, the building or improvements hereinafter
rcfemed to, in the penal sum of FIFTY THREE THOUSAND THREE HUNDRED TWENTY
SEVEN and 00/100— (S$39327.00) in Iawfhl money of the United States, di to
County, Toxas, for the Payment of which anm well and truly to be made,, wee hem be
pbind ourselves,
in n Dan a
our heirs, executors, admrmstrators, ancees"M and assigns, jointly and severally, fiery by these
presents. This Bond shall automatically be increased by the amount of any Change Order or
orSPl Agreement which increases the Contract prim but in no event shalt a Change Order
upplemental 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 97-348, with the City of Denton,
the Owner, dated the 2 day of DECEMBER, A.D I997, a copy of which is hereto attached and
made a part hereof; for BID # 2080 — COMMUNITY SIDEWALKS — WEST SIDE BOLIVAR.
NOW, THEREFORE, if the Principal shall well, ashy and faithfully perform its duties and
In prompt payment to all persons, toms, 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 remain in full force and eftL
PROVIDED FURTIMR, that If any legs( action be filed on this Bond, exclusive venue shall
Ire in Denton County, Texas
AND PROVIDED pURTBHR, that the said S vcd, hereby stipulates and
agrees that no change, extension of tune, alteration or addition to the terms of the Contract, or to the
Work P�arimed thereunder, or to the Plans, Specifications,
shall in anywise affect Its obligation on this Bond, and It do �Yca ��k� n anythe
change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be
Perforitied thereunder, or to the Plans, Specifications, Drawings, etc.
PAYMENT BOND - Page 1
Thin Bond la given pursuant to the Provtaions of Chapter 2253 of rho Texas Government
Coda, as amended, and any other applicable statutes of tho State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Reaxlent Agent in DENTON County to whom any Mquisite notices may be delivered and on whom
aetvloc of process may be had in Mellen: arising out of such suretyship, as Provided by Article 7.19-1
Of the Inauranae Code, Van oul Annotated Civil Stadrtes of the State of Texas.
IN WITNESS WHEREOF, this instrument is accuted in 4 coptea, each one of which shall
be deemed an original, this the 2 day of DECE1ViBM 1997.
ATTEST:
PRINCIPAL
DBR Construction Company, Inc.
° �N't •1
BY1
BY
SE TARY P EN
ATTEST.
SURETY
Capitol Indemnity Cor oration
ry
BY BY "gyp �VPoR4 rN,
Mary art ATTORNEY -IN -FACT
Candace Damiano o0
The Rgsident Agent of the Surety in Denton County, Texas for delivery of notice and aeMde er%cr:
Process is
J u
L•% `!
NAME--Daminno,�O11dV�
STREET ADDRESS: 17774 Preston Rd , Dallas, TX 75252
(NOTE Date of Payment Bond must be date of Contract If Resldent Agent is not a
corporation, give a ens name.)
PAYMENT BOND - Page 2
46AW INDEMNITY CORPORATION
4610 UNIVERSITY AVENUE SUITE 1400 MADISON WISCONSIN 53705 0900
PLEASE ADDRESS REPLY TO P O BOX 5900 MADISON WI 53705 0900
PHONE (608) 231 4450 • FAX (608) 231 2029
POWER OF ATTORNEY
No 455986
Know all meta by these Presents, That the CAPITOL INDEMNITY CORPORATION, a corporation
of the State of WisFonsirr, having Its principal offices In the City of Madison, Wisconsin, does make, constitute and appoint
-- --- V R. DAMIANO, JR , JAMES V DAMIANO, CANDACE DAMIANO,----------
— ------ ----- --+—KATHY R ZACHAREK, KENNETH ZACHAREK, SHERRI L SCHRAER
its true and lawful Attorney(s)-m-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act
and deed, any and all bonds, undertakings and Contracts of suretyship, provided that no bond or undertaking or contract
of suretyship executed under this authority shall exceed in amount the sum of
------ -----_ NOT TO EXCEED $5,00o,oDo 00----.-_ —_ .__._.._-.—__._—.—__---
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 CAPITOL INDEMNITY CORPORATION at a meeting duly called and
held on the 5th day of May 1960 `
RESOLVED, that the President and Vice President, the Secretary or Treasurer acting individually or otherwise be and they hereby are granted
the power and authoridahpn to appoint by a Power of Attomey for 0 purrppooses only of executing and attesting bonds and unde"m n'8 and other
wnttngs obligatory m the {refute thereof one or more resident mice-presid3pts asslStant secretaries and attorneys) In fact, each appointee to have
the powers and dunes ueual to such ottices to the busme€s of thfa company, the signature of such oifroers and seal of the Company may be aflaed
to any such power of Attomey or to any certificate relating tM1erero by facsimile and any such power of at
or certificate bearing such facsimile
signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and
facsimile seal shall be valid and binding upon the Company In the future with respect to any bond or undenaking or other writing obligatory in the
nature thereof to which it Is attached Any Such appointment may be revoked for cause or without cause by any of said officers at any time
IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these Presents to be signed by
its officer undersigned and its corporate seal to be hereto affixed duly attested by its Secretary, this 1 st day of June, 1993
Attest „ J
1;1
Vkgdlne M 84hulte Secretary
STATE OF WISCONSIN
COUNTY OF DANE
CAPITOL INDEMNITY
/CORPORATION
ta1111111aH///p � A �t�
av D
00RPORATeg Geo Fait, President
sEAL s ,
'�,scaur"�Yp
'exumnnnln
On the 1 st day of June, A D , 1993, before me personally came George A Fait, to me known, who being by me duly
sworn, did depose and say that he resides in the County of Dane, State of Wisconsin, that he is the President of
CAPITOL INDEMNITY CORPORATION, the corporation described in and which executed the above instrument that
he knows the seal of the said corporation, that the seal affixed to 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
olpnurui/�
STATE OF WISCONSIN
OF DANE rANs Peter E Hans
COUNTY
Notary Public, Dane Co , WI
n�vva° MY Commission Is Permanent
nunnmtp°
CERTIFICATE
1, the undersigned, duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY
CORPORATION, s Wisconsin Corporation, authorized to make this certificate DO HEREBY CERTIFY that the foregoing
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 Power of Attorney is now in force
Signed and sealed at the City of Madison Dated the 11111 2nd day of December 1997
+Q�MNIiYCO //�
d o
0
n CORPORATE$
� SEAL J Bre er Treasurer
ki3C 6,N
This power is valid only if the power of attorney number printed tin mIII
e upper right hand comer appears in red Photocopies carbon copies or
other reproductions are not binding on the company Inquiries concerning this power of attorney may be directed to the Bond Manager at the Home
Office of the Capitol Indemnity corporation
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 0 Box149104
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
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 AN 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
AAM0350
REVISED 10/12104 Cl -
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 evidende of reinstated coverage as required by this
contract, effective as of the lapse date if insurance is not reinstated, C,ty
may, at its sole option, terminate this agreement effective on the date of
the lapse
AM00350
REVISED 10/12/94 Cl - 2
Insurance Requirements
Page 3
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall
additionally comply with the following marked specifications, and shall be maintained
in compliance with these additional specifications throughout the duration of the
Contract, or longer, if so noted:
1XI 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 10/12/94 Cl - 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 -he
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
MA00360
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 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
I 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
I 1 Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value
shall be provided Such policy shall include as "Named Insured" the City of
Denton and all subcontractors as their interests may appear
I Additional Insurance
Other insurance may be required on an individual basis for extra hazardous
contracts and specific service agreements If such additional insurance is
required for a specific contract, that requirement will be described in the
"Specific Conditions" of the contract specifications
AAA00350
REVISED 10/12/94 Cl - 5
Insurance Requirements
Page 6
ATTACHMENT 1
[X1 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 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.
AAA00360
REVISED 10/12194 CI " 7
Insurance Requirements
Page 8
I. The contractor shall contractually require each person with whom it
contracts to provide services on a project, to
(1) provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, which
meets the statutory requirements of Texas Labor Code, Section
401 011(44) for all of its employees providing services on the project,
for the duration of the project,
(2) provide to the contractor, prior to that person beginning work on the
project, a certificate of coverage showing that coverage is being
provided for all employees of the person providing services on the
project, for the duration of the project,
(3) provide the contractor, prior to the and of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project,
(4) obtain from each other person with whom it contracts, and provide to
the contractor -
(a) a certificate of coverage, prior to the other person beginning
work on the project; and
(b) a new certificate of coverage showing extension of coverage,
prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project,
(5) retain all required certificates of coverage on file for the duration of
the project and for one year thereafter,
(6) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have know n,
of any change that materially affects the provision of coverage of any
person providing services on the project; and
AAA00350
REVISED 10/12/94 Cl - 8
Insurance Requirements
Page 9
(7) contractually require each person with whom it contracts, to perform
as required by paragraphs (1) - (7), with the certificates of coverage
to be provided to the person for whom they are providing services
J. By signing this contract or providing or causing to be provided a certificate
of coverage, the contractor is representing to the governmental entity that
all employees of the contractor who will provide services on the project will
be covered by workers' compensation coverage for the duration of the
project, that the coverage will be based on proper reporting of classification
codes and payroll amounts, and that all coverage agreements will be filed
with the appropriate insurance carrier or, in the case of a self -insured, with
the commission's Division of Self -Insurance Regulation Providing false or
misleading information may subject the contractor to administrative
penalties, criminal penalties, civil penalties, or other civil actions
K The contractor's failure to comply with any of these provisions Is a breach
of contract by the contractor which entitles the governmental entity to
declare the contract void If the contractor does not remedy the breach
within ten days after receipt of notice of breach from the governmental
entity.
AW0360
REVISED 10/12/94 Cl - 9
BID SUMMARY
TOTAL BID PRICE IN WORDS **Fffty Three Thousand Three Hundred
Twenty Seven and 00/100**
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 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 accordance with the plans and specifications, to the satisfaction of the Engineer
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 this proposal, shall control over
extensions.
CONTRACTOR
In
Don Richards/President
2301 Hinkle Dr.
Street Address
Denton,TX 76201
City and State
Seal & Authorization
(If a Corporation)
940/383-3007
Telephone
M]
Community Sidewalks - West Side of Bolivar
BID TABULATION SHEET
WORK DAYS 20
BID NO
PO NO
QUANTITY
UNIT
UNIT PRICE
TOTAL
ITEM
DESCRIPTION
3-C
Remove Walks and Drives
1081
SY
$ 9 o0 /SY
$ 9729 00
Unit Price in Words
*Nine Dollars and Zero Cents*
3 1
Preparation of Right -of -Way
LS
$ 250o.00/LS
$ 2500 00
Unit Price in Words
*Twenty Five
Hundred
and Zero Cents*
Temporary Erosion Control
-
LS
1 $ 50 00/L7S
$ 50 00
3 12
Unit Price in Words
*Fifty Dollars and Zero Cents*
8 1
Barricades, Warning Signs,
LS
$ 500 00/LS
$ 500 00
and Detours
Unit Price in Words
*Five Hundred
Dollars and Zero Cents*
8 3A
4" Concrete Sidewalk with
1030
SY
$ 27 00/SY
$27810 00
Fiber Reinforcement
Unit Price in Words
*Twenty Seven Dollars and Zero Cents
1 21
Contractors Warranties and
IS
$2500 00/LS
$ 2500 00
Understandings
Unit Price in Words
*Twenty Five
Hundred Dollars and Zero Cents*
SP-39
Protect Sign
1
EA
$ zoo o0/EA
$ 200 00
Unit Price in Words
*Two Hundred
Dollars and Zero Cents*
3-13
Remove Curb and Gutter
126
LF
$ to oo /LF
$ 1260 OC
Umt Price in Words
*Ten Dollars
and Zero Cents*
3 3
Unclassified Excavation
45
Cy
$ 10 00 /CY
$ 450 of
Unit Price in Words
*Ten Dollars
and Zero Cents*
8 2-A
Concrete Curb and
126
LF
1 $ 10.00/LF
$ 1260 0(
Gutter
Unit Price to Words
Ten Dollars and Zero Cents*
SP-2
Concrete Sawcut
799
LF
$ 2 oo /LF
$ 1598 0
Unit Price in Words
*Two Dollars and Zero Cents*
P - 3
Community Sidewalks - West Side of Bolivar
BID TABULATION SHEET
WORK DAYS 20
BID NO
PO NO
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT
PRICE
TOTAL
8 3-13
6" Concrete Sidewalk
with Fiber
127
SY
$ 31 50/SY
$ 4000 00
Unit Price in Words
*Thirt One Dollars and Fifty Cents*
3 9A I
Sod
100
SY $ /SY IT $ 50
Unit Price in Words
Five Dollars and Zero Cents*
3 10 7
Hydromulch
970
SY
$ 1 06SY
$ 970 00
*One Dollar and Zero Cents*
TOTAL $ 53,327 00**
4
P - 4
,.... . /lV .Iv .vvv , vv_
ROnucETT
RAMEY 6 KING INSURANCE
930 S. 13SE, Sutts A
Denton TX 7620I1-7829
NSJR£D
D B R Construction Co Inc
Don Rlehards
P 0sox Us
Denton TX 76202
MMCO "IM
POLICIES
,
COMPANY A
Un'TER
COMPANY B
LETTER
COMPANY r
' L6TT®t V
COMPANY D
LfMR
COMPANY E
LOM
xriaq�... •p•••>,. C„v."" ;.^a:,t .'I .. ""r nSCJE LJAIB (MMN0/1'1')
IY§Li�r�''i'l�tii"u i v�i w�ir`%4`"o"'i ly,eL"rk.^" w K 1L11197
TE IB ISSUED AS A NATTER OF INFORMATION ONLY AND
IGNTs UPON THE CERTIFICATE HOLDER THIS CERTIFICATE
NO, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
N
COMPANIES AFFORDING COVERAGE
SootW4ls Btsurancs Cc
Trinity Lloyds Ills Cc
Tom Work Comp Ina Fund
".,
AOYERAQFW4IR e'Iww,,ix+No »e`, "•ii.: w!1M
'"w
rH1S1$ TOiCERTIF>YE THAT THE POUC16S OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSUPED NAMED ABOVE FOR THE POLICY PERT(
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 CONDITION$ OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
TYPE OF INSURANCE POLICY NUMISEA
DATE p�TE(WOO" Y EXPIRATION
W�
GENERAL LNBriTY CLS465040
cam"? 061D61Ba
DISIeRAL AGGREGATE r
A
X COMM£RCML G6N0RN. LIABILITY
PROOUCTS_COMP& AGO S
yS
CWMS MADE X OCCUR
PU30NAL S ADV INJURY
OY.NIOIS A CONTRACTORS PROT
EACH OCCURRENCE S
B AUIOM IJE LIABLRY
X ANY AUTO
Au OWNED AUTOS
SLNEDULEO AUTOS
X HIRED AUTOS
X I NON Ori EO AUTOS
OAAAG6 UMLTY
EXCESS LMBA.ITY
UMaIR1LA PORM
OTHEF 1NAN UMBRELLA FORM
WORgEn B COMPENSATION
C AND
EMPLOYERa' IMBWTY
FIRE DAMAOE (MY a A,e) $
MID 0"NS£ (MY AAA IM'W) S
BIND6R/APPLICA'MON 11/IS/a7 11/1L66 COMBNEO SINGLE I
LIMIT
6013ILY INA,ITr 1
(P., pelAORJ
BODILY INJURY I
CPR, PPPUmR
PAOPDnY OAMAQE I
EACH OCCURRENCE I
AGORIMATE I
STATUTORY UMTS
9SP1007410 02JOW27 OV07I96 EACH ACCIDENT I
OISEASE - POLICY LIMT /
OLWM EACH EMPLOYEE S
DESCRIPTION Of OKUTONUMATI0NSNENIGE"KCUL ITEM
Workwv' Compensation policy COY Executive Ot
Certificate Holder Is named u Ad It Onal Insured 1
Liability and Auto Liability Waiver of Subrogation
City of Denton
Attn Tom Shaw
601E Texas Streak
Denton
TX 76201
Oenenl
slk Wait side Bolhn.
1000000
loom
6000D0
500000
50000
EXCLUDED
10000DO
`
fS SHOULD ANY OF THE ABOVE DESCRIBEO POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO
< 3 MAIL DAYS WRITTEN NOTICE TO THE CERRPICATE HOLDER NAMED TO THE
3'd LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES
AVTHC0 rIEPR TTVE
'. r`i