HomeMy WebLinkAbout1996-027ORDINANCE NO "l lR - dal %
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
:_K • 1
1846 DBR CONSTRUCTION $66,425 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
SECTION IY 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 __
PASSED AND APPROVED this the 11 W� day of 1996
cjp;;�yw'!
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY �11�
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY
CONTRACT DOC
DATE FEBRUARY 6, 1996
TO Mayor and Members of the City Council
FROM Rick Svehla, Acting City Manager
SUBJECT BID # 1846 - RENOVATIONS AND REPAIRS TO FRED MOORE NURSERY
SCHOOL PHASE II
RECOMMENDATION. We recommend this bid be awarded to the lowest responsible bidder,
DBR Construction, in the amount of $66,425 00 for the base bid only We also recommend that due
to funding availability no alternate be awarded at this time
S MMARY. This bid is for necessary renovations and repairs to the Fred Moore Nursery School
and include exterior cleaning, fences, carpet, wall repair, suspended ceilings, counter tops,
bookcases, doors and frames, windows, kitchen equipment, plumbing and electrical repairs, new
lighting, and miscellaneous earthwork
BACKGROIIND. Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GRO T�S_AFFECTED. Community Development Block
Grant (CDBG Division), participants in the Fred Moore Day Nursery program
FISCAL IMPACT: This project will be funded from Community Development Block Grant
Funds
Respectfully submitted
4464&—
Acting City Manager
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
688 AGENDA
BID # 1846 —
BID NAME RENOVATION 8, REPAIRS
TO FRED MOORE NURSERY
SCHOOL -PHASE 2
OPEN DATE JANUARY 9,1996
# QUANTITY dEa IPTINN
—
SOUTHWEST
IND
CONST
VENDOR_
—
DBR
CONST
INC
VL°NDpR_
VENDOR
VENDOR _
_ VEN
�_
BASE BID
$69,000 00
$66,426 00
CONTINGENCY $15,000
$16,000 00
$15,000 00
ICI
TOTAL BID
$84,000 00
$81,425 00
ALT # DESCRIPTION
1 NEW DUTCH DOORS
$4,200 00
$2,983 00
2 MASONRY RESTORATION
$2,700 00
$1,600 00
3 KITCHEN EQUIPMENT
$41,000 00
$46,000 00
4 ALUM WINDOWS
$1,400 00
$2,100 00
5 LAWN IRRIGATION
$5,200 00
$10,500 00
6 EXTERIOR DRINKING
$3,100 00
$6,376 00
FOUNTAIN
COMPLETION
90 CAL. DAYS
150 CAL DAYS
BID BOND
YES
YES
i
OCR 1
STATE OF TEXAS
COUNTY OF DENTON
CONTRACT AGREEMENT
F-1
THIS AGREEMENT, made and entered into this
FEBRUARY A.D., 1996 , by and between
CITY OF DENTON
day of
of the County of DENTON and State of Texas, acting
through RICK SVEHLA
thereunto duly authorized so to do, hereinafter termed "OWNER," and
DBR CONSTRUCTION _
DENTON TEXAS 76202
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 # 1846 - RENOVATIONS AND REPAIRS TO FRED MOORE NURSERY SCHOOL PHASE II
in the amount of S66 425 00 and all extra work in
connection therewith, under the terms as stated in the General
Conditions of the agreement; and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and other
accessories and services necessary to complete the work specified
above, in accordance with the conditions and prices stated in the
Proposal attached hereto, and in accordance with all the General
Conditions of the Agreement, the Special Conditions, the Notice to
Bidders (Advertisement for Bids), Instructions to Bidders, and the
Performance and Payment Bonds, all attached hereto, and in
accordance with the plans, which includes all maps, plats,
CA - 1
blueprints, and other drawings and printed or written explanatory
matter thereof, and the Specifications therefore, as prepared by
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
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
price or prices shown in the Proposal, which
contract, such payments to be subject to the
Conditions of the Contract.
CA - 2
in current funds the
forms a part of this
General and Special
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day first above written.
ATTEST:
AR ,;11 / •
1i / !, L 99
APPROVED AS TO FORM:
City Attorney
i
J.
• u�•
OWNER
Bv
DBR CONSTRUCTION
CONTRACTOR
r�I
IWOZ
ADDRESSMAILING
// 97
AAA0184D
Rev. 07/28/94
CA — 3
PHONE NUMBER
11) 51p4o ZIP70
FAX NUMBER
(SEAL)
PERFORMANCE BOND BOND PREMIUM BASED ON
STATE 'OF T$XA8 S FINAL CONTRACT PRICE
BOND NO. 597392
COUNTY OF DENTON S
KNOW ALL MEN BY THESE PRESENTS: That DUR CONSTRUCTION CO.. INC.
, of the City of _ DMME
County of Doi , and State of _ TRRAS
as PRINCIPAL, and CAPITOL INDEMNITY CORPORATION
, as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, at&
held and firmly bound unto the CITY OF DRNTOK
as OWNER, in the penal sum of:Ty 4Rif1R ann mm WhMRRn nVF.MTy PTVR
and no/100-- -- Dollars ($ 66,425_C0 _ ) for the
payment whereof, the said Principal and Surety bind themselves, and
their heirs, administrators, executors, successors and assigns,
jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the OWNER, dated the 6 day of MRUARY ,
19 96 , for the construction of BID i 1846- RENOVATIONS AND REPAIRS TO
FM HOOPS NURSERY SCHOOL PRASE II
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.
PD - 1
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 Mork performed thereunder, or the planar
specifications, or drawings accompanying the same, shall in any way
affect its obligation on this bond, and it does hereby waive notice
of any ouch 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
19 96 .
Address: P 0. sox 828
Denton Texas 76202
(SEAL)
12th day of February r
CAPITOL INDEMNITY CORPORATION
Surety
Ka K y acharek
Title Attorney-iu-Fact
Address: P 0. sox 5900
Madison Wisconsin 53705-0900
(SEAL)
The name and address of the Resident Agent of Surety is:
V R. Damiano Jr
17774 Preston Road, Dallas, Texas 75252
NOTE: Date of Bond must not be prior to date of Contract.
AAAO160
Rev. 07/28/94
PB - 2
PAYMENT BOND
BOND PREMIUM BASED ON
FINAL CONTRACT PRICE
STATE OF TEXAS S
BOND NO. 597392
COUNTY OF DENTON S
KNOW ALL MEN BY THESE PRESENTS: That BE WNSTRUCTIOr Co.. INC.
of the city of DENTON
County of pw= , and the State of 1x-xns ,
as principal, and CAPITOL INDEMNITY CORPORATION
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
no/10 apt n
c* cTy rNnngwn vnm mmnuxn -gma v Frye n 011ars
far the payment whereof, the said Principal and Surety bind
themselves and their heirs, administrators, executors, successors
and assigns, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written
contract with the owner, dated the _ 6 day of ran ART
19_ 96 .
BID ! 1846-RENOVATIONS AND RFPATRS TO FRED NoORE NURSERY KHOOL ptth-sE II
to which contract is hereby referred to and made a part hereof as
fully and to the same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall pay all claimants supplying labor
and material to him or a subcontractor in the prosecution of the
work provided for in said contract, then this obligation shall be
void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to
the provisions of the Texas Government Code, Chapter 2253 (Vernon,
as currently amended), and all liabilities on this bond shall be
determined in accordance with said provisions to the same extent as
if they were copied at length herein.
PB-3
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the terms of
the contract, or to the work performed thereunder, or the plans,
specifications, or drawings accompanying the same, shall in any way
affeot 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 gontract, or to the work to be performed
thereunder,
IN WITNESS WHEREOF, the said Principal and Surety have
signed and sealed this instrument this 12th day of February
19 96
DBR CONSTRUCTION CO., INC
Prinoipa
Sy
Dan hards
Title President
Address: P 0 Box 828
Denton, Texas 76202
(SEAL)
CAPITOL INDEMNITY CORPORATION
Surety
X.4 e lj�-
�_�th�Zacharek
Title Attorney-in-r^^act
Address: P.0 Box 5900
Madison, Wisconsin 53705-0900
(SEAL)
The name and address of the Resident Agent of Surety is:
V R Damiano, Jr.
17774 Preston Road, Dallas, Texas 75252
AM0184V
ltrv. 07/26/94
PB-4
MAINTENANCE BOND
THE STATE OF TEXAS $
BOND NO 597392
COUNTY OF DENTON $
KNOW ALL MEN BY THESE PRESENTS: That na& CONSTRUC XoU-QD. INC.
as Principal, and CAPITOL INDEMNITY CORPORATION
a corporation authorized to do business in the State of Texas, as
Surety, do hereby acknowledge themselves to be held and bound to
pay unto the City of Denton, a MunioipAl Corporation of the Stato
of Texas, its successors and assigns, at Denton, Denton County,
Texas, the sum of, six TuoosAND eL arignm r y TNO andsnlinn---
Dollars ($ 6,642.50 ), ten (10%) percent of the total amount of
the, contract for the payment of which sum said principal and surety
do hereby bind themselves, their successors and assigns, jointly
and severally.
This obligation is conditioned, however, that:
WHEREAS, said DBR CONSTRUCTION
has this day entered into a written contract with the said City
of Denton to build and construct
which contract and the plans and specifications therein mentioned,
adopted by the City of Denton, are filed with the City Secretary of
said City and are hereby expressly incorporated herein by reference
and made a part hereof as though the same were written and set out
in full herein, and;
WHEREAS, under the said plans, specifications, and contract,
it is provided that the Contractor will maintain and keep in good
repair the work therein contracted to be done and performed for a
period of one (1) year from the date of acceptance thereof and do
all necessary backfilling that may become necessary in connection
therewith and do all necessary work toward the repair of any
defective condition growing out of or arising from the improper
construction of the improvements contemplated by said contractor on
constructing the same or on account of improper excavation or
backtilling, it being understood that the purpose of this section
is to cover all defective conditions arising by reason of defective
materials, work, or labor performed by said Contractor, and in case
the said Contractor shall fail to repair, reconstruct or maintain
said improvements it is agreed that the City may do said work in
MB - I
accordance with said Contract and supply such materials and charge
the same against the said Contractor and its surety on this
obligation, and said contractor and surety shall be subject to the
damages in said contract for each days failure on the part of said
Contractor to comply with the terms and provisions of said contract
and this bond.
NOW, THEREFORE, if the said Contractor shall perform its
agreement to maintain said construction and keep same in repair for
the maintenance period of one (i) year, as herein and said contract
provided, than these presents shall be null and void and have no
further effect; otherwise, to remain in full force and effect.
It is further agreed that this obligation shall be a
continuing one against the Principal and Surety and that successive
recoveries may be had hereon for successive breaches of the
conditions herein provided until the full amount of this bond shall
have been exhausted, and it is further understood that the
obligation to maintain said work shall continue throughout said
maintenance period, and the same shall not be changed, diminished,
or in any manner affected from any cause during said time.
IN WITNESS WHEREOF, the said DBR CONSTRUCTION CO , INC
as Contractor and Principal, has caused these presents to be
executed by Don Richards resident
and the said CAPITOL INDEMNITY CORPORATION
as surety, has caused these presents to be executed by its
Attorney -in -Fact Kathy R Zacharek
and the said Attorney -in -Fact has hereunto set his hand this 12th
day of February , 19 96 .
SURETY:
CAPITOL INDEMNITY CORPORATION
EY:�
Kathy R Zacharek
Attorney -in -Fact
PRINCIPAL:
DBR CO TRUCT ;49�w�-
C,,INC
Don Richards
President
AmO1840
Rev 01/20/94
MD - 2
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 1(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.
�4 INDEMNITY CORPORATION
4610 UNIVERSITY AVENUE SUITE 1400 MADISON WISCONSIN 53705 0900
PLEASE ADDRESS REPLY 10 P O BOX 5900 MADISON WI 53705 0900
PHONE (608) 291 4490 1 Ax i606) 211 2029
POWER OF ATTORNEY
No 381536
Know all men by these Presents, That the CAPITOL INDEMNITY CORPORATION, a corporation
of the State of Wisconsin having its principal offices in the City of Madison Wisconsin does make constitute and appoint
---------------------V R DAMIANO, JR , JAMES V DAMIANO, SHANE A HUMPHREY -----------------------
--------------------CANDACE DAMIANO, KATHY R ZACHAREK OR KENNETH ZACHAREK ------------------
its true and lawful Attorney(s)-in-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
--------------- ------ --------------NOTTO EXCEED $5,000,000 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 authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings and other
writings obligatory in the nature thereof one or more resident vice presidents assistant secretaries and attorneys) in fact each appointee to have
the powers and duties usual to such offices to the business of this company the signature of such officers and seal of the Company may be affixed
to any such power of attorney or to any certificate relating thereto by facsimile and any such power of attorney or certificate bearing such facsimile
signatures or facsimile seal shall be valid and bmdmg 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 undertaking 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
CAPITOL INDEMNITY CORPORATION
Attest ��
�� � � VAA�VA,�IIIIIIhIU//�//p�pi //
9L C
Virgiline M Schulte Secretary CORPORATE y c Ceor A Fan President
SEAL
C
STATE OF WISCONSIN l
COUNTY OF DANE 1
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 CAPITOL INDEMNITY CORPORATION, idthe corporation described Dane,es in the County of and ewhich executed the above of Wisconsin, that he is instrument st uPresident mennt 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
wApplhltlllwllltl/fir/r�r�
STATE OF WISCONSIN
a * E *= Peter E Hans
HANS
COUNTY OF DANE Notary Public, Dane Co wl
'��iri/irggrrlllpptP\\\\\`\\ My Commission is Permanent
CERTIFICATE
I the undersigned duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY
CORPORATION a 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, �\pU12th day
of
February
% 19 96
HWmu//49�// er Treasurer
3��rrrrrr///I1111111111AAPAAvvv���
This powrr is valid only if the power of attorney number pnni(d in the upper right Ingrid corner appears in rid Photocopies carbon copies or
other reproduofions are not binding on the company Inquiries concerning this power of alooley may hr duecled to the Bond Managt r at the Hon(
Offmc of the ( apitol Indemnity Corporation
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 fads 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
AFF00AAI
REVISED 10112/94
295 INSURANCE-1 FRED MOORE CHILD CARE
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(3O) 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
AFFOOBAI
REVISED 10112/94
2-95 INSURANCE 2 FRED MOORE CHILD CARE
teanN ru�,.pmluPi nX{IIUMM01lINr - W" W'7, _ 17 I 1 1 - OWN n I 1 , 1, tl,,W11° 11. 1 i � "NN
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 _
$1 rioo.000shall 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
AFFOOBAI
REVISED 10112194
2.95 INSURANCE - 3 FRED MOORE CHILD CARE
Insurance Requirements
Page 4
Ix] Automobile Liability Insurance -
Contractor shall provide Commercial Automobile Liability Insurance with
Combined Single Limits (CSL) of not less than s5oo,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
[]l Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance
which, in addition to meeting the minimum statutory requirements for issuance
of such insurance, has Employer's Liability limits of at least $100,000 for each
accident, $100,000 per each employee, and a $500,000 policy limit for
occupational disease The City need not be named as an "Additional Insured"
but the insurer shall agree to waive all rights of subrogation against the City,
its officials, agents, employees and volunteers for any work performed for the
City by the Named Insured For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 in accordance
with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas
Worker's Compensation Commission (TWCC)
I I Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Liability insurance policy naming the City as insured for property
damage and bodily injury which may arise in the prosecution of the work or
contractor's operations under this contract Coverage shall be on an
AFFOOEAI
REVISED 10/12/94
2-95
INSURANCE 4
FRED MOORE CHILD CARE
11 1 HIPPO I RMUMt Mtl � I@Ir, F ��iil7�� � �� ���-A'
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
[ 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
AFFOOEAI
REVISED 10/12/94
2-95 INSURANCE - 5 FRED MOORE CHILD CARE
Insurance Requirements
Page 6
ATTACHMENT
[x] Worker's Compensation Coverage for Budding or Construction Projects for
Governmental Entitles
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 01 1(44) for all employees of the contractor providing services
on the project, for the duration of the project
AFF008AI
REVISED 10/12/94
2-95 INSURANCE 6 FRED MOORE CHILD CARE
i
I
I I 1114 .l III i I 1 t "lip 04 I'm I � I
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
mall 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
AFFBBBAI
REVISED 10/12/94
, 2-96 INSURANCE - 7 FRED MOORE CHILD CARE
Insurance Requirements
Page 8
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 01 1(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
AFFWBAI
REVISED 10/12/94
2-95 INSURANCE-8 FRED MOORE CHILD CARE
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
AFFODRAI
REVISED 10/12/94
2-95 INSURANCE - 9 FRED M90RE CHILD CARE
BID FOR LUMP SUM CONTRACT
ProposalofDBR CONSTRUCTION COMPANYr INC.
P.O BOX 828
DENTON TEXAS 76202
(hereinafter called "Bidder'), *a corporation, organized and existing under the laws of the State of
Texas, *a partnership or *an Individual doing business as
TO CITY OF DENTON
PURCHASING DEPARTMENT
ATTN TOM SHAW
901-B TEXAS ST
DENTON, TEXAS 76201
Gentlemen
The undersigned, In compliance with your Invitation for bids for the RENOVATIONS AND REPAIRS
TO FRED MOORE NURSERY SCHOOL PHASE TWO, 821 CROSS TIMBERS, DENTON, TEXAS,
having examined the drawings and specifications with related documents and the site of the proposed
work, and being familiar with all of the conditions surrounding the construction of the proposed work,
hereby proposes to furnish all labor, material, equipments, and supplies and to construct the project
in accordance with the Contract Documents, and at the price set forth below These prices are to cover
all expenses incurred in performing the work required under the Contract Documents of which this
proposal is a part
ADDENDA
The Bidder further agrees, and acknowledges, the following Addenda have been received and that the
entire contents thereof have been incorporated into this Proposal
No, dated No dated
No dated No dated
10 95 PROPOSAL FORM 1 FRED MOORE CHILD CARE PHASE 2
Bidder agrees to perform all of the work described In the specifications and shown on the drawings
except for the bid items listed below for the sum of _Fi�L �%*— 2!249�
($
J
Includes all costs associated with the substituting of the existing wood dutch doors and the Installation
of new wood dutch d ors as described in the specifications and shown on the drawings for the sum
Includes all costs associated with providing the Exterior Masonry Restora ion as described In the
specifications and shown on the drawings for the sum of — T vsw v d
ALTERNATE BID ITEM NO 3
Includes all costs associated with providing and installing the Kitchen equipment as described in the
specifications and shown on the drawings for the sum of
l-5 Jarley O
($ 0& _) ..
ALTERNATE BID ITEM NO 4
Includes all costs associated with providing and installing the Aluminum wi dow screens 5t each
operable sash as shown on the drawings for the sum of �__��6vXo A o/
10 95 PROPOSAL FORM - 2 FRED MOORE CHILD CARE PHASE 2
Includes all costs associated with providi g and installing the lawn irrigation system as shown on the
drawings for the sum of T��, �Qj�,s loop d
($42 �C/C/• �/ k'M
VIRLgillm4n. •
Includes all costs associated with providing and installing the Exterior Drinking Fountain, in ground
valve box and associated plumbing as shown on the drawings for the sum of
($ _s- 3 76_ ov
.. Amount shall be shown in both words and figures In case of discrepancy, the amount shown in
words will govern
CASH ALLOWANCES
The undersigned acknowledges the incorporation of cash allowances into this proposal as follows
CASH ALLOWANCE --- ----- --- -- $ $15.000 00
The undersigned agrees to complete all of the work required in the Base Bid ready for the owner s
acceptance, within /-1—p calendar days after the Notice to Proceed is given by the Owner,
and as set forth In the Special Conditions, and fully realizing that the Contract will carry liquidated
damage provisions
10 95 PROPOSAL FORM 3 FRED MOORE CHILD CARE PHASE 2
It is understood that this project is exempt from the State Sales Tax and the proposal amounts quoted
herein do rat Include State of Texas Sales Tax
The undersigned Bidder further agrees to the following conditions
I An incomplete Proposal or one having additional information or other modifications inscribed
thereon, may be cause for rejection of the entire Proposal
2 That, if accepted by the Owner, this Proposal becomes a part of the Contract Documents upon
the signing of the Contract Agreement, and failing to comply with any part of this Proposal will
be taken as failure for the Bidder to comply with the Contract Documents and will be just cause
for rejection of the work
3 That the Owner reserves the right to reject any or all bids and waive Informalities and
Irregularities or to accept any bid considered advantageous to him
4 That he, the Bidder, will not withdraw this Proposal for a period of thirty (30) days from the date
hereof
5 This project to which the construction work covered by this contract pertains is being assisted
by the United States of America and the Federal Labor Standards Provisions which are included
in this Contract pursuant to the provisions applicable to such Federal assistance
Respectfully submitted,
DBR CONSTRUCTION COMPANY , INC.
Bidder
P.O. BOX 828
DENTON, TEXAS 76202
Addres
orized Ofl+ecr
DON RICHARDS
PRESIDENT
1/9/96
Date
1095 PROPOSAL FORM 4 FRED MOORE CHILD CARE PHASE 2
Y
ISSUE DATE (MMNONY)
02112196
wRODUCEA THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLOEIL THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
RAMEY & KING INSURANCE I POLICIES BELOW
&V S I -ME, Suite A COMPANIES AFFORDING COVERAGE
Denton TX 782057820
COMPANY
LEM
A
Scottsdals lrlsunmm Co
COMPANY
B
Trinity Universal of Kent
INSURED
D B R Construction Co Ina
LETTER
C
Taxes Wont Comp Ina Fund
Don Richards
P O Box On
COWAW
D
Denton YK TOM
LEM
COMPANY
E
i xN��I1VL�p�."..^ :: � �;u�N,��.v�drL a'a"�k'"y�„`r<., i^'x'�.°a¢"�z;'�`z :'t�L'� ��!°.�'?4� i��5f.i$..s "�"., `7i ^ `P"¢...' r aw ^z:: e;�.'.".xuhnhk i, `D"s ;t •� x'a �.. `L:'V$G � L'�.':wlc�
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TD THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REOUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER OWUMENT 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 UMRS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
TYPE OF INSURANCE POLICY NUMBED POLICDATE EM OEFFECTIVE LTE EXPIRATION
(MMMDNYLein
A GENERAL LJABLTiY CLSM150 06I0105 05 006 OENERAL AGGREGATE $
X COMMERCIAL GENERAL LMBILTTY
CLAIMS MADE K OCCUR
OWNERS S CONTRACTOR% RRar
B AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCREDVLEO AUTOS
X HIRED ALTOS
X NON -OWNED AUTOS
GARAGE UAGILITY
EXCESS LIABI1m
UNKIRELLA FORM
OTHER THAN UMGPM A FORM
WORKER S COMPENSATION
C AND
EMPLOYEIIS LUBL7IY
OTHER
$500 B.I. AND P D
PRODUCTS-COMP,OP AEG $
DEDUCTIBLE
PERSONAL L ADV AWRY S
EACH OCCURRENCE f
Prat DAMAGE (Any O'n ea) L
MED EXPENSE (Ay Pea DOW)'$
, 4
TCA6413M
0 117M 04117/96 rQMONED SINGLE �$
LIMIT
BODILY INJURY S
(Par parmn)
NO OWNED AUTOS
BODILY 4"M
(Pa, accdenB 1
SBP1007410 0107A6
DESCRIPTION OF OPf3UTgNSIL00A1%1NBNENICIEbSPECML REMS
City of Denton, IIS Offlatets, Apgents, Elnplpyea and VOwnteara are shown as
Additional Insured Under the Genafal LMblllry and Automobile Whlllry
Woritets' Compensatian Policy covers Execu We ONlom only Sub* should
Drovlde their own Walvr of Subroastian
City of Denton
Alin Purchasing Dept
215 E McKinney
Denton
PROPERTY DAMAGE s
EACH OCCURRENCE S
AGGREGATE 3
loom
loom
500000
500000
50000
Excluded
loom
STATUTORY LIMITS
02/07/97 EACH ACCIDENT L 500000
DISEASE POLICY LIMIT s 500000
OLSEASE EACH EMPLOYES S 510nDB0
7 SHOULD ANY OF THE ABOVE DESCRIBED POUCIC3 BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
j LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUGXnON OR
$ LIABILITY OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES
TX 752D1
�P