Loading...
HomeMy WebLinkAbout2003-260ORDINANCE NO. AN ORDINANCE ACCEPTING SEALED COMPETITIVE PROPOSALS AND AWARDING A CONTRACT FOR CONSTRUCTION SERVICES FOR THE CITY OF DENTON; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE DATE (RFSCP 3016—PURCHASING OFFICE RENOVATION AWARDED TO SMITH CONTRACTORS, INC. IN THE AMOUNT OF $157,000). WHEREAS, the City has solicited, received and evaluated competitive sealed proposals for the purchase of Construction Services in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and reviewed and recommended that the herein described proposals are the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. That the items in the following numbered request for proposal for materials, equipment, supplies or services, shown in the "Request Proposals" on file in the office of the Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals. RFSCP NUMBER CONTRACTOR AMOUNT 3016 Smith Contractors, Inc. $157,000 SECTION 2. That by the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals for such items and agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Proposal Invitations, Proposals, and related documents. SECTION 3. That should the City and person submitting approved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposals, the City Manager or his designated representative is hereby authorized to execute the written contract; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Proposal and related documents herein approved and accepted. SECTION 4. That by acceptance and approval of the above numbered items ofthe submitted proposals, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved proposals or pursuant to a written contract made pursuant thereto as authorized herein. SECTION 5. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of1{�/(�, 2003. EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: HERBERT L. PRPVTY, CITY ATTORNEY BY: 3-0RD-RFSCP 30M CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 7.nd day of RentemhPz A.D., 2003, by and between City of Denton of the County of Denton and State of Texas, acting through Michael A Conflnff thereunto duly authorized so to do, hereinafter termed "OWNER," and of the City of-C=arland , County of nallm 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: RFSCP 3016 — Renovation of AirchasinvOffice, Project in the amount of 157 000 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 Offerors (Advertisement for Proposals), Instructions to Offerors, 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 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. CA - 1 Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: ATTES trrr� � -Gee av�CAt.) K CA-3 city of Denton OWNER BY: (SEAL) IENcw ('�nra AGraLS (NC- -CONTRACTOR 557-5 �4&tiLS &- C-�Mu.�Mlb MAILING ADDRESS Ali) ZZ4 - nss PHONE NUMBER (917, ) Z24 -17-09 FAX NUMBER BY: ! r�'-0 TITLE Pk-.Sa -s- rr- S�vcrJ PRINTED NAME (SEAL) PERFORMANCE BOND BOND NO• 910193 STATE OF TEXAS § B= F MMM IN FOUR (4) ORIGINALS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Smith .ontrantnra, Tnc✓phose address hereinafteris 5595 called Principal, and ---CapitolTUC =i ,y C�porationVII, , a corporation organized and existing under the laws of the State of wisconsiq 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, heretpafter called Owner, in the penal sum of One HundreA Fifth _Spurn nnnaand nOLLARS and No Cents ($lS' nnn nn)/plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arising 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 severally, firmly by these presents. This 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 OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number Innaa60 with the City of Denton, the Owner, dated the Id day of September A.D. -2&11 a copy of which is her eoo attached and made a part hereof, for RFSCR 11)16 _ PAimfinging Qffice Rennvatinn ✓ 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, terms, 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 defects 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. 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 herein as the Resident Agent in Denton 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 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four copies, each o�f which shall be deemed an original, this the Zu day of September , 2003 ATTEST: PRINCIPAL Smith Contractors, Ijle! BY: PRESIDEN Spa). S-.T4, fes+mdni-r. ATTEST: SURETY Capitol Indemnity/COrporation BY: BY: Q A NEY IN -FACT Collin Kathy R. Zacharek The Resident Agent of the Surety in Dtmtott County, Texas for delivery of notice and service of the process is: NAME: STREET ADDRESS: Cheryl L. Humphrey 1621 Winding Creek Road, Prosper, TX 75078 (NOTE, Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name.) PAYMENT BOND BOND NO. 910193 STATE OF TEXAS § BOND ML= IN FOUR (4) ORIGINALS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Smith rnntractprs, Tnr Whose address ' , hereinafter called Principal, and Capitol Indemnity Corporatioq 'acorporation organized and existing under the laws of the State of Wisconsin .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, 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 of nnP TTnndred Fif1vTg� ThawnZ COLLARS and No Cents, ($157,(1tN1 nn 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 severally, firmly by these presents. This 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 OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number with the City of Denton, the Owner, dated the —9 d day of September A.D. -2WI a copy of which is here attached and made a part hereof, for RE -SCR 1016 _ Air wino i �mre Rennvatinn 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 remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. or 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 herein as the Resident Agent in Denton 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 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in four copies, each one which shall be deemed an original, this the Znd day of seotember 2003 ATTEST: PRINCIPAL Smith Contractors, Inc. BY: T SEC BY: Nnntiti�. PRESIDENT Smi-rK , (tsioEvs Fitto0.I�AI SURETY Capi�to�l� `Indemmit/vyorporation BY: Kew. ATT&NECIN-FACT Kathy R. Zacharek The Resident Agent of the Surety in D2ilflili County, Texas for delivery of notice and service of the process is: NAME: Cheryl L. Humphrey STREET ADDRESS: _ 1621 Winding Creek Road, Prosper, TX 75078 (NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give aperson Is name.) PB-4 yuice oT Tne uapitoi 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 at: P.O. Box 149104 Austin, TX 78714-9104 Fax # 1-512-475-1771 Your notice of claim against the bond may be given to the surety company that issued the bond by sending it to the following address: Mailing Address: Capitol Indemnity Corporation P.O. Box 5900 Madison, WI 53705-0900 Physical Address: Capitol Indemnity Corporation 4610 University Avenue Madison, WI 53705 You may also contact the Capitol Indemnity Corporation office by telephone at: 1-608-231-4450 PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If this dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become part of condition of the attached document. I CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Offeror's attention is directed to the insurance requirements below. It is highly recommended that offerors confer with their respective insurance carriers or brokers to determine in advance of Proposal submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low offeror fails to comply strictly with the insurance requirements, that offeror may be disqualified from award of the contract. Upon proposal award, all insurance requirements shall become contractual obligations which the successful offeror 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 proposal award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the proposal 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 proposal opening, since the insurance requirements may not be modified or waived after proposal opening unless a written exception has been submitted with the proposal. 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 proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 1 I 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 read: • "SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED". • 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. 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: [xl 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: 2 I 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. [xl 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. [xl 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). 3 [ ] 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 "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. [ ] 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. [] 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. [Xl 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. [ ] 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. Cl ATTACl3bI� ENT 1 [Xl 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 entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. 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. 5 E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 0 (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 (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. 7 ACQRA, CERTIFICATE OF LIABILITY INSURANCE., DIP Be� °°oq;2; 03 ONLY Independent Insurance Group HOLD 3010 LBd Freeway Ste. 920 ALTEI Dallas TX 15234-1004. Phone:972-231-8271 SSmiBi�th Contractors � Attp: Simon Landaro9 555522]] oas Road CarI TX 75043 c INSURERS AFFORDING COVERAGE THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURSO NAMED MOVE FORTNE POLICY PERIOD NDICATEO. Ngz=TANONG ANY REOUxlMGNT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT To VWHIC14 THIS CERMCATE MAY. DE 1SeVE0 OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS. EKCLUSIONN AND CONDITIONS OP SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CWMS. TYPE OF IN" E POLIOI'NUJIIBER D117E M LEMTU A OVERALL LMBKFY X COMMERCMLOENERALLIABIUTY CLAIMS MADE [ -] DOCU X Blkt A.-;-; 'aad / CL420500568 06/24/03 06/g4/04 OGURRENGE 11,0OO OOO FIREDAMAGEWVow N) $50 000 Mm P.XP WW.0MTnnI e l OOO PERSONAL A AW INJURY 51,000,000 _ — I GBJSAAL AGGREGATE 72,000,000 DENY. AGGREDATE LIIfT APPLES PER: POLICY X PR T LOG PROOUCTS-COMPJOPAGG S1, 000 000 C AUTOMONLE LMIKITY AWAUTO AIL OWNED AUTOS SCHEOULEGAUTC1,9 HIRED AUTOS I. NOII.OWN®AUTQS LCA003060-1 05/24/03 06/24/04 AdMISIN50 SINGLE LILS.T (EAeeW° ) e1,00D,000 BODILY INJURY OWP*--) F X BODILY INJURY IPA�aeAtlA,AI S X PROPERTY DAMAGE (Per A�aA.nO GAUGE LLUKIYY ANY AUTO AUTO ONLY-EAACQDENT S OTHERMnN EAACC AUTO ONLY: AGO S s D CMISS 11AEIJTY 1 X GccuR f-JcuIMBMAm DEDUCTIBLE X RETENTION s 10 000 II400003547 06/24/03 06/24/04 EACH OCCURRENCE 11 000,000 AGGREGATE 11,000,000 s f = B WORKERS CONPENM110i1 AyD� EMPLOYAAe'LIMILT' •. / I / SEP0001119626 - 07/24/03 06/24/041 RY W EL.EACIIACCKmv &1500 00D e.l.DefAeE •EA EMPLO i500 O00 EL DISEASE - POLICY LIMIT $500000 a OTHER ) Imilders Risk, rtin Fora 6R48647943� 12/12/02 12/11/03 One Struc $3,000,ODO All Lee $5 000 000 OpepEremoorWOPMAITrowa GCATIS"CLUIEXCLUSIONS A00EO BY SNiMSPEOALPROVdfGMB Purchasing O£fide SJlpeneion/City of Denton are Lid_additional insured regards the general 6 auto liability policies. giver of subrogation applies in Favor oCity of Denton regards the general ability work ces�ensatien policies✓30 Day written notice of cancellation, nonrenewal or mataeial change, except 1C day w itten notice for nonpayment of premi=. 77 rem rR,wm nuwen s ••.wnwwu...unew mwvcn �cnan: DCNTON3 SWULO ANYOF THe ABOVE DSBCHUSBO POLICE:9 BECAINCELLEDMFMTTHHE�K44RAYM DATE THENBOF. THE ISSUING INSVFAn POLL 6NOEAVOR TO MAR: sr., YBYYSSTTEN NOTICE W THE CWnROATe HOLDER NAMED TOTH% LEFT, 8VT FALUU TO DO W SHALL City of Denton IMPOST NO 401LNJAl10N OR LIAWTI. OFAMY KIND UPON THE NMNRER, ITS AGENTS OR 901-B Texas Street IaMRNSNTATWO. Denton TX 76201 - ATMF .1 . _ . 7 m Z00/T00(z _— IVd CI:CT 90OZ/Vu/60 r—.- JNftY' •'�.N4UR°,4�9; .E. �'�1> oO, L+CQry<' '.QP;1(1.''''.�iW' OA�7E::23:ti3: Waiver of sos,i.,gatien applies to code 5606. i t zoonoo@ svA vt:ct soozirzi60 E-d 60Z69ZZZL6 SHOIOUdiWOO HIIWS WdOZ;ZT 6002 92 deg SECTION 00300 — PROPOSAL FORM COMPETITIVE SEALED PROPOSAL FOR CONSTRUCTION CONTRACT Proposalof �,1ITN I�OJ.JTRACTO25 \N C . individual doing business as: TO: THE CITY OF DENTON DENTON, TX 76209 Gentlemen: of the State of Texas, The undersigned, in compliance with your invitation for competitive sealed proposals for the Purchasing Office Renovation for the City of Denton, Texas, having examined the drawings and specifications with related documents and being familiar with all of the conditions surrounding the construction of the proposed to furnish all labor, material, equipment, and supplies and to construct the work in accordance with the Contract Documents, within the time set forth herein, 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 Proposer further agrees, and acknowledges the following Addenda have been received and that the entire contents thereof have been incorporated into this Proposal: No.f 'A& ( I)_, dated 7 bID3 No. , dated No. , dated No. , dated Proposal Form 00300 - 1 PROPOSED BASE AMOUNT Proposer agrees to perform all of the work described in the specifications and shown on the drawings for thesumof VV\t✓ywvt1(' ($ IS-1 ALTERNATE PROPOSAL NO.1 — FURNISH AND INSTALL NEW WOOD DOORS IN LIEU OF RE- USE OF EXISTING DOORS: I•- -� D Add the sum of: +W -3 ` ayl>c1 Vl V Se(ieYl Vt 'nJi c d C cy s ($ 00 �. The undersigned agrees to complete all the work ready for the Owner's acceptance, within calendar days after notice to proceed with the work as given by the Owner, fully realizing that the contract will carry liquidated damages provision in the amount of One Hundred Dollars ($100.00) per day. "Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. EXAMINATION OF SITE: By signing the Proposal Form, contractor acknowledges he is an authorization representative and has examined the site and is aware of all field conditions, which may affect the work. I (or we) agree to promptly furnish a correct and current financial statement of condition with a list of owned equipment and an experience record of completed projects for examination by Owner and Architect, if same is required. NOTE: ON THIS TYPE OF PROCUREMENT, THE THREE PERCENT LOCAL PREFERENCE IS NOT APPLICABLE. STATE SALES TAX It is understood that this project is exempt from the State Sales Tax and the proposal amounts quoted herein do NOT include State of Texas Sales Tax. The bidder agrees that, if awarded a contract he will segregate labor and material amounts in such a manner that a Texas Exemption on materials may be legally obtained for the Owner's benefit. Proposal Form 00300 - 2 The undersigned Bidder further agrees to the following conditions: 1. An incomplete Proposal or one having additional information or other modifications inscribed thereon, may be cause of 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 agreements, and failing to comply with any part of this Proposal will be taken as failure of 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 and 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 sixty (60) days from the date hereof. (Seal if submitted by 6'corporation) Respectfully submitted, cnurmcmks- WC. Proposer SE;z�s !. 01__)5 RD• Address &A pub Ja Authafted Offi r 1I 5Itet'm Title -7Ito03 Datey f 1�z1ZZ(o-92z$ Pho (47Z� 7?-ZCa-012o9 Fax Proposal Form 00300 - 3