HomeMy WebLinkAbout2001-030ORDINANCE NO
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF A METAL BUILDING FOR COMPOST
STORAGE AND PROCESSING, PROVIDING FOR THE EXPENDITURE OF FUNDS
THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2616 — METAL BUILDING FOR
COMPOST STORAGE AND PROCESSING AWARDED TO WAYNE ALLEN
CONSTRUCTION CO IN THE AMOUNT OF $97,000)
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
2616 Wayne Allen Construction, Co $ 97,000
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
SSEECTION 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
SSECTION V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the / 0 — day of 2001
i
Ae
EULINE BROCK, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CVY ATTORNEY
IC 1
BID 2616 - CONtrRACTVAL ORDINANCE 1-2001
ATTACHMENT
TABULATION SHEET
BID # 2616
METAL BUILDING
Date 12/21 /00
c.
I S 1P
7_ pt
V DQR
NOR
NDOR
`I,`
< 3
Davis &
Wayne Allen
Heritage Budding
DBR
?
111h1'I ;j
Jones & Jeffrey
Hawkins
Construction,
Systems
Construction
Co
Principle Place of Business
DENTON, TX
FT WORTH, TX
DENTON, TX
N LITTLE ROCK, AR
DENTON, TX
50' X 100' X 20' PRE-
$110,808 00
FABRICATED METAL
$94,750 00
$96,561 00
$91,000 00
$33,240 52
ALT $5,788 00
BUILDING
**FOR COMPOST
*$5,910 00
PRODUCTION &
*$1,150 00
*$8,118 00
*$6,000 00
STORAGE
*$5,750 00
DELIVERY
110 DAYS
119 DAYS
90 DAYS
250 DAYS
120 DAYS
BID BOND
YES
YES
YES
NO
YES
Considered non
responsive no Bid
Bond enclosed does
not include erection
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this _.day of January A D , 2001,
by and between City of Denton of the County of Denton and
State of Texas, acting through Michael W. lez thereunto duly authorized so to do,
hereinafter termed "OWNER," and
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 2616 Metal Building for Compost Storage and processing
in the amount of $97,000 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 and the Performance
and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the
Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and
Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent,
and in accordance with the plans, which includes all maps, plats, blueprints, and other
drawings and printed or written explanatory matter thereof,
CA - 1
and the Specifications therefore, as prepared by
all of which are referenced herein and made a part hereof and collectively evidence and
constitute the entire contract
Independent Status
It is mutually understood and agreed by and between City and Contractor that
Contractor is an independent contractor and shall not be deemed to be or considered an
employee of the City of Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit City shall not have supervision and control of Contractor or any employee
of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury
to property or third persons occasioned by any error, omission or negligent act of Contractor,
its officers, agents, employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost and expense,
defend and protect the City of Denton against any and all such claims and demands
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas
The CONTRACTOR hereby agrees to commence work on or after the date established
for the start of work as set forth in written notice to commence work and complete all work
within the time stated in the Proposal, subject to such extensions of time as are provided by the
General and Special Conditions
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
shown in the Proposal, which forms a part of this contract, such payments to be subject to the
General and Special Conditions of the Contract
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written
APPROVED AS O F RM
CITY ATTORNEY
OW
BY
(SEAL)
WAYNE ALLEN CONSTRUCTION CO., INC
CONTRACTOR
1103 N ELM ST.
DENTON TX 76201
MAILING ADDRESS
(940) 566-1819
PHONE NUMBER
(940) 891-1082
FAX N BER
BY
TITLE
WAYNE 0. ALLEN, PRESIDENT
PRINTED NAME
CA-3
(SFAL)
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, tf 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 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 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 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 ansmg 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
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 $son 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
[X] Automobile Liability Insurance -
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than V00,000 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 ansmg 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
[X] 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)
[ ] 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 anse
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 carves 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
[ ] 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
ATTACHMENT
[XI Worker's Compensation Coverage for Budding 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 wluch 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
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
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 401011(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
(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
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
Bid 2616 — Metal Building for Compost Storage and Processing CONTRACT, Bonds & INS 1-2001
BIP NUMBER 2616 BID PROPOSALS J i PAGE 2 OF 2
City of Denton, Teams 901-B Texas Street
n
Purchasing Department Denton, Teams 76201
1 50' x 100' x 20' Pre -Fabricated Metal Building 1 $91.000 $91.000
for compost production and storage
NOTE (1) By signing and submitting this bid proposal, the bidder
certifies that all items bid meet or exceed MBMA standards, all applicable
building codes, and engineering requirements
NOTE (2) Requests for Clarification(s) to be directed to Tom Shaw at
the telephone numbers) and address shown on the Bid Invitation Needed
addendum(s) can be issued until 5 days prior to the Bid Opening
We quote the above f o b delivered to Denton, Texas Sluprnem can be made in 10 days from receipt of order Terms net130 udess otherwise hMhcamd
In submitting the above bid the vendor agrees that acceptance of say or all bid items by the City of Demon Texas within a reasonable period of tune consumtes a contract
The complete Bid Proposal must be properly priced signed and returned
1103 N ELM ST 0111YNE ALLEN CONSTRUCTION CO , INC
Mading Address dderlCompany
DENTON TX 76201
City State Zip Signature
(940) 566-1819 (940) 891-1082 WAYNE ALLEN
Telephone Fair Number PrinNType Name
PRESIDENT
Title
FIN\PRCH\BID SPECS\2616 INVITATION AND PROPOSAL
WAYNE
A L L E N
CONSTRUC71ON
COMPANY
INCORPORAIPR
100 N LOCUST
SUITE 1
DENTON TX 76201
(940) 566-1819
(940) 891 1082 FAX
wacc@sprynet com EMAIL
December 21, 2000
Mr Tom Shaw
Purchasing Department
City of Denton
901-B Texas St
Denton TX 76209
Dear Tom
RE BID #2616
Compost Storage Budding
We inadvertently left off of our bid the Alternate requested by David K
Isbell on Page S1 under "Concrete Notes", Item #2 as follows
Provide 2 Ibs Per square foot of MasterBuilders Masterplate 200
Dry Shake Hardener
To accept this Alternate, please add $6,000
Thank you
S
Waynd Allen
President
PERFORMANCE BOND
#22502213
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That dyne Allen Construction Co..
whose address is 1101 N. Elm St., Denton, TX 76201, hereinafter called Principal, and
Western Surety Company , a corporation organized and
existing under the laws of the State of South Dakota , and fully authorized to transact
business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a
municipal corporation organized and existing under the laws of the State of Texas, hereinafter
called Owner, in the penal sum of Ninety Seven Thousand and no/100 DOLLARS ($2ZQQQ)
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 2001-030, with the
City of Denton, the Owner, dated the 1_ day of January A D 2001, a copy of which is
hereto attached and made a part hereof, for Bid # 2616 - Metal Building for Compost Storage
and Processing,
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
PB-1
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 —4— copies, each one of
which shall be deemed an original, this the 15_ day of January 2001
ATTEST
BY —yz,�a -) (� -
SEC ETARY
ATTEST
17710611'7:1�
Wayne Al en Constr*or,
.Inc,,
'
BY _
PRESIDL�NT
SURETY
Western SuRety Company
BY a
BY
ATTORNEY -IN -FACT
Michael P Whisenant
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME TCT Insurance Services, Inc
STREET ADDRESS 100 W Oak #316 Denton, TX 76201
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
PB-2
PAYMENT BOND
#22502213
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That Wane Allen Construction Co..
whose address is 1103 Elm Denton TX 76021, hereinafter called Principal, and
Western Surety Company , a corporation organized and
existing under the laws of the State of S.Dakota , 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 sum of
Niny Seven Thoticand and no/100 DOLLARS ($97,000) 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 2001-030 , with
the City of Denton, the Owner, dated the _16 day of January AD 2001 , a copy of
which is hereto attached and made a part hereof, for Bid 2616 - Metal Building for Compost
Storage and Prcoes%mg.
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
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
PB-3
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 _4— copies, each one of
which shall be deemed an original, this the 16 day of January , -2M1
ATTEST
BY Y,�- �
SEER11TARY
ATTEST
PRINCIPAL
Wa ne Allen Construction Co Inc
BY 01'�
PRESI ENT
61011oY11.1
aaj A_)Western Surety Company
BY
BY F. wzt-wz
ATTORNEY -IN -FACT
Michael P. Whisenant
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME TCr Insurance Services, Inc
STREET ADDRESS 100 W Oak #316, Denton, TX 76201
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
OD��
Western Surety Company
POWER OF ATTORNEY CERTIFIED COPY
Bond No - 22502213
Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the
laws of the State of South Dakota, and having its principal office in Sioux Falls South Dakota (the "Company'), does by these presents
make constitute and appoint Mlchae L-P --Whi senant
its true and lawful attorney(s) in fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on
its behalf as Surety bonds for
Principal Wayne Allen Construction Cc , Inc
Obligee City of Denton, TX
Amount $106,700 00
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the
corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s) in fact
may do within the above stated limitations Said appointment is made under and by authority of the following bylaw of Western
Surety Company which remains in full force and effect
"Section 7 All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary any Assistant Secretary, Treasurer or any Vice President or by such
other officers as the Board of Directors may authorize The President, any Vice President Secretary any Assistant Secretary or the
Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds policies, or undertakings in the name of
the Company The corporate seal is not necessary for the validity of any bonds, policies undertakings Powers of Attorney or other
obligations of the corporation The signature of any such officer and the corporate seal may be printed by facsimile "
All authority hereby conferred shall expire and terminate without notice, unless used before midnight of Agrl 1 16 _
_ 2 0 0 1 - _ but until such time shall be irrevocable and in full force and effect
In Witness Whereof Western Surety Company has caused these presents to be signed by its President Stephen T Pate and its
corporate §M410 A,affixed this 16th day of January_ _ - 2001
q„, �`'`<.p WESTER�N SURETY COMZI
NY
sz
Stephen T Pate President
as CA *"r
STIjfj,Q:SQxI� 81'A l
COUN�'ira r° 0ZHA I ae
On this 16th day of -- Januar _ in the year 2001 before me a notary public personally appeared
Stephen T Pate, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of
WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation
ti�YWwMWMi�wYYwMh+Ns
{ J MOHR _
NOTARY PUBLIC Notary Public South Dakota
SOUTH DAKOTA
My Oommianon Expires 10 22 2005
4
I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota do hereby certify that the
attached Power of Attorney is in full force and effect and is irrevocable and furthermore, that Section 7 of the bylaws of the Company
as set forth in the Power of Attorney is now in force
In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this _ _ 16th _ - dayof
_January___ 2001
WESTER,N S RETY COM NY
Stephen T Pate, President
Form F5306
ACORD. CERTIFICATE OF LIABILITY INSURANCE DATEIMM/DO/YYI'
Ol/30/O1
PNuJuctH THIS CERTIFICATE 18 ISSUED AS A MATTE OP INFORMATION
Higginbotham & Assoc., Inc ONLY AND CONFERS NO RIGHTS UPON T1iE CERTIFICATE
DBA Denton Ina urance Center HOLDER THIS CERTIFICATE DOES NOT END, EXTEND OR
ALTER THE COVERADE AFFORDED SY THE POLICIES BELOW
P.0 Drd.wo= C
Dontonl TX 76202 INBURI:RS APPORDINOGW OE -
NauneD - .`_,,; FA EVANSTON INSURANCE C VMANY
Wayne Allen COnst Co �^ =F HARTFORD INSJRANCE G OUP
100 N Locumt, quite 1 --- ,— —
Denton, TX 76201
NS. HFF ❑ I
THE POUCIESOFINSJRANCE USIhD BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED N STANDING
ANY REQUIREMENT TERM DR CONDITION OF ANY CONTRACT OR OTHER
DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MA BE ISSUED OR
MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS IXCLUSIONSANO C nRIfYJSOF SUCH
POLICIES AGGRETNTE LIMITS SHOWN MAY HAVE BEEN REDUCED SYPND CLAIMS
INRLTRT- TVPEOF NBURANDE POL GYNUMB6R
POL CY OFOCiv OL-CYEXp RATION--- M
A CL421900147
09/15/00 109/15/O1 olf R'.ENDF 11.000,000
_GENERALLASLTY
—XICOMVc CA SRN F-A . A3 1'I
cFCDAbA3EQnY�SR tILS- 5Oe000
A VS VAJt X OCC—
VJeX•,AnyJnb OVVI S 5.000
PERSONAL&AjV N_.IR Y�, 000
IR-Nc.A a^-P. A R2,OQ0,000
G cN _A vq,_-'u A'__M-A-- FS Pca
PFOJ�C-S COMP/OPG3 19l, 000. 000
-0--V PVD )..
$ AVIOMOBLELABLTY 46TJECFJ5271
103/18/00 03/18/01 I-OMe'NEDS'Ni F 4-
X ANYA- 0
sl 000 000
IHttA_dtnl� I I I
A )WNF)A I)-
�-
Poly N FV I
'
5r`1L -'A OS
(PSI Ob 90`7 (
P D'l YIN �V 1
X N)N 1WNJN
--
.aH')PEF-Y lA MA9F ' 5
(Pt ru.. db lq
GAR AGELABILTY
AL_D ON _Y FAA=I EN' • _
ANYA O
THAN -A OC 9
A,-0'O ON Y
EXCESS L AB L TY
_
=AC-OOC-RRENGc
JCO F G AV, VAiF
A93AFRA'E U 3
JCD_C-0 c
4
N JN S
_
S
WORKERS CDMPENSATUN AND
—�- W `IA I�
IX M R 11P.-
EMPLOYERS L AS L TY
_�Q -
EL EACI ACDIDENT 5
e is MSE zA ZMP Yzv i
lb�AN= -9� CY `V" 5
OTHER
I
II 1
L _
DBS6R PT ON UP OPERAT ONBJLOCATONB/VEHICLES/EXCLUS ON$ ADDED BY ENDORSEMENT/SPEC AL PROVISIONS
RE. Sid 82616 - Compost Storage
Certificate Holder is named as Additional Insured on General Llabi�ty.
"Said Policy shall not be cancelled,
nonrenewed or materially changed
without 30 days advanced written notice being given Lo the City oL
(See Attached Descriptions)
{
CERTIFICATEHOLDER ADO TONAL NSURP.O INSURER LETTER
CANCELLATION
9HOULDANYOFTHEABOVEDESCRBEDMLCESBECANCELL'�OBEFORETHEF iRAToN
City of Denton, Texas
DATETHEREOF THE BSUING INSURER W ILL ENDEAVOR TO ry AL30-DAYSWRTTEN
901-B Texas Street
NOTCETDTHECERTFCATENOLDERNAMEDTOTHELEPT SUFALURETOD09OSHALL
Denton, TX 76201
MPOSENOOBLIGATONORLAMLITYOFAN' NO UPON TM INSURER TSAGENTSOR
AEPHEIONTATWES
AUTHOREEDREPR ENTA'
Oi .5
fb3.54U4/.N49Ltl5
EAD S ACORD CORPORATION 1888
J{
I
01/30/01 it 17 PAX WAYNE ALIhN (,U VJ Uj
nPM AA AiL 1
DESCRIPTIONS (Conflnued from Page 1) ,
Denton except when the policy is being cancelled for nonpayment of
premium in which case 10 days advance written notice i4 required."
I
i
I
I
I
1/Ju/V1 11 cl rAA "'•'^" """'"" --
I
I
I
IMPORTANT ;
r
t o- n rrin hcate licirlel is at A)-itTIONAL INSURED ne polrcyeecl must be encorsed A sin emen•
nn his mr-th atN does not comer r yh(t, to the cartncc3te ho der r I r„ of such endor3eme t s,
It 3)3ROCAl ION IS WAIVED si beet n the ter m"anc' a,ndtion� of the policy certain UolrcreS iay
rc+rp it ar er rloriemarn A statamen orr dlra err,, does not confer tic i s to he renif,LAW t
ho der in I,L of BUCK enda,omentlSr
DISCLAIMER
The Cc -rr c., r of Insurarce or the reverse sice of this for, r dooms not const ture a contract between I
tr a (ssu,n, it % re sr andionded eptese ua n,o or producer and on certificate holder nor does r '
affirmat rely or nag attvely amend extend rr direr the cc derage afforded bythe policies i seed there(,,
Ij
I
`I
I
L
ACORO 253f7 e717 of "i 9S53404/1,f492R5
01/30/01 14 08 tAX
WAYNE ALLEN CO 1 402
RANCE
IABILITY INSURANCE 30001
ACORa OFLIABILITYR
ICERTIF
�F
PRODUCER FAX
I ALTER
ONLY AND CONFERS NO RIGHTS UPON THE bERTIFtCATE
INFORMATION
TCT Insurance Services, Inc LO
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
12660 Coi t Road
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Suite 200
INSURERS AFFORDING COV RAGE
Dallas, TX 7S291
INSURED Wayne Allan Const Co , Inc
INSURER Texas Workers Comp Ins und
1103 N Elm Street
INSURERS
Denton, TX 76201
INSURER
INSURER 0
INSURER E.
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE
INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICAT NOTWITHSTANDING
ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER
DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE V BE ISSUED OR
MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND NDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
I`TR TYPE OF INSURANCE POLICY NUMBER
"DDRY11 pOryyj DATE(MMIDDl1'YIN LIMITS
EACH OCCURRENT �sj S
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
FIRE DAMAGE (Any e. lro) $
CLAIMS MADE OCCUR
MEO EXP Um me Pe+ean) S
PERSONAL a ADV INJURY S
GENERAL AGGREGATE S
GENL AGGREGATE LIMIT APPLIES PER
PRnnurT6 RM,PIOP APG S
POI ICY PSCT IOC
`I
AUTOMOBILE LIABILITY
COMBINED SINGLE LIAR
S
ANY AUTO
(EA aalUsnq
ALL OWNED AUTOS
BODILY INJURY ) S
SCHEDULED AUTOS
(Per PerSen)
HIRED AUTOS
BODILY INJURY S
NONLOWNEO AUTOS
(Pere idenB ,
PROPERTY 13AMAGEI S
(Per eao�eanq
AUTO ONLY EA ACgLLDENT S
GARAGE LIABILITY
MY AUTO
OTHER THAN EA ACC S
AUTO ONLY II AGO S
EXCESS LIABILITY
EACH OCCURRENCEI S
OCCUR CLAIMS MADE
AGGREGATE
S
s
DEDUCTIBLE
S
RETENTION S
WORKERS COMPENSATION AND 1009086
S
03/19/2000 03/19/2001 X TORYUMRB I OER
EMPLOYERS LIABILITY
EL EACH ACCIDENT S S00,00(
A
E L DISEASE EA E
UDYEE $ 500,00(
EL DISEASE POLI
LIMIT S 500,00(
f
OTHER
I
ReEs,el'e11CBF PE T�QNftQCATIOySNEHIC W80ge AOWa Ve DOR BNT SPHC AL PROVK{I US
T N7.B16 Gonposttora Subrogation fin favor of City of Denton, its
officials, agents, employees and volunteers Said policy shall not be cancelled, non -renewed
or
materially changed without 30 days advance written notice being given to the Owner, (�ity)
except
when the policy is being cancelled for non-payment of premium in which case 10 days advance
written notice is required
I
CERTIFICATE HOLDER ADDITIONAL INSUREW, INSURER LETTER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPU. . JN DATE THEREOF THE ISSUING COMPANY Vill ENDEAVOR TO MAIL
30 GAVE wgfrTEN NOTICE TO THE CERTIFICATE NOflDER NAMED TO THE LEFT
City of Denton
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR UABIUTY
901-B Texas Street
OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES
Denton, TX 76201
AUTHORtWO REPRESENTATIVE I
ACORD 25S (7197)
Arvid Leick
' n �%„ CACORD CORPORATION 1081
��