HomeMy WebLinkAbout2001-373ORDINANCE NOILO-1-9 715
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF ROOF COATING AT FIRE STATIONS NO 5
AND NO 6, DENTON, TX, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE,
AND PROVIDING FOR AN EFFECTIVE DATE (BID 2714 — ROOF COATING AT FIRE
STATIONS NO 5 AND NO 6, AWARDED TO MOISTURE SHIELD, INC, DALLAS, TX IN
THE AMOUNT OF $39,330)
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 1 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 Crty's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids
BID AMOUNT
NUMBER CONTRACTOR
2714 Moisture Shields, Inc $39,330
SECTION 2 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 3 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 4 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 5 That this ordinance shall become effective immediately upon its passage and
approval
2 C/ �f'
PASSED AND APPROVED this the day of AX z& — 2001
Z"v, An,
EULINE BROCK, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY 4
APPROVED AS TO LEGAL FORM
HEP
BY
2714
ATTACHMENT
TABULATION SHEET
Date
8/28/01
BID # 2714
ROOF COATING AT FIRE STATION NO 5 &
NO 6
V ND R
VE DOR
VENDOR
VENDOR
VENDOR
p DESCRIP O
DENTON
METRO
JEFF EUBANK
ROOFING
AA
APPLICATORS
MOISTURE
SHIELD
i'
TRINITY
CONSTRUCTION
COMPANY, INC
INC
ROOFING
DENTON
DENTON
FORT WORTH
DALLAS
DALLAS
Principle Place of Bysmess
BASE BID 1 - FIRE
$42 867
$31,200
$36,195
$35,902
$20,730
1 STATION # 5
BASE BID 1 - FIRE
$35,889
$26,000
$27,445
$31,973
$18,600
2 STATION # 6
LUMP SUM BID
$78,756
$57,200
$63,640
$67,000
$39,330
3
BID BOND
YES
CHECK
ENCLOSED
YES
YES
YES
4
5 ADDEN UM1
YES
YES
YES
YES
YES
2
Roof Coating at Fire Station # 2714 CITY OF DENTON
on No 5 and No 6 August 9, 2001
CONTRACT AGREEMENT
§ STATE OF TEXAS §
§ COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 2na day of October
A D , 2001, by and between City of Denton of the County of Denton
and State of Texas, acting through Michael A Conduff thereunto duly authorized so to do,
heremafteri,termed "OWNER," and
Moisture Shield Inc
2912 Barge Lane
Dallas TX 75212-4243
of the City of Dallas , County of Dallas 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 #2714 Roof Coating at Fire Station No 5 and No 6
in the amount of $39,330 00 and all extra work in connection therewith, under the terms as
stated in the General Conditions of the agreement, and at ins (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, and the Specifications therefore, as prepared by
Armko Industires Cc and City of Denton Staff
all of which are referenced herein and made a part hereof and collectively evidence and constitute
the entire contract
CA-1
ill
Roof Coating at Fire Station No 5 and No 6 Bid # 2714 CITY OF DENTON
August 9, 2001
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
76
Roof Coating at Fire Station No 5 and No 6 Bid #2714
CITY OF DENTON
August 9, 2001
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year
and day firstlabove written
ATTEST
ATTEST
BY
lV 1
OWNER
(SEAL)
MAILING ADDRESS
PHONE NUMBER
F.AAXI NUMBER
BY �rPs1d�1 )T
TITLE
SDan vk)h, y-A'(-J
PRINTED NAME
CA-3
(SEAL)
77
Roof Coating at Fire Stations No 5 and No 6
Bid #2714 CITY OF DENTON
August 9, 2001
Moisture Shield, Inc
NAME OF BIDDER Moisture Shield, Inc.
DATE 08/27/01
MS CHRISTY SKIRCHAK
PURCHASING
CITY OF DENTON
901-B TEXAS STREET
DENTON, TX 76209
Dear Ms Skirchak
The undersigned, in compliance with your advertisement for Bids for the Roof Coating at Fire Station No
5 and No 6, having examined the Drawings and Specifications, together with the related documents and all
conditions surrounding the work, and having visited the sites of the proposed work, hereby, proposes to
furnish all work in every detail in accordance with the Contract Documents within the time set forth herein
and at the prices stated below These pnoes shall cover all expenses incurred in performing the work under
the Contract documents, of which the Proposal is a part
Attached herewith, please fmd (Cashier's Check) (Certified Check) (Bid Bond) in the amount of
$ 1,967.00 , five percent (5%) of the bid
I (or we) acknowledge receipt f the following addenda
ADDENDA #1 7_(Initial)
ADDENDA#2 (Initial)
ADDENDA #3 (Initial)
62
Roof Coating at Fire Stations No 5 and No 6 Bid #2714 CITY OF DENTON
August 9, 2001
Moisture Shield, Inc
CONTRACT DOCUMENTS Having exammed the Proposal, General Instructions, Materials, Execution,
Drawings, and Contract for (Bid # 2714) and Conditions for the Roof Coating at Fire Station No 5 and
No 6 work, and having examined the premises and circumstances affecting the work, the undersigned offer
OFFER To furnish all labor, material, tools, equipment, transportation, bonds, all applicable taxes,
incidentals, and other facilities, and to perform all work for the said Roof Coating at Fire Station No 5 and
No 6 for the following area
BASE BID 1— FIRE STATION NO 5
Provide elastomenc coating roof system and repair metal flashings per specifications
Twenty Thousand Seven Hundred Thirty Dollars & .00/¢ $20.730.00
Ten Thousand Three Hundred Sixty Five Dollars
MATERIALS $ 10,365.00
LABOR
Twenty
TOTAL
Ten Thousand Three Hundred Sixty Fief DTDa.0
Thousand Seven Hundred Thirty Dollars
BASE BID 2 — FIRE STATION NO 6
Provide elastomenc coating roof system and repair metal flashings per specifications
Eighteen Thousand Six Hundred Dollars & 11 i $ 18,600.00
MATERIALS Nine Thousand Three Hundred $ 9,300.00
Nine Thousand Three Hundred
�1
TOTAL Eighteen Thousand Six Hundred Dollars
$ 9,300 00
18,600.00
LUMP SUM BID — IF BOTH AWARDED TO ONE CONTRACTOR
Twenty Thousand Seven Hundred Thirty Dollars & .00/& $ m 73n.00
Ten Thousand Three Hundred Sixty Five Dollars
MATERIALS $ 10,36s.00
Ten Thousand Three Hundred Sixty Five Dollars
LABOR $ 10,365 00
TOTAL Twenty Thousand Seven Hundred Thirty Do$lar 20,730 00
In words Eighteen Thousand Six Hundred Dollars & 00/d $ 18,600.00
Nine Thousand Three Hundred Dollars
MATERIALS
Nine Thousand Three Hundred Dollars
$ 9,300.00
TOTAL Eighteen Thousand Six Hundred Dollars $ 18,600.00
63
Roof Coating at Fire Stations No 5 and No 6 Bid #2714 CITY OF DENTON
Moisture Shield,Inc August 9,2001
UNIT PRICE PROPOSAL
1 Remove and replace deteriorated metal roof panel to match existing $ 6 00 per square foot
2 Additional cost over and above the contract amount for weekend or overtime requested by the Owner
$15 00 dditional cost per man per hour
QUALIFICATIONS Contractor shall fill in below material manufacturer's company name of materials
being bid on
Elastomenc Coating Roof System Thermo
EXAMINATION OF SITE By signing the Proposal Form, contractor acknowledges he is an authorized
representative and has examined the site and is aware of all field conditions, which may affect the work
TAXES Tax shall not be included in your bid
Upon receipt of notice of acceptance of this bid, within thirty (30) days of the date of this proposal, I (or
we) agree to execute the formal contract within ten (10) days thereafter, and to deliver an Insurance
Certificate, a SURETY BOND in the amount of ONE HUNDRED and TEN PERCENT (110%) of the
contract price for the faithful performance of the contract, and a ONE HUNDRED PERCENT (100%)
STATUTORY PAYMENT BOND
The undersigned agrees to complete all work shown on the drawings and in the specifications within the
tune limits set forth below subject to additional days that may be added due to inclement weather and/or
other justified and reasonable extensions or tune as may be approved by the Owner
Contractors that are awarded contracts shall be prepared to immediately sit down with the City of Denton
Representatives and present a plan that will illustrate how progression of work is to take place to insure
completion by December 31, 2001
If a contractor is awarded the project, the project must be completed within the dates shown above or the
contractor will be subject to liquidated damages as set forth below
A working day is defined as a calendar day, not including Saturdays, Sundays, or legal holidays, in which
weather or other conditions not under the control of the company will permit the performance of the
principal units of work underway for a continuous period of not less than seven (7) hours between 7 00
A M and 6 00 P M For every Saturday on which the company chooses to work, one day will be charged
against the working time when weather conditions will permit seven (7) hours of work as delineated above
A principal unit of work shall be that unit which controls the completion time of the agreement Nothing in
this item shall be construed as prohibiting the company from working on Saturdays if it so desires If
Sunday work is permitted by the Owner, time will be charged on the same basis as weekdays
THE OFFICIAL WEATHER RECORD WILL BE KEPT IN THE CITY OF DENTON DIRECTOR OF
MAINTENANCE'S OFFICE
64
Roof Coating at Fire Stations No 5 and No 6 Bid #2714 CITY OF DENTON
Moisture Shteld,Inc IAugust 9, 2001
The undersigned agrees that the Owner may retain the sum of ONE HUNDRED FIFTY DOLLARS
($150 00) from the amount to be paid to the undersigned for each calendar day that the work contemplated
remains incomplete beyond the time set forth, Sundays and holidays INCLUDED This amount is agreed
upon as the proper measure of liquidated damages which the Owner will sustam per day by failure of the
undersigned toll, complete the work at the stipulated time, and is not to be construed in any sense as a
penalty
Payment will be made to the contractor within thirty (30) days after receipt of proper invoice and wntten
acceptance of project from the Owner's representative, all required material invoices, documentation, etc
and all written warranties from both contractor and manufacturer
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
SEAL (If by Corporation) RESPECTFULLY SUBMITTED BY
ame)
President
(Title)
2912 Barge Lane
(Address)
Dallas, Texas 75212
Indicate if ( ) Partnership (k Corporation O Sole Owner
If a partnership, list names and addresses of partners
If corporation, indicate state in which corporation was organized and is existing Texas
Principal Stockholders (Name and Address)
nan Whitfield 2912 Barqe Lane Dallas, Texas 75212
David Doyle 2912 Barge Lane Dallas, Texas 75212
65
Roof Coating atF'ueStation No 5and No 6
STATE OF TEXAS
COUNTY OF DENTON
Bid # 2714
PERFORMANCE BOND
BOND NO
CITY OF DENTON
August9,2001
118293
I NOW ALL MEN BY THESE PRESENTS That Moisture Shield Iric. whose address
is 2912 Barge Lane Dallas Texas 75212-4243 hereinafter called Principal, and
EVERGREEN NATIONAL INDEMNITY COMPANY a corporation organized and
existing under the laws of the State of ORIO , and fully authonzed 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 THIRTY NINE THOUSAND, THREE HUNDRED AND
THIRTY DOLLARS ($ $39,330.00) plus ten percent of the stated penal sum as an additional
sum of money representing additional court expenses, attorneys' fees, and liquidated damages
ansmg out of or connected with the below identified Contract, in lawful money of the United
States, to be paid in Denton County, Texas, for the payment of which stem well and truly to be
made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns,
jointly and severally, fiimly 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-M, with the City of
Denton, the Owner, dated the 2nd day of Qc&Rber A D 2001 , a copy of which is hereto
attached and made a part hereof, for Bid #2714 Roof Coatine at Fire Statton No 5 and No 6
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 Klaus, 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
dunng the life of any guaranty or warranty required under this Contract, and shall also well and
truly perform and Will 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
modr£tcations to the Surety being hereby waived, and, if the Principal shall repair and/or replace
all defects due to faulty matenals 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 of
deficiency, then this obligation shall be void, otherwise, it shall remain in full force and effect
PB-I
78
Roof Coatwgat'FueStanaid # 271 a CITY OF DENTON
Station SandNb 6 August9,2001
PROVIDED '1 MTPII;R, that if any legal action be filed upon this Bond, exclusive venue
shall lie in Denton County, State of Texas
AND PROVIDED FUR.TFIER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to he terms of the Contract,
r
to the Work to be performed thereunder, or to the Plans, Sp
accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby
wave notice of any such change, extension of time, alteration or addition totermsrawn he
Contract, or to the Work to be performed thereunder, or to the Plana, specifications,
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 deliverservice of process may be had in anstrig out of such suretyship, as ed
andb n w c om e
tters
7 19-1 of the Insurance Code, Vernonas Annotated Civil statutes of the State of Texas y
I WITNESS WHEREOF, this instrument is executed in ONE copies, each one of which
shall be deemed an original, this the 2ND day of oCTOSER , ? 001 —
ATTEST
1
SECRETARY
ATTEST
BYL
MOISTURES ELD
BY V�
PRESIDENT
SURETY
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of
the process is'
NAME; CHAD W. LAND
STREET ADDRESS 215D
(NO IM Date of Performance Bond must be date of Contract U Resident Agent is not a corporation, give
a persons name) PB - 2
79
Roof Coat4 at Fire Station No 5 and No 6 Bid # 2714 CITY OF DENTON
August 9, 2001
PAYMENT BOND BOND NO. 118293
STATE OF TEXAS
COUNTY' OF DENTON
KNOW ALL MEN BY THESE PRESENTS That Nlotsture Shield Inc . whose address
is 29PHarge e.DgjjM,jX 75212.4243 , hereinafter called Principal, and
F17 NATTONAI, INDEMNITY COMPANY a corporation organized and existing under the laws
of the State of OHIO , 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
oigamzed 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
builduig or improvements hereinafter referred to, in the penal sum of THIRTY NINE
THn1 SAVA THREE gUNDUp AND TM TY DOLLARS ($39,330) ) 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, lomtly and severally, fimily 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-_2L3, with the City of
Denton, the Owner, dated the °2 d day of October A D. 2001 , a copy of which is hereto
attached 8nd made a part hereof, for Bid #2714 Roof Coating at Fire Station No. 5 and No, 6
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 e0ect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue
shall lie in Denton County, Texas,
AND PROVIDED FURTHBR, 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
s0
Roof Coatmg at Fue Station No S and No 6 Bid # 2714 CITY OF DENTON
Augmt9,2001
Tlus Bond is given pursuant to the provisions of Chapter 2253 4 the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas
The undersiped and designated ages t is hereby designated by the Surety harem 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 surety, as provided by Article 7 19-1
of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
1N' WITNESS WREREOF, this instrument is executed in ONE copies, each one of which
shall be deemed an original, this the 2ND day of OCTOBER , 2001
ATTEST
13Y
SECRETARY
ATTEST
BY
MOISTURE SHIELD, INC
BY
PRESIDENT
SURETY
EVERGREEN NATIONAL INDEMNITY COMPANY
f �Q
AT�.
BY _ C�.d�V-
cHEY
CHAD W. LAND
ACT
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of
the process is
NAME CHAD W.. LAND
STREET ADDRESS 215 DURANGO DR., TROPHY CLUB, TX 76262
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation,
give a person's name)
91
IMPORTANT NOTICE
IN ORDER TO OBTAIN INFORMATION OR MAKE A COMPLAINT,
You mayleall EVERGREEN NATIONAL INDEMNITY COMPANY'S toll -free number at
800-325-9112
or
You may write to EVERGREEN NATIONAL INDEMNITY COMPANY at
Attu Claims Department
P O Box 18295
Columbus, OH 43218
You may also contact the Texas Department Of Insurance to obtain information on
companies, coverage's, rights or complaints at
800-252-3439
You may write the Texas Department Of Insurance at:
P.O. Box 149104
Austin, TX 78714-9104
ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does
not become a part or a condition of the attached document and is given to comply with
Section) 2253.048, Government Code, and Section 53 202, Property Code, effective
September 1, 2001
Roof Coatmp at Fire Station No 5 and No 6 Bid # 2714 CITY OF DENTON
August9,2001
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 carvers or brokers to determine in advance of Bid submission the
availability of insurance certificates and endorsements as prescribed and provided herein If an apparent
low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from
award of the contract Upon bid award, all insurance requirements shall become contractual obligations,
which the successful bidder shall have a duty to maintain throughout the course of this contract
STANDARD PROVISIONS
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall
provide and maintain until the contracted work has been completed and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with the Purchasing
Department satisfactory certificates of insurance, containing the bid number and title of the project
Contractor may, upon written request to the Purchasing Department, ask for clarification of any
insurance requirements at any time; however, Contractors are strongly advised to make such
requests prior to bid opening, since the insurance requirements may not be modified or waived after
bid opening unless a written exception has been submitted with the bid Contractor shall not
commence any work or deliver any material until he or she receives notification that the contract has been
accepted, approved, and signed by the City of Denton
All insurance policies proposed or obtained in satisfaction of these requirements shall comply with
the following general specifications, and shall be maintained in compliance with these general
specifications throughout the duration of the Contract, or longer, if so noted
Each policy shall be issued by a company authorized to do business in the State of Texas with
an A M Best Company rating of at least A
Any deductibles or self -insured retentions shall be declared in the bid proposal If requested
by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions
with respect to the City, its 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
82
Roof Coating at Fire Station No 5 and No 6 Bid # 2714 CITY OF DENTON
August9,2001
,,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 tern of this contract and, without lapse,
for a period of three years beyond the contract expiration, such that occurrences ansing 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
[XI A General Liability Insurance:
General Liability insurance with combined single limits of not less than S 1.000.000 shall be
provided and maintained by the Contractor The policy shall be written on an occurrence
basis either in a single policy or in a combination of underlying and umbrella or excess
policies
If the Commercial General Liability form (ISO Form CG 0001 current edition) is used
• Coverage A shall include premises, operations, products, and completed operations,
independent contractors, contractual liability covering this contract and broad form
property damage coverage
Coverage B shall include personal injury
Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO
Form GL 0404) is used, it shall include at least
Bodily injury and Property Damage Liability for premises, operations, products and
completed operations, independent contractors and property damage resulting from
explosion, collapse or underground (XCU) exposures
83
Roof Coating at Fire Station No 5 and No 6 Bid # 2714 CITY OF DENTON
August9,2001
• 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 $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
[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
C{ty 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
84
Roof Coatm* at Fire Station No 5 and No 6 Bid # 2714 CITY OF DENTON
August9,2001
[ J 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
serknce agreements If such additional insurance is required for a specific contract, that
requirement will be described in the "Specific Conditions" of the contract specifications
85
Roof Coating at Fire Station No 5 and No 6 Bid # 2714 CITY OF DENTON
August 9,2001
ATTACE MENT I
[XI 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 carvers, 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
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
M
Roof Coating at Fire Station No 5 and No 6 Bid # 2714 CITY OF DENTON
August 9, 2001
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 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,
(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
7, 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
87
Roof Coating at Fire Station No 5 and No 6 Bid # 2714 CITY OF DENTON
August 9, 2001
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 #2714 — Roof Coating at Fire Station No 5 and No 6
I-V
SAGIFAX 101101101 RmPM HPN r. L 11"Mit.4 c I I I
PAGE I
ACORD. CERTIFICATE OF LIABILITY INSURANCE DATEIMM/DD/YY)
08/16/01
PRODUCER
HRH Dallas
5520 LBJ Freeway, Suite 600
Dallas, TX 75240
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
INSURERS AFFORDING COVERAGE
972 385-9922
INSURED
Moisture Shield, Inc.
INSURERA Bituminous Casualty Corp
INSURER
2912 Barge Lane
INSURER _
Dallas, TX 75212
INSURER
INSURER E
THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND CONDITIONSOF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
LSq
TYPEOFINSUgANCE
POLICYNUMBEq
POU EfFE TIVE
DA M DO
POLGYEXPIRATIO
DATE(MMIDDIM
LIMITS
A
GENERAL LIABILITY
CLP3103138
01/01/01
01/01/02
EACHGCCURRENCE
s1,000,000
X COMMERCIALGENERAL LIABILITY
CLAIMS MADE OCCUR
FIRE DAMAGE(Anyme lire)
$100000
M90 EXP(Anymeperem)
$5 000
X D Ded:1,000
PERSONAL$ADV INJURY
$1 00O 000
GENERAL AGGREGATE
s2,000,000
GEN LAGGREGATELIMITAPPLIESPER
POLICY X JECT LOD
PRODUCTS COMP/OPAGG
s2,000,000
A
AUTOMOBILE
X
LIABILITY
ANYAUTO
CAP3103139
01/01/01
01/01/02
(Eawol�ED)SINGLELIMIT
$11`000,000
ALLOWNEDAUT09
SCH EOU LED AUTOS
(Per perem)
X
X
HIREDAUTOS
NON OWNEDAUTOS
BODILYINJURY
(P.,..Idenl)
$
PROPERTYOAMAGE
(Per ucidenq
$
GAR AGELIABILITY
AUTOONLY EAACCIDENT
S
OTHER THAN EA ACC
AUTOONLY AGG
$
ANYAUTO
$
A
EXCESSLIABILITY
X OCCUR CLAIMS MADE
CUP2531149
01/01/01
01/01/02
EACH OCCURRENCE
$2 000,000
AGGREGATE
$2 000,O0O
DEDUCTIBLE
X RETENTION $10000
$
A
WORKERS COMPENSATION AND
EMPLOYERS LIABILITYTr
WC3103137
01/01/01
01/01/02
X TWOCRYTATU OEH
EL EACH ACCIDENT
$1 000 a000
E L DISEAS E EA EMPLOYEE$1
000 000
EL DISEASE POLICY LIMIT
Sl 1, 000 000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY EN DORSEMENT/SPECIAL PROVISIONS
Re: Fire Station #5 & #6. Bid #2714
The City of Denton, its Officials, Agents, Employees and volunteers are
named as additional insureds on the general liability and auto liability
(See Attached Descriptions)
SHOU LO ANYOF TH E ABOVE DESCRIB ED PO LICI ES B ECANCEL LED BEFORE TH E EXPIRATION
City of Denton DATE TH ER EOF TH E ISS LING I NS UR ER WI L L EN DEAVOR TO MAI L3L�—DAYS WRITTEN
Attn: Christy Skirchak NOTICETOTHE CERTIFICATE HOLDERNAM EDTO THE LEFT BUT FAILURE TO DOSOS HALL
901B Texas Street IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPON THE INSURER ITS AGENTS OR
Denton, TX 76201 REPRESENTATIVES
R EPR ES ENTATIV E
^ ..4'VIaf).L OI J f5/LN511/m/u9nz HGS 0 ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed A statement
on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s)
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing Insurer($), authorized representative or producer, and the certificate holder, nor does It
affirmatively or negatively amend, extend or alter the coverage afforded bythe policies listed thereon
--n.a'j.NG or 3 $,/LJ7//M/VNSZ
OESCRIPTIONS (Continued from Page 1)
policies.
This insurance is primary to any other insurance available to the
additional insured with respect to claims covered under the policy.
Policies shall not be cancelled, nonrenewed or materially changed
without 30 days advanced written notice being given to the owner(City
of Denton) except when the policy is being cancelled for non-payment
premium in which case 10 days advance written notice is required
wiver
agents oemployeesSubrogation
and volunteersoforthe
anycity
work performed for it's
officials,
for the City
g r employees
on the workers compensation policy.
AMS 25 3 (07/97) 3 a
EVERGREEN NATIONAL INDEMNITY COMPANY
CLEVELAND,OHIO
POWER OF ATTORNEY
Moisture Shield, Inc
10/02/01
DATE
39,330 00 39,330 00
CONTRACT AMOUNT AMOUNT OF BOND
POWERNO 118 2 9 3
KNOW ALL MEN BY THESE PRESENTS That the Evergreen National Indemnity Company, a corporation in the State of Ohio does hereby nominate
constitute and appoint,
— Camille Edwards, Gwenn J Hall, Chad W Land, Lanny W Land
its true and lawful At4omey(s)-In-Fact to make, execute, attest, seal and deliver for and on its behalf, as Surety, and as its act and deed where required, any
and all bonds, undertakings, recogntzaaces and written obligations in the nature thereof, PROVIDED, however, that the obligation of the Company under tins
Power of Attorney shall not exceed One Million Five Hundred Thousand Dollars ($1,500,000 00)
This Power of Attorney is granted and is signed by ficsiimle pursuant to the following Resolution adopted by its Board of Directors on the 23rd day of
February,1994
"RESOLVED, That any two officers of the Company shall have the authority to make, execute and deliver a Power of Attorney constituting as
Attorney(s)-m-fact of such persons, firms, or corporations as may be selected from time to tune
FURTHER RESOLVED, that the sngosume of such officers and the Seal of the Company may be affixed to any such Power of Attorney or my certificate
relating thereto by facsumle, and way such Power of Attorney or candlew hearing such facsimile signatures or facsimile seal shall be valid and binding
upon the Company, and any such powers so executed and certificate by faceunile signatures and f ici mule seal shall be valid and binding upon the
Company in the future with respect to any bond or undertalmig to which it is attached'
IN WITNESS WHEREOF, the Evergreen National indemarty, Company has caused its corporate seal to be affixed hereunto, and these presents to be signed
by its duly authorized ofRems dus 23rd day of February,1994
ANAL INp "°+z EVERQN NATION INDEMNITY COMPANY
PORgTF� �.4 IL 3 Roswell EWs,President
tu� eso i n s
K i, SEAL
Olemi D $Ourllwnek, Treasurer
PP
Notof bhc
State
gg �.. .......
On dus 10th day of May, 2001, before the subscriber, a Notary for the State of Oluo duly coimnissioned and qualified, personally came Roswell P
Ellis and Olerm D Southwick, of the Evergreen National Indemnity Company, to me personally known to be the individuals annddo � cere es�
ed herem. and
who executed the preceding instrument and acknowledged the execution of the same and being by me duly sworn, deposed
of said Company athresaid and that the seal affixed to the preceding instrument is the Cne the Officers
orporate Seel of said Company, end the said Corporate Seal and
signatures as offices were duly affixed and subscribed to the said mstramant by the authority and direction of surd Corporation, and that the resolution of said
Company, referred to in the preceding instrument, is now to force
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my offimal seal at Columbus Ohio the day and year above written.
Pp1AL !22�
L i
SUE F. DUFN sue E Duffy
Notary Public State of Ok b
+ ♦ NOTARY PllB A STATEOFOW My Commission expires August 6, 2004
DIY OOw11IODN EXPIRESAXi. WO4
State of Oluo) � pF S
I, the undersigned Secretary of the Evergreen National Indemnity Company, a stock corporation of the State of Oluo, DO HEREBY CERTIFY that the
foregoing Power of Attorney remains in full force and has not been revoked, and furthermore that the Resolution of the Board of Directors,
act forth herem
above, a now in force 2nd inio,•� „"', • •, """..� October, 2001 r \
Signed and sealed Columbus, Oluo this __o`O n ` l
g PORAre\ Kurt H
II IIIII IIIII IIIII IIIII IIIII IIIII III t OT �� 0 d, Secretary
EAny ,production o facsimile of this form its void and invalid
o t j
118293 •1337885• %. V7� w„ 1938„ �laa