HomeMy WebLinkAbout2000-051ORDINANCE NO'D5�
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF HVAC RENOVATION AT THE SERVICE CENTER,
PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN
EFFECTIVE DATE (BID 2449 — RENOVATION OF HVAC AT THE SERVICE CENTER AWARDED
TO BCI MECHANICAL, INC IN THE AMOUNT OF $206,800)
WHEREAS, the City has solicited, and received competitive sealed 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 respondent for the construction of the public works or improvements
described in the bid invitation, and plans and specifications therein, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
S CTION I That the following competitive sealed bid for the construction of public works or
improvements, as described in the "Sealed Bid Invitations", 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
NJIMBER CONTRACTOR AMOUNT
2449 BCI Mechanical, Inc $206,800
S CIF TION II That the acceptance and approval of the above competitive sealed bid shall not
constitute a contract between the City and the person submitting the bid for construction of such public
works ors 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 Biddeand Request for Sealed Bids, and documents relating thereto specifying the terms, conditions,
plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above competitive sealed 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 V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the Lf� day of o 2000
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY
APPROVED AS TO LEGAL FORM
HERBERT L MUTY, CITY.*TTO
BY
BID 2449-CONY C TU 0RDINANCE(2.00)
ATTACHMENT #1
TABULATION SHEET
• # 2449 Date : 11
HVAC RENOVATION@SERVICE CENTER
O 11
094CRIPTION R.
VENDOR
VENDOR
VENDOR
6- fd "
d ""j'
BCI
CBS
Barley
I);<£d
Mechanical
Mechanical
Construction
Vdryi
Base Bid
$206,800
$297,700
$216,237
1
Addendum #1
YES
YES
YES
2
Bond
YES
YES
YES
3
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
TIJIS AGREEMENT,
made and entered into this
15 day of
February
A D , 2000, by and between
City of Denton
of the County of
Denton
and State of Texas, acting through Michael W Jez thereunto duly authorized so to do,
hereinafter termed "OWNER," and
BCI Me4aamcal Inc
400 E Oaks Street
Denton, TX 76201
of the City of Denton County of Denton
and State of Texas hereinafter termed "CONTRACTOR "
WITNESSETH That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by OWNER, and under the conditions
expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to
commence and complete performance of the work specified below
Bid 2444 - Renovation of HVAC at the Service Center
in the amount of $206,800 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 i 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 herem 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
Denton Municipal Electric and Don Raspante
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 clauns and demands
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas
The CONTRACTOR hereby agrees to commence work on or after the date established
for the start of work as set forth in written notice to commence work and complete all work
within the time stated in the Proposal, subject to such extensions of time as are provided by the
General and Special Conditions
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
shown in the Proposal, which forms a part of this contract, such payments to be subject to the
General and Special Conditions of the Contract
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written
ATTEST
APPROVED AS
(SEAL)
BCI Mechanical, Inc.
CONTRACTOR
400 E. Oak Street
Denton, Texas 76201
MAILING ADDRESS
(940) 565-1010
PHONE NUMBER
(940) 898-1120
FAX NUMBER
CA-3
(SEAL)
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly recommended
that bidd rs 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
modifaed�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:
"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 ansing during the contract term which give nse 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 $1,000,000
shall be provided and maintained by the Contractor The policy shall be written on
an occurrence basis either in a single policy or in a combination of underlying and
umbrella or excess policies
If the Commercial General Liability form (ISO Form CG 0001 current edition) is
used
Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
contract and broad form property damage coverage
Coverage B shall include personal injury
Coverage C, medical payments, is not required
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition
and ISO Form GL 0404) is used, it shall include at least
Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, independent contractors and property
damage resulting from explosion, collapse or underground (XCU)
exposures
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability
[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 ansing 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 mimmum 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 I in accordance with
§406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's
Compensation Commission (TWCC)
[ ] Ovyner's and Contractor's Protective Liability Insurance
Thee 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 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
legs 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 1
[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 winch 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 marl 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 carver 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 2452 — Renovation of HVAC at Service Center -CONTRACT & INS 2-00
ProposaL(Bid) Form
Time 2 Q0pm
Date January 18, 2000
To Purchasing Agent
City of Denton, Texas
901-B Texas Street
Denton, Texas76201
Gentleman
The undersigned having examined the Contract Documents entitled
HVAC/Renovation — Service Center
Bid # 2449
And having visited the site of the proposed construction, and having famitianzed himself with the local
conditions affecting the cost of the work, and with all addenda to the said documents, hereby proposed to
lurmsh all supervision, labor, matuials, equipment, tools, and aLLLssories and to and all work in
accordance with said documents and addenda thereto for the stipulated sum of
Two hundred six thousand eight hundredDollars ($206,800.00 )
Total Base Bid
Total Materials Incorporated into the Project
117r900.00
Total Labor Supervision and Matenals Not Incorporated into the Protect $ 88, 900.00
Addenda
Acknowledge receipt of the following addenda which are part of the bidding Documents by placing
Addendum #, Date issued and initiating
Addendum No 1 111212000 7x�ii dSendum No
Addendum No
Addendum No
The undersigned bidder hereby declares that he has visited the site of the work and has carefully
examined the Contract Doiuments pertaining to the work covered by the above bid And, he further
agrees to commence work within ten (10) days after the written notice to proceed and to substantially
complete the work on which he has bid within 60 daytime Consecutive Calendar days subject to such
extensions of time allowed by specifications
The undersigned bidder agrees that his bid shall be good and may not be withdrawn for a period of 90
calendar days after the scheduled closing time for receiving bids
The undersigned bidder understands that the Owner reserves the right to reject any or all bids and to
waive any informalities in the bidding
BID GUARANTY:
Enclosed with this Bid is a Certified Check for
Dollars
or a Bid Bond in the sum of
Twenty thousand dollars & no/100 -- Dollars($ 20,000.00 )
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event this Bid
is accepted by the Owner within 90 days after the bids are received and the undersigned fads to execute
the Contract and the required Bonds with the said Owner within ten (10) days after the date said Bid is
accepted- otherwise said check or bond shall be returned to the undersigned upon demand
BCI Mechanical, Inc
Contractor (firm name)
Autho ze tgnature orporahon, attest and affix a Corporate Seal)
Fr lin W. Cunni am, Vice—Presidnet
Title
Address 400 E. Oak Street
City, State, Zip Code Denton, TX 76201
Telephone (940) 565-1010 Fax (940) 898-1120
JAN 12 00 (WED) 07 52 CITY OF DENTON PURCHASING 940 349 7302
PAGE 2/2
ADDENDUMI
AC
1 AC unit A will not be required, delete from plans
Painting/Refinishing
1 Interior doors will be cleaned -up (sanded and clear coat) and reinstalled
2 Bid includes painting upstairs interior with the exception of the kitchen i
Covored walls will be pnmod and painted
Light fixtures
1 Light fixture shown as existing In vestibule near back restroom is not existing,
will need to be new fixture
2 Bid as option replacing lighting fixtures instead of cleaning and re -lensing
NOTE: Bid is based on installation of new light fixtures
Ceiling
1 New ceiling height will be to top of windows, (8'6" or 87")
2 Calling grid replacement Includes wall angles NOTE: Add $5, 000. oo to
3 Bid new ceiling the for training room)as an option
4 Bid 2x4 ceiling file replace ceiling
and paint walls
MISC. withinn the training
room
1 Exhaust pipe in storage room will be demolished and capped
City offices will be closed Monday, January 17, 2000 for MLK Jr, Holiday
Questions regarding this bid should be directed to Katherine Barnett 940-349-
8202 prior to January 14, 2000 at 12 noon
NO OTHER CHANGES AT THIS TIME
BID OPENING ON JANUARY 1 B, 2000 AT 2.00PM
This form should be signed and returned with your bid
Name' Franklin W. Cunnir=ham
Signature --Y - _
Company B echanical, I
Title' Vice -President
Date January 18, 2000
NOTE: Bid is based on performing work during normal working hours,
as discussed with Ms. Katherine Barnett.
V
PERFORMANCE BOND
929088671
STATE OF TEXAS 4
COUNTY OF DENTON $
KNOW ALL MEN BY THESE PRESENTS That BCI Mechanical, Inc whose
address is 400 E Oak Street Denton, TX 76201
heremafter called Principal, and Cont nental Casualty
a corporation organized and existing under the laws of the State o Texas
and fully authorized to transact business in the State of Texas, as Surety, are he and firmly
bound onto the City of Denton, a municipal corporation organized and existing under the laws
of the State of Texas, hcrewafter called Owner, in the penal sum of Two Hundred Six
Thousand Ei ht Hundred and no/100 DOLLARS ($ 206,800 plus ten percent —of stated
penal s 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 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 OBLIOATION TO PAY SAME is conditioned as follows Whereas, the
Principal entered into a certain Contract, identified by Ordinance Number 2000-051, with the
City of Demon, the Owner, dated the 15 day of February AD 2000, a copy of
which is hereto attached and made a part hereof, for Bid A 2449 — Renovation of HVAC at
the Service Center
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 reunburse 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 trine, 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 February , 2000
ATTEST
Zow,t� �!. . i-O=i,001�OFJj
ATTEST
BY — Q
The Resident Agent of the Surety in Denton Coua
PRINCIPAL
SURETY
Continental Casualt
ATTORNEY -IN -FACT
Michael P. Whtsenant
ty, Texas for delivery of notice and service
of the process is.
NAME Leick, Johnson and Knight
STREET ADDRESS 100 W. Oak Street; Denton, Texas 76201
(NOTE; Date of Performance Bond must be date of Contract tf Resident Agent is not a
corporatron, give a person Is name)
I PB-2
PAYMENT BOND
929088671
STATE OF TEXAS
COUNTY OF DENTON 9
KNOW ALL MEN BY THESE PRESENTS That BCI Mechanical, Inc , whose
address is 400 E Oak Street Denton, TX 76201
hereinafter call rinc pal, Contimental Casualty tw 3W
a corporation organized and existing under the laws of the State of Texas , 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 Two Hundred Six Thousand Eight Hundred and nol100 DOLLARS
($ 206,000 to lawful money of the United States, to be patd in Denton, Countyl 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 2000-031, with the
City of Denton, the Owner, dated the 15 day of February A D— 2MO, a copy of
which is hereto attached and made a part hereof, for Bid 2449 — Renovation of HVAC at the
Service1 Center
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 andfor 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 he in Denton County, Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of tune, 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 15 day of February , M
ATTEST:
ATTEST.
BY
PRINCIPAL
- I --- I IN
7 - I Fm-e
i�
SURETY
Continental Casualty Cc any
BY U
ATTORNEY -IN -FACT
Michael P. Mu.senant
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is.
NAME
Leick,
Johnson and
Knight
STREET ADDRESS
100 W.
oak street;
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)
PB-4
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE
COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania
corporation (harem collectively called "the CCC Surety Companies"), are duly organized and existing corporations having their principal offices in
the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint
their true and lawful Attomey(s)-in-Fact with full power and authority hereby oonferreo to sign, seal ana execute Tor ana on weir oenas cons,
undertakings and other obligatory Instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as If such Instruments were signed by a duly authorized officer of their corporations and
all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed
I
This Power of Attorney Is made and executed pursuant to and by authority of the By -Laws and Resolutions printed on the reverse hereof,
duly adopted, as indicated, by the Boards of Directors of the corporations
In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their
corporate seals to be hereto affixed on this 7th day of October 1997
I(De�
CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA
OJ BEAL lmi
te670
Marvin J Cashion Group Vice President
State of Illinois, County of Will, as
On this 7th day of October 1997 before me personally came
Marvin J Cashion, to me known, who, being by me duly sworn, did depose and say that he resides in the City of Chicago, State of Illinois, that
he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument that he knows the
seals of said corporations, that the seals affixed to the said,inatrument are such corporate seals, that they were so affixed pursuant to authority
given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to
be the act and deedlof said corporations
e
P
woT�ar
PuaL"` �tQ1RI►.� . Porlt,�,l�,", 9y„ oa ,o
My Commission Expires June 5, 2000 Eileen T Pachuta Notary Public
CERTIFICATE
I, Mary A Ribikewskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF
HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein
above set forth is st'll In force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the
reverse tti�er f are:11 In force In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations
this iStn day df February 2000
CONTINENTAL CASUALTY COMPANY
Oft,
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
Mary A Ribxkawskis Assistant Secretary
(Rev 10/1/97)
Authonzing By -Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of
the Company
"Article IX —Execution of Documents
Section 3 Appointment of Attorney -in -fact The Chairman of the Board of Directors the President or any Executive, Senior or Group
Vice President may from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of
policies of Insurance bonds undertakings and other obligatory instruments of like nature Such attorneys-m"fact, subject to the limitations
set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such
Instruments and to attach the seal of the Company thereto The Chairman of the Board of Directors, the President or any Executive, Senior
or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in -fact "
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of the Company at a meeting duly called and held on the 17th day of February 1993
"Resolved that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be
affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or
an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or
certificate beanng such facsimile signature and seal shall be valid and binding on the Company Any such power so executed and sealed and
certified by certificate so executed and sealed shall with respect to any bond or undertaking to which it Is attached, continue to be valid and
binding on the Company "
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of
the Company
"Article VF--Execution of Obligations and Appointment of Attomey"In•Fact
Section 2 Appointment of Attorney -in -fact The Chairman of the Board of Directors, the President or any Executive, Senior or Group
Vice President may, from time to time appoint by written certificates attorneys-rn-fact to act in behalf of the Company in the execution of
policies of insurance, bonds undertakings and other obligatory instruments of like nature Such attomeys-m-fact, subject to the limitations
set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such
instruments and to attach the seal of the Company thereto The President or any Executive, Senior or Group Vice President may at any time
revoke all power and authority previously given to any attomey-in-fact
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of the Company at a meeting duly called and held on the 17th day of February, 1993
"Resolved that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be
affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or
an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or
certificate bearing such facsimile signature and seal shall be valid and binding on the Company Any such power so executed and sealed and
certified by certificate so executed and sealed shall with respect to any bond or undertaking to which it is attached continue to be valid and
binding on the Company
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17 1993 by
the Board of Directors of the Company
RESOLVED That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time
to time, appoint, by written certificates Attomeys-in-Fact to act in behalf of the Corporation in the execution of policies of Insurance, bonds,
undertakings and other obligatory instruments of like nature Such Attomey-in-Fact subject to the limitations set forth in their respective
certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach
the seal of the Corporation thereto The President an Executive Vice President, any Senior or Group Vice President or the Board of Directors
may at any time revoke all power and authority previously given to any Attomey-in-Fact
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of the Company at a meeting duly called and held on the 17th day of February, 1993
"RESOLVED That the signature of the President an Executive Vice President or any Senior or Group Vice President and the seal of
the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors
on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile
to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the
Corporation Any such power so executed and sealed and certified by certificate so executed and sealed shall with respect to any bond or
undertaking to which it is attached, continue to be valid and binding on the Corporation "
__r__ , 1_ .. Quin 7Liq
ACORD CERTIFICATE OF LIABILITY
ATE MWDDM)
INSURAIiii z l D03/31/00
PRODUCER
Leick, Johnson & Knight Ins
P O Sox 516309
Dallas TX 75251-6309
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
COMPANIES AFFORDING COVERAGE
Hollingsworth, CIC
Joyce Hollin g
Phone No 972-233-9 55 F.. No 972-960-7410
INSURED
COMPANY
A American Casualty Co
-
COMPANY
B Transportation Insurance Cc
COMPANY
C Continental Casualty Cc
BCI Mechanical, Ino
COMPANY
D Transcontinental Ins Company
400 East Oak St
Denton TX 76201
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES 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
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS _
CO
LTR
TYPE OF INSURANCE
POLICY
POLICY NUMBER
EFFECTIVE
DATE (MM/DD")
POLICY EXPIRATION
DATE (MWDDNY)
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
OWNERS S CONTRACTORS PROT
C706624972
09/01/99
09/01/00
GENERAL AGGREGATE
$2 000,000
PRODUCTS COMPIOPAGG
$2,000 000
PERSONAL$ ADV INJURY
$1,000,000
EACH OCCURRENCE
$ 1 , OOO , OOO
FIRE DAMAGE (Any one lire)
$ 50,000 _
MED EXP (Any one person)
$ 5,000
--
C
AUTOMOBILE
LIABILITY
ANY AUTO
BUA906624971
09/01/99
09/Ol/00
COMBINED SINGLE LIMIT
$ 500, OOO
X
ALL OWNED AUTOS
BODILY INJURY
(Per person)
$
SCHEDULED AUTOS
HIRED AUTOS
BODILY INJURY
(Per accident)
$
--
X
_X
NON OWNED AUTOS
PROPERTY DAMAGE
$
GARAGE LIABILITY
ANY AUTO
AUTOONLY EAACCIDENT
$
OTHER THAN AUTO ONLY
----
EACH ACCIDENT
$
AGGREGATE
$
--
B
EXCESS LIABILITY
X UMBRELLA FORM
O I HER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERSLIABILITY
A5066247973
09/01/99
09/01/00
EACH OCCURRENCE
s2,000,000
AGGREGATE
s2,000,000
—
W RST I; S X OTH
$ ---
-
EL EACH ACCIDENT
$500,000
ELDISEASE POLICYLIMIT
$500,000
D
THE PROPRIETOR/ }[ INCL
PARTNERS/EXECUTIVE
OFFICERS ARE EXCL
W0006624970
09/01/99
09/01/00
EL DISEASE EA EMPLOYEE
$ 50O OOO
A
A
OTHER
Property Section
Equipment Floater
C706624972
C706624972
09/01/99
09/01/99
09/01/00
09/01/00
rented $50,000
DESCRIPTION OF OPERATION /LOCATIONSNEHICLES/SPECIAL ITEMS
C ty of Denton, its officials, agent , ployees and volunteers are shown as
additional Insure3a Said Policies s all not beQ cancelled,non-renewed or n
In chanpged 5$vvithppout 30 days advanced written_notice given to the Stvll
innwhichtcasecUtdansnazivancediwritten noticelis re non of premium,
CERTIFICATE HOLDER
CITYDEN
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED P$ BE CANCELLED BEFORE,TAE
DOCE
City of Denton
Attn Tom Shaw
Purchasing Dept
100 West Oak #208
Denton TX 76201
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL MAIL C
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HO�91P NAMEO TO THE 44\\I
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION QLR�LIABILITV \ 1
OF ANY KIND UPON THE COMPANY ITS AGENTS oR REPRE,$ENTA'FIVES r �I T� \ v
AUTHORIZED REPRESENTATIVE
/-7 \A C'
I ACORD 25 S (1/95)