HomeMy WebLinkAbout2000-332ORDINANCE NOy W-9V
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING TWO PUBLIC
WORKS CONTRACTS FOR THE CONSTRUCTION OF PRE-
ENGINEERED/PREFABRICATED METAL BUILDING, PROVIDING FOR THE
EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID
2561—METAL BUILDINGS AND "T" SHED ITEM 1 AND 3 AWARDED AS LISTED BELOW
TOTAL EXPENDITURE $42,796 00)
WHEREAS, the City has solicited, and received competitive sealed bids for the construction
of public works or improvements in accordance with the procedures of STATE law and City
ordmance$, 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
SECTION 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
NUMBER ITEM
2561 1,3
CONTRACTOR
Wayne Allen Construction
AMOUNT
$42,796 00
EC} 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 or improvements herein accepted and approved, until such person shall comply with all
requirements specified in the Notice to Bidders including the timely execution of a written contract
and furnishing of performance and payment bonds, and insurance certificate after notification of the
award of the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Request for Sealed Bids, and documents relating thereto specifying
the terms, conditions, plans and specifications, standards, quantities and specified sums contained
therein
SECTION V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the �Il� �-/( day of J0r,&2' 2000
EULINE BROCK, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
B
APPROVED AS TO LEGAL FORM
HERBERT L 1 WUTY, CITY ATTORNEY
BY
BID 2171- PUBLI WO CO CTUAL ORDINANCE 9 00
ATTACHMENT
TABULATION SHEET
Bid # 2561 Date 9/5/00
METAL BUILDINGS AND "T" SHED
No 4tY WOMPTION
V NDOR
VENDOR
VENDOR
V�BNDOR
Wayne Allen
Tim Beatty
DBR
Davis &Hawkins
Construction
Construction
Principle Place of Business
Denton, TX
Denton, TX
Denton, TX
Ft Worth,TX
24' X 38' PRE -FABRICATED
METAL BUILDING FOR
$10,248 00
$16,940 00
$12,575 00
$12,091 00
PALLETIZED CONCRETE
1
STORAGE
1
50' X 100' X 20' PRE -FABRICATED
METAL BUILDING FOR COMPOST
$45,132 00
$62,301 00
$42,228 00
$53,061 00
2
PRODUCTION & STORAGE
1
168' X 40' X 2Y 7' SHED FOR
$29,408 00
$47,823 00
$35,577 00
$29,989 00
BULK ITEMS STORAGE
3
EA
DEDUCT FOR EACH 24' SECTION
$2 829 00
$3,232 00
$3,900 00
$2,094 00
DELETED FROM ITEM 3
4
EA
ADD FOR EACH 24' SECTION
$3,140 00
$3,812 00
$4,376 00
$4,189 00
ADDED TO ITEM 3
5
COMPLETION DATE
8-10 Weeks
60 Days
60 Days
90 Days
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
THIS AGREEMENT, made and entered into this day of Octnher
A D , 2000, by and between
of the County of �ENTQN — and State of Texas, acting through
_,,,, tP� thereunto duly authorized so to o,
Micha.
hereinafter termed "OWNER," and
Denton, TX:76201
of the City of pentnn County of t�rntnn and State of T ins ,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
in the amount of $57 5% on and all extra work in connection therewith, under the
terms as stated in the General Conditions of the agreement, and at his (or their) own proper
cost and expense to furnish all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other accessories and services necessary to complete the
work specified above, in accordance with the conditions and prices stated in the Proposal and
the Performance and Payment Bonds, attached hereto, and in accordance with all the General
Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for
Bids), and Instructions to Bidders, as referenced herein and on file in the office of the
Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints,
and other drawings and printed or written explanatory matter thereof,
CA-1
and the Specifications therefore, as prepared by
city of Denton
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, withhold they City
security taxes, vacation or sick leave benefits, worker's compensation, or any
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
Denton, the at ac ed his designee tions at the this general direction of the City Manager
of the City of
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 cost
defend and protect the City of Denton against any and all such clams andnce of this Agreement, and Contractor will, atits demands and expense,
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
ce to
rk
for
fo thin tstart of work he time stated n the Proposal, ubject toset forth in written isuch extensionseof time work asdare providedlete lbythe
General and Special Conditions
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
shown Iin the Proposal, which forms a part of this contract, such payments to be subject to the
General and Special Conditions of the Contract
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written
APPROVED AS TO FORM
CITY ATTORNEY
(SEAL)
CONTRACTOR
WAYNE 0 ALLEN PRESIDENT
WAYNE ALLEN CONSTRUCTION CO , INC
100 N LOCUST, SUITE 1
DENTON TX 76201
MAILING ADDRESS
„�� ccc_tg19
PHONE NUMBER
940-891-1082
FAX MBER
By
TIT E
CA-3
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DENTON $
KNOW ALL MEN BY THESE PRESENTS That WJM Allan COmtnr-t')t Co f Itr-
whose address is 100 N Locust Suite 1 uencon ,A
hereinafter called Principal, and J - tern Surety Company -
a corporation organized and existing under the laws of the State of South Dakota
and
fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound
unto the City of Denton, a municipal corporation organized �� er t eAla«w o fch
State of Texas, hereinafter called Owner, in the penal sum of �,X a d SUM,
($ 57,556.00 ) plus ten percent of the stated penal sum as an additional sum of
money representing additional court expenses, attorneys' fees, and liquidated damages Arising
out of or connected with the below identified Contract, in lawful money of the United States,
to be paid in Denton County, Texas, for the payment of which sum well and truly to be made,
we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly
and severally, firmly by these presents This Bond shall automatically he 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 2000-332 A D
with the City of Denton, the Owner, dated the 3rd day of October
2000 , A Copy of which is hereto attached and made a part hereof, for Bid #2561 -Metal
Buildings "T" Shed (Items i and 3)
NOW, THEREFORE, if the Prini-ipal shall well, truly and faithfully perform And fulfill
All of the undertaking,,, covenants, terms, conditions and agreements of said Contract in
dc.c.orddnc.e with the Plans, Specifications and Contract DoLuments during the original term
thereof and any extension thereof which may be granted by the Owner, with of without none
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 aLceptanc.e 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 wo perform
herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may
incur in making good any default or deficiency, then this obligation shall he void otherwise, it
shall remain in full force and effect
PB - I
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive
venue shall tie in Denton County, State of Texas
AND PROVIDED FURTHER, that the said Surety, for value re.eaved, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specifications, Drawings, etc
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 espies, eachoneof
which shall be deemed an original, this the 3rd day of October
ATTEST
BY
S CR RY
ATTEST
PRINCIPAL
Wayne llen Construction Co , Inc
BY
IDFNT
SURETY
Western Surety Company
BY
BY
40V EY- NVAC
Michael P Whisenant
The Resident Agent of the Surety in Denton County, Texas for delivery of noticee and servn.E
of the process is
NAME TCr Insurance Services, Inc
STREET ADDRESS
1O0 West Oak, Suite 316 Denton, TX 76201
(NOTE Date of Performance Bond must be elate of Cuntratt Ij Resident Agent is not a
(orporation, give a person's name)
PB-2
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That *1m AUm Comb"Et'22 CD ' Inc
whose addresses 100 N Locust Suite 1 Denton 2. TX 76201
hereinafter called Principal, and Western Surety Company
a corporation organized and existing under the laws of the State of South Dakota , and filly
authorized to transact baseness In the State of Texas, as Surety, are held and firmly bound unto
the City of Denton, a municipal corporation organized and extstmg 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 Fifty-S� Smussrd, Five � ��"S"{ & m/100 --DOLLARS ($_
to, in h in lawful money of the United States, to be paid m Denton, County, Texas, for the
$57payneent of which sum well and truly to be made, we hereby bend ourselves, our hers,
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 moreams 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 follow% Whereas, the
Principal entered into a certain Contract, identified by Ordmance Number 2000-332, with the
City of Denton, the Owner, dated the 3rd day of October A D 2 DO , a copy of
which is hereto attached and made a part hereof, for Bid #2561 - Metal Buildings "T" Shed
(Items I and 3)
NOW, THEREROREolall el'ronspal firms, well, truly and subcontractors, corps rlatiom and cla merform its uants
and make prompt pay P
supplying labor and/or material in the prosecution of the Work provided for in %aid Contract
and any and all duly authorized modifications Of said Contract that may hcrcatter be made,
notice of which modifications to the Surety being hereby expressly waived, then this obligation
shall he 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 CURTHER, that the said Surety, for value recctved, 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, ;IwLitiLations,
Drawings, etc accompanying the same, shall in anywise affect its obligation on this Bond
and it does hereby waive nonce 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 Denttm County to whom any requisite notices may be delivered and on
rs arising out of such
ship, as provided
Article
homservice of process may be had in l9-1 of thee insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
y
IN WITNESS WHEREOF, this instrument is executed in 4 copies, eac00h one of
which shall be deemed an original, this the 3rd day of October
ATTEST
BY
S RE ARY
ATTEST
BY —)aAL-�
PRINCIPAL
Wayne A len Cons//t��ruction
BY Gl��----
PRES ENT
SURETY
Western Surety Co aann
BY U'
A ORN14.Y-IN-FACT
Michael P Whisenant
I'he Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME
mr Tna„ranrA Sarvices. Inc
%I REET ADDRESS 100 West Oak, Suite 316, Denton, Tx 76201
(NOTE Date of payment Bond must be date of Contract if Resident Agent is not a
uirp(ration, give a person's name )
ODI
Western SuretY Company
POWER OF ATTORNEY CERTIFIED COPY
Bond No _ 22501906_
Know All Men By These Presents that WESTERN SURETY COMPANY, a corporation duly organized and existing under the
laws of the State of South Dakota, and having its principal office in Sioux Falls South Dakota (theCompany') does by these presents
make constitute and appoint 141ChaeL P. _9hise_nant—
ct, with full power and authority hereby conferred to execute acknowledge and deliver for and on
its true and lawful attorney(s) in fa
its behalf as Surety, bonds for
Principal Wayne Allen Construction Co , Inc
Obligee City of Denton, TX
Amount $63,311 60
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President sealed with the
and duly attested by its Secretary hereby ratifying and confirming all that the said attorney(s) in fact
corporate seal of the Companylimitations Said appointment to made under and by authority of the following bylaw of Western
may do within the above stated a
Surety Company which remains in full force and effect
in the
' Section 7 All bonds, policies, undertakings, Powers of Attorney or other obligations
of the corporation or any Vice President oreshall be by such
corporate name of the Company by the President Secretary, any Assistant Secretary,
other officers as the Board of Directors may authorize The President, any Vice President Secretary any Assistant Secretary or the
to
sue
the ngs in the name of
surerCompmay
The corporate eoaliie nottneceor asary for the ents who shall
validity of any bondsiapolicies dundertakiings, Powor ers oif Attorney or other
obligations of the corporation The signature of any ouch officer and the corporate seal may be printed by facsimile'
All authority hereby conferred shall expire and terminate without notice, unless used before midnight of — December 3
_ 2000 — but until such time shall be irrevocable and in full force and effect
In Witness Whereof Western Surety Company has caused
these presents to besignedby its President, Stephen T Pate and its
corporate_s��J Mogpkffixed this —_ 3 rd_ day of —October—
WESTER SURETY COY
T__
Stephen T Pate President
w
3Th��Sds �� " dTA l
188
COUNa 1� ��p ;AH!"1
On this — 3 rd _ day of --- October _ _, m the year — 2 0 g,d that he signed he above
before me, a notary public personally appeared
Stephen T Pate who being to me duly sworn acknowl
WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation
torney as the said officer of
Notary ry
J MOHR — - 000 Public South Dakota
/��NOTARY PUBLIC L
8gUTH DAKOTA
My Commission Expires 30 22 2008h`
the undersigned officer of ny, a stock corporation of the State of South Dakota do hereby certify that the
I Western Surety Camps
attached Power of Attorney is in full force and effect and is Section 7 of the bylaws of the Compa
irrevocable and furthermore that ny
as set forth in the Power of Attorney is now in force 3 rd _ day of
In testimony whereof, I have
hereunto set my hand and seal of Western Surety Company this — —
October _ ---
WESTER S RETY COM N
Stephen T Pate, President
Form F530a
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below It is highly recommended
that bidders confer with their respective insurance carriers or brokers to determine in advance
of Bid submission the availability of insurance certificates and endorsements as prescribed
and provided herein If an apparent low bidder fails to comply strictly with the insurance
requirements, that bidder may be disqualified from award of the contract Upon bid award, all
insurance requirements shall become contractual obligations, which the successful bidder
shall have a duty to maintain throughout the course of this contract
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall
provide and maintain until the contracted work has been completed and accepted by the City of
Denton, Owner, the minimum insurance coverage as indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with the Purchasing
Department satisfactory certificates of insurance, containing the bid number and title of the
project Contractor may, upon written request to the Purchasing Department, ask for
clarificatiion of any insurance requirements at any time, however, Contractors are strongly
advised tp 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
and sigany ned b until
the Coro he receives
notification that the contract has been accepted, approved,g Y City f
nton
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
WITHOUTMATERIALLY CHANGE
TEN
NOTICE BEING GIVEN TOTHE OWNER (CITY) EXCEPT WHEN THE
THE
POLICY IS BEING CANCELLED FOR NONPAYMENT OF WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED"
IN
• Should any of the required insurance be provided under a claims -made form,
Contractor shall maintain such coverage continuously throughout the term of this
contract and, without lapse, for a period of three years beyond the contract
expiration, such that occurrences ansmg during the contract term which give rise to
claims made after expiration of the contract shall be covered
• Should any of the required insurance be provided under a form of coverage that
includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor
shall either double the occurrence limits or obtain Owners and Contractors Protective
Liability Insurance
• Should any required insurance lapse during the contract term, requests for payments
originating after such lapse shall not be processed until the City receives satisfactory
evidence of reinstated coverage as required by this contract, effective as of the lapse
date If insurance is not reinstated, City may, at its sole option, terminate this
agreement effective on the date of the lapse
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS.
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance with
these additional specifications throughout the duration of the Contract or longer, if so noted
[X] A General Liability Insurance•
General Liability insurance with combined single limits of not less than %5_00,00
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 (XCI)
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 %100,000 either in a single policy or in a
combination of basic and umbrella or excess policies The policy will include bodily
injury and property damage liability ansmg out of the operation, maintenance and use of
all automobiles and mobile equipment used in conjunction with this contract
Satisfaction of the above requirement shall be in the form of a policy endorsement for
• any auto, or
• all owned, hired and non -owned autos
[X] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in
addition to meeting the minimum statutory requirements for issuance of such insurance,
has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each
employee, and a $500,000 policy limit for occupational disease The City need not be
named as an "Additional Insured" but the insurer shall agree to waive all rights of
subrogation against the City, its officials, agents, employees and volunteers for any work
performed for the City by the Named Insured For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 in accordance with
§406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's
Compensation Commission (TWCC)
[ ] Ovyner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of
the work under this contract, an Owner's and Contractor's Protective Liability insurance
policy naming the City as insured for property damage and bodily injury which may anse
in the prosecution of the work or Contractor's operations under this contract Coverage
shall be on an "occurrence" basis, and the policy shall be issued by the same insurance
company that 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
[ ] 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
[X] Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A Definitions
Certificate of coverage ("certificate") -A copy of a certificate of insurance, a
certificate of authority to self -insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project
Duration of the project - includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity
Persons providing services on the project ("subcontractor" in §406 096) - includes all
persons or entities performing all or part of the services the contractor has undertaken
to perform on the project, regardless of whether that person contracted directly with
the contractor and regardless of whether that person has employees This includes,
without limitation, independent contractors, subcontractors, leasing companies,
motor carriers, owner -operators, employees of any such entity, or employees of any
entity which furnishes persons to provide services on the project "Services" include,
without limitation, providing, hauling, or delivering equipment or materials, or
providing labor, transportation, or other service related to a project "Services" does
not include activities unrelated to the project, such as food/beverage vendors, office
supply deliveries, and delivery of portable toilets
B The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any overage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401 011(44) for all employees
of the Contractor providing services on the project, for the duration of the project
C The Contractor must provide a certificate of coverage to the governmental entity
prior to being awarded the contract
D If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended
E The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity
(1) a certificate of coverage, prior to that person beginning work on the project, so
the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project, and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project
F The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter
G The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project
H The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating
how a person may verify coverage and report lack of coverage
The contractor shall contractually require each person with whom it contracts to
provide services on a project, to
(1) provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401011(44) for all of its
employees providing services on the project, for the duration of the project,
(2) provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration of
the project,
(3) provide the contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on
the current certificate of coverage ends during the duration of the project,
(4) obtain from each other person with whom it contracts, and provide to the
contractor
(a) a certificate of coverage, prior to the other person beginning work on the
project, and
(b) a new certificate of coverage showing extension of coverage, prior to the
end of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project,
(5) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter,
(6) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services
on the project, and
(7) contractually require each person with whom it contracts, to perform as
required by paragraphs (1) - (7), with the certificates of coverage to be
provided to the person for whom they are providing services
J By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all employees
of the contractor who will provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that the coverage will be
based on proper reporting of classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate insurance 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 2561 Metal Budding "T' Shed (Item I & 3) CONTRACT & BOND & INS — 10 2000 (Revised)
BiD NUMBER 2561 BIDPROPOSALS PAGE 2 OF 2
City of Dorton, Tem "1-8 Texaa Street
Purcbaeine Department Dorton, Texas 76201
1 24' x 36' Pre -Fabricated Metal Budding 1 $ $ 10,248
for palletized Concrete Storage
-2— 50' x 100' x 20' Pre -Fabricated Metal Building 1 $ $ 45,132
for compost production and storage
3 168' x 40' x 20' "T" Shed 1 $ $ 29,408
for bulk items storage
4 I Deduct for each 24' section deleted from Item 3 I Each I $ I $ (2, 829 )
5 I Add for each 24' section added to Item 3 I Each I $ I $ 3,140
NOTE (1) By signing and submitting this bid proposal, the bidder
certifies that all items bid meet or exceed MBMA standards, all applicable
budding codes, and engineering requirements
NOTE (2) Requests for Clartfication(s) to be directed to Tom Shaw at
the telephone mmlber(s) and address shown on the Bid Invitation Needed
addendurn(s) can be issued until 5 days prior to the Bid Opening
We quote the above f o b deavered to Denton, Taxes shipment can be made mt-10 W kS . K#J( from rccmpt of order Terms neH30 unless other odw;ated
In mboumng the above bid, the vendor agrem tlmt accepmrce of any or all bid gems by the City of Denton Texas whim a reason" period of nine commums a contract
The complete Bad Pmpmd must be properly priced, aigrad, and mlumed
100 N. Locust, Suite 1
Mailing Address
Denton TX 76201
City
0
(940) 566-1819 (940) 891-1082
Telephone Pax Number
Bid 2361IMetei Budding$ a T abed
/ Wayne Allen Construction Co., Inc.
�11// _ =-PRO
Signature
Wayne 0 Allen
PruWTM Name
President
Title
ADDENDUM 1
BID 2561
Specifications, terms, and/or conditions for the referenced bid are revised as
follows:
Bid Item 1 24' x 36' x 10' Buildm$
Section 4 Add Roof slope 1 12
Bid Item 2 50' x 100' x 20' Building
Section 10 Add Doors to be roll -up or slider
Section 12 Add Insulation to be spray -on
polyurethane or PSK reinforced
vinyl back blanket
Section 13 Add. Turbine type, 12" ventilators
8 ea evenly spread
Reference to Foundation for Bid Items 1.2 and 3 is revised to read:
Bidder is responsible for design of anchor bolts and proper installation in slab
Foundation/slab will be bid at a later date pending receipt of current onstte soil
testing and engineer's foundation design
Building contractor is not responsible for foundation/slab design or installation
under this bid
endum 1 by signing this sheet and
Wayne Allen Construction Co , Inc
Company
BID NUMBER 2561 BIDPROPOSALS PAGE 2 OF 2
City of Denton, Texas 901-B Tens Street
Purd iad" Department Denton, Texas 76201
1 24' x 36' Pre -Fabricated Metal Building 1 $ $ 10,248
for palletized Concrete Storage
7- 50' x 100' x 20' Pre -Fabricated Metal Building 1 $ $ 45,132
for compost production and storage
3 168' x 40' x 20' "T" Shed 1 $ $ 29,408
for bulk items storage
4 Deduct for each 24' section deleted from Item 3 Each $ $ (2,829)
5 Add for each 24' section added to Item 3 Each $ $ 3,140
NOTE (1) By signing and submittuig flue bid proposal, the bidder
certifies that all items bid meet or exceed MBMA standards, all applicable
building codes, and engineering requirements
NOTE (2) Requests for Clanfication(s) to be directed to Tom Shaw at
the telephone number(s) and address shown on the Bid Invitation Needed
addendlun(s) can be issued until 5 days prior to the Bid Opening
We quote the above t o It delivered to Deafen, Texas Shipment can be mae m 8-10 W kS . Y*K from mcmpt of order Terms neU30 unless otlierwse indicated
In submnumg the above bad, the vendor egress that accepance of any or all bid items by the City of Denton, Texas within a reasonable period of rime commutes a contract
The complete Bid Proposal must be property priced, signed, and returned
100 N Locust, Suite 1
Melling Address
Denton TX 76201
City state Zip
(940) 566-1819 (940) 891-1082
Telephone Fax Number
Bid 2561IMeal Buildings k T shed
Wayne Allen Construction Co., Inc.
IAV&dM&g =Ker
sigusum
0. Allen
Pnm/type Name
President
Tole
nl,,,..FM zanna
LMe\'Ally
31
AcoR . CERTIFICATE OF
LIABILITY
INSURANCE io�i2/00
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Higginbotham & Assoc , Inc
ONLY
AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER
THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
DBA Denton Insurance Center
ALTER
THE COVERAGE AFFORDED BY THE POLICIES BELOW
P 0 Drawer C
Denton, TX 76202
INSURERS AFFORDING COVERAGE
INSURED -
INSURER
EVANSTON INSURANCE COMPANY
Wayne Allen Const Co
INSURERS
HARTFORD INSURANCE GROUP
100 N Locust, Suite 1
INSURERC
Denton, TX 76201
INSURER
_
INSURER E
n^WMMAn_vc
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 AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
HERTYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE PpLICY EXPIRATION
TRDATE IMWODfYy)
A
GENERAL LIABILITY
CL421900147
09/15/00
09/15/01
EACH OCCURRENCE _
S11000, OOO
FIRE DAMAGE (Any one fire)
GENERAL LIARILRY
$ 50,000
MED EXP (Any one Person)_
_X IIIC_OMMERCIAL
1 CLAIMS MADE 111 OCCUR
$ _ 5,000
PERSONAL B ADV INJURY
$1 000, 000-
j_
GENERAL_ AGGREGATE
$�2 0 0 0, 0 0 0
_
GENT L AGGREGATE LIMITAPPLIES PER
PRODUCTS COMP/OP AGG
$� OOO, OOO
POLICY PRO LOC
B i
AUTOMOBILE LIABILITY
46UECFJ5271
03/18/00
03/18/01
COMBINED SINGLE LIMIT
$1, 000, 000
ANY AUTO
(Ea accident)
-
BODILY INJURY
(Per Person)
ALL OWNED AUTOS
$
X SCHEDULED AUTOS
-
X I HIRED AUTOS
BODILY INJURY
$
X I NON OWNED AUTOS
(Per accident)
- t
PROPERTY DAMAGE
$
(Per accident)
LIABILITY
AUTOONLY EAACCIDENT_
$
_GARAGE
ANY AUTO
OTHER THAN EA ACC
$ _
AUTO ONLY AGO
$
EXCESS LIABILITY
EACH OCCURRENCE
_$ _
OCCUR CLAIMS MADE
AGGREGATE _
$
-
$-
rI DEDUCTIBLE
$- -
RETENTION $
$
WC STATU OTH
WORKERS COMPENSATION AND
iTORY_LIMITS ER_
— -
EMPLOYERS LIABILITY
EL EACH ACCIDENT
$
EL DISEASE_EA EMPLOYEE
$ _
E L DISEASE POLICY LIMIT
$
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSfVEHICLE&/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
Bid #2561 - Metal Building 'IT" Shed (Items 1 & 3)
City of Denton, Its officials, agents, employees and volunteers are named
as Additional Insured on the General Liability Policy
Cancellation Clause is amended to read Policies shall not be Cancelled,
(See Attached Descriptions)
City of Denton
Attn Purchasing Dept
901-B Texas Street
Denton, TX 76201
SHOULD ANYOFTH E ABOVE DESCRIBED POLICIESBE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3_0_ _ DAYS WRITTEN
NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT BUTFAILURE TODOSOSHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY MIND UPON THE INSURER ITS AGENTS OR
25 S (7/97) 1. of 3
9288/M49285 MYA N ACORD CORPORATION 198E
IMPORTANT
If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) 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(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon
ACORD25S(7/87)2 of 3 #S49288/M49285
DESCRIPTIONS (Continued from Page 1)
NonrE
to tk
writt
AMs 253(07/97) 3 of 3 #549288 M49285
ACORD„ CERTIFICATE OF LIABILITY
INSURANCE 10/16/2000
PRODUCER (972)455-2 00 FAX (972)960-7410
TCT Insurance Services, Inc LD
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
12660 Colt Road
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
INSURERS AFFORDING COVERAGE
Suite 200
Dallas, TX 75251
INSURED Wayne Allen Const Co Inc
INSURER Texas Workers Comp Ins Fund
100 N Locust, Suite I
INSURER
NSUREftC
Denton, TX 76201
INSURER D
INSURER E
novFRAC-PA
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 AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
SR
T
TYPE OF INSURANCE
POLICY NUMBER
POLICYMMFE07POLICY
DA /D NY
EXPIRATION
DATE /
LIMITS
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ❑ OCCUR
EACH OCCURRENCE
$
FIRE DAMAGE (Any one fire)
S
MED EXP (Any one person)
$
PERSONAL S ADV INJURY
$
GENERAL AGGREGATE
$
GEN L AGGREGATE LIMIT APPLIES PER
POLICY PRO LOC
PRODUCTS COMPIOPAGG
$
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON OWNED AUTOS
COMBINED SINGLE LIMIT
(Ea acciUenU
$
BODILY INJURY
(Per person),
S
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per acatlent)
$
GARAGE LABILITY
ANY AUTO
AUTOONLY EAACCIDENT
$
OTHER THAN EAACC
AUTO ONLY AGG
$
$
EXCESS LIABILITY
OCCUR CLAIMS MADE
DEDUCTIBLE
RETENTION $
EACH OCCURRENCE
$
AGGREGATE
$
S
$
$
A
WORKERS COMPENSATION AND
EMPLOYERS LIABILITY
1009086
03/19/2000
03/19/2001
X I TOftYLIMITs I I ER
EL EACH ACCIDENT
$ S00,000
E L DISEASE EA EMPLOYEE
$ 500,000
E L DISEASE POLICY LIMIT
$ S00,000
OTHER
DE CRIPTION OF OPERATIONS/LOCATI NSNEHICLE�IEXCLUSI NS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
e Bid 2561-Metal B�dg - "T' Sh4l(Items 1 and 3) Waiver of Subrogation in favor of City of Denton,
Its officials, agents, employees and volunteers
CERTIFICATE HOLDER ADDITIONAL INSURED INSURER LETTER CANCELLATION
City of Denton
Purchasing Dept
901-B TexasiSt
Denton, TX 76201
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
BUT FAILURE TO MAILSUCHNOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPOWr E fOMPANY ITS AGENTS OR REPRESENTATIVES
AUTHORIZED REP SE 1YE _ ,110_11sr
FAX (940)349-7302