HomeMy WebLinkAbout1999-062ORDINANCE NO % 7 `0& o2
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE INSTALLATION OF THE DENTON VISUAL ARTS BUILDING HVAC
RENOVATION, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING
AN EFFECTIVE DATE (BID #2333 — DENTON VISUAL ARTS BUILDING HVAC RENOVATION
AWARDED TO BCI MECHANICAL, INC IN THE AMOUNT OF $64,745)
WHEREAS, the City has solicited, received and tabulated competitive bids for the
construction of public works or improvements in accordance with the procedures of STATE law and
City ordinances, and
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids
BID
NUMBER CONTRACTOR AMOUNT
2333 BCI MECHANICAL, INC $ 64,745 00
SSECTION II That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifymg the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto
SSEECTION V That this ordinance shall become effective immediately upon its passage and
approval r}� .
PASSED AND APPROVED this the � day of 774� 11999
JACK LER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY
2333 - HVAC RENOVATION CONTRACTUAL ORDINANCE
ATTACHMENT #1
TABULATION SHEET
BID#
2333
TMC
BCI
CBS
INFINITY
WELDON
BID NAME
DENTON VISUAL ARTS BLDG HVAC
TIOGA
MECHANICAL
CONTRACTOR
CONTRATOR
RENOVATION
MECH
DATE
2-Feb-99
TOTAL BID AWARD
$82,645 00
$64,745 00
$71,200 00
$85,495 00
$69,925 00
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 2 day of MARCH A.D , 1999, by and
between CITY OF DENTON of the County of DENTON and State of Texas, acting through
MICHAEL W. JEZ, City Manager, thereunto duly authorized so to do, hereinafter termed
"OWNER," and
BCI MECHANICAL, INC.
400 E. OAK 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 # 2333— DENTON VISUAL ARTS BUILDING HVAC RENOVATION
in the amount of $ 64,745 and all extra work in connection therewith, under the terms
as stated in the General Conditions of the agreement, and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
labor, insurance, and other accessories and services necessary to complete the work specified
above, in accordance with the conditions and prices stated in the Proposal attached hereto, and
in accordance with all the General Conditions of the Agreement, the Special Conditions, the
Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and
Payment Bonds, all attached hereto, and in
CA-1
accordance with the plans, which includes all maps, plats, blueprints, and other drawings and
printed or written explanatory matter thereof, and the Specifications therefore, as prepared by
FACILITY MANAGEMENT DEPARTMENT
all of which are made a part hereof and collectively evidence and constitute the entire contract
Independent Status
It is mutually understood and agreed by and between City and Contractor that
Contractor is an independent contractor and shall not be deemed to be or considered an
employee of the City of Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit City shall not have supervision and control of Contractor or any employee
of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury
to property or third persons occasioned by any error, omission or negligent act of Contractor,
its officers, agents, employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost and expense,
defend and protect the City of Denton against any and all such claims and demands
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas
The CONTRACTOR hereby agrees to commence work on or after the date established
for the start of work as set forth in written notice to commence work and complete all work
within the time stated in the Proposal, subject to such extensions of time as are provided by the
General and Special Conditions
The OWNER agrees to pay the CONTRACTOR in current funds the price or prices
shown in the Proposal, which forms a part of this contract, such payments to be subject to the
General and Special Conditions of the Contract
CA-2
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written
ATTEST -
APPROVED AS
CA-3
011-R'-
M
(SEAL)
CONTRACTOR
400 E. Oak Street
Denton, Texas 76201
MAILING ADDRESS
(940) 565-1010
PHONE NUMBER
(940) 898-1120
FAX NUMBER
BY Vice President
TITLE
EDNAME Fjranklin W. Cunningham
(SEAL)
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That BCI MECHANICAL, INC.,
whose address is 400 E. OAK STREET, DENTON, TX 76201, hereinafter called Principal,
and Continental Casualty Company , 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, in the penal sum of SIXTY-FOUR THOUSAND SEVEN HUNDRED FORTY-FIVE
and no/100 DOLLARS ($64,745) plus ten percent of the stated penal sum as an additional
sum of money representing additional court expenses, attorneys' fees, and liquidated damages
arising out of or connected with the below identified Contract, in lawful money of the United
States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be
made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns,
jointly and severally, firmly by these presents This Bond shall automatically be increased by
the amount of any Change Order or Supplemental Agreement which increases the Contract
price, but in no event shall a Change Order or Supplemental Agreement which reduces the
Contract price decrease the penal sum of this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 99-062, with the City of
Denton, the Owner, dated the 2 day of MARCH A.D 1999, a copy of which is hereto
attached and made a part hereof, for BID N 2333 — DENTON VISUAL ARTS BUILDING
HVAC RENOVATION.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill
all of the undertakings, covenants, terms, conditions and agreements of said Contract in
accordance with the Plans, Specifications and Contract Documents during the original term
thereof and any extension thereof which may be granted by the Owner, with or without notice
to the Surety, and during the life of any guaranty or warranty required under this Contract, and
shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions
and agreements of any and all duly authorized modifications of said Contract that may
hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the
Principal shall repair and/or replace all defects due to faulty materials and workmanship that
appear within a period of one (1) year from the date of final completion and final acceptance of
the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the
Owner from all costs and damages which Owner may suffer by reason of failure to so perform
herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may
incur in making good any default or deficiency, then this obligation shall be void, otherwise, it
shall remain in full force and effect
PB - 1
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive
venue shall lie in Denton County, State of Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of 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
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 whigh
shall be deemed an original, this the 2 day of MARCH 1999.
ATTEST
Tly
SECRETARY
ATTEST
BY��L
PRINCIPAL
BCI Mechanical,
BY % 9q
✓tU ESI ENT
SURETY
.. I-5I.-WM"Welfflome
e
IIrZ :�lf'IIA�%�11�•
ATTORNEY-&4-FACT
Michae P isenant
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME Joyce Hollingsworth
STREET ADDRESS 100 West Oak, Denton, Texas 76201
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person Is name)
PB-2
PAYMENT BOND
STATE OF TEXAS §
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS That BCI MECHANICAL, INC ,
whose address is 400 E. OAK STREET, DENTON, TX 76201, hereinafter called Principal,
and Continental Casualty Company , 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
SIXTY-FOUR THOUSAND SEVEN HUNDRED FORTY-FIVE and no/100 DOLLARS
($64,745) in lawful money of the United States, to be paid in Denton, County, Texas, for the
payment of which sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents This Bond shall automatically be increased by the amount of any Change Order or
Supplemental Agreement which increases the Contract price, but in no event shall a Change
Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of
this Bond
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 99-062, with the City of
Denton, the Owner, dated the 2 day of MARCH A.D 1999, a copy of which is hereto
attached and made a part hereof, for BID rY 2333 - DENTON VISUAL ARTS BUILDING
HVAC RENOVATION.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firms, subcontractors, corporations and claimants
supplying labor and/or material in the prosecution of the Work provided for in said Contract
and any and all duly authorized modifications of said Contract that may hereafter be made,
notice of which modifications to the Surety being hereby expressly waived, then this obligation
shall be void, otherwise it shall remain in full force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue
shall lie in Denton County, Texas
AND PROVIDED FURTHER, that the said Surety, for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specifications, Drawings, etc
PB-3
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herem 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 2 day of MARCH 1999.
ATTEST
ATTEST
B
PRINCIPAL
SURETY
Continental Casualty C mpany
BY
ATTORNEY -IN -FACT
Michael P Whisenant
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME Joyce Hollingsworth
STREET ADDRESS 100 West Oak, Denton, Texas 76201
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person Is name )
2333 CONTRACT & BONDS & INSURANCE
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 (herein collectively called "the CCC Surety Companies") are duly organized and existing corporations having then 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
Michael P Whlsenent, Bobby W Bush, Individually
their true and lawful Attomey(s)4n-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as tully 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 raffiied and confirmed
This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolubons 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
CONTINENTAL CASUALTY COMPANY
a. ��U MlsfUly,, a NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
ogre AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
�o t
U SFx MyN71,
1ea7
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 swam, 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 instrument are such corporate seals, that they were so affixed pursuant to authority
given by the Board¢ of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to
be the act and deer( of said corporations
My Commission Expires June 5, 2000
CERTIFICATE
Eileen T Pachuts Notary Public
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 still In force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the
reverse hereof are still in force In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations
this 2nd day of March I
a, �, Mlwify�opm
SEAL 1
1891
(Rev 10/1197)
CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALT�YY COMPANY OF READING PENNSYLVANIA
t �C_
Mary A Ribikewskis Assistant Secretary
Authonztng 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 attorneys-m-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 -in -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 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 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 WF Execution of Obligations and Appointment of Attorney -In -Fact
Section 2 Appointment of Attomey-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 -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 attomeys-in-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 beanng such facsimile signature and seal shall be valid and binding on the Company Any such power so executed and sealed and
certfied 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 certficates Attomeys-m-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 Attorney -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 adop%d 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 serif shall be veld and binding on the
Corporation Any such power so executed and sealed and certified by certificate so executed and sealed, shall vath respect to any bond or
undertaking to which it is attached, continue to be valid and binding on the Corporation
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below It is highly recommended
that bidders confer with their respective insurance carvers or brokers to determine in
advance of Bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein If an apparent low bidder fails to comply strictly with the
insurance requirements, that bidder may be disqualified from award of the contract. Upon
bid award, all insurance requirements shall become contractual obligations, which the
successful bidder shall have a duty to maintain throughout the course of this contract
STANDARD PROVISIONS -
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor
shall provide and maintain until the contracted work has been completed and accepted by the
City of Denton, Owner, the mtmmum insurance coverage as indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid number and
title of the project Contractor may, upon written request to the Purchasing Department, ask
for clarification of any insurance requirements at any time, however, Contractors are strongly
advised to make such requests prior to bid opening, since the insurance requirements may not
be modified or waived after bid opening unless a written exception has been submitted with the
bid Contractor shall not commence any work or deliver any material until he or she
receives notification that the contract has been accepted, approved, and signed by the City of
Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall comply
with the following general specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or longer, if so noted
• Each policy shall be issued by a company authorized to do business in the State of
Texas with an A M Best Company rating of at least A
• Any deductibles or self -insured retentions shall be declared in the bid proposal If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its
officials, agents, employees and volunteers, or, the contractor shall procure a bond
guaranteeing payment of losses and related investigations, claim administration and
defense expenses
• Liability policies shall be endorsed to provide the following
•• Name as additional insured the City of Denton, its Officials, Agents,
Employees and volunteers
•• That such insurance is primary to any other insurance available to the
additional insured with respect to claims covered under the policy and that
this insurance applies separately to each insured against whom claim is made
or suit is brought The inclusion of more than one insured shall not operate
to increase the insurer's Imut of liability
• All policies shall be endorsed to provide thirty (30) days prior written notice of
cancellation, non -renewal or reduction in coverage
• Should any of the required insurance be provided under a clanns-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 arising 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 Imut, the Contractor
shall either double the occurrence limits or obtain Owners and Contractors
Protective Liability Insurance
• Should any required insurance lapse during the contract term, requests for
payments originating after such lapse shall not be processed until the City receives
satisfactory evidence of reinstated coverage as required by this contract, effective
as of the lapse date If insurance is not reinstated, City may, at its sole option,
terminate this agreement effective on the date of the lapse
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance with
these additional specifications throughout the duration of the Contract, or longer, if so noted
[XI A General Liability Insurance:
General Liability insurance with combined single limits of not less than 500,000
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 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 arismg 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 lumts of at least $100,000 for each accident, $100,000 per
each employee, and a $500,000 policy limit for occupational disease The City need
not be named as an "Additional Insured" but the insurer shall agree to waive all rights
of subrogation against the City, its officials, agents, employees and volunteers for any
work performed for the City by the Named Insured For building or construction
projects, the Contractor shall comply with the provisions of Attachment 1 in accordance
with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas
Worker's Compensation Commission (TWCC)
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all tunes during the prosecution of
the work under this contract, an Owner's and Contractor's Protective Liability
insurance policy naming the City as insured for property damage and bodily injury
which may arise in the prosecution of the work or Contractor's operations under this
contract Coverage shall be on an "occurrence" basis, and the policy shall be issued by
the same insurance company that carries the Contractor's liability insurance Policy
limits will be at least combined bodily injury and property damage per
occurrence with a aggregate
[ ] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable
to the contractor or if a contractor leases or rents a portion of a City building Limits
of not less than each occurrence are required
[] Professional Liability Insurance
Professional liability insurance with limits not less than per claim with
respect to negligent acts, errors or omissions in connection with professional services is
required under this Agreement
[ l 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
Ix] Worker's Compensation Coverage for Budding or Construction Projects for
Governmental Entities
A Definitions
Certificate of coverage ("certificate'1-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 01 1(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
401,01 1(44) for all of its employees providing services on the
project, for the duration of the project,
(2) provide to the contractor, prior to that person beginning work on
the project, a certificate of coverage showing that coverage is being
provided for all employees of the person providing services on the
project, for the duration of the project,
(3) provide the contractor, prior to the end of the coverage period, a
new certificate of coverage showing extension of coverage, if the
coverage period shown on the current certificate of coverage ends
during the duration of the project,
(4) obtain from each other person with whom it contracts, and provide
to the contractor
(a) a certificate of coverage, prior to the other person beginning
work on the project, and
(b) a new certificate of coverage showing extension of coverage,
prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project,
(5) retain all required certificates of coverage on file for the duration of
the project and for one year thereafter,
(6) notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the person knew or should
have known, of any change that materially affects the provision of
coverage of any person providing services on the project, and
(7) contractually require each person with whom it contracts, to
perform as required by paragraphs (1) - (7), with the certificates of
coverage to be provided to the person for whom they are providing
services
By signing this contract or providing or causing to be provided a
certificate of coverage, the contractor is representing to the
governmental entity that all employees of the contractor who will
provide services on the project will be covered by workers' compensation
coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that
all coverage agreements will be filed with the appropriate insurance
carrier or, in the case of a self -insured, with the commission's Division of
Self -Insurance Regulation Providing false or misleading information may
subject the contractor to administrative penalties, criminal penalties, civil
penalties, or other civil actions
J 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 #2333 - Denton Visual Arts Building HVAC
Bid Opening: February 2, 1999
Renovations
2:00 P.M.
i II
TOTAL BID PRICE IN WORDS Sixty-four thousand seven hnnaj,
forty-five dollars & no/100--------------------- ($64,745.00)
Bidder acknowledges Addenda #1 - Undated
It is understood that the work proposed to be done shall be accepted, when fully completed and
finished in accordance with the plans and specifications, to the satisfaction of the Engineer
The undersigned certifies that the bid prices contained in this proposal have been carefully
checked and are submitted as correct and final
Unit and lump sum prices as shown for each item listed in this proposal, shall control over
extensions
CONTRA R
BY
ranklin W. Cyr ngham
Vice -Presider!£
400 E. Oak Street
Street Address
Denton, TX 76201
City and State
Refer to attached Page 2
for Alternates and
Clarifications
Seal & Authorization
(If a Corporation) ( 940 ) 565-1 01 0
Telephone
06/02/1999 08 41 9408981120 BCI
PAGE 01/01
AjwW. CEF
MMMWM
TIFICA E OF IABILITY INSURANC&� °"o'/21/99
PRODUCER
Leiek Joku+aen 6
THIN L;kKjSD AS A MATTOR OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
ht Sne HOLDER. THIS CERTIFICATR DOSS NOT AMEND. EXTEND OR
ALTER THE COVERAGE AFFORDED BY THS POLICIHS SSLOW
P O Box 516309
Dallas TX 75251-63I
OOMPANI88APFORDING VERAOE
Joyce HO11iTlIJBMO
oy
CIC
_ - X0ri=G= Casualty Co
Y _
ransportation Insurance Co
tA
ontinental Caaualty Co.
Bcz Hoolumi
Sne
6a0 E88t Oak Denton TX 762
Tranacontznental Ina Company
COVERAGES
I His Isro�NYmnTTHO
INDICATOR. NOTM7HSTANORN
AMNAC Sa IESU�
EILOLTY CERTIFICATE
LIpES OF INSNRANOC UUTC0 OCLOW WIyD*MEN IOeum TG Txe waURID IUINOD AIOVS FOR TXC PONCY PSmOS
REOMIRmEENT, TMRM OR CONOMON OF ANY 00N7RACTOROTMiNDOCUMPJIT WfHRMWWTTOWMCH TIUI
PEKWN. TWO BWRL FOLIC16B.0 BM NUT BOON RMWCmuFFOKOj* my THE pOU=S RT uOw�.w�a NIe OUBJICT TO ALL THE TEIMTB
POLICY NUMBER I POMCY OP"wPoi"7jjL81118GIBIaNLLNLeunAO�MB
TYPO OF INBUwANCq
A
X COMMI ICIALGEN
CLAMS MADE
ONMER'EAeO
X CG2503AGM
Uw
R
FFE
C706624972B
s2 000 D00
COMflOP A00
i 2 000 000
LA AOVU1UURV
al 00a 000
URRENCE
sl 000 000
amM
E50 000
aw
E5 000
C
AMTOMOINLELwIAIT/
X
ANYAUTO
DUA906624971
09/01/98
09/01/99
00000NCDOINOLCNMIT
$500,000
ALL OWNED AUTOS
(Parpxawn)�
A
SCHEDULED AUTOS
HIM AUTOS
(
s
X
X
NONAWNEDAUTOS
PROPERTY DAMAGE
s
cARwoR LwRIL17Y
ANY AUTO
AIROONLY 4AIxIDa1T
O
OTHEKTHAN AUTO ONLY•
IAOH Aweloerr
a
AQQABOATM
s
H
et�tan uwwun
X uMBRLLUPCux
OTNOR THwn MMMNDLLA
A5066247973
09/01/99
09/01/99
CAmI000NARCNIC
02 000 000
AGGREGATE
s2,000,000
a
WORKERS COMPENSATION
PMPI mFRC I IARII nY
X
PI. man ADfi1LIIWY
16500,000
ELOISBAOO-POLICYLMR
$500 000
D
THEPROPRIIRTORI
PARTNER RI®fSC"VE
OPFKXRS ARE
INCL
KUL
W0006624970
09/01/99
09/01/99
ApISBASB•SASMPLOYeH
E500 000
A
Equipment Float
v
C706624972 i
I
09/01/98
09/01/09
L/Ranted $50,000
Dad $500
DEBGRIfTON OP OPERA
P Bld N 333-
olda 1 sn2own a
Ce�led nonren
xxut3Oe be�sxg 41
no a t OP
N
8 Arts a dg AC v LL aM C L.itluslxl
I au a a 8o a dot e
d or �p �l 1Fou 9U aiadv writ
t3 i ) Nh� the Po y_ is Ag oosLa a 82r
1n4 a amoe Nr n0 0a ie r red
CERTIFICATE HOLDER
I CANCELLATION
QITYD&'1•I SHOULD ANY OF THE ABOVE DP9C1OBm POLICIES BE CANCELLED BEFORE THE
IIMATION DATE THEREOF, THE MINING COMPANYVHLL MAIL
30 DAYS WRITIBN NOTICE TO THE CBRTPICATE HOLDER "NOT* THE LEFT.
City of peaton
Arta TOm
901S Texas
Denlea T]C
BUT FAILURE TO MAR SUCH NOTICE SMALL IMPOSE NO CUM710M OR UAEIUTY
I haw/puzohnsing
St OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRBMBNTATNM.
6201 AUTHC NIM
ACORO 258 (1195)
0C CORPORATM I985