HomeMy WebLinkAbout1999-063ORDINANCE NO !?q Ocv�
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF THE SENIOR CENTER PARKING LOT,
PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN
EFFECTIVE DATE (BID #2339 — SENIOR CENTER PARKING LOT AWARDED TO DBR
CONSTRUCTION IN THE AMOUNT OF $28,059)
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
NUMB ER CONTRACTOR AMOUNT
2339 DBR CONSTRUCTION $ 28,059
SECTION II That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
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
SECTION V That this ordinance shall become effective Immediately upon its passage and
approval
PASSED AND APPROVED this the day of ,1999
JACKAILLER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
v 1' REM - / � W"'
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
wl' IWWRIM
n
2339 - CONTRACTUAL ORDINANCE
ATTACHMENT #1
TABULATION SHEET
BID #
2339
BID NAME
SENIOR CENTER PARKING LOT
JAGOE
DBR
PUBLIC
CONST
DATE
4-Feb-99
TOTAL BASE BID AWARD
"47$
rd Hollles Installed
8 3A-1
55 SY Deduct B 3A - Concrete Pavement 4"
$
1,608 75
$
13750
8 3A-2
55 SY
U rade to Stam ed Patterned Concrete
$
5,50000
1 $
55000
SP-80
55 SY
Wood Chios
$
31625
1 $
550 00
Senior Center Revisions
Parking Lot
ATTACHMENT #2
REVISED TABULATION OF LOWEST BID
BID TABULATION SHEET
Work Days 25
Bid No
PO No
Item
Description
original
Quantity
evise
Quantity
Unit
Unit Price
Total
121
Contractors Warranties and Understandings
-
-
LS
$ 2,44950 /LS
$ 2,44950
2 12-A
Irrigation Conduit
20
0
LF
$ 2000 /LF
$ 000
3-A
Remove Curb and Gutter
54
LF
$ 600 /LF
$ 32400
3-B lRemove
Concrete Flume
1
EA
$ 50000 /EA
$ 500001
3 1
Preparation of Right of way
-
LS
$ 2,44950 /LS
$ 2,44950
33
Unclassified Excavation
60
CY
$ 1000 /CY
$ 60000
3 107
Hydromulch
70
0
SY
$ 300 /SY
$ 000
3 12
Temporary Erosion Control
-
LS
$ 50000 /LS
$ 50000
4 6-A
6" Lime Treatment of Subgrade
1172
SY
$ 350 /SY
$ 4,10200
4 6-13
Type A Hydrated Lime (Slurry)
16
TON
$ 10000 /TON
$ 1,60000
5 7-A
2 1/2" Asphalt Pavement Base (Type A)
948
SY
$ 550 /SY
$ 5,21400
5 7-B
1 1/2" Asphalt Pavement (Type D)
948
SY
$ 500 /SY
$ 4,74000
8 1
Barricades, Warning Signs and Detours
-
0
LS
$ 50000 /LS
$ 000
8 2-A
Install Concrete Curb & Gutter
630
LF
$ 750 /LF
$ 4,72500
8 2-B
jConcrete Pavement 6" (Flatwork)
14
LF
$ 1000 /LF
$ 14000
8 3A
Concrete Pavement 4"
55
SY
$ 300 /SY
$ 16500
SP-2
Concrete Saw Cut
8
0
LF
$ 500 /LF
$ 000
SP-43
Asphalt Saw Cut
45
0
LF
$ 300 /LF
$ 000
SP-45
Miscellaneous Sprinkler Adjustment
-
0
LS
$ 10000 /LS
$ 000
SP-55
Pavement Markings
0
LS
$ 50000 /LS
$ 000
BASE BID TOTAL 27,509 00
Alternate # 3
Item
Description Quantity
Unit Unit Price Total
8 3A-2
I Upgrade to Stamped Patterned Concrete 1 55
1 1 SY $ 1000 /SY $ 55000
PROJECT TOTAL 28,059 00
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
MN
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
DBR CONSTRUCTION COMPANY, INC.
2301 HINKLE DR.
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 # Z339— SENIOR CENTER PARKING LOT
in the amount of $ 28,059 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 f irmsh 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
ENGINEERING 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 tune 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
APPROVRn AC TO PORM
CA-3
M.
(SEAL)
CONTRACTOR
MAILING ADDRESS
(SEAL)
ME
PROPOSAL
TO
THE CITY OF DENTON, TEXAS
FOR THE CONSTRUCTION OF
SENIOR CENTER PARKING LOT
IN
DENTON,TEXAS
The undersigned, as bidder, declares that the only person or parties
interested in this proposal as principals are those named herein, that
this proposal is made without collusion with any other person, firm or
corporation, that he has carefully examined the form of contract,
Notice to Bidder, specifications and the plans therein referred to,
and has carefully examined the locations, conditions and classes pf
materials of the proposed work and agrees that he will provide all the
necessary labor, machinery, tools, apparatus, and other items
incidental to construction, and will do all the work and furnish all
the materials called for in the contract and specifications in the
manner prescribed herein and according to the requirements of the City
as therein set forth
It is understood that the following
unit prices are approximate only,
serve as a guide in evaluating bids
quantities of work to be done at
and are intended principally to
It is agreed that the quantities of work to be done at unit prices and
material to be furnished may be increased or diminished as may be
considered necessary, in the opinion of the City, to complete the work
fully as planned and contemplated, and that all quantities of work
whether increased or decreased are to be performed at the unit prices
set forth below except as provided for in specifications
It is further agreed that lump sum prices may be increased to cover
additional work ordered by the City, but not shown on the plans or
required by the specifications, in accordance with the provisions to
the General Conditions Similarly, they may be decreased to cover
deletion of work so ordered
It is understood and agreed that the work is to be completed in full
within the number of work days shown on the bid tabulation sheet
p - 1
Accompanying this proposal is a certified or cashier's check or Bic
Bond, payable to the Owner, in the amount of five percent of the tota_
bid
It is understood that the bid security accompanying this proposal
shall be returned to the bidder, unless in case of the acceptance of
the proposal, the bidder shall fair to execute a contract and file a
performance bond and a payment bond within fifteen days after its
acceptance, in which case the bid security shall become property of
the Owner, and shall be considered as a payment for damages due to
delay and other inconveniences suffered by the Owner on account of
such failure of the bidder Owner reserves the right to reject anv
and all bids Owner may investigate the prior performance of the
bidder on other contracts, either public or private, in evaluating bid
proposals Should bidder alter, change, or qualify any specifications
of the bid, Owner may automatically disqualify bidder
The undersigned hereby proposes and agrees to perform all work of
whatever nature required, in strict accordance with the plans arc
specifications, for the following sum or price to wit
P -2
Senior Center Parking Lot Work Days 2�
Bid No 2339
BID TABULATION SHEET PO No
Item
Description I Quantity Unit
I Unit Price
ITotal
1 21
Contractors Warranties and Understandings I - LS
1 $ 2449 50 /L S
$ 2449 50
Unit Price In Words Two Thousand Four Hundred Forty Nine and Fifty Cents
2 12-A
Imgation Conduit
20
LF
$ 20 00 /LF
$ 400 00
Unit Price In Words Twenty and No Cents*
3-A
Remove Curb and Gutter 54
LF
1 $ 6 00 /L,F $ 324 00
Unit Price In Words Six and No Cents*
3-13
Remove Concrete Flume
1
1 EA
$ 500.00 /EA
$ 500 00
Unit Price In Words Five Hundred and No Cents*
3 1
Preparation of Right of Way
LS
$ 2449.50 /LS
$ 2449 50
Unit Price In Words Two Thousand Four Hundred Forty Nine and Fifty Cents*
3 3
Unclassified Excavation 1 60 1 CY
$ 10 00 /Cy
$ 600 00
Unit Price In Words Ten and No Cents*
3 10 7 7Hydromulch
70
SY
$ 3 00 /Sl,
$ 210 00
Unit Price In Words Three and No Cents*
3 12
Temporary Erosion Control 1.
- LS
$ 500 00 /L S
$ 500 00
Unit Price In Words Five Hundred and No Cents*
4 6-A 6" Lime Treatment of Subgrade 1
1172 1
SY
$ 3 50 /SY
$ 4102 00
Unit Price In Words Three and Fifty Cents*
4 6-13
Type A Hydrated Lime (Slurry) 1 16 TON
$ 100 00 /TON
$ 1600 00
Unit Price In Words One Hundred and No Cents*
5 7-A
2 1/2" Asphalt Pavement Base (Type A)
948
SY
$ 5.50 /Sy
$ 5214 00
Unit Price In Words Five and Fifty Cents*
5 7-B
1 1/2" Asphalt Pavement (Type D) 1
948
SY
$ 5.00 /S1,
$ 4740 00
Unit Price In Words Five and No Cents*
P3
Senior Center Parking Lot
BID TABULATION SHEET
Work Days
Bid No 23_�
PC No
Item
Description Quantity
I Unit
I Unit Price
Total
8 I
Bamcades, Warmng Signs and Detours
LS
$ 500.00 /LS
S 500 00
Unit Pnce In Words Five Hundred and No Canto*
8 2-A
lInstall Concrete Curb & Gutter
630
LF
$
7 50
/LF
S 4725
00
Unit Pnce In Words seven and Fifty Cents*
8 2-B
Concrete Pavement 6" (Flatwork)
14
LF
$
10.00
/LF
S
140
00
Unit Pnce In Words Ten and No Cents*
8 3A
Concrete Pavement 4"
55
SY
$
3.00
/SZ
S
165
00
Unit Pnce In Words Three and No Cents*
SP-2
Concrete Saw Cut
8
LF
$
5 00
/LF
g
40
00
Unit Pnce In Words Five and No Cents*
SP-43
Asphalt Saw Cut
45
LF
$
3 00
/LF
S
135
00
Unit Pnce In Words Three and No Cents*
SIP-45
Miscellaneous Spnnkler Adjustment
LS
$
100 00
/LS
S
100
00
Unit Pnce In Words One Hundred and No Cents*
SP-55
Pavement Markings
LS is
500 00
/LS
$
500
00
Unit Pnce In Words Five Hundred and No
Cents*
is Is
Unit Pnce In Words
Is S
Unit Pnce In Words
[Unit Price In Words
$ S
TOTAL
S29.394 00
P4
Senior Center Parking Lot Bid No 233�
Alternates PO No
Please note that this page contains fqur separate and independent alternates
that may or may not be added to the bid
Alternate # 1 BID TABULATION SHEET Work Days
SP-50 IDwarf Burford Hollies (Installed) 82 1 EA $ 25.00 S 2050 00
Unit Pnce In Words Twenty Five and No Cents*
TOTAL $2050 00x
Alternate # 2 BID TABULATION SHEET Work Days C
Item Description Quantity
Unit
Unit Price Total
8 3A-1 Deduct 8 3A - Concrete Pavement 4" 55
SY
$ 2.50 /Sy $137 50
Umt Pnce In Words Two and Fifty Cents*
TOTAL $137 50*
Alternate # 3
BID TABULATION SHEET
Work Days C
Item
Description Quantity Unit Unit Price Total
8 3A-2
Upgrade to Stamped Patterned Concrete 55 SY $ to oo /SY $ 550 00
Unit Price In Words Ten and No Cents*
TOTAL $550 00*
Alternate # 4
BID TABULATION SHEET
Work Days 0
Item
Description QuantityUnit FUnit Price
Total
SP-60
Wood Clips 55 SY $ 10.00 /Sy
IS 550 00
Unit Pnce In Words Ten and No Cents*
TOTAL $550 00*
P5
BID SUMMARY
TOTAL BID PRICE IN WORDS *Twenty Nine Thousand Three Hundred Ninety
Four and No Cents*
In the event of the award of a contract to the undersigned, the undersigned will furnish a
performance bond and a payment bond for the full amount of the contract, to secure proper
compliance with the terms and provisions of the contract, to insure and guarantee the work until
final completion and acceptance, and to guarantee payment for all lawful claims for labor
performed and materials furnished in the fulfillment of the contract
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 carefullN
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
DBR Construction Company, Inc
CONT TO
BY
Don Richards
2301 Hinkle Dr.
Street Address
Denton,TX 76201
City and State
Seal & Authorization y40/383-3007
(If a Corporation)
Telephone
W.
PROJECT WORK DAYS
BID
1 Senior Center Parking Lot
20
$ 29,394 00
2 Alternate # 1, Dwarf Burford Hollies
5
$
2,050.00
3 Alternate # 2, Deduct 8 3A Concrete Pavement 4"
0
$
137.50
4 Alternate # 3, Upgrade to Stamped Patterned Concrete
0
$
550.00
5 Alternate # 4, Wood Chips
0
$
550.00
Award of bid will be based on the Item #1, Senior Center Parking Lot Any of the alternates
accepted will be awarded to the same contractor who is awarded with Item #1 Workdays will be
kept separately on each section of the project
IM
BOND PREMIUM BASED ON
FINAL CONTRACT PRICE
BOND E RCUTED IN THRIKE (3) ORIGINALS
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DENTON
Bond No. 132649
KNOW ALL MEN BY THESE PRESENTS That DBR Construction Company, Inc.
whose address is 2301 Hinkle Street, Denton, Tx 76201
hereinafter called Principal, and Frontier Insurance Company
a corporation organized and exii3ig Undif the lawn of the State of New York 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 Twenty -Eight Thousand, Fifty -Nine 6 no/100---
DOLLARS ($26,059 o0 --- j plus ten percent of the stated penal sum as in 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 motley of the United States,
to be paid in Denton County, Texas, for the payment of which sum well and truly to be made,
weihereby bind ourselves, our beers, 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
with the City of Denton, the Owner, dated the 2nd day of March A D
1999 , a copy of which is hereon attached and made a part hereof, for Bid No 2339 -
:9
Serior Center Parkins Lot
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 Plats. Specifications and Contract Documents during the original term
thereof and say extension thereof which may be granted by the Owner, with or without notice
to the Surety, and during the hk of any guaranty or warranty required under this Contract, and
shall also well and truly perform and fulfill all the undertakings. Lavenants, terms, conditions
and' agreements of any and all duly authorized modifications of said Contract that may
hereafter he made, nottce of which modifications to the Suretv being hereby waived, and, if the
Principal ftU 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 milcotnufy and save harmless the
Owner from all costs and damages which Owner may suffer by reason of failure to so perform
herein and shall Nally 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
This Bond is given pursuant to the provtssons of Chapter 2253 of the Texas
Government Code, ae ameoded, and any other applicable statutes of the State of Texas
The unders*md and designated agent is hereby designatod by the Surety herein as the
Resident Agent is Denton County to whom arty regwshe notices may be dehvered and on
whom service of process may be had In spatters 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 rostrumeat is executed in three copies, each me of
which shall be deemed an original, this the tad day of March 1999
ATTEST
PRINCIPAL
BY
OUR«, • RIq «, r f>•
. ,L/ � Q i►J.A 2 la a_.SECRETARY
ATTEST
,MOM� L14
SURETY
FRONTIER INSURANCE COMPANY
BY a
ORNEY-I - ,Kenneth Zacharek
Collin
The Resident Agent of the Surety in Dints si County, Texas for delivery of notice and service
of the process is
NAME V R Damiano,,Jr , CPCU
STREET ADDRESS 17774 Preston Road, Dallas, TX 75252 / 800-375-2663
(MOM, Dare of Payment Bond mast be due of Contract
aorporarton, give a person Is name.)
%"hWAaM,dasM WMFa dw
1W 0M
PB-4
{f Resident Agent is nor a
BOND PREMIUM BASED ON
FINAL CONTRACT PRICE
BIND RRNCUTID) IN THREE (3) ORIGINAIS
I_ZV-!3 i � a 1
Bond No 132649
STATE OF TEXAS 11
COUNTY OF DENTON 9
KNOW ALL MEN BY THESE PRESENTS That DER Construction Company, Inc
whose address is 2301 Hinkle Street Denton, Tx 76201
hereinafter Called Principal, and Frontier Insurance Company
a corporation orgamxed and existing under the law$ Of the State of New York , and fully
authorised to transact business in the State of Texas, a$ 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 undo all persons, firms, and corporations who may
furnish materials for, or perform labor upon, the building or uoproverments hereinafter referred
to, in the penal stmi of Twenty -Eight Thousand, Fifty -Nine 6 no/100---------- DOLLARS ($ 28,059 00-
�) m lawful money of the United giiia, to be paid m Denton, CountyTexas, for the
Payment of Which SUM well and truly to be made, we hereby hind ourseives, our helm,
executors, administrators, successors, and assigns, jointly and severally, firstly 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 at no event shall a Change
Order or Supplettuntal Agreement which reduces the Contract price decrease the penal stun of
this Bond
THE OBLIGATION TO PAY SAME is conditioned as follow$ whereas, •the
Principal entered Into a certain Contract, identified by Ordinance Number
with the City of Denton, the Owner, dated the end day of march A D
1999, a copy of which is hereto attached and made a part hereof. for Bid No 2339 - Senior Center
Parking Lot
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties
and make prompt payment to all persons, firma, subcontractors, corporations and claimants
supplying labor and/or material to 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 remsm in full force and effect
PROVIDED FURTHER, that if an) legal Acton 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 tune, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plana, Specifications,
Drawings, etc , accompanying the same, Shall in anywse affect its obligation art this Bond,
and % does hereby waive notice of any such change, extension of tune, alteration or addition to
the tams of the Contract, or to the Work to be performed thereunder or to the Plana,
Specifications, Drawings, etc
PB-3
PROVIDED FURTHER, that if any lgal action be filed upon this Bond, exclusive
venue shall lit in Denton County, State of Texas
AND PROVIDED FURTHER, that the sud Surety, for value received, hereby
stipulates and agrees that no choge, 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, stis,l in anywise affict its obligation on Ibis Bond,
and it does hereby waive notice of aqy such charge, extension of time, alteration or addition to
the terms of the Contract, Of to the Work to be performed thereunder, or to the PIM.
Specifications. Drawings. etc
This Bond is given pursuant to the provtoons of Chapter =3 of the Tetras
Government Code, as amended, and any other appbcablt statutes of the State of Te;,u
The undersigned and designated agent is hereby datgn&W 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 aristng out of such suretyship, as providxi by
Article 7 19-1 of the Imurancc Code, Vernon's Annotated Civil .Stan:tes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in three copies, each one of
which shall be deemed aq ongmal, this the znd day of march , 1999
ATTEST'
ATTEST
PRINCIPAL
SURETY
I FRONTIER INSURANCE COMPANY
BY
BY
j�TTURNEY-"
CT, Kenneth Zacharek
Collin
The Resident Agent of the Surety in 10vnHGat County, Texas for deli, cry of notice and service
of the process is
NAME Y R Damiano,_Jr , CPCU
STREET ADDRESS 17774 Preston Road, Dallas, TX 75252 / 800-375-2663
(NOTE Date of Performance Bond must be date of Contract If leenrlent egret u not a
corporation, give a permn's name )
n,IA WkMA*n.n..rs of
Rev sun
PB-2
IMPORTANT NOTICE
To obtain information or make a complaint
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance
P 0 Box 149104
Austin, TX 78714-9104
Fax #(512) 475-1771
PREMIUM OR CLAIM DISPUTES
Should you have a dispute concerning your premium or about a claim, you
should contact the agent or the company first If the dispute is not resolved, you
may contact the Texas Department of Insurance
ATTACH THIS NOTICE TO YOUR POLICY
This notice is for information only and does not become a part or condition of the
attached document
;rlant;fir Bond No 332649
INSURANCE COMPANY
Ro,k Hill New Yoik 12775
(A Stock Company)
POWER OF ATTORNEY
Jill ain 'Al( 3EVIt AILI elitist. J�rt 6211ts That FRONTIER INSURANCE COMPANY a New York Corporation having its principal office n
Rock Hill New York pursuant to the following resolution adopted by the Board of Directors of the Corporation on the 4th day of November 1985
RESOLVED that the Chairman of the Board the President or any Vice President be and hereby is authorized to appoint Attorneys in
Fact to represent and act for and on behalf of the Company to execute bonds undertakings recognaances and other contracts of indemnity
and writings obligatory in the nature thereof and to attach thereto the corporate seal of the Company in the transaction of its surety business
RESOLVED that the signatures and attestations of such officers and the seal of the Company maybe affixed to any such Power of Attorney
or to any certificate relating thereto by facsimile and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile
seal shall be valid and binding upon the Company when so affixed with respect to any bond undertaking recognizance or other contract of
indemnity or writing obligatory in the nature thereof
RESOLVED that any such Attorney in Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in
such certification the date thereof said date to be not later than the date of delivery thereof by such Attorney in Fact
This Power of Attorney is signed and sealed in facsimile under and by the authority of the above Resolution
DOES HEREBY MAKE CONSTITUTE AND APPOINT V R Damiano, Jr James V Damfano Kenneth Zacharek
Sherri L Schraer Candace Damiano Malaya Mengel Kinder Kathy R Zacharek
of Dallas in the State of Texas
its true and lawful Attorney(s) in Fact with full power and authority hereby conferred in its name place and stead to sign execute acknowledge and
deliver in its behalf and as Its act and deed without power of redelegation as follows
Bonds guaranteeing the fidelity of persons holding places of public or private trust guaranteeing the performance of contracts other than
insurance policies and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law
allowed IN AN AMOUNT NOT TO EXCEED THREE MILLION FIVE HUNDRED THOUSAND($350000000) DOLLARS and to bind FRONTIER
INSURANCE COMPANY thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of
FRONTIER INSURANCE COMPANY and all the acts of said Attorney(s) in Fact pursuant to the authority herein given are hereby ratified and
confirmed
In,xintturso3&6herenf,FRONTIERINSIIAANCECOMPANYofrockHill New York has caused this Power of Attorney to be signed by its PrWeat
and its Corporate seal to be affixed this Z`JtYt day of Aprl 19 y,
FRONTIER INSURANCE COMPANY
�gURINCf
jW^ q^VOp^ Ca
O
State of New Yolk ER w° BY _ __— — --
HARRY W RHULEN President
County of Sullivan as
On this 29th day of April 19 97 before the subscriber a Notary Public of the State of
New York in and for the County of Sullivan duly commissioned and qualified came HARRYW RHU LEN of FRONTIER INSURANCE COMPANY to
me personally known to be the individual and officer described herein and who executed the preceding instrument and acknowledged the
execution of the same and being by me duly sworn deposed andsaid that he is the officer of the Company aforesaid and that the seal affixed to the
preceding instrument I$ the Corporate Seal of the Company and the Corporate Seal and signature as an officer were duly affixed and subscribed to
the said instrument by the authority and direction of the Corporation and that the resolution of the Company referred to in the preceding instrument
is now in force
Jett iDeetimci Wflereet, I have hereunto set my hand and affixed my official seal at Rock Hill New York the day and year above written
_ �VvryVPIERR NOTARYINANCV O
ww o. Ne* Notary Public State of New York
Sullivan County Clerk s No 2395
Commission Expires July 8 2000
CERTIFICATION
I JOSEPHP LOUGHLIN Secretary of FRONTIER INSURANCE COMPANY of Rock Hill New York do hereby certify that the foregoing Resolution
adopted by the Board of Directors of this Corporation and the Powers of Attorney issued pursuant thereto are true and correct and that both the
Resolution and the Powers of Attorney are in full force and effect
21n Wituese 3Nhereof, I have hereunto set my hand and affixed the facsimile seal of the corporation this 2nd day of
March 19 99
`,,ORAN,,
+(IWp o^YOgq 00
S v
z
N.o^
*PJOSEPZUGHLIN Secretary
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below. It is highly
recommended that bidders confer with their respective insurance carriers or brokers
to determine in advance of Bid submission the availability of insurance certificates
and endorsements as prescribed and provided herein. If an apparent low bidder fails
to comply strictly with the insurance requirements, that bidder may be disqualified
from award of the contract. Upon bid award, all insurance requirements shall
become contractual obligations which the successful bidder shall have a duty to
maintain throughout the course of this contract
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the
Contractor shall provide and maintain until the contracted work has been completed
and accepted by the City of Denton, Owner, the minimum insurance coverage as
indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with -the
Purchasing Department satisfactory certificates of insurance, containing the bid
number and title of the project Contractor may, upon written request to the
Purchasing Department, ask for clarification of any insurance requirements at any
time, however, Contractors are strongly advised to make such requests prior to bid
opening, since the insurance requirements may not be modified or waived after bid
opening unless a written exception has been submitted with the bid Contractor shall
not commence any work or deliver any material until he or she receives noti`Ication
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 AM 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
AAA00350
REVISED 10/12/94
[•1161
Insurance Requirements
Paige 2
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 provide thirty(3O) days prior written notice
of cancellation, non -renewal or reduction in coverage
• 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 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 provid'ng 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.
AAA002E0
REVISED IM2194 Cl - 2
Insurance Requirements
Page 3
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
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 Liaodity 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
(XI Automobile Liability Insurance
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than 1,000,000 either in a single
policy or in a combination of basic and umbrella or excess policies The policy
will include bodily injury and property damage liability arising out of the
AAA00350
REVISED 10/12/94
CI-3
Insurance Requirements
Page 4
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
IX] 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)
I 1 Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the
prosecution of the work under this contract, an Owner's and Contractor's
Protective Liability insurance policy naming the City as insured for property
damage and bodily injury which may 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
I 1 Fire Damage Legal Liability Insurance
Coverage is required if Broad form
unavailable to the contractor or if a
City building Limits of not less than
AAA00350
General Liability is not provided or is
contractor leases or rents a portion of a
each occurrence are required
REVISED 10/12/94
CI-4
Insurance Requirements
Page 5
I 1 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
I 1 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
I 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
AAA00350
REVISE0 10/12/94
CI-5
Insurance Requirements
Page 6
ATTACHMENTI
[XI Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A Definitions
Certificate of coverage ("certificate ") -A copy of a certificate of insurance, a
certificate of authority to self -insure issued by the commission, or a
coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84),
showing statutory workers' compensation Insurance coverage for the
person's or entity's employees providing services on a project, for the
duration of the project
Duration of the project - Includes the time from the beginning of the work
on the project until the contractor's/person's work on the project has been
completed and accepted by the governmental entity
Persons providing services on the project ("subcontractor" in §406 096) -
includes all persons or entitles 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
0 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
AAA00350
REVISED 10/12/94 Cl - 6
Insurance Requirements
Page 7
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
mad 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 and of the coverage period, a new
AAA00360
REVISED 10/12/94
CI-7
Insurance Requirements
Page 8
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 mad 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 person
as required by parag aphs1)— )(7,Iwith the certificates th whom it sof 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 carrier or, in the case of a self -
insured, with the commission's Division of Self -Insurance Regulation
Providing false or misleading information may subject the contractor to
administrative penalties, criminal penalties, civil penalties, or other civil
actions
K The contractor's failure to comply with any of these provisions is a breach
of contract by the contractor which entitles the governmental entity to
declare the contract void if the contractor does not remedy the breach
within ten days after receipt of notice of breach from the governmental
entity
AAA00350
Cl _
REVISED 10/12/94
M66h IVFD 3 23 99, l! 04, 040 340 7302 •> DENNTON-CITV'ACCTO, M2
xAR 26 99 t7.1) 13 14 CITY 0 DEN70N PURCHADINO 040 940 7902 PAot 2/2
Ramey L Kv d 9#428/09 11tai PAGE 2/2 RightFAX
s King Insurance
wth I-BSE, Suite A
10 YX 76205•7029
aft
D E R construction Ca Inc
Dan Richards
P 0 Box 62a
Denton. TX MO2
Sicottefile fasurine"s
A
T'rflifty UniviRal The EA. ---
S
A,4 - Texas Work Camp Ine Tunif
c
0
r ," '
re110V j
OUR I wQAMpwI
L�M' msar ■rujwlaa�_'
ra11■r WAMM
ulna
�se>r■ekurrm ) _..._ .r.�
� 'a■NtlMLA00Ae■A�■_
■
2 000,000
' X axalel■tKoeawLwu9jawwf
f raaala)ro•eOaraPA■e
■
2�000�000
A L50367297
3A/23/1995110/23/1999
aMa■rsaaew�pranw■wror
r
2R0001000
i'"e0AMWO"'1'r *q
=Nw
4■
10,000
«
■
1000
r+euA.■nv
x,AMr WMITAM■D t
! aar■eoeMaeuar
i �
't
1�ODDG000
;
Mv
_
6 SIMMUa■A1M G6844144
'MnI�AYI'e■
10/23/1990) 10/23/1999 +aepppp�y♦I•r�
'
� rpMiilrn■�
■
Ma►awMeDAMIm 1
^
--
,
� reor®rlrOArAa■
■
'40Maeraeaer
AUMOPI aAA6■OM
■
AMVAUIe '
, 0TlM tTMft IeotLr -
aA■MAomw►
i
� AOaR■eMle
.
a■■epYr■aln {
eA■Ma■OUINIeI■■
s
;
' ,eWao4Aram
anM■ IN" ram
•
A■s
A-_
C nwaop el2Aaun UP0002007419
elerwra.mel x; wa
/07/tl�9p j 02/07/2000 aL■AONM1(9p■M 1■
e<w■A■■ roar.
SOO,Q00
sOD,000
f
I
,
f
THE EXPIRATION
HOLDER. REt 1
I
LIES BE CANCELLED, NONRENEWRD OR REDUCTION IN COVERAGE REPOSE
THENDF, THE I ING COMPANY WILL SEND 30 DAYS WR"Tp NOTICE TO THE CERTIPIGTE
l CENTER PARKING LOT. CITY OF DENTON 15 NAMED ADDITI"AL INSURED EXCEPT WORK COMP
city of Denton
WAR ToMaSiStreat
Denton. TX176201
eN■we AMr ar rxt AMV ■ Maal■■I10 rorma M oAllae►vm aaloaa+la
11MO A M oATatM■IlaOr, nelawus aarlurwaaMMN46B6Bfew
�4_oLwwAlrree IlmloawnaounawAnawaprra■owna�s►r.
L