Loading...
1996-027 ORDINANCE NO q {~ "" Oh 7 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the Ctty has sohc~ted, received and tabulated compettt~ve Nds for the construction of pubhc works or tmprovements ~n accordance wtth the procedures of STATE law and C~ty ordinances, and WHEREAS, the C~ty Manager or a designated employee has recmved and recommended that the here~n described Nds are the lowest responstble Nds for the construction of the pubhc works or ~mprovements described ~n the Nd ~nwtat~on, Nd proposals and plans and spemficat~ons there~n, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive Nds for the construction ofpubhc works or tmprovements, as described tn the "B~d Inwtat~ons", "B~d Proposals" or plans and specfficattons on file ~n the Office of the Ctty's Purchasing Agent filed accordtng to the Nd number assigned hereto, are hereby accepted and approved as being the lowest responsible Nds BID NUMIqER CON/RAC/DR AMOUNT 1846 DBR CONSTRUCTION $66,425 00 SECTION I[ That the acceptance and approval of the above competitive bids shall not constitute a contract between the C~ty and the person submitting the Nd for construction of such pubhc works or tmprovements heretn accepted and approved, until such person shall comply wtth all reqmrements specffied ~n the Not, ce to Btdders ~ncludmg the umely executmn of a written contract and fum~sNng of performance and payment bonds, and ~nsurance certtficate after notification of the award of the Nd SF, CTION 1II That the Ctty Manager ~s hereby authorized to execute all necessary written contracts for the performance of the constructaon of the pubhc works or ~mprovements ~n accordance w~th the Nds accepted and approved hereto, prowded that such contracts are made ~n accordance w~th the Notme to Btdders and B~d Proposals, and documents relating thereto spemfy~ng the terms, condmons, plans and specfficattons, standards, quantities and specified sums contmned theretn SECT_iON IV That upon acceptance and approval of the above competitive Nds and the execution of contracts for the pubhc works and tmprovements as authorized herein, the C~ty Counml hereby authorizes the expenditure of funds ~n the manner and m the amount as specffied ~n such approved Nds and authorized contracts executed pursuant thereto SECTION~ That th~s ordinance shall become effective ~mmedmtely upon ~ts passage and approval PASSED AND APPROVED th~s the {'~ _~'_ day of 7~}~L31~,1996 BOB CAS~T~ ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY CONTRACT DOC DATE FEBRUARY 6, 1996 CITY COUNCIl. REPORT TO Mayor and Members o£the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID # 1846 - RENOVATIONS AND REPAIRS TO FRED MOORE NURSERY SCHOOL PHASE I1 RECOMMENDATION~ We recommend this bid be awarded to the lowest responsible bidder, DBR Construction, in the mount of $66,425 00 for the base bid only We also recommend that due to funding availability no alternate be awarded at this time SUMMARY. Tlus bid is for necessary renovations and repmrs to the Fred Moore Nursery School and include exterior cleaning, fences, carpet, wall repair, suspended celhngs, counter tops, bookcases, doors and frames, windows, kitchen equipment, plumbing and electrical repmrs, new hghtmg, and miscellaneous earthwork BAC~ Tabulation Sheet PliOGRAMS, DEPARTMENTS OR GROUPS AFFECTED. Community Development Block Grant (CDBG Division), participants in the Fred Moore Day Nursery program FISCAL IMPACT: This project will be funded from Community Development Block Grant Funds Respectfully submitted Rick Svehla Acting City Manager Approved Name Tom D Shaw, C P M Title Purchasing Agent 688 AGENDA ~# 1846 BID NAME RENOVATION & REPAIRS SOVTr~W£S? DBR TO FRED MOORE NURSERY rap CONST SCHOOL - PHASE 2 CONST d DATE JANUARY 9, 1996 DE$ORtPTIOIbt , _ VENDOR__ - VENDOR ~ENDOR VENDOR VENDOR BASE BID $69,000 00 $66,426 00 CONTINGENCY $16,000 $15,000 00 $15,000 00 TOTAL BID $84,000 00 $8'1,426 00 ALT # DESCRIPTION '1 NEW DUTCH DOORS $4,200 00 $2,983 00 2 MASONRY RESTORATION $2,700 00 $'1,600 00 3 KITCHEN EQUIPMENT $4'1,000 00 $45,000 00 4 ALUM WINDOWS $1,400 00 $2,'100 00 6 LAWN IRRIGATION $6,200 00 $'10,600 00 6 EXTERIOR DRINKING $3,'100 00 $6,376 00 FOUNTAIN COMPLETION 90 CAL. DAYS 1sO CAL DAYS BID BOND Y[S YEs STATE OF TEXAS COUNTY OF DENTON THIS AGREEMENT, made and entered into this 6 . day of FEBRUARY A.D., 19 96 .., by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through thereunto duly authorized so to do, hereinafter termed "OWNER," and DBR CONSTRUCTION P.O. BOX 828 DENTON, 'l'KxA-~ 76202 of the City of DENTON , County of DENTON and State of T~a~ , 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 ~ 1846 -RENO%rATIONSA~DREPAT~TOFREDMOORE~RRY SCHOOL PHASE II in the amount of s66.425.00 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 ~n accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for B~ds), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - i blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by all of which are made a part hereof and collectively evidence 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 slck 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 d~rect~on 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 clty 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 establlshed 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 ~n 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. ST: , _ ~ ~ OF ATTEST: CONTRACTOR ~ILING ~DRESS PHONE N~ER F~ ~ER APPROVED AS TO FORM: (SEAL) AAA0184D Rev. 07/28/94 CA - 3 PER.~ORMANC~ 'BOND BOND PREMIUM BASED ON FINAL CONTRACT PRICE STATE 'OF T~-XA~ S BOND NO. 597392 COUNTY OF DENTON S KNOW ALL HEN BY THESE PRESENTS: That DB~..~N~T~CTION C0.. INC. , of the City of p~N~ON .... County of P~%~0~ .... , and State of _ ~ as PRINCIPAL, and CAPITOL INDEMNITY CORPORA.T. ION , as SURETY, authorized under the laws of the State of Texa~ to act as surety on bonds for principals, a~a held and firmly bound unto the C~T~ OF DraYTON as OWNER, in the penal sum o~ .~T~ cT~ ~.n,,~ m~m ~n.~ ~ .~V~ and no/lO0 .... ,--- Dollars ($ a o ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, ~ointly and severally, by these p~esents: W~EREAS, the Principal has entsred into a certain written contrast with the OWNER, dated the 6 day of __ FEBrUaRY _ , 19 96, for the construction of B~D % 1846- ~ENOVATIONS AND ~PAIX~ ~O whlch contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, NOW, THEREFORE, the condition of this obligation is such, that if the ~aid principal shall faithfully perform ~aid Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed an4 performed, and according to the true ln~nt an4 meaning of said Contract and the Plans and Specifications hereto annexed, then this oblxgation shall be void; otherwise to remain in full force end effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisAons of the T~Kas Government Code, Chapter 22§~ (Vernon, as currently amended), and all liabilities on this bond mhall be determined in accordance with said provisions to the same extent a~ if they were copied at length herein, PB - 1 PROVIDED FURTHER, that if any legal act;ion be filled upon this bond, Venue shall lis in Denton co~ntyt 5tats of TeXas. Surety, for value ~ecsivsd, stipulates an~ a~ae, tha~ no chan~e~ e~ension cE time~ alte~ation o~ a4dition to the te~s of the COntraCt, Or to th~ ~ork pe~Eo~ed thereunder~ or the plans, specifications, or drawinqs acco~pany~nq the 8a~e~ shall In any way affect its obl~gation on this bond~ and It doss hereby waive o~ any 6~ch ch~ngo~ e~ens~on of ti~e~ alteration or IN WIT~SS ~OF, the said Principal and Surety have s[~ned and sealed this instr~ent this 12th day o~ Februar[ 19 96 . DBR C~NSTRUCTIO~ CO.. INC C~PZTOL I~ITY CORPO~TION .... S~ety Title' At t°rney-i~l-F~t Title President Address~ P o. Bo..x 828 Address: P 0.. Box 5900 ....... Denton, Texas 76202 M~d~son~ Wisconsin 53705-090--0 The name and address of the Resident Agent of surety ¥ R. Damiano~ Jr _ 17774 Preston Road, Dallas, Texas 75252 NOTE: Date of Bond must not be prior to date of Contract. R~v. 07/2G/94 PB - 2 PAYMBNT BOND BOND PREMIUM BASED ON FINAL CONTRACT PRICE 8TATR OF TEXAS S BOND NO. 597392 COUNTY OF DENTON S KNOW ALL MEN BY THESE PRRSENTS: That DRH CONS?~UCTI~ CO.. INC. . Of the City of County of p~ .., and the State of ~ a~ prinoipal~ and CAPITOL IND~I~ CORP0~TION authorized ~der the laws of the Stat~ of Texas to act aa surety on bonds for principals, are held an~ fi~ly bo~d unto __ · ~ c~ oF p~e , 0~R, in the penal sum for the pa~ent whereof, ~e ~aid Principal and Surety bind themselves and th~i~ heirs, a~tnistratora, executors, successors and assigns, Jointly and ~evera11y, by these presents= ~S, the Principal has entered into a certain contract with the o~er, dated the ~ . day of 19. 96 . ,BID ~ 1§46-RENOVATIONS AND REPAIP~ TO F~ZD ~0RK I~IR~ERY ~HOOL p~aSE ~T to WhiCh contract is hereby referrud to and mude a part hereof as fully and to the same extent as xf copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to hie or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2~53 (Vernon, aS O~rrently amended)~ and all liabilities on this bond shall b~ determined in accordance with said previsions to the eame extent as if they were copied at length herein. PB - 3 Surety, £or value rsoeived, stipulates and agrees that no ohanqe, extension of time, alteration or addition to the ter~s o~ o~ any 8u0h ~ange, extension of time~ alteration or eddition to the te~s of the contraot, or to the work to bo perfo~ed ~ere~der, IN WI~ESS ~OF, the said Principal and Surety have si~ed and sealed this lnstr~ent this 12th. day Of February 19 96 ,, DBR CONSTRUCTION CO. ~ INC CAPITOL INDEMNITY CORPORATION. [ ~thy 1~ Zacharek TitlG__Presidant Title At t orney-in-Fa~c_t_ ... Address:,, P 0 Box 82,8 Address: P.O Box 5900 Denton, Texas 76202 Madison, Wisconsin 53705-0900 The name and address of the ResidentAgent of surety isz V R Damiano, Jr. 17774 Preston Road, Dallas, Texas 75252 ~J~0184D ]Kev. 07/28/94 ~ - 4 BOND THE STATE OF TEXAS S BOND NO 597392 COUNTY OF DENTON KNOW ALL HEN BY THESE PRESENTS~ That .n.-~q~..~T~co.. INC. as Principal, and _ CAPITOL IND~/qITY CORPORATION a corporation authorized to do business in the State of Texas, as surety, do hereby acknowledge themselves to be held and bound to pay unto th~ City 0£ Dcnton~ a Municip~l Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Dollars ($ 6.642.50 ), ten (10%) percent of the total amount of the ~tract for the payment or.ich sum said principal and surety do hereby bind themselves, their successors and assigns, jointly and severally. This obligation is conditioned, however, that: WHEREASr said n~cO~ST~crxo~ has this day entered i--~'a written contract with the said City of Denton to bull8 and construct which contract and the plans and 5pegiflg&tio~3 th~rgl~ ~¢ntioned~ ad~pted by the city o£ Denton, are f~led with the City Secretary of sa~d City and are hereby expressly ~ncorporated herein by reference and made a part hereof a~ though th~ ~=~u w~r~ written ~nd ~at out in full herein, and~ WH~K~A~ under ~he ~aid plans~ spe¢i~£u&tion~ ~nd Contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a perlod of one (1} yu=r from thc da~ o~ aocegtance thereof and do all necessary backf~lling that may become necessary in connection therewith and do all necessary work toward the repair of any dc£uc~£¥~ COndition growing out of or ar£~ing from the impro~er construction o£ the improvements contemplated by said contractor on constructing the same or on account of i~proper excavation or back~llling, it belng understood that the purpose of this ~ectio. ts to cover all defective condltion~ arising by reason of defective materlal~, work, or labor performed by ~aid Contractor, and in case the sa~d Contractor shall fail to rupair, reconstruct or maintain said improvements it is agreed that the City ~ay do said work ~n MB - 1 accordance with said contract and supply such materials and charge tho same against the said Contractor and its surety on this obligation, and said contractor and surety shall be subject to the damages in said contract for each day's failure on the part o~ said contractor to comply with the terms and provisions of said contract and this bond. NOW, THEREFORE~ If the said Contractor ~hall perform its agreement to maintain said construction and keep same in repair for the ~aintenanceperiod o~ one (1) year, as herein and said contract provided, then these presents shall bo null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obXigation shall be a continuing one against the Principal and Surety and that successive recoveries may be had h~eon for successive breaches of the conditions herein provideduntilthe full amount of this bond shall have been exhausted, and it ks further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said ~BR CONSTRUCTION CO ~ INC as Contractor and Principal, has caused these presents to be executed by Don Richar4.s~ President · and the said CAPITOL INDEMNITY CORPORATION as surety, has caused these pre=ants to be executed by its Attorney-in-Fact _ Kathy. R.Zacharek and the said Attorney-in-Fact has hereunto set his hand this 12th day of February , 19. 96 SURETY: PRINCIPAL: CAP!~O~' INDEMNITY CORPORATION DBR COgTRUC~ , INC Kathy R Zacharek Don Richards ...... President A~A01840 Rev 01/2Q/94 N~ - 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. O. 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. ATI'ACH THIS NOTICE TO YOUR POLICY: This notice ~s for Information only and does not become a part or condition of the attached document. INBEMNITY g01qPOBATION 4610 UNIVERSITY AVENUE SUITF 1400 MADISON WISCONSIN 53705 0900 PLEASE ADDRESS [~,EPLY ]O P O BOX 5900 MAD}SON W1 53705 0900 PHONE(608) 2% 4450 IAX~608/231 2029 POWER OF ATTORNEY No 3 815 3 Know all men by these Presents, That the CAPITOL INDEMNITY CORPORATION, a corporation of the State of W~sconsm having ~ts pnnc[pal offices m the C~ty of Madison W~scons~n does make consbtute and appoint ..................... V R DAM[ANO, JR, JAMES V DAM[ANO, SHANE A HUMPHREY,- ..................... .................... CANDACEDAMIANO, KATHY R ZACHAREK OR KENNI~TH ZACHAREK .................. ts true and lawful Attorney(s)-~n-fact to make, execute seal and dehver for and on ~ts behalf as surety, and as *ts act and deed, any and all bonds, undertakings and contracts of suretyship prov ded that no bond or undertaking or contract of suretyship executed under th~s authority shall exceed ~n amount the sum of .................................................. NOTTO EXCEED $5,000,000 00 ............................................ Th~s Power of Attornev ~s granted and ~s s~gned and sealed by facs~m~ e under and by the authority of the following Resoluhon adopted by the ~oard of D~rectors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 5th day of May 1960 RESOLVED ha thePres~dent andVce Pesdent the Secretary or Treasurer acting md*wduallyorotherw~se be and they hereby are granted he power and authonzatlon o appoint by a Powe o1 A torney for the purposes on y of execut ng and attesbng bonds and undertakings and other wnhn s obh atory m the nature hereof one or more resident vce pres den s ass s an secretanes and attorney s m fact each appointee to have g g ~ cum an the s~ nature of such officers and seal ut the Company may be a xed the powers and dutes usua o such o cas to the bus~ness of ths p y g - , to any such power of attorney or to any cerhhcate relating thereto by acslmde and any such power of attorney or cerhhcate bearing SUCh lacs~mue si n ures or facs*mde seat shall be va id and binding upon the Company and any such powe so executed and certified by lacs~mlle signatures and agcsamt de sea' shall be vahd and binding 'upon the Company 'n the future with respect to any bond or undedak ng or other wntlng obligatory in the nature thereof to which i1 is attached Any such appo~ntmen may be revoked fo cause or w thout cause by any of said off cars at any time IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by ~ts officer undersigned and ~ts corporate seal to be hereto afhxed duly attested by ~ts Secretary this 1st day of June 1993 CAPITOL INDEMNITY CORPORATION Attest ' Vlrgdlne M Schulte Secretary ~_~ (COloPhOn,RATE/~/;~ Fait President STATE OF WISCONSIN COUNTY OF DANE On the 1st day of June, A D, 1993 before me personally came George A Fa~t, to me known, who being by me duly sworn, d~d depose and say that he resides m the County of Dane, State of W~scons~n, that he ~s the President of CAPITOL INDEMN TY CORPORATION the corporabon described n and which executed the above ~nstrument that he knows the seal of the sa~d corporation, that the seal affixed to sa~d instrument ~s such corporate sea, that ~t was so affixed by order of the Board of D~rectors of sa~d corporation and that he s~gned h~s name thereto by hke order STATE OF WISCONSIN ~ - COUNTY OF DANE CERTIFICATE I the undersigned duly elected to the ofhce stated below, now the ~ncumbent ~n CAPITOL INDEMNITY CORPORATION a W~sconsln Corporation authorized to make th~s certd~cate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked and furthermore that the Resolution of the Board of Directors set forth m the Power of Attorney ,s now m torce S~gned and sealed at the Oily ut Madison Dated the ! 21:~ day of February 19 96 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attent,on is d,rected to the insurance requ,rements below It Is highly recommended that bidders confer with their respective insurance carriers or brokers to determine ,n advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein If an apparent Iow bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract Upon b,d 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 W~thout hm~tmg any of the other obhgatmns or hab~htms of the Contractor, the Contractor shall prowde and maintain until the contracted work has been completed and accepted by the C~ty of Denton, Owner, the minimum insurance coverage as indicated hereinafter As soon as practicable after notification of b~d award, Contractor shall file w~th the Purchasing Department satmfactory certificates of insurance, contmmng the b~d number and t~tle of the project Contractor may, upon wntten request to the Purchasing Department, ask for clanhcatlon of any ~nsurance requirements at any t~me, however, Contractors are strongly advised to make such requests prior to b~d opening, since the insurance requirements may not be modified or wmved after opening unless a written exception has been submitted w~th the b~d Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and s~gned by the City of Denton All insurance policies proposed or obtained m satisfaction of these requirements shall comply w~th the following general spemhcatlons, and shall be maintained in comphance w~th these general spemflcat~ons throughout the duration of the Contract, or longer, if so noted · Each pohcy shall be ~ssued by a company authorized to do bumness ~n the State of Texas w~th an A M Best Company rating of at least · Any deductibles or self-insured retentions shall be declared ~n the b~d proposal If requested by the City, the insurer shall reduce or ehmmate such deductibles or self-~nsured retentions w~th respect to the CKy, its 2 95 INSURANCE - 1 FRED MOORE CHILD CARE Insurance Requirements Page 2 offlcmls, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses · Llablhty pohmes shall be endorsed to prowde the follow~ng · ® Name as additional insured the City of Denton, ~ts Ofhcmls, Agents, Employees and volunteers · ® That such insurance ~s primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance apphes separately to each insured against whom claim is made or su~t ~s brought The inclusion of more than one insured shall not operate to ~ncrease the insurer's hm~t of liability · All policies shall be endorsed to prowde thirty(30) days prior written notice of cancellation, non-renewal or reduction m coverage · Should any of the required ~nsurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, w~thout lapse, for a per~od of three years beyond the contract expiration, such that occurrences arming during the contract term which g~ve r~se 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 hm~t prowdmg for claims invest~gatmn or legal defense costs to be included ~n the general annual aggregate hm~t, the contractor shall e~ther double the occurrence hmlts or obtain Owners and Contractors Protective L~ab~hty insurance · Should any required ~nsurance lapse dunng the contract term, requests for payments originating after such lapse shall not be processed until the City receives satmfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance ~s not reinstated, C~ty may, at ~ts sole option, terminate this agreement effective on the date of the lapse AFFOOBA{ REVISED 10112194 2-95 INSURANCE 2 FRED MOORE CHILD CARE Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained ,n satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained ~n comphance w~th these additional specifications throughout the duration of the Contract, or longer, ~f so noted General Llablhty Insurance General Liability insurance w~th combined single limits of not less than __ $~..noo.oooshall be prowded and maintained by the contractor The policy shall be written on an occurrence bas~s e~ther ~n a single policy or ~n 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 operattons, ~ndependent contractors, contractual liability covering th~s contract and broad form property damage coverage · Coverage B shall include personal injury · Coverage C, medical payments, ~s not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) ~s used, it shall include at least · Bodily injury and Property Damage L~ablllty 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) covenng this contract, personal ~njury Imblhty and broad form property damage I~ablhty AFFOOBAI REVISED 10/12/94 2-95 INSURANCE - 3 FRED MOORE CHILD CARE Insurance Requirements Page 4 Ix] Automobile Liabihty Insurance' Contractor shall provide Commercml Automobde Llabd~ty insurance w~th Combined Single L~m~ts (CSL) of not less than ~5o0,oo0 e~ther In a single pohcy or in a comb~natmn of basic and umbrella or excess pohcms The pohcy wdl include boddy ~njury and property damage habd~ty arising out of the operatmn, maintenance and use of all automobdes and mobde equipment used In conjunction with this contract Satlsfactmn of the above requirement shall be ~n the form of a pohcy endorsement for · any auto, or · all owned, h~red and non-owned autos Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation ~nsurance which, ~n addition to meeting the m~n~mum statutory requirements for ~ssuance of such insurance, has Employer's L~ab~hty hm~ts of at least $100,000 for each acmdent, $100,000 per each employee, and a ~500,000 pohcy hm~t for occupational disease The C~ty need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the C~ty, ~ts offlcmls, agents, employees and volunteers for any work performed for the C~ty by the Named Insured For budding or construction projects, the Contractor shall comply w~th the prows~ons of Attachment 1 m accordance w~th §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 L~ab,hty Insurance The Contractor shall obtain, pay for and maintain at all t~mes during the prosecution of the work under this contract, an Owner's and Contractor's Protective L~abd~ty insurance pohcy naming the C~ty as insured for property damage and boddy mlury which may anse m the prosecution of the work or contractor's operations under thru contract Coverage shall be on an AFF00BAI REVISED 10/12194 2-95 INSURANCE 4 FRED MOORE CHILD CARE Insurance Requirements Page 5 "occurrence" bas~s, and the policy shall be issued by the same ~nsurance company that carries the contractor's hab~hty ~nsurance Pohcy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ ] Fire Damage Legal Llabdlty Insurance Coverage is required ~f Broad form General Liability is not provided or ~s unavadable to the contractor or if a contractor leases or rents a portion of a City budding Limits of not less than. each occurrence are required Professional Llabd~ty Insurance Professional llabd~ty insurance with hm~ts not less than per claim w~th respect to neghgent acts, errors or omissions in connection w~th professional serwces ~s required under th~s Agreement Broiders' Rink Insurance Builders' Risk insurance, on an AII-R~sk form for 100% of the completed value shall be provided Such pohcy shall include as "Named Insured" the C~ty of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other insurance may be required on an ind~wdual bas~s for extra hazardous contracts and specific service agreements If such additional ~nsurance is required for a specific contract, that requirement wdl be descnbed in the "Specific Conditions" of the contract specifications AFFOOBA I REVISED 10112194 2-95 INSURANCE - 5 FRED MOORE CHILD CARE Insurance Requirements Page 6 ATTACHMENT 1 [x] Worker's Compensation Coverage for Budding or Construction Projects for Governmental Ent~t~es A Deflmt~ons Certificate of coverage ("cert~f~cate")-A copy of a cert~hcate of insurance, a cert~hcate of authority to self~insure ~ssued by the commission, or a coverage agreement (TWCC-S1, TWCC-$2, TWCC-83, or TWCC-84), showing statutory workers' compensation ~nsurance coverage for the person's or ent~ty's employees prowdmg serwces on a project, for the duration of the project Duration of the project- ~ncludes the t~me from the beginning of the work on the project untd the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons pr~wd~ng serwces on the proJect ("subcontractor" m §406 096) - includes all persons or entities performing all or part of the serwces the contractor has undertaken to perform on the proJect, regardless of whether that person contracted directly w~th the contractor and regardless of whether that person has employees This ~ncludes, w~thout hm~tat~on, ~ndependent contractors, subcontractors, leasing compames, motor carrmrs, owner-operators, employees of any such entity, or employees of any entity which furmshes persons to provide serwces on the project "Servmes" include, without hm~tat~on, providing, hauhng, or dehvermg equipment or matenals, or providing labor, transportation, or other serwce related to a project "Serwces" does not include act~wt~es unrelated to the project, such as food/beverage vendors, ofhce supply dehver~es, and delivery of portable todets B The contractor shall provide coverage, based on proper reporting of class~hcat~on codes and payroll amounts and hhng of any overage agreements, whmh meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the contractor prowdmgserv~ces on the project, for the duration of the project AFFOOBAI REVISED 10112194 2-95 INSURANCE 6 FRED MOORE CHILD CARE Insurance Requirements Page 7 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, pnor to the end of the coverage period, file a new cert~hcate of coverage w~th the governmental entity showing that coverage has been extended E The contractor shall obtain from each person prowdmg serwces on a project, and prowde 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 serwces on the project, and (2) no later than seven days after receipt by the contractor, a new certlhcate of coverage showing extension of coverage, ~f the coverage per~od shown on the current certificate of coverage ends during the duratmn of the project F The contractor shall retain all required certificates of coverage for the durat,on of the project and for one year thereafter G The contractor shall not~fy the governmental entity ~n wnt~ng by certified mall or personal delivery, w~thln 10 days after the contractor knew or should have known, of any change that matermlly affects the prows~on of coverage of any person prowd~ng serwces on the project H The contractor shall post on each project site a not~ce, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, ~nform~ng all persons prowdmg services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage AFF[X~AI REVISED 10112/~4 ~ 2-95 INSURANCE - 7 FRED MOORE CHILD CARE Insurance Requirements Page 8 The contractor shall contractually require each person w~th whom ~t contracts to prowde serwces on a project, to {1 ) prowde coverage, based on proper reporting of class~fmat~on codes and payroll amounts and hhng of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Sectmn 401 011 (44) for all of ~ts employees providing serwces 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 ~s being prowded for all employees of the person prowd~ng serwces on the project, for the duration of the project, {3) provide the contractor, prior to the end of the coverage per~od, a new certificate of coverage showing extension of coverage, ff the coverage per~od shown on the current cert~hcate of coverage ends during the duration of the project, {4) obtain from each other person w~th whom ~t contracts, and prowde to the contractor {a) a certificate of coverage, prior to the other person beginning work on the project, and {b) a new certffmate of coverage showing extension of coverage, prior to the end of the coverage per~od, ~f the coverage permd shown on the current cert~hcate of coverage ends during the duration of the project, (5) retain all required cert~hcates of coverage on hie for the duration of the project and for one year thereafter, (6) notify the governmental entity ~n writing by cert~hed ma~l or personal dehvery, w~th~n 10 days after the person knew or should have known, of any change that materially affects the prows~on of coverage of any person providing services on the project, and AFF00BAI REVISED 10112194 2-95 INSURANCE - 8 FRED MOORE CHILD CARE Insurance Reqmrements Page 9 (7) contractually require each person w~th whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will prowde services on the project w~ll be covered by workers' compensatmn 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, w~th the commission's Division of Self-insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, cnm~nal penalties, civil penalties, or other clwl actions K The contractor's failure to comply w~th any of these provisions ~s a breach of contract by the contractor which ent~tles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of not~ce of breach from the governmental entity AFF00BAI REVISED 10/t21~l INSURANCE - 9 FRED MOORE CHILD CARE 2-95 BID FOR LUMP SUM CONTRACT Propos~o~BR CONSTRUCTION COMPANYr INC. P.O BOX 828 DENTONr TEXAS 76202 (hereinafter called "B~dder'), *a corporation, organized and emsting under the laws of the State of Texas, *a partnership or *an individual doing business as TO CITY OF DENTON PURCHASING DEPARTMENT ATTN TOM SHAW 901-B TEXAS ST DENTON, TEXAS 76201 Gentlemen The undersigned, in comphance with your invitation for b~ds for the RENOVATIONS AND REPAIRS TO FRED MOORE NURSERY SCHOOL PHASE TWO, 821 CROSS TIMBERS, DENTON, TEXAS, having examined the drawings and specifications with related documents and the site of the proposed work, and being fam~har w~th all of the conditions surrounding the construction of the proposed work, hereby proposes to furnish all labor, material, equipments, and supplies and to construct the project m accordance w~th the Contract Documents, and at the price set forth below These prices are to cover alt expenses ~ncurred m performing the work required under the Contract Documents of which th~s proposal ~s a part AD~)ENDA The B~dder further agrees, and acknowledges, the following Addenda have been received and that the entire contents thereof have been incorporated into th~s Proposal No ,A,/~' , dated No , dated No , dated No __, dated 10 95 PROPOSAL FORM 1 FRED MOORE CHILD CARE PHASE 2 BASE BID B~dder agrees to perform all of the work described In the specifications and shown on the. drawings except for the b~d items hsted below for the sum of ~'"'f~'~'~ ~,~-- ALTERNATE BID ITEM NO, 1. Includes all costs associated with the substituting of the ex~stlng wood dutch doors and the installation of new wood du, tch dpors as described in the spemflcatlons and shown on the drawings for the sum ($ .Z~ ?.~_w ~ _) ** ALTERNATE BID ITEM NO. 2, Includes ali costs associated w~th providing the Exterior Masonry Restoration as described in the specthcat~ons and shown on the drawings for the sum of ~"~_ _~ .-~,-'.,~ o,.r,e ,,~ ~/ ($ ~ ,-<"~ ~ _) ** ALTERNATE BID ITEM NO. 3 Includes all costs associated w~th prowdmg and installing the Kitchen eqwpmen[ as described m the spec~hcat~ons and shown on the drawings for the sum of ~.~ ($ .,~S--~O. ~ _) ** A,L.TI~RNATE I~10 iTEM NO. 4 Inctudes all costs associated with providing and ~nstalhng the Atummum window screens ~t each operable sash as shown on the drawings for the sum of (~ .~../~, _) ** 10 95 PROPOSAL FORM - 2 FRED MOORE CHILD CARE PHASE 2 /~_TERNATE BID iTEM NO. 5. Includes all costs associated w~th provtdigg and mstatl~n.g the lawn ~mgat~on system as shown on the drawings for the sum of ($ _) ** ALT~RNAT~ BID iTEM NO. 6. includes all costs associated with prowd~ng and ~nstalling the Exterior Drink,rig Fountain, ~n ground valve ~x and associated plumbing as shown on the draw,rigs for the sum of ($ _)** ** Amount shall be shown ~n both words and figures In case of d,screpancy, the amount sh~n ,n words will govern CASH A~OWANCES The undersigned acknowledges the mc~porat~on of cash allowances ~nto th~s proposal as follows CASH A~OWANCE ............. $ $15.000 00 TIME FOR COMPLETION OR LIQUIDATED DAMAGES The undersigned agrees to complete all of the work required ~n the Base B,d ready for the owner s acceptance, with,n ~ calendar days after the Not~ce to Proceed Is g~ven by the Owner, and as set forth In the Special Conditions, and fully real~zing that the Contract wdl carry liquidated damage prov,s,ons 10 95 PROPOSAL FORM 3 FRED MOORE CHILD CARE PHASE 2 STATE SALES TAX tt is understood that this prolect Is exempt from the State Sales Tax and the proposal amounts quoted herein do not Include State of Texas Sales Tax The undersigned B~dder further agrees to the following conditions An Incomplete Proposal or one hawng additional ~nformat~on or other mod~flcaMons ~nscr~bed thereon, may be cause for relecMon of the entire Proposal 2 That, if accepted by the Owner, this Proposal becomes a part of the Contract Documents upon the s~gmng of the Contract Agreement, and fa~ling to comply w~th any part of th~s Proposal w~ll be taken as failure for the Bidder to comply w~th the Contract Documents and will be Just cause for relect~on of the work 3 That the Owner reserves the r~ght to reject any or all b~ds and waive Informalities and trregulamles or to accept any bid considered advantageous to h~m 4 That he, the Bidder, will not withdraw th~s Proposal for a per~od of thirty (30) days from the date hereof 5 This project to which the construction work covered by th~s contract pertains is being asmsted by the United States of America and the Federal Labor Standards Provisions which are included m this Contract pursuant to the provimons apphcable to such Federal assistance Respectfully submitted, DBR CONSTRUCTION COMPANY , INC. Bidder P.O. BOX 828 DENTON, TEXAS 76202 AddresS' ,~ttTor ,ze d-O~ ~' DON RICHARDS PRESIDENT TIMe ' /9/96 Date 10 95 PROPOSAL FORM 4 FRED MOORE CHILD CARE PHASE 2 F~o~uc,~ 1141S OERTIRCATE IS I~UEO AS A MAI'rER OF INFORMA'IION ONLY AND CONFERS NO RIGHTS UPON THE OERT~flCATE HOLDER. THIS CBRTIIRC&TE DOES NOT AMEND, EXTEND OR AL'I~R THE COVERAGE AFFORDED BY THE RAMEY & KING IN~URANCE POUCIEB BELOW ~ s ~-,~E, s~m~ k COMPANIES AFFORDING COVERAGE Denton 'rx co~ A ~=ot~d~le IM41ranoe Co co~.w 13 Trinity Unlvar~l ~t K~n~ Cou~N~'v C T~xen Wo~ Cm~p Im~ Fund D E R Conntnau'~dml Don Rlch~d~ P O Box 6~ ¢o~ D co~r~ E THIS iS TO CEI~i~FY THAT 33-1E POUCIE~ OF INSURANCE USTED BELOW HAVE BI-:L"N IS.~UBo TO THE INSDRF. D N~MPO AGOVE FOR TH£ POUCY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TE~M OR CONDrflON O~ A~Y CON]RAOT OR OTHER DDCUMENT WITH RESPECT TO WHICH THIS CERTIFICA3F. MAY BE ISSUED OR MAY pErtAIN, THF. INSURANCE AFFORDED BY THE POUCIES DESCfllBEO HI~I~N IS SUBJECT TO ALL THE TERMS ~CLU$IONS AND CONDiTiONS OF SUCH POUCI~$ UMI~ SHOWN MAY HAVE SEEN ~DUC~D BY PAJD CLAJM$ ~ G~'"TWE ~o~Y EX~iK~'no# LK4n'S X ¢O~¢L~. O~:~EP..~ ~*UT~* ~ BJ. AND P D r.oouC:m~Ot~,o~' ,~oo $ 1000000 X NONSKED City of Denton Ire Off[cia~ Agent& EmBioyeee and Vold~ ..t~_ ,l~..~howa aa Addlt oral n~red under th~ (~1 Ll~llllty and Autmtlobll! WofKeo~' Coml~aatl~a Polk;y r,~vm'a Executive ~1~ ~ly ~PI~N DA~ ~EREOF ~[ 1~SUING COMPANY WILL [ND~VOR TO ~ MNL ~ DAYS WRI~N NO.CE TO THE CERTIFICA~ HO~ER N~ED TO ~E CI~ et D~t~ AI~ Pu~lng