Loading...
1989-0682651L-3/3689 NO 29-Dbg 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 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 therefore, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9956 CDC Contractors $233,403 00 SECTION II That the acceptance and approval of the above competitive b s 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, after notifi- cation 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 r 1989 RAY STEP.E S, M YOR ATThST L E S, CITY SECRETARY ;jij%P* APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY PAGE 2 DATE June 13, 1989 CITY COUNCIL REPORT TO Mayor and Members of the City council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9956 - ANIMAL CONTROL CENTER EXPANSION RECOMMENDATION We recommend this bid be awarded to the lowest responsible bidder, CDC Contractors, Kennedale, Texas, in the amount of $233,403 00 SUMMARY This bid is f Center and renovation of includes $232,643 00 base exterior of the existing total bid price, $233,403 completion of the project :)r the expansion of the Animal Control the existing facility The bid award bid plus Alternate Number 1 to paint the building in the amount of $760 00 The 00 includes all materials and labor for in 200 calendar days BACKGROUND Tabulation Sheet PROGRAMS DEPARTMENTS OR GROUPS AFFECTED Animal Control FISCAL IMPACT: Funds for this project will come from 1987 bond funs account number 436-023-G087-8701-9101 Respec lly subm ted: Lloy Harrell City Manager Prepared by Name Tom D Shaw Title Assistant Purchasing Agent Approved e ohn J Marshall itle Purchasing Agent 010 DOC 4xy 0 m m - d O z Q C3 l0 CD H to O at oooo~ Z ro CC O ~ H ~ O lb U1$PW t) H tj ~trJ ty7 Sd O d d d O C7 to pC ( ( ( H O ro D D ( D ( M N ( aaaaa ~ - ~ H H In O " H z co O W z N n W -4 0) H N G~ [r J O N to O io-1 rn 'Z to000m P C~ W O 00 Co O W 0 O O O O O O n O O O O O O 0 - - - - - - - - - - - - - - - W - - - - - n ° z N W W H H 10 M O y O ooF,-4o o H z Z O O O O O O H H 0 0 0 0 0 O z - - N NW a%N to C Off' "Co ~ 7d o to ~ in w OD OOO W kO C7 ro o0000 0 O 0 o0000 0 00000 - - - - - - - 0 - - - - - - - - - - - - - F~- 0 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON f THIS AGREEMENT, made and entered into this jr,_ day of JUNE _ A.D., 19$q, by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through T.T,OYD V _ HARRELL thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and CDC CONTRACTORS, P.O. BOX 62, KENNEDALE, TEXAS 76060 of the City of KENNEDALE , County of m88unmm and state of TEXAS Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID# 9956 ANIMAL CONTROL CENTER ADDITION P.O.# 91017 FOR $233,403.00 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 said construction, 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 accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by THE ARCHITECTURAL COLLECTIVE, INC., 1300 NORTH LOCUST STREET, DENTON, TEXAS 76201. , , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: TEXAS $'art, LLOYD V. HARRELL, CITY MANAGER (SEAL) ATTEST: CDC CONTRACTORS Party of the eco t, CONTRACTOR Title KEY D. COMBS (SEAL) APPROVED AS TO FORM: City Attorney CA-2 0044b PREMIUM OF $5,835.00 SUBJECT TO FINAL CONTRACT PRICE PERFORMANCE BOND BOND #1170358 STATE OF TEXAS COUNTY OF Denton KNOW ALL MEN BY THESE PRESENTS: That CDC CONTRACTORS , of the City of KENNEDALE County of TARRANT , and State of TEXAS as PRINCIPAL, and AMWEST SURETY INSURANCE COMPANY P. 0. Box 4500, Woodland Hills, CA 91365 , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THF. CTTV OF DF.NTON TF.XAR as OWNER, in the penal sum of TWO HUNDRED THIRTY THREE THOUSAND FOUR HUNDRED THREE AND No/100Dollars ($233,403.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 15 day of JUNE , 19 89, for the construction of BID# 9956 ANIMAL CONTROL CENTER ADDITION, P.O.# 91017 which contract is hereby referred to and made a dpart 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 said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in DENTON County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this lAth day of r„ne , 19 89 . CDC CONTRACTORS Principal By ROCKE D. COMBS AMWEST SURETY INSURANCE COMPANY Surety RY6 Bernadine H. Cloutier, Title Partnar Address 711 Magnolia Kennedale, Texas 76060 Title Attorney-in-Fact Address p, o. Box 4500 Woodland Hills. CA 91365 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Bernadine H. Cloutier, DBA Global Underwriters Agency P. 0. Box 380909, Duncanville, TX 75138 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PREMIUM OF $5,835.00 SUBJECT TO FINAL CONTRACT PRICE PAYMENT BOND BOND $1170358 STATE OF TEXAS COUNTY OF Denton KNOW ALL MEN BY THESE PRESENTS: That CDC CONTRACTORS of the City of RENNEDALE , County of TARRANT , and State of TEXAS , as principal, and AMWEST SURETY INSURANCE COMPANY authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly hound unto THE CITY OF DENTON , OWNER, in the penal sum of TWO HUNDRED THIRTY THREE THOUSAND FOUR HUNDRED THREE S N01100 Dollars ($233,403.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the Ir day of 19 89 . BID# 9956 ANIMAL CONTROL CENTER ADDITION P.O.# 91017 FOR $233.403.00 to which contract is hereby referred to and made a part hereof as fully and tb the same extent as if 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 him or a subcontractor in the prosection 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 Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument thisl6th day of June ; 19 89 CDC CONTRACTORS Pri ipal G~ BY RockeAl Combs Title Partner AMWEST SURETY INSURANCE COMPANY urety Bernadine H. Cloutier, Title Attorney-in-Fact Address 711 Magnolia Kennedale, Texas 76060 Address P. 0. Box 4500 Woodland Hills, California 91365 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: Bernadine H. Cloutier DBA Global Underwriters Agency P. 0. Box 380909, Duncanville, Texas 75138 PB-4 0092b PREMIUM OF $5,835.00 SUBJECT TO FINAL CONTRACT PRICE MAINTENANCE BOND BOND #1170358 STATE OF TEXAS COUNTY OF Denton KNOW ALL MEN BY THESE PRESENTS: THAT D CONY A _TOR4 as Principal, and AMWEST SURETY INSURANCE COMPANY a Corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum Of TWENTY THREE THOUSAND THREE. HUNDRF.O FLIRTY F NO/7 00 Dollars 23.340.00 , l07 Of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said CDC CONTRACTORS has this day entered into a written contract with the said City of Denton to build and construct RTT1$ QQCC. ANTMAT, roNTgOT. CENTER ADnTTTON, p_O_# 91017 which contract and the plans and specifications therein mentioned, adopted by the City of Denton, are filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and 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 period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the 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 of said Contractor to comply with the terms and provisions of said contract and this bond. MB-1 0093b NOW, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is 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 C 1).C Contractors as Contractor and Principal, has caused these presents to be executed by Amwest Surety Insurance Company and the said Amwest Surety Insurance Company as surety, has caused these presents to be executed by its Attorney-in-Fact Bernadine H. Cloutier and the said Attorney-in-Fact has hereunto set his hand this 16th day of June , 19 89 SURETY: PRINCIPAL: j;pt* urn Y CDC ' P BY Bernadirie H. Cloutier, ROCREY . COMBS Attorney-in-Fact MB-2 0093b POWER NUMBER A04481 BOND NUMBER 1170358 This Power of Attorney has been delivered in connection with the above bond number. NAME OF PRINCIPAL: AMWEST SURETY INSURANCE COMPANY P.O. BOX 4500, WOODLAND HILLS, CA 91365-4500 (818) 704-1111 LIMITED POWER OF ATTORNEY (READ CAREFULLY) To be used only in conjunction with the bond specified herein. C D C Contractors NAME OF OBLIGEE: The City of Denton, Texas JANUARY 1, 1990 No Power of Attorney on this form shall be valid as to bonds, under- takings, recognizances or other written obligations in the nature thereof executed on or after said expiration date. PENAL SUM $ 233,403.00 This Power of Attorney may not be used in conjunction with any other power of attorney. This Power of Attorney is void if altered or erased. This document is printed on blue paper with black and red ink. This power of attorney bears a raised seal of AMWEST SURETY INSURANCE COMPANY. Only originals of this Power of Attorney are valid. No representations or warranties regarding this Power of Attorney may be made by any person other than an authorized officer of AMWEST SURETY INSURANCE COMPANY, and must be in writing. Questions or inquiries regarding this Power of Attorney must be addressed to AMW EST SURETY INSURANCE COMPANY at the address and telephone number set forth at the top of this Power of Attorney, Attention: Underwriting Department. This Power of Attorney shall be governed by the laws of the State of California. Any power of attorney used in connection with any bond issued by AMWEST SURETY INSURANCE COMPANY on or after February 21, 1989 must be on Amwest Form UN-A1007 (REV. 2189). All other previous power of attorney forms issued by AMWEST SURETY INSURANCE COMPANY have been revoked and are of no further force or effect. KNOW ALL MEN BY THESE PRESENTS, that AMWEST SURETY INSURANCE COMPANY, A CALIFORNIA CORPORATION, (the "Company"), does hereby make, constitute and appoint BERNADINE H. CLOUTIER AS EMPLOYEE OF GLOBAL UNDERWRITERS AGENCY OF DUNCANVILLE, TEXAS its true and lawful Attorney(s)-in-Fact, with limited power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto if a seal is required, bonds, undertakings, recognizances or other written obligations in the nature thereof, as follows: Small Business Administration Guaranteed bonds to $250,000 Notwithstanding anything contained in this Power of Attorney to the contrary, this Power of Attorney does not apply to riders, endorsements, consents of surety, supplemental agreements, waivers, extensions of time, or any other document which varies or changes the terms and conditions of any authorized bonds. and to bind AMWEST SURETY INSURANCE COMPANY thereby. This appointment is made under and by authority of the following provisions of the By-Laws of the Company, which are now in full force and effect: Article III, Section 7 of the By-Laws of AMWEST SURETY INSURANCE COMPANY This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of AMWEST SURETY INSURANCE COMPANY at a meeting duly held on December 15, 1975. RESOLVED that the president or any vice-president, in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any power of attorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president or any vice-president and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (it) when signed by the president or any vice-president or secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys-m-fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same tome and effect as though manually affixed. IN WITNESS WHEREOF AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto affixed this 21 day of /J February 19 Gary R Paterson, President STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - as 89 Rz,an G Conen. Secretary 01 ll:.Uanr Act , F!. ,D~fer+.nn ICarnn f nhnn On this day of = I A.U., 1b _ , personany came ue(orb me Garr _ m (d to me known to be the individuals and officers of AMWEST SURETY INSURANCE COMPANY, CALIFORNIA who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly swum, did severalty depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. x r xr I KAREN T T MORITA (SEAL) ~ xOiYn •U6K GYYOF4 •11•yY pn4 a R ,Caron Ew Aua ir. 1990 STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - as CERTIFICATE Notary Pubnc I, the undersigned, secretary of the AMWEST SURETY INSURANCE COMPANY, a Califorma corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked, aria furthermore, that Me provisions of the By-Laws of the Company and the Resolutions of the board of directors set forth in the Power of Attorney, are now in force.- _ _ _ - Signed and sealed at Grand Prairie. Texas th(s 16tk: -day et June 19 89 xaren G Conan Secretary A UN-Ateel (REV 2189) 6-15-59 \i c'1 K in Inv. gwncv P. 0, Sov 170019 \r1innLccn, K 76003 Houston Kenut-N] IDL Lout ri, toc, P. 0. Box W, ennrdalr, rC 76060 C SCA513561 IL-4-88 II-4-89 S_Ar33140 12-13-88 1)-1)-8() Ci n h is Le of In,urancc to come iron the Assigned Risk Pool - Csrrior kihcrlk ULUal ckP Pc~l i~~ M 558 6-15-89 6-15-90 >500.000 Ii-it 1,, 1) i,in, Anixil CoHLrol Lenter AddiLioil ,id-9956 Qztiiicni, holder 14 Additional Insured. ILA I a [11 On 0,-wor, K 7b01 OLM John Airvhill, Purrha,ing 30 I Wn1 I,00u I,ouu u I~►~i~~~~~~ `ll URM CE BINDER ISSUE DATE (MM/DD/YY) ® , , 6-15-89 THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIO NS SHOWN ON THE REVERSE SIDE OF THIS FORM PRODUCER COMPANY BINDER NO. Houston General S-558 EFFECTIVE XPIRATION American Ins. Agency, Inc. TIME TIME . DATE DATE P. 0. Box 170059 12:01 x AM x 1201 AM Arlington, TX 76003 6-15-89 PM 7-15-89 NOON THIS BINDER IS ISSUED TO EXTEND COVERAGE IN THE ABOVE NAMED COMPANY PER EXPIRING POLICY NO: CODE SUB-CODE DESCRIPTION OF OPERATIONS/VEHICLES/PROPERTY (Including Location) INSURED CDC Contractors OCP policy City of Denton P. 0. Box 62 Job Name: Animal Control Center A3dition Kennedale, TX 76060 Bid 49956 COVERAGES L,;.,JA$IU~Y NMITS-IN THOUSANDS TYPE OF INSURANCE COVEBAGEfFORMS AMOUNT DEDUCTIBLE COINSUR. PROPERTY CAUSES OF LOSS BASIC BROAD SPEC. GENERAL LIABILITY GENERAL AGGREGATE $ 1,000 X COMMERCIAL GENERAL LIABILITY PROD. - COMP/OPS AGGREGATE $ 1,000 CLAIMS MADE x OCCUR PERSONAL& ADVTSNG. INJURY $ 500 OWNER'S & CONTRACTOR'S PROT. EACH OCCURRENCE $ 500 X OCP policy FIRE DAMAGE (Any one tire) $ 50 RETRO DATE FOR CLAIMS MADE: MED. EXPENSE (Any one person) $ 5 AUTOMOBILE ALL VEHICLES SCHEDULED VEHICLES CSL $ LIABILITY BI PEAS/ACCID $ NON/OWNED PD $ HIRED MED. PAY $ GARAGE PIP $ UM $ AUTO PHYSICAL DAMAGE ALL VEHICLES SCHEDULED VEHICLES ACV COLLISION DED. STATED AMOUNT $ OTC DED OTHER EXCESS LIABILITY EACH AGGREGATE SELF-INSURED OCCURRENCE RETENTION UMBRELLA FORM OTHER THAN UMBRELLA FORM RETRO DATE FOR CLAIMS MADE: STATUTORY WORKER'S COMPENSATION $ (EACH ACCIDENT) AND EMPLOYER'S LIABILITY $ (DISEASE-POLICY LIMIT) $ (DISEASE-EACH EMPLOYEE) SPECIAL CONDITIONS/RESTRICTIONS/OTHER COVERAGES NAME & ADDRESS MORTGAGEE X ADDITIONAL INSURED City of Denton PAYEE 55 LOAN # 901 B Texas St. - Denton, TX 76201 IVE Attn: John Marshall, Purchasing UTHO Z REPRESENTAT 'KP CORPORATION 1988 CO ACORD 7" (2/88) c~7 RD AMIEFi1CAM INSILh,AN1 AGENCY INC, P.O. BOX 170059 ARLJNGTON, TEXAS 76003 TO: METRO 672-M • Liberty Mutual Work Comp Assigned Risk Dggtt 1101 E. South East Loop 323 #600 , Tyler, TX 75701 DATE 6-14-8-9---- SUBJECT CDC Contractors Pol. #WC2391080433018___ 11-6-88/89_ Please send certificates to: Ft. Worth ISD (Reference Job at Tanglewood Elem. School) 2808 Tillar Ft. Worth, TX 76107 Attn: Sharon Terry Youngblood Architect Inc. 6000 Western Place Ft. Worth, TX 76107 Thank you, O Carleen Dolan City of Denton (reference job at Animal Control Center) 215 E. McKinney Denton, TX 76201 Item > ML73T The Paving Board, Dallas, Texas 75266-0429 DUPLICATE REORDER ITEM s ML737 A Wheeler Group, Inn: 1982 FOLD AT TO FIT DRAWING BOARD ENVELOPE z EW9DW INSURANCE The Contractor is fully responsible for all losses pertaining to, resulting from, or connected with the completion of this contract. The owners acceptance of a Certificate of Insurance, that does not comply with the bid or contract documents, does not release the contractor or the insurance company from any liability, conditions or other requirements within the scope of this contract documents. It is the responsibility of the Contractor to send this complete insurance package to his insurance provider. This will enable the policies and the Certificate to include all requirements as they apply to the Contract documents. The Insurance Certificates must be returned to the City of Denton with the Contract documents for approval and execution. All Contract documents must be returned to the CITY OF DENTON, JOHN MARSHALL, PURCHASING AGENT, 901-B TEXAS STREET, DENTON, TEXAS 76201. F CITY OF DENTON MINIMUM INSURANCE REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be givens o The City of Denton shall be an additional named insured on all policies. I. Workmen's Compensation and Employer's Liability. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits. shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. Comprehensive Automobile Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of $500,000 III. Comprehensive General Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI-1 Insurance Requirements page two To the extent that the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property. The liability limits shall not be less than: o A combined single limit of $500,000 IV. Owner's Protective Liability Insurance Policy. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may be imposed arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $500,000 INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contactor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed and approved the insurance certificates and so notified the contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI-2 01/13/87 CONDITIONS AMIITONAL IRMED: The City of Denton, its elected and appointed cff5rialc, oIYoes and employees. (This does not apply to Worm's Cagxmatian.) NO1ZCti'. OF rANCELIAT N; Prior to any naterial drags or cancellation, the City of Denton will be given 3D days aware written notice mailed is the stated address of the Certificate Holder, City of Denton. 1. COMMC1UM COVERAGE: (Liability asemed by ont[act or egreamt, and would not otherwise exist). The contractual liability require:ent stns an the reverse side of this Certificate of Insmmm u<de Comprehensive General Liability, must include a definition of oovesip breed mown bo povide aove4p for ohligrtias maned by the oontxacbor in the ref'ere oei oontract. This Certificate of Tns +oe is provided as required by the governing oontzact. 2. CWM5 MADE paM FUM- Required period of aoveqp will be detammed by the follmirg fommda: Continuous ooveqp for the life of the oont=act, p1m one yew (to provide ooveage for the warranty period), ad a extended discovery period for a minimm of 5 years which shall begin at the end of the warranty period. 3. FIM U3ML. LIABli-7'n': (Paquin oombruction or alteration of to cover btbldirps, contents equipment with respect ba p structures if such day is cpaatias of the omb=bor. 3500,000. d in all oontracis that involve the ooaupaxy, xbpaAmd or leased facilities). Insurmce Is (where applicable) and pemarently installed Um ty d to structures or portions of cased by the peal of fire and due to the Unfit, of liability is to be a minim of CI-4 FORM OF PROPOSAL DATE: March 28 1989" d"dr PROJECT: AN EXPANSION TO THE CITY OF DENTON° ANIMAL CONTROL CENTER (#9956)) 300 Woodrow Lane, Denton, Texas CITY F DENTON PROPOSAL OF: CDC Contractera PURCHASING DEPT. (hereinafter called "Bidder") a corporation, a partnership an individual doing business as TO: JOHN MARSHALL, CHIEF PURCHASING AGENT CITY OF DENTON, TEXAS 901-B TEXAS STREET DENTON, TEXAS 76201 a partnership, The Bidder in compliance with your Advertisement for Bids for the above referenced project, and having become thoroughly familiar with the terms and conditions of the proposed Contract Documents and with local conditions affecting the performance and cost of the Work at the place where the Work is to be completed and having fully inspected the site in all particulars, he0reby proposes and agrees to fully perform the Work within calendar days from the Notice To Proceed and in strict accordance with the propose Contract Documents, for the following sum of money: BASE BID: All labor, materials, services and equipment necessary for completion of the Work shown on the Drawings and in the Specifications, aa~ J1t~~(~,f,<Dollars Amount all be shown in both words and figures. ALTERNATES No. 1 - Ad (Deduct) )6O, i Dollars No. 2 - No. 3 - dd dd (Deduct) fDG! o-/ Dollars (Deduct) (o~ 06 S Dollars -1- ALTERNATE BIDS SCOPE: The Contractor shall state in his Proposal the amount to be added to his Base Bid if he furnished all labor, material, services and equipment required to provide the items listed below in addition to or in lieu of those specified to be furnished under the Base Bid and the amount to be deducted from the Base Bid should he make the changes listed below which would result in less cost to him. ALTERNATE NO. 1: Contractor shall give a price for painting the exterior of the existing block. Add $ 76 0. ALTERNATE NO. 2: Plans call for the Base Bid to include Ceiling Tile Type "A". See Section 09300. Under this Alternate Contractor shall delete Type "A" and install Type," " Add/Deduct $ ALTERNATE NO. 3: Plans call for certain partitions to be of light-weight concrete masonry. Under this Alternate Contractor shall delete this work, and furnish precast concrete panels. See Plans for location of this work. cr Add/Deduct $ 6 [ 0 _~1 f)U ALTERNATE NO. 4: Plans show gutters and downspouts with an attendant underground PVC collection system. Under this Alternate Contractor shall delete this work .y _ 4,g Add/Deduct $ Gl~CC / ALTERNATE NO. 5: Plans call for interior walls in the administration building to be taped, bedded, textured, and painted. Under this Alternate Contractor shall delete this finish and install job-applied sheet vinyl wall-covering meeting Federal Specification CCC-W-408A for Type II, and containing mildew and germicidal additives. Bid shall be based on Boltawall Sandstone. 7Add $ No. 4 - (Add) eedductt) 3 = ! Dollars O r~ No. 5 - Add) (Deduct) 74 Dollars UNIT PRICES Piers (Add) .5~ Dollars/Lin. Ft. Piers (Deduct) Dollars/Lin. Ft. Brick Screen (Add) s Dollars/Sq. Ft. COMMENCEMENT OF WORK: The Bidder further proposes and agrees to commence work under this Contract within ten (10) days after the date established in a written "Notice To Proceed" and to fully complete all work thereunder as set forth in the Form of Proposal. ADDENDA: The Bidder further agrees, and acknowledges that the following Addenda have been received and that the entire thereof have been incorporated into this Proposal: No. One, dated 3/20,89 No. Three, dated No. Five, dated Submi~ b (Leg Signature) CDC Contractors (Firm) P.O. Box 62 Kennedale, Tx. 76060 (Address) 817-572-0141 (Phone Number) (Corporate Seal) No. Two, dated No. Four, dated No. Six, dated -2- • MALL BAll ESS AD TRAT[ON S Y Bt7NEY&tl/tflA1J~ E REEMENT JUN22lsa9 OMB No 3245-0007 Exp. Date 2-28-91 See Reverse Side for Public Comment Information 1. By its authorized signature in Block U n the 6T,~' 44t§d in Blo SBA agrees to guarantee the bond(s) described herein as of the time of the issuan soft W10 USP-GFrR subject to the regulations in 13 CFR 115. SBA guarantees -80_ % (not to exceed 8 he loss, in cont ` d~p ion, among other things, for $4.00 on each $1000 of the bond or contract amount, accor ium base. 2. Surety Name ipal's Trade Name Amwest Surety Insurance Company C D C Contractors 4. Surety Underwriter's Name 5. Principal's Trade Address: Bernadine M. Cloutier, Street 711 Magnolia Global Underwriters Agency Kennedale, Tarrant, Texas 76060 6. Principal's Name Jimmy D. Combs Codes: City, State, Zip and County and Rockey D. Combs -3--6-__~ -4, __4-$ , 0 6 0 6 0, 4 3 9 7. CONTRACT-Description of nature and extent (volume) of work, location, starting date and anticipated completion dale: Bid (19956, Purchase Order (191017, expansion & construction of 2 small buildings at Animal Control Center, Denton, TX; estimated start date 6-26-89 with completion by 12-26-89 8. Obligee (include address) City of Denton, Texas Purchasing Department 901-B Texas Street D t- en 9. Estimated Contract Amount: 10. Contract 3-28-89 n/a U Bid: Date & Time 2;00 P.M. ❑ Negotiated 11. Bonds Required 12. Ancillary Bond(s) ❑kBid ® Payment [,cyPerformance ® Yes ❑ No If yes, Explain: Maintenance r t f r 1 . o y 10% of contract amoun 13. Bond Amount Bond Performance id Payment lOO 100 14. nature of Surety's A rney-i =Fac 15. Date: ~ cr.. r✓ L • yped Name: Bernadine M. Cloutier 6-21-89 16. SBA Signature: 17. Title: 18. Date: tie M, Trickett SBGO Typed Name: 3 Disposition: [Approved ❑ Returned/Withdrawn N Declined Items (19-26) to be completed only for contracts awarded and final bond guarantee requests 19. Date of Contract Award 20. Contract Amount 21. SBA Guarantee Fee From Contractor 6-15-89 $233,403.00 $ (remitted herewith) 1,400.00 22. Bond Amounts 23. Based on: ❑ Bond Amt U Contract Amt Bid Payment Performance Premium Charged By Surety: $ 12,500$233,403. $ 233,403.00 $ 5,825.00 2.5% 24. Surety's Bond Number(s) 25. Project for: ❑ Federal ❑ State Payment Performance ❑ Special District ❑ Private # 1170358 # 1170358 ® Local ❑ Other « 26. If awarded job was bid, BID SPREAD: BASE BIDS ONLY Low $ 232,643.00 2nd Low $ 249,950.00 3rd Low $245,899.00 Highest$ 249,950.00 27. SBA's SBG No. w/Suffix 28. Date Received 29. Received By: CSC n t r Si : 0600 06071 025 51 6-22-89 g a u e SBA Fmm 990 (10-M) REF SOP 50 45 / Prevaue edNOns aEwleie 1 V JUL 1989 , oyJ-.~- i o 4. /I r d a( GG^.~ TO: (Surety Company, REGION VI 8625 KING GEORGE DRIVE BLDG "C" nALLAS,TEXAS 75235-3381 RE : ~DL L~4 •~z c L: (Applicant usiness Name .Business Address SBG # (~~ri0 DG THE SURETY AONDING LINE request / outstanding for the above company is: approved / declined- amended- cancelled- returned- held -other!- ;in compliance with SBA's underwriting requirements. Accordingly, Surety Bonding Line commitments, expiring (not l~ exceed six months), subject to the Special Terms and Conditions app icab under 13 CFR, Part 115.10 and SOP 50-45, Rev. 1, in addition to those set forth in your request dated 3 -,Y are as follows: 1. 9 2. Maximum dollar amount of any one contract at any time 5 ~i 3. Total value of all uncompleted work at any one time, including maids pending award, (both bonded and unponded) 4. Specific type of work 5. Specific geographic' area f 6. Other: SMALL BUSINESS ADMINI By Title Maximum number of SBA guaranteed contract bonds TRATION At t n Attorney in act VYyrvy ~ Li/~ 1/- llame wner rincipa Date d 3 NAR 1981- RECEIVED JUN 2 G 1 LIBERTY MUTUAL. 1~ LIBERTY MUTUAL INSURANCE COMPANY' LIBERTY MUTUAL FIRE INSURANCE COMPANY LIBERTY INSURANCE CORPORATION - BOSTON, MA Certificate of Insurancd THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. This is to Certify that F JIMMY COMBS & ROCKY COMBS Nameand DBA CDC CONTRACTORS Address of P.O. BOX 62 Insured KENNEDALE, TX 76060 L is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below. *The insurance afforded by the listed policy(ies) is subject to all their terms, exclusions and conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this certificate may be issued. TYPE OF POLICY CERT.EXP. DATE POLICY NUMBER LIMITS OF LIABILITY COVERAGE AFFORDED COV.B UNDER W.C. LAW OF THE BODILY INJURY BY FOLLOWING STATES: ACCIDENT WORKERS' 11/06/89 WC2-391-080433-018 TX S 100,000 EACH ACCIDENT BODILY INJURY BY DISEASE COMPENSATION 5 100,000 - - EACH PERSON - - - - - - BODILY INJURY BY DISEASE S 500,000 POLICY LIMIT LOCATION(S) OF OPERATIONS & J B g JIF APPLICABLE) ~ID 7 ~ f DESCRIPTION OF OPERATIONS r c ~y-m,, l ~6~0 0~ 0 /Il ~ISYp NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS 30 DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN MAILED TO: Producer's Name and Address CITY OF DENTON AMERICAN INSURANCE AGENCY 901 B TEXAS ST. P.O. BOX 170059 DENTON TX 76201 ARLINGTON, TX 76003 ATTN: JOHN MARSHALL, PURCHASING CERTIFICATE HOLDER TYLER VF,IIL This certificate is executed by LIBERTY MUTUAL INSURANCE COMPANY as respects such msurarce as is afforded by That COM"W, it is executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY as respects such insurance as is afforded by That Camper, it is executed by LIBERTY INSURANCE CORPORATION as respects such msurance as is afforded by That Company. HIS 745S R1