Loading...
2002-241O IN CE NO. AN ORDiNANCE ACCEPTING COMPETITIVE BIDS AND AWARDiNG A PUBLIC WORKS CONTRACT FOR THE CONSTRUCTION OF THE NORTH LAKES PARK PLAYGROUND IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTiVE DATE (BID 2865-NORTH LAKES PLAYGROUND IMPROVEMENTS AWARDED TO SIMMONS BUILDERS, iNC. IN THE AMOUNT OF $145,139). 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 thc 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 1. 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 2865 CONTRACTOR SimmonsB~lders,~c. AMOUNT $145,139 SECTION 2. 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 3. 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 conta'med therein. SECTION 4. 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 5. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the ~ dayof ~7~F ,2002 EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: :: ..RBE~O~ ATiO D iMRNEpioVEMEiqTS t-- W ILl IJJ W 0 Z ~ ~ ~o o w 0 o ~ o o CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 6 day of Au~tmst A.D., 2002, by and between City. of Denton of the County of Denton and. State of Texas, acting through Michael A. Conduff thereunto duly authorized so to do, hereinafter termed "OWNER," and Simmons Builders General Contractor, Inc. of the City of Flower Mound , County of Denton and State of Texas , hereinafter termed "CONTRACTOR." WlTNESSETH: 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 2865- North l.akes Park Playground Improvement in the amount of $145,139 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 famish 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 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: CA - 1 Mesa Design Group and City. Staff 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 expfessly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. A/T~rEST: , ATTEST: City. of Denton / OWNER ~L (SEAL) Simons Builders General Contractor, Inc. CONTRACTOR 3804 Simmons Creek Lane Flower Mound, TX 75022-5495 APPROVED AS TO FORM: CiTY ATTOtt~EY - MAILING ADDRESS 972/355-8580 PHONE NUMBER 972/355-2902 FAX NUMBER TITL~ Pres~'±dent-:' Eugene Carl Simmons PRINTED NAME (SEAL) CA - 3 543-99-30 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Simmons l:hfilders (~eneral ~whose address is 3804 Simmons Creek l~ne: Flower Mound: TX 75f~22-5405 hereinafter called Principal, and C.R~AT Am~RTeJU~ INsmu~qC~ COm'aNY , a corporation organized and existing under the laws of the State of Ohio , arid fully authorized to transact business in the State of Texas, as Surety, are held and fo'rely 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 One Hundred Forty. Five Thousand I lne Hundred Thirty. Nine and 0/1130 DOLLARS ($ 145,139) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys'., fees, and liquidated- damages arising out of-or connected 'with 'the beIow identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 2002-241 with the City of Denton, the Owner, dated the 6 day of AllgUsI A.D..~A~2,_, a copy of which is hereto attached and made a part hereof, for Bid 2865- North Iakes Park Play_mound Improvement NOW, THEREFORE, ff the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by th* Owner; and~ 'if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PB - 1 PROVIDED FURTHER, that if any legal action be fried upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans; Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, land it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicablc statutes of the Statc of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to Whont miy requisite nttices may be delivefed and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vemon's Annotated Civil Statutes of the State of Texas. IN WITNEeS WHEREOF, this instrument is executed in 4 wh/,ch shall be deemed an original, this the 6~ day of AUGUST __copies, each one of 2002 ATTEST: PRINCIPAL SECRET~RY SIMONS BUILDERS GENERAL CONTRACTOR,. INC. ATTEST: SURETY IN VIGIL of the process is: NAME: John D. Williams _. STREET ADDRESS: 415 East Yandell Drive, E1 Paso, Texas 79902 (NOTE: Date of Performance Bond must be date of Contract. corporation, give a person 's name.) PB - 2 If Resident Agent is not a Bond No. 543-99-30 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That Simmons Builders General Contractors, Inc, whose address is 3804 Simmons Creek l,ane: Flower Monnd: TX 75022- 5495, hereinafter called Principal, and c~A,r AmmXCA~ TNSTrR~qC~ COm'~V , a corporation organized and existing under the laws of the State of Ohio , and fully authorized to transact business in the State of Texas, as Surety, are held and fn-mly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, fi/ms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of One Hundred Forty. Five Thin,sand One Hindred Thirty. Nine and 0/100 DOLLARS. ($ 145~139)- in-lawful- money of the United States, to be paid hi Dent0n~ County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigm, 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 6 day of ~ A.D. 2002, a copy of which is hereto attached and made a part hereof, for Flid 2865 North lmkes Park Playground lmprovemenm NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that ff any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code Vemon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in 6 copies, each one of which shall be deemed an origlnsl, this the 6TIt day of. AUGUST , 2002 ATTEST: PRINCIPAL SII~IONS BUILDERS GENERAL CONTRACTOR, INC. PRE~ENT ATTEST: BY: SURETY ff. REAT A'M'E'R~'CAN INSlJRANC~ COMPANY The Resident Agent of the Surety in Detuon County, Texas for delivery of notice and sm'vice of the process is: NAME: John D. Williams STREET ADDRESS: 415 East Yaudell Drive, E1 Paso, Texas 79902 (NOTE: Date of Payment Bond rauxt be date of Contract. If Resident Agent is not a corporation, give a person's name.) PB - 4 GREAT AMERICAN INSURANCE COMPANY® Administrative Office-' 580 WALNUT STREET · CINCINNATI, OHIO 45202 · 513-369-5000 · FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than EIGHT No. 014085 POVVER OF A~'~OI~Y KNOW ALL MEN BY THESE PRESENTS: That the GKEAT AMERICAN INSURANCE COMPANY, a co~0oradon organized and exisdng under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its hue and lawful attorney- in-fact, for it and in its nmne, place and steed to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof: provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. BART H. KINNEY III. CARL S. CONLEE III ROBERT L. BROOKS DEAN E. VIGIL ROGER L. HOUSER MICHAEL L. CHRESTMAIq SARAH J. HA24ILTON DAVID D. GEBHARDT Address ~mitofPower ALL OF A~L ALBUQUERQUE, UNLIMITED NEW MEXICO This Power of Attomey revokes ail previous powers issued in behalf of the attomey(s)-in-fact famed above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this Attest STATE OF OI-LIO, COUNTY OF HAMILTON ~ ss: On this 1 S t day of 1st dayof April,' 2002 GREAT AMERICP~q ~SLr~CE COMPAN~ Apr±l, 2002 · before me personally appeared DOUGLAS R. BOWEN, to me known. being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, file Company describedin and which e:tecated the above instrument: that he knows the seal of the said Company: that the seal affixed lO the said inshument is such corporate seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. MAUREEN DOUGHERTY NOTARY PUBLIC, STATE OF OHIO iv;Y COi~/dvilSSlON EXPIRES 08-12-06 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March L 1993. RESOLVED: That the Division President. the several Division Wce Presidents and Assistdnt Wce Presidents. or any one of the*n, be and hereby is authorized, riven time to ti*ne, to appoint one or more Atto~*teys-in-Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and comracts of suretyship, or other written obligations b~ the nantre thereof: to prescribe tlteir respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Cotnpany seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of strongly or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation hi the nature thereof, such signature and seal when so used behig hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the san*e force and effect as though manually affixed. CERTIFICATION 1, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Beard of Directors of March l, 1993 have not been revoked and are now in full force and effect. Signed and sealed this 6Tit day of AI]'GIJST 2002 JDW Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Box 981021 COMPANIES AFFORDING COVERAGE El Paso, TX 79998-1021 3804 Simmons Creek Lane C Flower Mound TX 75022 COMPANY I X COMM~C~L GENE~L L[ABIL~Y PRODUC~ - COMPZOP AGG ~ 1000000 ~;?:: I C~IMS MADE ~ OCCUR PERSONAL & ADV I~URY * 1000000 -- OWNER's & CO~CTOR'S PROT ~CH OCCURRENCE * 1000000 G~E ~Ol~ B woaascoMpmsA~oaao BP0001098752 6128102 6/28/03 X ITORVL'MtTSl OTH~ I I COI ATTACHMENT 8/12/02 - CITY OF DENTON Project: North Lake Park Playground Improvement City of Denton is named as Additional Insured with .respects to General Liability and Automobile coverage. Waiver of subrogation applies to the Workers Compensation. Said policies shall not be cancelled, non-renewed or materially changed without 30 days advanced written notice being given to the City of Denton, except when the policy is being cancelled for non-payment of premium in which case 10 days advanced written notice is required. $2,000 Property Damage Deductible. /mi CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below. It is higtdy 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 liability'es of the Contractor, the Contractor shall provide and maintain until the contracted work_ h~_ been completed and accepted.by the City Of D~ntoh[ o~vner, the mi~zimu~n- insur~-nce coverage as indicated hereinafter. As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: · Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A+. Any deductibles or self-insured retentions shall be declared in the bid proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. · Liability policies shall be endorsed to provide the following: Name as additional insured the City of Denton, its Officials, Agents, Employees and volunteers. That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. · All policies shall be endorsed to READ: "SAID POLICY SI-L4LL NOT BE CANCELLED, NONRENEWED OR MATERIAI.LY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN N_O_TICE BFJNG GllfF, N TO THE OWNER (CITY):EXCEPT-WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED". Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: IX ] A. General Liability Innurance: General Liability insurance with combined single limits of not less than $500:000 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. · Coverage B shall include personal injury. · Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: · Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. · Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. Ix I Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $300:000 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 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 role 28TAC 1 I0.110 of the Texas Worker's Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all 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. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. [ ] Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All-Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. ATTACHMENT 1 Ix] 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 theprojeet- includes the time from the' beginning bf th~ wor~ on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The contractor shall provide coverage, based on proper reporting of classification codes and payroll mounts 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. 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, fde a new certificate of coverage with the governmental entity showing that coverage has been extended. Fo 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 ftc 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. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The contractor shall notify the governmental entity in writing by certified mail or personal-deliveE/~ within t0 days after the contractor knew Or shOuld h~/v6 know-n, of any change that materially affects the provision of coverage of any person providing services on the project. 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 mounts and £fling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and Co) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change-that~ mater-ially-affects the-provision of coverage-Of a/ay person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 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. To: ..city Of Denton . Pnr~ And Recreation Depnrtment 321 E. McI~n~e¥ St., Denton, Texas 76201 For: Northlakes Park Phase 1H Playground Hardscape & Landscape Improvements The undersigned bidder has throughly examined the Bid Documents, Plans, Specifications, end the site, understands the amount of work to be done, and hereby proposes to do all the work, furnish all labor, equipment, and materials necessary to fully complct~ the work as provided in the Bid ~)ocuments, , and subject to the inspection and approval of+he Engineer and Owner. Bid quentites are provided for bidding putposcs solely, with discrepancies between plans and bid form to be reported to landscape architect for clarification. The following unit prices shall be the basis of total compensation for performing the work and furnishing and installing each item, complete and in place· Upon acceptance of this proposal by the Owner, the bidder is bound to execute a contract completing the said work within +he time stated and for the to wit: · Surveying/Demolitio~ Clearing Item No. 100 101 102 Mobilization As Necessary Complete for the sum of the following Unit Price: Survey Of All Hardscape Elements (Centerllaes, Corners, And Grades) · 'Per DM, OR, end LA Sheets Complete for the sum of the following Unit Price: Tree P}otection / ConsUucfion Fencing Per Sheet DM-01 and detail B/DM. 01 Complete for the sum of the following Unit Price: Quenti~ 1 817 Unit Price $ 10,000.00 pffLump Sum $ 2,500.00 per Lump Sum $ 3.00 per Linear Foot $ 10,000.00 $ 2,500.00 $ 2~541.00 103 Removal Of Existfug Trees Per Sheet DM-01 1 $ 600.00 $ 600.00 Complete for the sum of the following Unit Price: per Lump Sum Removal Of Pea Gravel of Existing Playground and Salvaging for I $ $ 104 Ralnstallafion 400.00 400.00 Complete for +he sum of the following Unit Price: per Lump Sam 105 Ramoval Of Existing Water Fountain I $ 300.00 $ 300.00 Complete for the sum of the following Unit Price: per Lump Sam Subtotal of Surveying/Demolition/Clearing Amount (To be used in determinalion of Lowest Responsive, Responsible Bidder) $ 16t341.00 6/14/2002 Grading/Drainage Item No. Item Description Quantity Unit Price Amount ~0 TemPorary Sediment Control Fencing Per Sheet GR-01 and detail B/GR- Ol ~80 $ $ 3.00 1 ~140.00 ' Complete for the sum of the following Unit Price: per Linear Foot 201 Grading Per Sheet GR-01 I $' 1~000.00. $ 1~000.00 Complete for the sum of the following Unit Price: per Lump Sum 202 Playground Subsurface Drainage and all necessary appurtenances Per I $ $ Sheet B/OR-01 500.00 5 00.00 Complete for the sum of the following Unit Price: per Lump Sum 203 Install Playground Subsurface Drainage Pea Gravel per OR-01 and Detail I $ $ B/LC-02. (Material provided by City of Deotun) 750.00 75 0.00 Complete for the sum of the following Unit Price: per Lump Sum Subtotal of Grading/Drainage Amount $ 3 ~ 390.00 (To be used in dcl~rmination of Lowest Responsive, Responsible Bidder) Concrete FiaBvork/Miscellaneous Paths Item No. ltem_D~eseripfi_o~ ........ Quantity Unit Price- Amount Concrete Sidewalk / Trail With Light Broom Finish And Sco~ng Per 300 5heetl LA-01 and detail B/LC-01 4,480 $ $ 6.90 21,952.00 Complete for thc sum of the following Unit Price: per Square Foot Concrete Playground Containment Curb and All Necessary Appurtanances 425 $ $ 301 ?er Sheetl LA~01 and detail B/LC-02 20.00 8:500.00 ~omplete for the sum of the following Unit Price: per Linear Foot :Plaza Stone Paving from Pavestone Co. (1-800-245-7283) Per Sheet LA- 241 $ $ 302 :01 and Detail F/LC-02 6.00 1,446.00 Complete for the sum of the following Unit Price: per Square Foot Concrete Playground Handicap Ramp Per Sheet LA-01 and Detail A/Sheet 303 LC:01 3 $ $ 700.00 2.~00.00 Complete for the sum of the following Unit Price: per Each Subtotal of Concrete Flatwork/Miscellaneous Paths Amount S 33,998.00 (To be used in determination of Lowest Responsive, Responsible Bidder) 6/14/2002 Paffe 2 of 6 n~a ~'n,-m- m ........ a ,: ,c ,v~ -,~ Site Furnishings/Playground Equipment and Surfacing Item No. lt~em Description Qunntit~ Unit Price Amount 400 Dirversified Metal Fabricator (Phone: 1-800-433-5347) 84" #BB-81 Trail Side Bench in Green Color and .MI Necessary Appurtenances Per Sheet 4 $ $ LA-01 detail ErLC-01 325.00 1,300.00 Complete for the sum of the following Unit Price: . per Each 401 Game Time (Phone:l-800-433-5347) Modular Powerscape Unit #TDNP402 and All Neeessa~ Appurtenences Per Sheet LA-01 I $64,000.00 $ 64,000.00 Complete for the sum of the following Unit Price: per Each 402 Powerscape (Phone: 1=800-433-5347) Swing Set Model #10847 w/(1) #10848 and (4)//1466 Belt Seat and All Necessary Appurtenances Per I $ Sheet LA-01 3 ~ 5 00.00 3 ~ 500. O0 Complete for the sum of the following Unit Price: per Each 403 Garn~e Time (phone: 1-800-433-5347) Swing Set Model #12583 w/(2) #1470 Enclosed Tot Seat and All Necessary Appurtenances Per Sheet LA- 1 $ $ O1 1,400. O0 1,400.00 Complete for the sum of the following Unit Price: per Each 404 Game Time (Phone: 1-800-433-5347) Saddlemate (2) #4885 Coil Spring w/(1) #274 Seat and (l) #283 Seat and All Necessary Appurtenances Per 1 $ $ Shiet~.,A-01- 1 ~300. O0 1,300. O0 Complete for the sum of the following Unit Price: per Each 405 MDF 493-SM (phone: 1-800-552-6331) Drinking Fountain and All Necessary Appurtenances Per Sheets LA-01 1 $ $ 3~400. O0 3~400.00 Complete for the sum of the following Unit Price: per Each 406 Install Fther Playground surfacing (Material to be Provided by City of Donton) 9,340 $ O. 05 $ 467.00 Complete for the sum of the following Unit Price: per Square Foot Subtotal of Site l~ruishing/Playground Equipment and surfadng $ 75,367.00 (To be used/n determination of Lowest Responsive, Responsible Bidder) Landscape Item No. [tom Description Quantity Unit Priea Amount 500. Annual Rye Grass Hydromulch 22,340 $ 0.10 $ 2,23 4.00 ~omplete for the sum of the following Unit Price: per Square Foot 501 ~ommon Bermuda Grass Sod 810 $ 0.50 $ 405. O0 7.omplete for the sum of the following Unit Price: par Square Foot Conversion of Annual Rye Grass Hydromulch to Corranon Bermuda 502 Hydromuleh 22,340 $ 0.60 $ 13 ~404.00 Complete for the sum of the following Unit Price: per Square Foot SubtotalofLandscnpe Amount $ 1.6,043.00 (To be used/n determ/nafion of Lowest Responsive, Responsible Bidder) 6/14/2002 Pn~e 3 oft~ ~;.-t ~-- m .............. ~ Grading/Drainage Item No. Item Description Quantity Unit Price Amount 600 Install Playground Subsurface Drainage Pea Grovel per OR-01 and Deta/l 1,000 $. $ B/LC-02. (Contractor to Provide Material) 1.00 1 ~ 000.00 Complete for the sum of the following Unit Price: per Square Foot Subtotal of Complete for the sum of the following Unit Price: Amount $ 1 ~ 000.00 (To be used in determination of Lowest Responsive, Responsible Bidder) Irrigation Item No. Item Description Quantity Unit Price Amount 700 Design/Build Irrigation System. Included Main line and Bubblers on Proposed Trees. Connect to Adjaeant Parking Lot Irrigation System. $ 9,000.00 $ 9,000.00 Complete for the sum of the following Unit Price: per Lump Sum Subtotal of Irrigation Amount $ 9,000.00 (To be used in detmnination of Lowest Responsive, Responsible Bidder) Landscape Item No. item Description Quantity Unit Price Amount 800 Red Oak (60 gal.) 14 $ 800.00 $ ~.1,200.00 Complete for the sum of the following Unit Price: per Each 801 Bald Cypress (65 Gal.) 12 $ 500.00 $ 6,000.00 Complete for the sum of the following Unit Price: per Each Subtotal of Landscape Amount $ 17,200.00 (To be used in determination of Lowest Responsive, Respensible Bidder) 6/14/2002 Page 4 of 6 I~id I~nrm. pl., .....,~ ,~ ,: ,¥~ -~ North Lakes Park - BASE BID PROPOSAL ITEMS Subtotal of Surveying/Demolition/Clearing Amount Subtotal of Grading/Drainage Amount Subtotal of Concrete Flatwork/Miscellaneous Paths Amount Subtotal fo Site Furnishings/Playground Equipment and Surfacing Subtotal of Landscape Amount BASE BID PROPOSAL TOTAL Items 100 to 105 $ 16,341.00 Items 200 to 203 $ 3,390.00 Iterrm 300 to 303 $ 33,998.00 Items 400 to 406 $ 75,367.00 Item 500 to 502 $ 16,043.00 $ 145~139.00 This Proposal will be evaluated on the Total Base Bid Amount. Within ten (10) days after acceptance of this Proposal, the undersigned will execute an Agreement on the form provided, and will deliver Performance and Payment Bonds as required by the Conlxa~t Documents, for the faithful performance of this Contract. The undersigned bidder certifies that he has obtained at least one set of the project's Bid end Consixuetion Documents and that he has reed and thoroughly The bidder agrees to construct the project according to the schedule defined in the Special Provisions. Receipt is acknowledged of the following addenda: Addendum No. 1 (Initials) Addendum No. 2 (Initials) Addendum No. 3 (Initials) (SEAL) if Bidder is Corporation Respectfully submitted, By: Title: Address: S~mmons Builders General Contractor~ In( Eugene Carl Simmons President 3804 Simmons Creek Lane Flower Mound~ TX 75022-5495 Telephone: 972/355-8580 6/14/2002 Page 5 of 6 Bid Form- North Lakes Park - ALTERNATE BID PROPOSAL ITEMS Subtotal of Grading/Drainage Amount Item 600 $ 1,000.00 $ 9,000.00 Subtotal of Irrigation Amount Item 700 Subtotal of Landscape Amount Itern 800 to 801 $ 17,200.00 ALTERNATE BID PROPOSAL TOTAL $ 27,200.00 this Proposal will be evaluated on the Total Alternate Bid Amount. Within ten (10) days aider acceptance of this Proposal, the undersigned will execute an Agreement on the form provided, and will deliver Performance and Payment Bonds as required by the Con~ract Documents, for the faithful performance of this Con~ract. Yhe undersigned bidder cer~fies that he has obtained at least one set of the project's Bid and Construction Documents and that he has read and thoroughly understands all requirements and conditions of said Documents, Specifications, and appurtenant plans. the bidder agrees to construct the project according to the schedule defined in the Special Provisions. Receipt is acknowledged of the following addenda: ~ddendem No. 1 (Initials) Addendum No. 2 (Initials) ~,ddendem No. 3 (Initials) (SEAL) if Bidder is Corporation Respectfully submitted, Simmons Builders Gemeral Contractor, Inc By: ~,~ ~ ~/ (signature} Name'. Eugene Carl Simmons Title: President Addro~: 3804 S~mmons Creek Lane Flower Mound~ TX 75022-5495 Telephone: 972/355-8580 6/14/2002 Do.. ~ ~:,~ DOCUMENT 00411 PROPOSAL (BID) FORM Time: 2:p.m. Date: July 11, 2002 To: Purchasing Agent City of Denton, Texas 901-B Texas Street Denton, Texas 76201 Gentlemen: The undersigned having examined the Contract Documents entitled: North Lakes Park Playground Improvement Project Bid #2865 And having visited the site of the proposed construction, and having familiarized himself with the local conditions affecting the cost of the work, and with all addenda to the said documents, hereby proposed to furnish all supervision, labor, materials, equipment, tools, and accessories and to do all work in aeeordanoe with said documents and addenda thereto for the stipulated sum of: One Hundred Forty-Five Thousand~ One Hundred DoHars ($ 145 ~ 139.00 ) Total Base Bid Thirty-Nine & no/100 Total Materials Incorporated into thc Proi¢ct $ 133,139.00 Total Labor, Supervision and Materials Not Incorporatext Lnto the Proiect$ 12,000.00 Alternates Alternate # 1 Twenty-Seven Thousand, Two Hundred & no/100 Dollars($ Total Base Bid Total Materials Incorporated into the Project $ Total Labor, Supervision and Materials Not Incorporated into the Project $ ADDENDA: 27,200.00 25,000.00 2,200.00 North Lakes Park, Denton, Texas 00411-1 Bid Form Acknowledge receipt of the following addenda which are part of the Bidding Documents by placing Addendum #, Date issued and initialing: Addendum: No. Addendum No. Addendum No. Addendum No. The undersigned bidder hereby declares that he has visited the site of the work and has carefully examined the Contract Documents pertaining to the work covered by the above bid, and he further agrees to commence work within ten (10) days after date of written notice to proceed and to substantially complete the work on which he has bid within 120 Consecutive calendar days subject to such extensions of time allowed by specifications: The undersigned bidder agrees that his bid shall be good and may not be withdrawn for a period of 60 calendar days after the scheduled closing time for receiving bids. The undersigned bidder understands that the Owner reserves the fight to reject any or all bids and to waive any informalities in the bidding. BID GUARANTY: Enclosed with this Bid is a Certified Check for: Dollars ($ ) or a Bid Bond in the sum of Five Percent of Maximum Bid Price Dollars ($ ) which it is agreed shall be collected and retained by the Owner as liquidated damages in the event this Bid is accepted by the Owner within 60 days after the bids are received and the undersigned fails to executed the Contract and the required Bonds with the said Owner within ten (10) days after the date said Bid is accepted: otherwise said check or bond shall be returned to the undersigned upon demand. Simmons Builders General Contractor, Contractor (firm name) Authon~z~d Signature ' ' (If corporation, attest and affix a Corporate Seal) President Title Address 3804 Simmons Creek Lane North Lakes Park, Denton, Texas 00411-2 Bid Form City, State, Zip Code Flower Mound, TX 75022-5495 Telephone 972/355-8580 END OFDOCUMENT North Lakes Park, Denton, Texas 00411-3 Bid Form